[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome, NY 13441-4514 SUBJECT: A--RADIO FREQUENCY WEAPON MODELING IMPROVEMENTS SOL F30602-97-R-0036 POC Bonnie L. Goetz, Contract Specialist, AC (315)330-2008, Michael Granieri, Program Manager, AC (315)330-7673 DESC: The RFP will be released no sooner than fifteen (15) days after publication of this notice. Period of performance is twenty four (24) months. The purpose of this effort is to develop and implement improvements/updates in an existing software computer code system that is needed to aid in the analysis of Radio Frequency Weapon systems for technological assessments. The computer code consists of a specialized object orientated expert system containing two special modes of operation: Beam forming and HPM Technology modes. A knowledge of High Power Microwave (HPM) technology and physics modeling are required in the delivery of a HEIMDALL computer code that will interface with user WINDOWS NT commands and computer systems. Technical reports, special software familiarization and a demonstration is included as part of the delivery requirements of this effort. Foreign participation is excluded at the prime contractor level. SECRET clearances will be required for performance. An Ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions, such as clarifications of the Statement of Work or the terms and conditions, are not considered to be "significant concerns" and should be communicated directly to the Contracting Officer, Arnold J. Kloven, Jr., 315-330-4767. The purpose of the Ombudsman is not to diminish the authority of the contracting officer or program manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is Vincent Palmiero, Chief, Policy and Management Division, at 315-330-7746. 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. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the Contract Specialist/Contracting Officer and could not be satisfactorily resolved at that level. No telephone requests for the solicitation will be honored. All requests must be addressed to the attention of the Contract Specialist, Bonnie L. Goetz, reference the code I-7-4012-L, and contain the respondent's Commercial and Government Entity (CAGE) code. All responsible sources may submit a proposal in response to the RFP which shall be considered. See Numbered Note 26. LINKURL: N/A LINKDESC: EMAILADD: goetzb@pintail.pk.rl.af.mil EMAILDESC: e-mail. CITE: (W-358 SN014641) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--FIXED WING VEHICLE DEMONSTRATION PROGRAM SOL PRDA-97-02-FIK POC Jarens D. Murray, 2LT, USAF, Contract Negotiator, (937) 255-5901, Mr. Larry Kopa, Contracting Officer, (937) 255-5901` DESC: NOTICE: INCORPORATE CHANGES AS FOLLOWS: PART 1 of 2, Section B - Requirements, 2), sentence which reads, "The demonstration program will strike a balance between the FWV goals achieved, the number and types of technologies flight tested and demonstrated, and the degree of "missionization" incorporated in the demonstrator platform(s)." is changed to read as follows: "The demonstration program will strike a balance between the FWV goals achieved, the number and types of technologies flight tested and demonstrated." The sentence which reads, "The flight demonstrator shall be an uninhabited modular system consisting of the vehicle management system, vehicle platform, sensor packages, data recording devices, and other systems required to flight validate an identified subset of technologies from the Fixed Wing Vehicle program thrust areas: structure, flight control, aeromechanics, and subsystems." is changed to read as follows: "The flight demonstrator shall be an uninhabited modular system consisting of the vehicle management system, vehicle platform, data recording devices, and other systems required to flight validate an identified subset of technologies from the Fixed Wing Vehicle program thrust areas: structure, flight control, aeromechanics, and subsystems. " The following sentence which reads, "An additional goal of the Fixed Wing Vehicle Demonstration program will be the capability to demonstrate other technologies such as avionics, propulsion and weapons after the initial flight test by employing the vehicle modularity." is deleted in its entirety. The section entitled, 1. PROGRAM STRATEGY: and sentence which reads, "The intent of the Fixed Wing Vehicle Demonstration program is to develop an uninhabited modular flight test vehicle(s) to flight demonstrate aircraft technologies." is changed to read as follows: "The intent of the Fixed Wing Vehicle Demonstration program is to develop modular flight test vehicle(s) to flight demonstrate aircraft technologies." The sentence which reads, "BLOCK I will investigate the interrelated issues of technology candidates, FWV goals, technology demonstration requirements, vehicle concepts, "mission" performance requirements, cost, schedule, and BLOCK II planning." is changed to read as follows: "BLOCK I will investigate the interrelated issues of technology candidates, FWV goals, technology demonstration requirements, vehicle concepts, cost, schedule, and BLOCK II planning. The sentence which reads, "The purpose of BLOCK II is to design, develop, construct, and flight test modular uninhabited flight demonstration vehicle(s)." is changed to read as follows: "The purpose of BLOCK II is to design, develop, construct, and flight test modular flight demonstration vehicle(s)." The section entitled, 2. TECHNICAL APPROACH: the sentence which reads, "These requirements are meant to communicate the Air Force desire for an air-vehicle platform capable of performing some type of notional fighter/attack mission." is deleted in its entirety. The following sentence which reads, "Preliminary vehicle requirements of the modular demonstration platform are: (1) maneuvering capability... ." is change to read as follows: "Preliminary vehicle requirements of the modular demonstration vehicle are: (1) maneuvering capability... ." Subpart (4) of this section which reads, "(4) The vehicle design should be compatible with signature requirements expected for next generation combat air vehicles. These signature requirements may be classified (reference: Security Classification Guide for Air Force Low/Counter Low Observables (LO/CLO) Programs dated 3 January 1994." is deleted in its entirety. Subpart (8) which reads, "(8) Government intends on providing a production engine and vehicle control station. Contractors should suggest a production version of these systems along with modifications necessary to support their proposed vehicle." is changed to read as follows: "(8) Government intends on providing a production engine and vehicle control station for flight test. Contractors should suggest a production version of these systems along with modifications necessary to support their proposed vehicle." - THE FOREGOING REPRESENTS ALL REQUIRED CHANGES FOR PRDA 97-02-FIK PART 1 OF 2. INCORPORATE CHANGES FOR PART 2 OF 2 AS FOLLOWS: The section entitled, 3. PAYOFF: the sentence which reads: "The successful flight demonstration of a modular uninhabited Fixed Wing Vehicle platform will show that the integrated technologies are mature enough to be incorporated into production builds of new military aircraft." is changed to read as follows: "The successful flight demonstration of a modular uninhabited Fixed Wing Vehicle demonstrator will show that the integrated technologies are mature enough to be incorporated into production builds of new military aircraft." The following sentence which reads: "The specific goals from the national Fixed Wing Vehicle program are to demonstrate 20% reduction in production ... ." is changed to read as follows: "The specific goals from the national Fixed Wing Vehicle program are to demonstrate or exceed 20% reduction in production ... ." The section entitled, 5. SECURITY REQUIREMENTS: the sentences which reads: "However, an offeror may have relevant approaches to investigating the impact of signature requirements on vehicle design aspects of the Fixed Wing Vehicle Demonstration program that cannot be addressed in their proposal because of security limitations (reference: Security Classification Guide for Air Force Low/Counter Low Observables (LO/CLO) Programs dated 3 January 1994). Further, no special access required information is authorized for submission with your proposal." are deleted in their entirety. The section entitled, C-ADDITIONAL INFORMATION, subpart (5), sentence which reads, "Proposal should include propulsion and control station requirements for the modular uninhabited air vehicle." is changed to read as follows, "Proposal should include propulsion and control station requirements for the modular uninhabited demonstrator ." THE FOREGOING REPRESENTS ALL REQUIRED CHANGES FOR PRDA 97-02-FIK PART 2 OF 2. ALL OTHER REQUIREMENTS OF WL/FIKA PRDA 97-02 FIK PARTS I AND II REMAIN IN FULL FORCE AND EFFECT. CITE: (W-358 SN014648) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A--R--SPACECRAFT STUDY FOR THE BURST ARC SECOND IMAGING SPECTROSCOPY (BASIS) MISSION UNDER THE SMALL EXPLORER ANNOUNCEMENT OF OPPORTUNITY SOL RFO5-00217/238 DUE 021997 POC Darlene Walter, Contracting Officer, (301) 286-4239 Bradley J Poston, Contracting Officer (301) 286-6843. DESC: 17. R - NASA/GSFC intends to issue Request for Offer (RFO)5-00217/238 on a full and open competitive basis for a spacecraft study effort. This effort is in support of GSFC's forthcoming proposal submission for the Burst Arc Second Imaging Spectroscopy (BASIS) spacecraft in response to NASA Headquarters' upcoming Small Explorer Announcement of Opportunity (AO), which is scheduled to be released on March 7, 1997. A copy of the draft Small Explorer AO is available on the World Wide Web at: http://www.hq.nasa.gov/office/oss/research.htm. The BASIS Mission will focus on detection and origin of gamma ray burst. The basic requirement is for a preliminary spacecraft study effort in support of GSFC's Step 1 proposal for the BASIS mission. This effort will include providing a preliminary spacecraft concept and support of a red team review of the Step 1 proposal. In addition to the basic requirement, there will be two options. Option 1 is for support of a Step 2 proposal for the BASIS Mission. Option 1 will only be exercised if the Step 1 proposal is selected for further consideration. Option 1 requires a spacecraft design concept with a maturity level equivalent to a Phase A study with supporting analyses, trade studies, risk identification, and participation in the instrument/spacecraft trade studies. Option 1 will also include contractor participation in red and blue team reviews of the Step 2 proposal. Option 2 requires a full Phase B study effort. Option 2 will only be exercised if the Step 2 proposal is selected for further consideration. The Option 2 effort will include the development of a baseline flight design (flight and ground), identification of all interfaces, preliminary interface control documents , design specifications for all subsystems and breadboard any high risk items. The Option 2 effort will require the following plans: Facility Plans, Fabrication Plans, Verification Plans, Contamination Plans, Product Assurance Implementation Plans, Integration and Test Plans and Configuration and Control Plans. NASA/GSFC plans to award a firm fixed price study contract with two firm fixed price options. This effort will be performed primarily at the Contractor's facility. The resulting firm-fixed-price contract will be for $25,000, Option 1 will be for $200,000, and Option 2 will be $2,000,000. The RFO is scheduled to be released on or before January 22, 1996. Proposals will be due approximately four weeks after the RFO release date. We anticipate a contract award date of March 23, 1997. Interested parties shall submit a written request for a copy of the RFO to Ms. Darlene Walter within 15 days of the publication of this synopsis to the address listed above. All responsible concerns may submit a proposal which will be considered by NASA/GSFC. CITE: (I-358 SN014777) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--DEFENSE PRODUCTION ACT (DPA) INDIUM POSPHIDE WAFERS (INP) SOL BAA-97-01-MTPD DUE 011697 POC Mary Jones, Contract Negotiator, WL/MPTD (937) 255-4427, Willa Eichelman, WL/MPPD DESC: The original BAA annoucement which was published 16 December 1996 is amended as follows: Proposal response date is changed from 15 Jan 97 to 16 Jan 97. CITE: (W-358 SN014817) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute Of Standards And Technology, Acquisition And Assistance Division, Grants Office, Bldg. 301, Room B129, Gaithersburg, Md 20899 SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETINGS SOL 97-02 DUE 043097 POC Customer Representative Phone 1-800-ATP-FUND; Fax (301) 926-9524 DESC: REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING: The NIST Advanced Technology Program (ATP) is soliciting proposals under its focused program competition 97-02, Motor Vehicle Manufacturing Technology (MVMT) and announces a public meeting (Proposers' Conference) for all interested parties. This notice provides general information for this focused program competition 97-02. An estimated $10 million to $15 million in first-year ATP funding is available under this focused program competition. The ATP reserves the right to utilize for this competition more or less funding than the amount stated above. The actual number of proposals funded will depend on the quality of the proposals received and the amount of funding requested in the highest ranked proposals. Outyear funding is contingent on the approval of future Congressional appropriations and satisfactory project performance. This is the second of three competitions planned for this ATP focused program. One additional competition is planned. Award recipients will be required to share non-proprietary information at workshops which will be held throughout the duration of the program. The ATP operates under program procedures published at Part 295, Title 15, of the Code of Federal Regulations. The ATP Proposal Preparation Kit dated November 1996 (containing proposal cover sheets, other required forms, background material, and instructions for submission of proposals) and the focused program paper entitled "Motor Vehicle Manufacturing Technology (MVMT), Supplemental Information Focused Program Competition 97-02," may be obtained by phone (1-800-ATP-FUND), fax (301-926-9524 or 301-590-3053), e-mail (atp@nist.gov), or written request at the address shown below. Note that those individuals whose names are currently on the ATP mailing list should have already received the new November 1996 version of the ATP Proposal Preparation Kit. The supplemental information paper for this focused program is available on our world wide web site (http://www.atp.nist.gov) and printed copies are available upon request from ATP. Only FULL proposals are being solicited under this focused program competition 97-02. Abbreviated/pre-proposals WILL NOT be accepted. Proposals submitted by facsimile or electronic mail WILL NOT be accepted. If a proposer's proposal is judged to be of high enough quality to be invited in for an oral review, ATP reserves the right to submit a list of questions to the proposer that must be addressed at the oral review. The due date for submission of full proposals is 3 p.m. Eastern time on Wednesday, April 30, 1997. Should the NIST facility be closed on the specified due date, ATP proposals will be due at 3 p.m. Eastern time on the next business day that the NIST facility is open. Proposals received after this deadline WILL NOT be considered. Send proposals to: Advanced Technology Program, National Institute of Standards and Technology, Administration Building (Bldg.101), Rm. A407, Quince Orchard & Clopper Roads, Gaithersburg, MD 20899-0001. Mark envelope Focused Program 97-02. The goal of the MVMT focused program is to promote U.S. economic growth by focusing on manufacturing process technology as the means to drive the competitiveness of American firms by strengthening manufacturing capabilities along the entire automotive production chain. The program will advance manufacturing processes by concentrating on technical bases of specific manufacturing processes and by making processes reconfigurable and easily coupled with other processes in a complete manufacturing system. To be in scope, business plans of proposals must contribute to the overall goals of reducing manufacturing and capital equipment cost of introducing a new vehicle model by an order of magnitude, reducing the time to market from the current U.S. industry standard of 42 to 48 months to 24 months, and increasing the global competitiveness of U.S. firms by strengthening their ability to team with suppliers. Technical plans of proposals must concentrate on specific technical improvements in manufacturing processes and process monitoring and control, developing flexible, reconfigurable equipment to produce diverse product families, and developing agile manufacturing systems to permit rapid, low-cost product conversion and efficient equipment re-utilization. Proposals in the following MVMT technical thrust areas are especially welcome. Material Processes and Equipment Thrust Area: (A) Stamping and metal forming processes, including technologies for imbedding sensors in tools and processes, flexible CNC bending and forming technologies, closed-loop real-time monitoring and control systems for in-process self-corrective action, press and slide forming processes, and the development of material handling systems. (B) Advanced Machining, including reconfigurable machining systems with increased precision for producing high-volume parts, and agile transfer lines using modular units. Abrasive machining, including process developments for superabrasives, machine tool development for increasing static and dynamic rigidity, and control technology for greater precision in form and surface finish. (D) Constructive technologies for rapid fabrication of production tooling and functional parts, including metal spraying, investment casting using rapid prototype models as patterns, vapor plating, direct metal deposition, three dimensional printing, droplet based manufacturing, free form fabrication, and free form powder molding. (E) Net shape forming of advanced materials, including dimensional repeatability, reduction in physical variation through real-time sensing and control, interface chemistry control, and increasing processing reliability. Assembly Processes and Equipment Thrust Area: (F) Powertrain Assembly, including systems equipped with flexible feeders, tool magazines for end effectors capable of driving screw and bolts, installing interference and snap rings, and delivering adhesives. (G) General Assembly, including material handling to and from the assembly line extending across the supply chain, new joining technologies to reduce the number of discrete fasteners in joining dissimilar materials, and inspection technologies to validate assembly processes and ensure the integrity of components both before and after assembly. Information and Knowledge Processing Thrust Area: (H) Intelligent process monitoring and control, including application of object- and agent-oriented software technologies to real-time problems, genetic techniques that evolve control strategies, and applications of complex dynamics for enhanced adaptivity. (I) Integration of Product and Process Information, including direct use of product data in production, and feedback of product and process information to process designers. A public meeting (Proposers' Conference) for potential proposers and other interested parties under this focused program competition 97-02 will be held on Thursday, February 13, 1997, at the Gaithersburg Hilton, 620 Perry Parkway, Gaithersburg, MD. The conference will begin at 9:30 a.m. Eastern time and end at approximately 2 p.m. and will provide general information regarding the ATP, hints on preparing good proposals (covering the same material presented at previous ATP Proposers' Conferences), and will provide an opportunity for attendees to ask questions on the scope and technical and business goals of this focused program. Attendance at this public meeting is not required. No registration fee will be charged. To register for this public meeting or for further information, contact ATP, by phone: 1-800-ATP-FUND; fax: 301-926-9524 or 301-590-3053; or e-mail: atp@nist.gov. In addition to the focused program bidders' conference in Gaithersburg, ATP is considering some additional bidders' conferences in other locations. Should any additional conferences be arranged, that information will be published in the CBD and on our www site. On December 5, 1996, ATP announced in the CBD the General Competition 97-01 and six bidders' conferences to be held throughout the country from January 6-13, 1997. Interested parties are welcome to attend any of these for additional information on the ATP and for hints on preparing good proposals. EMAILADD: atp@nist.gov EMAILDESC: CITE: (W-358 SN014822) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute Of Standards And Technology, Acquisition And Assistance Division, Grants Office, Bldg. 301, Room B129, Gaithersburg, Md 20899 SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING SOL 97-03 DUE 043097 POC Customer Representative Phone 1-800-ATP-FUND; Fax (301) 926-9524 DESC: REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING: The NIST Advanced Technology Program (ATP) is soliciting proposals under its focused program competition 97-03, Information Infrastructure for Healthcare (IIH) and announces a public meeting (Proposers' Conference) for all interested parties. This notice provides general information for this focused program competition 97-03. An estimated $10 million to $15 million in first-year ATP funding is available under this focused program competition. The ATP reserves the right to utilize for this competition more or less funding than the amount stated above. The actual number of proposals funded will depend on the quality of the proposals received and the amount of funding requested in the highest ranked proposals. Outyear funding is contingent on the approval of future Congressional appropriations and satisfactory project performance. This is the third of four competitions planned for this ATP focused program. One additional competition is planned. Award recipients will be required to share non-proprietary information at workshops which will be held throughout the duration of the program. The ATP operates under program procedures published at Part 295, Title 15, of the Code of Federal Regulations. The ATP Proposal Preparation Kit dated November 1996 (containing proposal cover sheets, other required forms, background material, and instructions for submission of proposals) and the focused program paper entitled "Information Infrastructure for Healthcare, Supplemental Information Focused Program Competition 97-03," may be obtained by phone (1-800-ATP-FUND), fax (301-926-9524 or 301-590-3053), e-mail (atp@nist.gov), or written request at the address shown below. Note that those individuals whose names are currently on the ATP mailing list should have already received the new November 1996 version of the ATP Proposal Preparation Kit. The supplemental information paper for this focused program is available on our world wide web site (http://www.atp.nist.gov) and printed copies are available upon request from ATP. Only FULL proposals are being solicited under this focused program competition 97-03. Abbreviated/pre-proposals WILL NOT be accepted. Proposals submitted by facsimile or electronic mail WILL NOT be accepted. If a proposer's proposal is judged to be of high enough quality to be invited in for an oral review, ATP reserves the right to submit a list of questions to the proposer that must be addressed at the oral review. The due date for submission of full proposals is 3 p.m. Eastern time on Wednesday, April 30, 1997. Should the NIST facility be closed on the specified due date, ATP proposals will be due at 3 p.m. Eastern time on the next business day that the NIST facility is open. Proposals received after this deadline WILL NOT be considered. Send proposals to: Advanced Technology Program, National Institute of Standards and Technology, Administration Building 101, Rm. A407, Quince Orchard & Clopper Roads, Gaithersburg, MD 20899-0001. Mark envelope Focused Program 97-03. The goal of this Information Infrastructure for Healthcare focused program is to promote U.S. economic growth by supporting sustained, high-risk research and development which will accelerate the development of critical information infrastructure technologies to enable enhanced, more fully integrated medical information systems across the healthcare industry, greatly reducing costs and errors in handling medical information. Proposals submitted to this competition must be in the areas of infrastructure development technologies or user interface and efficiency-enhancement technologies. Specifically, infrastructure development technologies are the tools for: business process modeling; total quality management; enterprise integration; domain analysis; verification and validation. In the areas of user interface and efficiency-enhancement technologies, proposals must fall in one or more of the following areas: information access, transmission, storage, and retrieval; multimedia information; security and privacy; mobile and collaborative computing. The scope of this solicitation is discussed in more detail in the focused program paper referred to above. Research proposed under this solicitation should be tailored to the requirements of the healthcare information infrastructure but should be applicable to other domains as well. Proposals must include a discussion of how the project will enhance and/or speed up the development of the information infrastructure for healthcare, and detail should be provided on synergy with any on-going efforts, whether Federally or privately funded. Evidence should be provided of interface efforts and integration across projects, teams, technologies, and domains. Attention should be given to the end user who will access the system to obtain the information sought, with insight to use by both large institutions and small, private users. Other areas of discussion should, when applicable, cover: the proposal's impact on any existing or developing standards efforts; issues related to security, privacy, and confidentiality; scalability; system requirements and performance; relevance of the technology being suggested to related legislative and regulatory issues. This solicitation will not accept proposals which differ in content and focus from the scope discussed above. Specifically excluded are projects whose sole or primary focus is the development of specialized medical equipment or technologies that do not pertain to the healthcare information infrastructure. A public meeting (Proposers' Conference) for potential proposers and other interested parties under this focused program competition 97-03 will be held on Thursday, February 13, 1997, at the Gaithersburg Hilton, 620 Perry Parkway, Gaithersburg, MD. The conference will begin at 9:30 a.m. local time and end at approximately 2 p.m. and will provide general information regarding the ATP and hints on preparing good proposals (covering the same material presented at previous ATP Proposers' Conferences), and will provide an opportunity for attendees to ask questions on the scope and technical and business goals of this focused program. Attendance at this public meeting is not required. No registration fee will be charged. To register for this public meeting or for further information, contact ATP, by phone: 1-800-ATP-FUND; fax: 301-926-9524 or 301-590-3053; or e-mail: atp@nist.gov. In addition to the focused program bidders' conference in Gaithersburg, ATP is considering some additional bidders' conferences in other locations. Should any additional conferences be arranged, that information will be published in the CBD and on our WWW site. On December 5, 1996, ATP announced in the CBD the General Competition 97-01 and six bidders' conferences to be held throughout the country from January 6 - 13, 1997. Interested parties are welcome to attend any of these for additional information on the ATP and for hints on preparing good proposals. EMAILADD: atp@nist.gov EMAILDESC: CITE: (W-358 SN014828) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute of Standards and Technology, Bldg. 101, Room A430, Gaithersburg, MD 20899-0001 SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING SOL Q- DUE 043097 POC Customer Representative 1-800-287-3863 DESC: Department of Commerce Technology Administration National Institute of Standards and Technology (NIST) Advanced Technology Program Administration Building 101, Rm. A407 Gaithersburg, MD 20899-0001 Date: December 23, 1996 REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING: The NIST Advanced Technology Program (ATP) is soliciting proposals under its focused program competition 97-02, Motor Vehicle Manufacturing Technology (MVMT) and announces a public meeting (Proposers' Conference) for all interested parties. This notice provides general information for this focused program competition 97-02. An estimated $10 million to $15 million in first-year ATP funding is available under this focused program competition. The ATP reserves the right to utilize for this competition more or less funding than the amount stated above. The actual number of proposals funded will depend on the quality of the proposals received and the amount of funding requested in the highest ranked proposals. Outyear funding is contingent on the approval of future Congressional appropriations and satisfactory project performance. This is the second of three competitions planned for this ATP focused program. One additional competition is planned. Award recipients will be required to share non- proprietary information at workshops which will be held throughout the duration of the program. The ATP operates under program procedures published at Part 295, Title 15, of the Code of Federal Regulations. The ATP Proposal Preparation Kit dated November 1996 (containing proposal cover sheets, other required forms, background material, and instructions for submission of proposals) and the focused program paper entitled "Motor Vehicle Manufacturing Technology (MVMT), Supplemental Information Focused Program Competition 97-02," may be obtained by phone (1-800-ATP- FUND), fax (301-926-9524 or 301-590-3053), e-mail (atp@nist.gov), or written request at the address shown below. Note that those individuals whose names are currently on the ATP mailing list should have already received the new November 1996 version of the ATP Proposal Preparation Kit. The supplemental information paper for this focused program is available on our world wide web site (http://www.atp.nist.gov) and printed copies are available upon request from ATP. Only FULL proposals are being solicited under this focused program competition 97-02. Abbreviated/pre- proposals WILL NOT be accepted. Proposals submitted by facsimile or electronic mail WILL NOT be accepted. If a proposer's proposal is judged to be of high enough quality to be invited in for an oral review, ATP reserves the right to submit a list of questions to the proposer that must be addressed at the oral review. The due date for submission of full proposals is 3 p.m. Eastern time on Wednesday, April 30, 1997. Should the NIST facility be closed on the specified due date, ATP proposals will be due at 3 p.m. Eastern time on the next business day that the NIST facility is open. Proposals received after this deadline WILL NOT be considered. Send proposals to: Advanced Technology Program, National Institute of Standards and Technology, Administration Building (Bldg.101), Rm. A407, Quince Orchard & Clopper Roads, Gaithersburg, MD 20899-0001. Mark envelope Focused Program 97-02. The goal of the MVMT focused program is to promote U.S. economic growth by focusing on manufacturing process technology as the means to drive the competitiveness of American firms by strengthening manufacturing capabilities along the entire automotive production chain. The program will advance manufacturing processes by concentrating on technical bases of specific manufacturing processes and by making processes reconfigurable and easily coupled with other processes in a complete manufacturing system. To be in scope, business plans of proposals must contribute to the overall goals of reducing manufacturing and capital equipment cost of introducing a new vehicle model by an order of magnitude, reducing the time to market from the current U.S. industry standard of 42 to 48 months to 24 months, and increasing the global competitiveness of U.S. firms by strengthening their ability to team with suppliers. Technical plans of proposals must concentrate on specific technical improvements in manufacturing processes and process monitoring and control, developing flexible, reconfigurable equipment to produce diverse product families, and developing agile manufacturing systems to permit rapid, low-cost product conversion and efficient equipment re-utilization. Proposals in the following MVMT technical thrust areas are especially welcome. Material Processes and Equipment Thrust Area: (A) Stamping and metal forming processes, including technologies for imbedding sensors in tools and processes, flexible CNC bending and forming technologies, closed-loop real-time monitoring and control systems for in-process self-corrective action, press and slide forming processes, and the development of material handling systems. (B) Advanced Machining, including reconfigurable machining systems with increased precision for producing high- volume parts, and agile transfer lines using modular units. (C) Abrasive machining, including process developments for superabrasives, machine tool development for increasing static and dynamic rigidity, and control technology for greater precision in form and surface finish. (D) Constructive technologies for rapid fabrication of production tooling and functional parts, including metal spraying, investment casting using rapid prototype models as patterns, vapor plating, direct metal deposition, three dimensional printing, droplet based manufacturing, free form fabrication, and free form powder molding. (E) Net shape forming of advanced materials, including dimensional repeatability, reduction in physical variation through real-time sensing and control, interface chemistry control, and increasing processing reliability. Assembly Processes and Equipment Thrust Area: (F) Powertrain Assembly, including systems equipped with flexible feeders, tool magazines for end effectors capable of driving screw and bolts, installing interference and snap rings, and delivering adhesives. (G) General Assembly, including material handling to and from the assembly line extending across the supply chain, new joining technologies to reduce the number of discrete fasteners in joining dissimilar materials, and inspection technologies to validate assembly processes and ensure the integrity of components both before and after assembly. Information and Knowledge Processing Thrust Area: (H) Intelligent process monitoring and control, including application of object- and agent-oriented software technologies to real-time problems, genetic techniques that evolve control strategies, and applications of complex dynamics for enhanced adaptivity. (I) Integration of Product and Process Information, including direct use of product data in production, and feedback of product and process information to process designers. A public meeting (Proposers' Conference) for potential proposers and other interested parties under this focused program competition 97-02 will be held on Thursday, February 13, 1997, at the Gaithersburg Hilton, 620 Perry Parkway, Gaithersburg, MD. The conference will begin at 9:30 a.m. Eastern time and end at approximately 2 p.m. and will provide general information regarding the ATP, hints on preparing good proposals (covering the same material presented at previous ATP Proposers' Conferences), and will provide an opportunity for attendees to ask questions on the scope and technical and business goals of this focused program. Attendance at this public meeting is not required. No registration fee will be charged. To register for this public meeting or for further information, contact ATP, by phone: 1-800-ATP-FUND; fax: 301-926- 9524 or 301-590-3053; or e-mail: atp@nist.gov. In addition to the focused program bidders' conference in Gaithersburg, ATP is considering some additional bidders' conferences in other locations. Should any additional conferences be arranged, that information will be published in the CBD and on our www site. On December 5, 1996, ATP announced in the CBD the General Competition 97-01 and six bidders' conferences to be held throughout the country from January 6-13, 1997. Interested parties are welcome to attend any of these for additional information on the ATP and for hints on preparing good proposals. LINKURL: http://www.atp.nist.gov LINKDESC: CITE: (I-358 SN014925) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute of Standards and Technology, Bldg. 101, Room A430, Gaithersburg, MD 20899-0001 SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING SOL Q- DUE 043097 POC Customer Representative 1-800-287-3863 DESC: Department of Commerce Technology Administration National Institute of Standards and Technology (NIST) Advanced Technology Program Administration Building 101, Rm. A407 Gaithersburg, MD 20899-0001 Date: December 23, 1996 REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING: The NIST Advanced Technology Program (ATP) is soliciting proposals under its focused program competition 97-03, Information Infrastructure for Healthcare (IIH) and announces a public meeting (Proposers' Conference) for all interested parties. This notice provides general information for this focused program competition 97-03. An estimated $10 million to $15 million in first-year ATP funding is available under this focused program competition. The ATP reserves the right to utilize for this competition more or less funding than the amount stated above. The actual number of proposals funded will depend on the quality of the proposals received and the amount of funding requested in the highest ranked proposals. Outyear funding is contingent on the approval of future Congressional appropriations and satisfactory project performance. This is the third of four competitions planned for this ATP focused program. One additional competition is planned. Award recipients will be required to share non-proprietary information at workshops which will be held throughout the duration of the program. The ATP operates under program procedures published at Part 295, Title 15, of the Code of Federal Regulations. The ATP Proposal Preparation Kit dated November 1996 (containing proposal cover sheets, other required forms, background material, and instructions for submission of proposals) and the focused program paper entitled "Information Infrastructure for Healthcare, Supplemental Information Focused Program Competition 97-03," may be obtained by phone (1-800-ATP- FUND), fax (301-926-9524 or 301-590-3053), e-mail (atp@nist.gov), or written request at the address shown below. Note that those individuals whose names are currently on the ATP mailing list should have already received the new November 1996 version of the ATP Proposal Preparation Kit. The supplemental information paper for this focused program is available on our world wide web site (http://www.atp.nist.gov) and printed copies are available upon request from ATP. Only FULL proposals are being solicited under this focused program competition 97-03. Abbreviated/pre-proposals WILL NOT be accepted. Proposals submitted by facsimile or electronic mail WILL NOT be accepted. If a proposer's proposal is judged to be of high enough quality to be invited in for an oral review, ATP reserves the right to submit a list of questions to the proposer that must be addressed at the oral review. The due date for submission of full proposals is 3 p.m. Eastern time on Wednesday, April 30, 1997. Should the NIST facility be closed on the specified due date, ATP proposals will be due at 3 p.m. Eastern time on the next business day that the NIST facility is open. Proposals received after this deadline WILL NOT be considered. Send proposals to: Advanced Technology Program, National Institute of Standards and Technology, Administration Building 101, Rm. A407, Quince Orchard & Clopper Roads, Gaithersburg, MD 20899-0001. Mark envelope Focused Program 97- 03. The goal of this Information Infrastructure for Healthcare focused program is to promote U.S. economic growth by supporting sustained, high-risk research and development which will accelerate the development of critical information infrastructure technologies to enable enhanced, more fully integrated medical information systems across the healthcare industry, greatly reducing costs and errors in handling medical information. Proposals submitted to this competition must be in the areas of infrastructure development technologies or user interface and efficiency-enhancement technologies. Specifically, infrastructure development technologies are the tools for: business process modeling; total quality management; enterprise integration; domain analysis; verification and validation. In the areas of user interface and efficiency-enhancement technologies, proposals must fall in one or more of the following areas: information access, transmission, storage, and retrieval; multimedia information; security and privacy; mobile and collaborative computing. The scope of this solicitation is discussed in more detail in the focused program paper referred to above. Research proposed under this solicitation should be tailored to the requirements of the healthcare information infrastructure but should be applicable to other domains as well. Proposals must include a discussion of how the project will enhance and/or speed up the development of the information infrastructure for healthcare, and detail should be provided on synergy with any on-going efforts, whether Federally or privately funded. Evidence should be provided of interface efforts and integration across projects, teams, technologies, and domains. Attention should be given to the end user who will access the system to obtain the information sought, with insight to use by both large institutions and small, private users. Other areas of discussion should, when applicable, cover: the proposal~s impact on any existing or developing standards efforts; issues related to security, privacy, and confidentiality; scalability; system requirements and performance; relevance of the technology being suggested to related legislative and regulatory issues. This solicitation will not accept proposals which differ in content and focus from the scope discussed above. Specifically excluded are projects whose sole or primary focus is the development of specialized medical equipment or technologies that do not pertain to the healthcare information infrastructure. A public meeting (Proposers' Conference) for potential proposers and other interested parties under this focused program competition 97-03 will be held on Thursday, February 13, 1997, at the Gaithersburg Hilton, 620 Perry Parkway, Gaithersburg, MD. The conference will begin at 9:30 a.m. local time and end at approximately 2 p.m. and will provide general information regarding the ATP and hints on preparing good proposals (covering the same material presented at previous ATP Proposers' Conferences), and will provide an opportunity for attendees to ask questions on the scope and technical and business goals of this focused program. Attendance at this public meeting is not required. No registration fee will be charged. To register for this public meeting or for further information, contact ATP, by phone: 1-800-ATP-FUND; fax: 301-926- 9524 or 301-590-3053; or e-mail: atp@nist.gov. In addition to the focused program bidders' conference in Gaithersburg, ATP is considering some additional bidders' conferences in other locations. Should any additional conferences be arranged, that information will be published in the CBD and on our WWW site. On December 5, 1996, ATP announced in the CBD the General Competition 97-01 and six bidders' conferences to be held throughout the country from January 6 - 13, 1997. Interested parties are welcome to attend any of these for additional information on the ATP and for hints on preparing good proposals. LINKURL: http://www.atp.nist.gov LINKDESC: CITE: (I-358 SN014926) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 210000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: A--ADVANCED TECHNOLOGY RADAR WARNING RECEIVER ANTENNA PROTOTYPE SOL N68936-96-C-0177 DUE 010697 POC Peggy Richter, Contract Specialist, (619) 939-8177 or Diane Foucher, Contracting Officer, (619) 939-9664. DESC: The Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure on a Other than Full and Open basis 2 each low band and 2 each high band advanced technology radar warning receiver microwave antenna prototypes under contract N68936-96-C-0177 which is based on an unsolicited proposal. The antennas are extremely light weight and innovative materials and methods are beeing evaluated. A scalable design is being used. The intent is to obtain additional prototypes on an existing contract with Target Microwave 1605 Capital Ave, Plano TX 75074 and is sole source due to the unique capabilities of Target Microwave. All responsible sources may submit an offer which will be considered. Award will be on or about 45 days after puplication of this notice. All responses must be received no later than 45 days after publication of this notice. The Government WILL NOT BE USING FAR part 12 procurement methods on this procurement. See Numbered Note(s): 22. CITE: (I-358 SN014932) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Space and Strategic Defense Command, ATTN: CSSD-CM-CT, PO Box 1500 Huntsville, AL 35807-3801, 106 Wynn Drive, Huntsville, AL 35805-1990 SUBJECT: A--IMAGE ENHANCEMENT SYSTEM FOLLOW-ON EFFORT SUPPORT OF THE KINETIC ENERGY ANTI-SATELLITE WEAPON SYSTEM PROGRAM SOL N/A POC Eileen Broady, Contract Specialist, (205) 955-1187, W. L. Schick, Contracting Officer, 955-1187 DESC: The U.S. Army Space and Strategic Defense Command is proposing a new contract for "Image Enhancement System (IES) Follow-on Effort Support of the Kinetic Energy Anti-Satellite Weapon System Program," for IES enhancements for which the government intends to solicit and negotiate with only one source under authority of FAR 6.302.1(2)(iii)(b) to provide services from only one responsible source. The basis for the limitation is that to award to any other source would result in substantial duplication of cost. The period of performance will be until 30 Sep 98 with an option for an additional 2 years. This contract is planned to be issued to DESE Research, Inc., 315 Wynn Drive, Suite 2, Huntsville, AL 35805, by other than full and open competition to supply services from only one responsible source. The objective of the proposed contract will require the contractor to perform various analyses of data fusion of multiple data sources and architectures to assure effective utilization of the potential benefits derived from the IES developed under contract with DESE. The contractor shall optimize the IES operational software for selected sensors and the IES related BM/C3 requirements. These analyses will include IES implications on active space control defense systems, including missile interceptor seekers and defense systems, test, and simulation. This effort will take advantage of, and exploit the results of IES SBIR work of DESE, Inc. Software maturity achieved by DESE, Inc., to date is critical. See Note 22. CITE: (I-358 SN014942) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 210000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: A--ELECTRONIC WARFARE ADVANCED CONCEPT DEMONSTRATION TECHNICAL SERVICES SOL N68936-97-R-0061 POC Jane Price, Contract Specialist, (619) 939-4267 or Diane Foucher, Contracting Officer, (619)939-9664. DESC: The Naval Air Warfare Center Weapons Division (NAWCWPNS), China Lake, CA intends to procure on a competitive basis Electronic Warfare Advanced Concept Demonstration Technical Services. These research efforts will support the Navy's Electronic Warfare Advanced Technology (EWAT) Program. The EWAT Program focuses on addressing tactical aircraft (TACAIR) threat warning and countermeasures requirements. Other functional areas to be addressed include end-game countermeasures, situation awareness, multi-sensor fusion, missile approach warning, laser warning and radar warning. The contractor shall provide advanced concept studies, fabrication of demonstration items for testing, concept demonstration and risk reduction for threat warning and countermeasure related technologies. Also, the contractor shall provide support for test and evaluation of the demonstration items, and requires highly specialized expertise in Electronic Warfare advanced technology. The SIC code is 8731 with a size standard of 1000 employees. Anticipated award date is 1 May 1997 for a 3 year Cost Plus Fixed Fee contract plus 2 one year options. All responsible sources may submit an offer which will be considered. Multiple contract awards will be made with intent that at least one award will be reserved for a small business concern that meets the government's requirements. This is an unrestricted best value procurement, however, for the award reserved for small business, evaluation will be conducted only among proposals from small business firms. To obtain a copy of the solicitation submit a written request to the POC listed above. See note 26. CITE: (I-358 SN014957) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: A--LASER GUIDED TRAINING ROUND PRODUCTION SOL N00019-96-C-0235 DUE 010297 POC Contact, Sheila McGlynn, Phone (703)604-6100 DESC: The Naval Air Systems Command intends to issue a Full Rate Production FFP contract for the Laser Guided Training Round (LGTR) to Lockheed Martin Tactical Defense Systems (formerly Loral Control Systems Division), Kennedy Drive, Archabald, PA 18403. This contract will contain a firm requirement for 1,800 LGTR Is, with an option for up to 2,100 LGTR Is or IIs. This contract will also include requirements for technical data, an Operational Security Program, and an option for a Technical Data Package. This synopsis is for informational purposes only. Lockheed Martin is the sole designer, developer and manufacturer of the LGTR and the only source with the technical capability, experience, special facilities and data package which are required to accomplish this effort. If any company is interested in subcontracting opportunities, please contact Lockheed Martin directly. See note No. 22 - NAVAIR Synopsis No. 20192-96. CITE: (I-358 SN014967) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D 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: B--ELECTROMAGNETIC TECHNICAL SUPPORT SERVICE !! SOL N00600-97-R-0372 POC The Bid Room at (202) 433-2920. Fax response to (202) 433-9569. For additional information contact Carla Backus, Code 02W1.4D, Contract Specialist, (202) 433-7148. Contracting Officer: Roscoe W. Crawford, (202) 433-5387.!! DESC: Correction: This action was orginally published in the CBD dated 21 June 1996 and modified on 11 July 1996, Issue numbers PSA-1621 and PSA-1634 respectively. A third modification was issued in NOV 1996. CORRECTION: Change the previously published FAX response number to(202) 433-9569. The estimated closing date of the solicitation is changed from 6 January 1997 to 27 January 1997. CITE: (W-355 SN014432) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Panama Canal Commission, Logistical Support Division, Unit 2300, APO, AA 34011-2300 SUBJECT: B--CONSULTANT SERVICES ON THE MAIL SYSTEM SOL N/A DUE 012197 POC Edwin W. Durling, Contract Specialist, (507) 272-4680 DESC: Sources Sought: The Panama Canal Commission (PCC), a corporation of the United States Government, is in the process of identifying qualified sources of consultant services interested in defining the standards required for an efficient, reliable mail system comparable to the one presently in use by PCC, and in studying alternatives for the effective, appropriate replacement of the existing PCC service as provided by the U.S. Armed Forces. PCC has an assigned ZIP Code + 4, No. 34011-2300. The Mail System Unit operates according to the administrative rules of the Armed Forces (APO) and follows the mailing procedures of the United States Postal Service (USPS). It will be required that the study include a macroanalysis of the operations of the National Postal System of Panama, general recommendations on changes that the Panama Postal System would require in order to meet the requirements established by international postal systems, and a program for the transition from the existing mail system to the proposed system. It will be required that the study be completed within 90 days from date of award. All interested parties shall submit company information, as well as any other information related to the topics indicated in this announcement, and a budgetary estimate for this procurement, to the following addresses: via U.S. or foreign mail to Panama Canal Commission, Purchasing and Contracts Branch, Attn: Edwin Durling, Unit 2300, APO AA 34011-2300; by courier to Panama Canal Commission, Purchasing and Contracts Branch, Attn: Edwin Durling, Building 28, third floor, Balboa, Republic of Panama; or by fax at (507)-272-7661. This request for information is not to be interpreted as a commitment. Any information provided shall be at no cost to PCC. This is a market survey that will help PCC obtain the names and addresses of potential offerors and review additional information to determine appropriate market conditions and requirements when preparing the Request for Proposals (RFP). No RFP is available at this time. Offers will be solicited from potential offerors if an RFP is issued. The information received under this market survey will be considered confidential and will not be disclosed to third parties without the express authorization of the company providing the information. The information is required no later than January 21, 1997. CITE: (I-358 SN014800) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Panama Canal Commission, Logistical Support Division, Unit 2300, APO, AA 34011-2300 SUBJECT: B--CONSULTANT SERVICES ON THE MAIL SYSTEM SOL N/A DUE 012197 POC Edwin W. Durling, Contract Specialist, (507) 272-4680 DESC: Sources Sought: The Panama Canal Commission (PCC), a corporation of the United States Government, is in the process of identifying qualified sources of consultant services interested in defining the standards required for an efficient, reliable mail system comparable to the one presently in use by PCC, and in studying alternatives for the effective, appropriate replacement of the existing PCC service as provided by the U.S. Armed Forces. PCC has an assigned ZIP Code + 4, No. 34011-2300. The Mail System Unit operates according to the administrative rules of the Armed Forces (APO) and follows the mailing procedures of the United States Postal Service (USPS). It will be required that the study include a macroanalysis of the operations of the National Postal System of Panama, general recommendations on changes that the Panama Postal System would require in order to meet the requirements established by international postal systems, and a program for the transition from the existing mail system to the proposed system. It will be required that the study be completed within 90 days from date of award. All interested parties shall submit company information, as well as any other information related to the topics indicated in this announcement, and a budgetary estimate for this procurement, to the following addresses: via U.S. or foreign mail to Panama Canal Commission, Purchasing and Contracts Branch, Attn: Edwin Durling, Unit 2300, APO AA 34011-2300; by courier to Panama Canal Commission, Purchasing and Contracts Branch, Attn: Edwin Durling, Building 28, third floor, Balboa, Republic of Panama; or by fax at (507)-272-7661. This request for information is not to be interpreted as a commitment. Any information provided shall be at no cost to PCC. This is a market survey that will help PCC obtain the names and addresses of potential offerors and review additional information to determine appropriate market conditions and requirements when preparing the Request for Proposals (RFP). No RFP is available at this time. Offers will be solicited from potential offerors if an RFP is issued. The information received under this market survey will be considered confidential and will not be disclosed to third parties without the express authorization of the company providing the information. The information is required no later than January 21, 1997. CITE: (I-358 SN014801) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Panama Canal Commission, Logistical Support Division, Unit 2300, APO, AA 34011-2300 SUBJECT: B--CONSULTANT SERVICES ON THE MAIL SYSTEM SOL N/A DUE 012197 POC Edwin W. Durling, Contract Specialist, (507) 272-4680 DESC: Sources Sought: The Panama Canal Commission (PCC), a corporation of the United States Government, is in the process of identifying qualified sources of consultant services interested in defining the standards required for an efficient, reliable mail system comparable to the one presently in use by PCC, and in studying alternatives for the effective, appropriate replacement of the existing PCC service as provided by the U.S. Armed Forces. PCC has an assigned ZIP Code + 4, No. 34011-2300. The Mail System Unit operates according to the administrative rules of the Armed Forces (APO) and follows the mailing procedures of the United States Postal Service (USPS). It will be required that the study include a macroanalysis of the operations of the National Postal System of Panama, general recommendations on changes that the Panama Postal System would require in order to meet the requirements established by international postal systems, and a program for the transition from the existing mail system to the proposed system. It will be required that the study be completed within 90 days from date of award. All interested parties shall submit company information, as well as any other information related to the topics indicated in this announcement, and a budgetary estimate for this procurement, to the following addresses: via U.S. or foreign mail to Panama Canal Commission, Purchasing and Contracts Branch, Attn: Edwin Durling, Unit 2300, APO AA 34011-2300; by courier to Panama Canal Commission, Purchasing and Contracts Branch, Attn: Edwin Durling, Building 28, third floor, Balboa, Republic of Panama; or by fax at (507)-272-7661. This request for information is not to be interpreted as a commitment. Any information provided shall be at no cost to PCC. This is a market survey that will help PCC obtain the names and addresses of potential offerors and review additional information to determine appropriate market conditions and requirements when preparing the Request for Proposals (RFP). No RFP is available at this time. Offers will be solicited from potential offerors if an RFP is issued. The information received under this market survey will be considered confidential and will not be disclosed to third parties without the express authorization of the company providing the information. The information is required no later than January 21, 1997. CITE: (I-358 SN014802) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Department of Energy, Rocky Flats Environmental Technology Site, P.O. Box 928, Golden, CO 80402-0928 SUBJECT: B--MOBILE ON-SITE ANALYTICAL FACILITY SOL KH700093EP6 DUE 010897 POC D. P. Timbes, Kaiser-Hill Company, L.L.C., FAX (303) 966-8350 OR 8322. DESC: Kaiser-Hill Company, L.L.C. (Contractor), is the Integrating Management Contractor at the Department of Energy's (DOE) Rocky Flats Enviromental Technology Site (Site) near Denver, Colorado. Qualified sources are sought for the establishment and operation of a mobile on-site analytical laboratory. Interested qualified sources shall have the ability to: 1) Provide a temporary on-site facility suppplied, staffed, equipped and managed by the successful Offeror; 2) Provide a facility that is dedicated solely to work at the Site; 3) Provide timely turnaround of data results; 4) Perform installation of facility, including, but not limited to utility hook-up and facility preparation at the location on the site selected by Contractor. Estimated dollar amount of any resultant subcontract is from $1.0 to $1.5 million annually. It is anticipated that the duration of any resultant subcontract will be for a two year base period with three one year option periods. Required analytical capabilities will include, but are not limited to: Radiochemistry 1) Gross Alpha, Gross Alpha/Beta, and Radiological Screening by Gas Proportional Counting, b) Air Filter Counting by Air Filter Counting System, c) Filter Loading, Unloading, and Composite Preparation. All work shall be performed at the Site. Analysis of samples that are radiologically contaminated will be required. Contractor approval of the selected Offeror's Quality Assurance Program is required. Interested qualified sources possessing the capabilities described above must submit a letter of interest requesting inclusion on the Offeror's Mailing List no later than January 8, 1997, to Kaiser-Hill Company, L.L.C., P.O. Box 464, Golden, CO 80402-0464, Attn: D. P. Timbes, Contracts & Procurement, Bldg. 850. Telephone calls will not be accepted. No further project specific information will be furnished at this time. CITE: (I-358 SN014810) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: USPFO-MS, PURCHASING & CONTRACTING DIVISION, 144 MILITARY DRIVE, JACKSON MS 39208-8860 SUBJECT: C--ARCHITECT-ENGINEER SERVICES SOL NA DUE 012497 POC Major Wayne M. Bryant, Base Civil Engineer, telephone number (601)936-8377, First Lieutenant William L. Markham, Contract Specialist, USPFO-MS, telephone number (601)936-7566 (Site Code DAH A22) DESC: Architect-Engineers Services: Architect-Engineers Services for the design of repairs and modifications to an existing underground hydrant fueling system located at Allen C. Thompson Field, Miss issippi Air National Guard Base, Jackson, Mississippi. Scope of services required: Architect and Engineering services are required to provide (i) Type A (Investigative Services) - Accomplish field surveys and investigations which may include soil investigations, topographic surveys; analysis of existing facility and utilities; a study of various mechanical and electrical systems as a basis for recommended functional and safety designs; perform environmental assessments as may be required to make proper site selection and to determine basis of design; and perform other investigations as ne cessary to make a complete design. Prepare a conceptual design submittal, including preliminary site plans, typical cross sections and narrative description of proposed mechanical and electrical sys tems, and economic or other justification for selected systems. Prepare a cost estimate of the major elements of the project and confirm if the project can be accomplished within budget. (ii) Type B, Phase I (65% Design) - Prepare detailed Engineering/ Architectural Design calculations, site plan, and utility plan. Prepare outline specification. Furnish drawings in sixty five (65) percent de tail. Prepare a detailed cost estimate. (iii) Type B Phase II, (95% Design) and III (100% Design)-Prepare and furnish Final Design, detailed working drawings and specifications, Final Design Analys is, prepare A Final Cost Estimate, and obtain any required construction/environmental permits. (iv) Type C services- Inspection of construction, review of shop drawings and material submittals, and preparation of as-built drawings. Disciplines required to accomplish the proposed work are as follows: Architect (related experience), Civil Engineer (related experience), Electrical Engineer (spe cialized experience), Environmental Engineer (specialized experience), Mechanical Engineer (specialized experience) and Structural Engineer. Significant evaluation factors and relative importance in the selection process are as follows: (1) Professional qualifications of the following disciplines which are not meant to be all inclusive: architect, civil engineer, electrical engineer, mechanic al engineer, structural engineer, and pavement engineer; (2) Specialized experience and technical competence, (3) Capacity to complete work on time, (4) Past performance, (5) Location in the general geographical area of the project, (6) Demonstrates success in prescribing the use and recovered materials and achieving waste reduction and energy efficiency in facility design, and (7) Volume of DO D work in the past 12 months, based on fees received, with the object of effecting an equitable distribution of DOD A-E contracts among qualified firms. All design work will be further governed by Ai r Force manuals as modified by the Air National Guard. Copies of all applicable manuals will be provided the Architect-Engineer by the Contracting Officer. The maximum construction cost of this project is between $1,000,000.00 to $5,000,000.00. Firms desiring consideration shall submit Standard Forms 254 and 255 to be received no later than 30 calendar days after the publication of this notice to Major Wayne M. Bryant, 172nd Airlift Wing, Base Civil Engineer, 141 Military Drive, Jackson, Mississippi 39208-8880. When submitting Standard Forms 254 and 255, include the number and dollar value of A/E contracts awarded by the Air National Guard and DOD agencies respectively during the current calendar year (include the previous year if the previous year is less than 6 months). Also include copies of any government A/E evaluation forms showing performance on past work if available. This is not a request for proposal. Numbered Note 24 applies to this announcement. LINKURL: HTTP://www.ngms.state.ms.us/ LINKDESC: for the design of repairs and modifications to an existing underground hydrant fueling system located at Allen C. Thompson Field, Miss issippi Air National Guard Base, Jackson, Mississippi. EMAILADD: pfomspcc@ngms.state.ms.us EMAILDESC: Services for the design of repairs and modifications to an existing underground hydrant fueling system located at Allen C. Thompson Field, Miss issippi Air National Guard Base, Jackson, Mississippi. CITE: (D-355 SN014434) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: USPFO-MS, PURCHASING & CONTRACTING DIVISION, 144 MILITARY DRIVE, JACKSON MS 39208-8860 SUBJECT: C--INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES SOL NA DUE 012497 POC Major Wayne M. Bryant, Base Civil Engineer, telephone number (601)936-8377, First Lieutenant William L. Markham, Contract Specialist, USPFO-MS, telephone number (601)936-7566 (Site Code DAH A22) DESC: Indefinite delivery, indefinite quantity contract for design of miscellaneous projects located at Allen C. Thompson Field, Mississippi Air National Guard Base, Jackson, Mississippi. Scope of s ervices required: Architect and Engineering services are required to design miscellaneous maintenance and repair projects, alterations and additions to existing facilities. All design work will be further governed by Air Force manuals as modified by the Air National Guard. Copies of all applicable manuals will be provided the Architect-Engineer by the Contracting Officer. The resultant contr act will be for a base year and one option year. Individual delivery orders will be issued against the resultant contract. Each delivery order will not exceed $300,000.00. The cumulative amount of d elivery orders will not exceed $1,500,000.00 for the base year and $1,500,000.00 for the option year. These projects will require multi-discipline engineering services in investigative, design, and inspections. The services required for each project will be negotiated under a separate delivery order. The contract will require the following services: (i) Type A (Investigative Services) - Acco mplish field surveys and investigations which may include soil investigations, topographic surveys; analysis of existing facility and utilities; a study of various mechanical and electrical systems a s a basis for recommended functional and safety designs; perform environmental assessments as may be required to make proper site selection and to determine basis of design; and perform other investi gations as necessary to make a complete design. Prepare a conceptual design submittal, including preliminary site plans, typical cross sections and narrative description of proposed mechanical and e lectrical systems, and economic or other justification for selected systems. Prepare a cost estimate of the major elements of the project and confirm if the project can be accomplished within budget . (ii) Type B, Phase I (65% Design) - Prepare detailed Engineering/ Architectural Design calculations, site plan, and utility plan. Prepare outline specification. Furnish drawings in sixty five (6 5) percent detail. Prepare a detailed cost estimate. (iii) Type B Phase II, (95% Design) and III (100% Design)-Prepare and furnish Final Design, detailed working drawings and specifications, Final Design Analysis, prepare A Final Cost Estimate, and obtain any required construction/environmental permits. (iv) Type C services- Inspection of construction, review of shop drawings and material sub mittals, and preparation of as-built drawings. Disciplines required to accomplish the proposed work are as follows: Architect, Civil Engineer, Electrical Engineer, Environmental Engineer, Mechanic al Engineer and Energy Management Specialist. Significant evaluation factors and relative importance in the selection process are as follows: (1) Professional qualifications of the following discip lines which are not meant to be all inclusive: architect, civil engineer, electrical engineer, mechanical engineer, structural engineer, and pavement engineer; (2) Specialized experience and techni cal competence, (3) Capacity to complete work on time, (4) Past performance, (5) Location in the general geographical area of the project, (6) Demonstrates success in prescribing the use and recovere d materials and achieving waste reduction and energy efficiency in facility design, and (7) Volume of DOD work in the past 12 months. Architect-Engineer firms located outside the commuting distance of ninety (90) miles of the Jackson area that wish to be considered must be willing to establish a temporary branch office in the Jackson area. The Government will not absorb the cost of establishin g the branch office nor will the Government pay out of town travel. Firms desiring consideration shall submit Standard Forms 254 and 255 to Major Wayne M. Bryant, 172nd Airlift Wing, Base Civil Engi neer, 141 Military Drive, Jackson, Mississippi 39208-8880. When submitting Standard Forms 254 and 255, include the number and dollar value of A/E contracts awarded by the Air National Guard and DOD agencies respectively during the current calendar year (include the previous year if the previous year is less than 6 months). Also include copies of any government A/E evaluation forms showing perf ormance on past work if available. This is not a request for proposal. Numbered Note 24 applies to this announcement. LINKURL: HTTP://www.ngms.state.ms.us/ LINKDESC: for design of miscellaneous projects located at Allen C. Thompson Field, Mississippi Air National Guard Base, Jackson, Mississippi. EMAILADD: pfomspcc@ngms.state.ms.us EMAILDESC: for design of miscellaneous projects located at Allen C. Thompson Field, Mississippi Air National Guard Base, Jackson, Mississippi. CITE: (D-355 SN014435) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Northern Division, Navy Crane Center, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090 SUBJECT: C--INDEF QTY/DLVY CONTRACTS: ENGINEERING/DESIGN, ON-SITE INSPECTION SERVICES FOR NEW CRANE PROCUREMENT, CHANGES TO EXISTING CRANES, MAINTENANCE INSPECTION, ETC, U.S. NAVY ACTIVITIES WORLD-WIDE SOL N62472-97-D-1638 DUE 021197 POC Alan Ira Finkelman, Contract Specialist, 610-595-0505, Margaret Gettings, Contracting Officer, 610-595-0505. DESC: Engineering, Design, Other Technical Services, including Title II Inspection Services are required in support of new procurement and existing cranes of all types at Navy activities world-wide under an Indefinite Quantity Type Contract with Firm Fixed-Price Delivery Orders. The successful firm or firms, i.e., East Coast or West Coast, may be required to perform specialized engineering and technical services related to analyzing and resolving problems with crane design, manufacturing and construction problems and their affect on the delivery schedule. There may be requirements for on-site crane and related construction inspections to identify and resolve engineering and technical problems, including maintenance issues. Therefore, the firm or firms selected shall have demonstrated that it posesses knowledge and experience in the crane engineering and design disciplines of civil, mechanical, structural, electrical engineering and quality assurance procedures for the purpose of preparing crane designs and specifications for new procurement or resolution of existing design and specification problems under on-going Navy or other Government or non-government contracts. The selected contractors for either the East Coast or West Coast shall identify its' written quality assurance procedures it will apply to the work ordered and briefly describe them and the recognized standard from which they were developed, i.e., ISO 9000, MIL-I-45208 or other appropriate standards. The selected contractor or contractors shall have shown it has successfully performed or is capable of performing Title II Inspection Services. The firm or firms selected shall have shown it is knowledgable of and has actual experience in using standards, building codes, policies and regulations from, e.g., The American Institute of Steel Construction, American Gear Manufacturers Association, American National Standards Institute, National Electrical Code, Occupational Safety and Health Administration, American Welding Society and other nationally recognized guide lines for designing cranes and other similar structures. Project orders will require the selected contractor to review crane data sheets and facility drawings to determine the need for additional data and identify any problems and resolutions. The selected contractor for the East Coast or West Coast contract may be required to prepare specifications that will include all technical, quality assurance, fabrication, inspection and testing requirements necessary to allow the Navy to solicit competition or modify existing contracts so that a contractor may design, fabricate and install overhead electric traveling cranes, as well as wall, jib, monorail, underhung, portal, stiffleg derrick, container, floating or gantry cranes at specific Navy activity sites world-wide. The finished specification shall facilitate the procurement of conservatively designed, field-proven, commercial equipment. All applicable government, industry or other nationally recognized guidelines shall apply. MIL-STD-490 shall be applicable for supplemental information. The selected contractor for the East Coast or West Coast contract shall be capable of preparing accurate cost estimates, performing design review, including review of catalog cuts, fabrication, shop and as-built drawings, visual inspection, witness and perform operational testing, overhaul inspection, plans and specifications and consultation services as part of any project ordered. The SELECTION CRITERIA will include (in order of importance): (1) Recent Specialized Experience of the firm (not going back beyond five years) in the type of work described herein; (2) Professional qualifications of the staff to be assigned to projects ordered, including consultants and subcontractors; (3) Capacity to accomplish the work in the required time constraints of delivery orders to be issued over the life of the contract. Indicate the firms' present workload and availability of the assigned team (including consultants and subcontractors) to meet the schedules of multiple projects; (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules, with particular emphasis on Department of Defense contracts. Briefly describe internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies); (5) Ability of the selected contractor to respond to projects within either the East Coast or West Coast Contract Award; (6) Ability of the selected contractor to respond under unusual circumstances to projects not in its' awarded geographic area: (7) Volume of work previously awarded to the selected firm by the department within the past 12 month period. It is anticipated that the Government will issue two Indefinite Quantity/Indefinite Delivery Contracts, one for East Coast and one for West Coast requirements. The initial term of the two contracts shall be for 12 months each, with an option for an additional 12 months. The total contract amount will not exceed $500,000 for the initial 12 month term of the East Coast contract and the same not to exceed contract dollar amount for the West Coast contract, with NO DELIVERY ORDER UNDER EITHER CONTRACT EXCEEDING $200,000. The guaranteed minimum contract amount of services ORDERED UNDER EACH CONTRACT SHALL BE $10,000. The contracts will contain an option to extend the term of each contract an additional 12 months for contract dollar amount not to exceed $500,000, per the East Coast and West Coast option term; no minimum ordering amount applies to the option requirement under either contract. These options are exercisable at the discretion of the Government and only by the Contracting Officer. It is estimated that a contract will be awarded during June 1997 or sooner. This is an unrestricted requirement for both the East Coast and West Coast contracts, all potential firms are invited to respond, any large business selected for award will be required to submit a subcontracting plan that reflects a minimum of 5% participation by Small Disadvantaged Business in the contract dollar amount to be subcontracted out. The Small Business Size Standard consists of SIC Code 8712 and a Dollar Amount of $2.5 million. Those firms that meet the requirements described in this announcement shall identify which contract they wish to be considered for, East Coast or West Coast; and each offeror shall submit one copy each of SF 254 (even if this form was submitted within the past 12 months) and SF 255 for the firm. An SF 254 shall be submitted for each consultant or subcontractor listed in Block 6 of the firm's SF 255. Indicate the contract number N62472-97-D-1638 in Block 2b of the SF 255. For consideration on the East Coast Contract only, use the letters "EC" after the contract number, for consideration on the West Coast Contract only, use the letters "WC". Provide a Contractor Establishment Code (CEC) and DUNS Number for the address listed in Block 3 and TIN Number in Block 3 also. Address all selection criteria issues in Block 10 of the SF 255 that supports your firm's special or strong qualifications for accomplishing the work anticipated to occur under these contracts, with additional sheets attached as required. The SF 255 plus any additional pages of text shall not exceed 30 double-sided printed pages using a font no smaller than 10 point size for either contract; and all pages shall be numbered. Pages which do not meet these requirements will be returned without consideration. Photographs with minimal descriptions, organizational charts no more than three pages or other exhibits limited to five pages, will not be considered in the 30 page limitation. For firms applying with multiple offices, indicate the office that completed each project on Block 8 of the SF 255; and list which office is under contract for any contracts listed in Block 9. The evaluation process will be based on the selection criteria noted herein and the strength of each firm's response will be determined by how well these selection criteria are answered. The firm selected for award of either the East Coast or West Coast Contract, including consultants and subcontractors, shall not be eligible to participate in solicitations or contract modifications resulting from the designs or specifications they have developed, this includes supplies and services. This is not a Request For Proposal. Telegraphic or Facsimile SF 254 and 255 forms are not authorized in response to this synopsis. Your submissions shall be sent to the address contained in this announcement, to the attention of Alan Ira Finkelman, Code 09W2AF, and shall consist of one copy of the SF 254, including those for any consultants or subcontractors, and one copy of the SF 255 and any attachments thereto. All submissions must be received in this office by 4P.M. Local Time, 11 February 1997. Selection interviews will be scheduled as soon as possible after the slate of responses received have been evaluated as to which firms are considered the most highly qualified in their response to this synopsis. Lable the lower corner of the mailing envelope with the statement "Engineering, Design and Other Technical Services for N62472-97-D-1638". CITE: (I-358 SN014778) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: GSA, PBS, Property Development (4PC),Suite 2500,401 West Peachtree St. NW,At lanta,GA 30365-2550 SUBJECT: C--CONSTRUCTION MANAGER AS CONSTRUCTOR SOL GS-04P-97-EXC-0007 DUE 021097 POC Contact,Ron Butler,404/331-4627,Contracting Officer,Ronald Butler,404/331-4 627 DESC: Construction Manager As Constructor (CMc) Services Contract for the propose d U.S. Courthouse Annex in Savannah, Georgia. This modification changes the Con tracting Officer, Ronald Butler's telephone number to 404-331-4627. CITE: (I-358 SN014928) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH Ave NE, Poulsbo, WA 98370-7570 SUBJECT: C--A-E SERVICES FOR THE DESIGN OF REPAIR/CONSTRUCTION OF SPECIAL PROJECT RC14-94, REPAIR AND UPGRADE ELECTRICAL DISTRIBUTION SYSTEM, AULT FIELD AT NAS WHIDBEY ISLAND, WA SOL N44255-97-C-5506 POC Mary Jo Juarez, Contract Specialist, (360) 396-0264/Barbara Neuhauser, Contracting Officer, (360) 396-0256. DESC: Under the authority of FAR 6.302-1, 10 U.S.C. 2304(c)(1), the Engineering Field Activity Northwest intends to award a sole source contract to YEI Engineers for the design of repair/construction of special project RC14-94 for repair and upgrade of the electrical distribution system at Ault Field at NAS Whidbey Island, Washington. No other technical information is available. This is not a request for proposal. The firm awarded this contract must accept responsibility for A-E liability of the entire final design, without duplication of cost to the Government, from 0 percent to the point which design has already been completed. Interested firms may identify their capability to respond to the requirement by contacting Barbara Neuhauser, 19917 7th Avenue N.E., Poulsbo, WA 98370-7570, telephone (360)396-0256 no later than 4:00 p.m. Pacific Time, within 30 days after this notice is published in the Commerce Business Daily. 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. CITE: (I-358 SN014963) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Army Engineer District, Charleston, Corps of Engineers, P.O. Box 919, Charleston, SC 29402-0919 SUBJECT: C--INDEFINITE DELIVERY TYPE CONTRACT FOR SURVEYING AND RELATED SERVICES WITHIN THE BOUNDARIES OR ASSIGNMENTS OF THE CHARLESTON DISTRICT (STATE OF SOUTH CAROLINA) SOL DACW60-97-R-0003 POC Don Kight, (803) 727-4249/Contracting Officer, Mrs. Christy Watts, (803) 727-4204. DESC: The selected firm will be responsible for performing various types of surveys and services which may include, but not necessarily be limited to the following: (1) topographic; (2) traverse and triangulation (2nd and 3rd order GPS capabilities); (3) levels for vertical control (2nd and 3rd order); (4) route location; (5) quantity surveys; (6) land surveys; (7) construction layout surveys; (8) hydrographic surveys; (9) geodetic surveys; (10) drafting services; and (11) electronic data base records. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 40% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), and 8% be placed with SDB. The plan is not required with this submittal. The firm must have the ability to perform the work for the Government in addition to its own existing workload without sacrificing quality or timeliness to the Government. Firms must address on their SF 255: The ability to perform basic horizontal and vertical control surveys to GPS standards including, but not limited to: topographic, traverse, triangulation, route location, earthwork, quantity, property, construction layout, and transfer all field-gathered data into final drafted plan or map form. The firm shall have computer-aided drafting capability that is absolutely compatible with the Intergraph IGDS System format. The Recording of all final survey into a documentation computer file is required. The selected firm must demonstrate experience and have in its employ personnel with the experience in performing the various types of the above listed surveys. Also, the firm must have at least three years experience in hydraulic surveying of navigable channels and have either current land surveyor's or professional engineer's license in the state(s) where the surveys will be performed. Modern electronic horizontal positioning and depth-finding equipment shall be available for the surveys to be performed. Typical information that will be required as a minimum, includes the name, model, and year of manufacturer's stated positioning accuracy and capability of the equipment proposed for usage. In addition the contractor must provide information that safe and suitable vessels are available for operation in the waters where the surveys are to be performed as well as the electronic positioning and depth-finding equipment. An indefinite-delivery type contract for services based on firm-fixed unit prices is contemplated with an option year. Total amount for the base year will not exceed $750,000.00; total contract amount including the option year will not exceed $1,500,000.00; services performed on individual delivery orders with no one delivery order exceeding $150,000.00. The Government obligates itself to obtain on less than $15,000.00 in services during the first year and no less than $7,500.00 in services during the option year. All work is subject to the availability of funds. The estimated commencement date is August 1997 for a period of one year or $750,000.00, whichever comes first at the predetermined rates. Significant evaluation factors are stated in Note 24. However, their relative order of importance is: (1) Professional capabilities; (2) specialized experience and technical competence as required; (3) past performance on contracts with respect to cost control, quality of work and compliance with performance schedules; (4) capability to accomplish the work in the required time; (5) knowledge of locality of projects; (6) Geographical location; (7) Volume of work previously awarded to a firm by DOD; and (8) extent of participation of small business and small disadvantaged business in the proposed contract team, measured as a percentage of the estimated effort. Rankings of firms will include determination of contractor's capacity to respond quickly to unscheduled work. This will include an analysis of in-house capability versus the need to subcontract portions of the work. Firms desiring consideration shall address the above requested data and submit as described in Note 24 to be received in the office shown above within 30 days of the appearance of this announcement. SF 255 (11/92 Edition is the only one that will be accepted) in single copy only is required. Firms having a current (less than 12 months) SF 254 on file with the North Pacific Division, Corps of Engineers, Portland, Oregon, need not submit a SF 254 (11/92 Edition) with their SF 255. All Department of Defense contracts awarded to the firm and all affiliates (except consultants) during the last twelve months, the total dollar value of each award, and point of contact must be listed in Block 10 of the SF 255. Failure to include the aforementioned data will reflect negatively upon the firm during the evaluation process. This is not a request for proposal. Solicitation packages are not provided. Cover letters and unnecessarily elaborate brochures, or other presentations beyond those sufficient to present a complete and effective response are not desired. Phone calls and personal visits are discouraged. SIC is 8713, Size Standard is $2.5 million. Firms should indicate on block 3 of the SF 255 their business size and ACASS number. If required, call the ACASS Center at (503) 326-3459 to obtain a number. See note 24. CITE: (M-358 SN014980) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: C--A&E ENVIROMENTAL SERVICES SOL F42650-97-R-A056 POC For copy, Solicitation packages not available,,, For additional information contact Sharon Price/Pkoe/[801]777-4799 DESC: A&E Environmental Services at US Air Force facilities to include Hill AFB UT, Little Mountain Test Annex UT, Utah Training Range and other facilities associated with the Air Force mission. For additional information, contact Sharon K. Price at 801-777-4799 or FAX 801-777-0632. 1. CONTRACT INFORMATION. Indefinite Delivery/Indefinite Quantity Contracts for A&E environmental services. The basic award period for the contract will be for one year from the date of contract award and will contain four one year options. The SIC code is 8744 (Size Standard 500). The award of six contracts is contemplated. Up to four contracts will be unrestricted, one contract will be set-aside for 8(a) firms, one contract will be set-aside for small business firms. If technically qualified firms for the set-aside portions of this acquisition cannot be identified, the set-aside portions may revert to unrestricted acquisitions. The anticipated amount of this requirement for all contracts awarded for the basic period plus all options is estimated at $48,000,000. 2. PROJECT INFORMATION. Firms shall be multi-disciplined in the environmental engineering field. All contract work must comply with federal, state, and local environmental laws and regulations. Typical services required include but are not limited to: (1) remedial designs for environmental remedies including site visits and investigations, construction drawings, technical specifications cost estimates and design analysis; (2) construction supervision and inspection of environmental design projects; (3) treatability studies and field investigations; (4) preliminary assessments, site investigations, remedial investigations, feasibility studies; (5) technical environmental assessments for proposed actions; (6) technical studies and designs for air pollution control, water pollution control, pollution prevention, etc. 3. SELECTION CRITERIA. The selection criteria are listed below in descending order of importance. (1) Professional qualifications, certifications, and specialized experience of team members (including first tier subcontractors/consultants) necessary for satisfactory performance of each type of service listed. (2) Specialized experience and competence, recent experience (within the last three years), and anticipated future capabilities of the firm (including first tier subcontractors/consultants) in performing the types of services listyed. The staff shall be familiar with environmental laws, regulations, and issues. The firm shall have professionals that are registered in the State of Utah. The professional classifications required include but are not limited to: engineers, geologists, hydrologists, hydrogeologists, chemists, toxicologists, and industrial hygienists. The firm shall also have on staff professional, technical, and support staff necessary to accomplish the services listed. (3) Capacity and availability of key staff to accomplish the work in the required time and the ability of them to work on several projects simultaneously. (4) Past performance on similar environmental contracts with government agencies and public industry in terms of cost control, quality of work and compliance with performance schedules. The contractor shall include appropriate contract numbers and points of contact. (5) Location in the general geographical area of the project and knowledge of the locality of the project, availability of A&E staff to meet frequently with Air Force personnel, regulatory agencies, and others in the Environmental Management Directorate at Hill AFB. The firm shall have the ability to mobilize staff to project sites on relatively short notice. Volume of DoD contracts awarded in the last 12 months. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit four copies of SF 254, and four two copies of SF 255 to OO-ALC/EMX, ATTN: Dr. Bob James, 7274 Wardleigh Road, Hill AFB UT 84056-5137. To be considered, all submittals must be received not later than 2:00PM. MST, 21 Jan 97. Solicitation number is for identification purposes only. Solicitation packages (specifications, plans, bidders' list, etc.) are not available. This is not a Request for Proposal. See Notes 2, 24. CITE: (I-355 SN014448) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: GSA, Public Buildings Service (7PCAC),Property Development Div,819 Taylor S t, Rm 11A01,Fort Worth,TX 76102-6105 SUBJECT: C--A-E SERVICES, NEW FEDERAL BUILDING SOL GS-07P-97-JUC-0002 DUE 122396 POC Contact,Teresa Thompson,817/978-7084 DESC: SIC Code 8712, Architectural-Engineering (A/E) Design Services for New Urba n Facility Campus, Oklahoma City, OK. The General Services Administration (GSA) Regional A/E Selection Panel for the Urban Facility Campus in Oklahoma City, OK has recommended the following firms be invited to participate in Stage II Submit tals: Dworksy Associates, 3530 Wilshire Blvd., Ste. 1000, Los Angeles, CA 90010; Elliott & Assoc., 35 Harrison Ave., Oklahoma City, OK 73104; Kallmann McKinnel l & Wood Architects, Inc., 939 Boylston St., Boston, MA 02115; Ross, Barney & J ankowski, 30 West Monroe St., Chicago, IL 60603; and Tigerman McCurry Architects , 444 North Wells Street, Chicago, IL 60610. A response to this announcement i s not required. CITE: (I-358 SN014813) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: U.S. ARMY ENGINEER DIVISION, BUILDING 230, ATTN: CEPOD-ET-MA, FT SHAFTER HI 96858-5440 SUBJECT: C--ARCHITECT-ENGINEER SERVICES, INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT (CIVIL) FOR MISCELLANEOUS PROJECTS IN THE PACIFIC REGION. SOL DACA83-97-R-0004 DUE 012797 POC Harold Nakaoka Technical Manager (808) 438-0021 (Site Code XXCA83) DESC: C--Architect-Engineer Services. Indefinite Delivery Architect-Engineer Services Contract (Civil) for Miscellaneous Projects in the Pacific Region. (a) CONTRACT INFORMATION: Architect-Engineer (Civil) services procured in accordance with PL 92-582 (Broks A-E Act) and FAR Part 36, are required for various military (with some civil works) projects within the Pacific Region (to include Japan and Korea ). An indefinite delivery contract will be negotiated and awarded with a base period not to exceed one yer and two option periods not to exceed one year each. The amount of work in each contract period will not exceed approximately $500,000. Work will be issued by negotiated firm fixed-price task orders, with maximum amount not to exceed the annual contract amount. The Government obligates itself to obtain no less than $10,000 in services during the term of the base year and $5,000 in services during the term of eac option year. The Contracting Officer will consider the following factors on deciding which contractor will be selected to negotiate an order: current capacity to accomplish the order in the required time, uniquely specialized experience, equitable distribtion of work among the contractors, and performance and quality of deliverables under the current contract. The Government may exercise a contract option before the expiration of the base contract period or preceding option period f the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The contract is anticipated to be awarded in June 1997. This announcemnt is open to all businesses regardless of size. (b) PROJECT INFORMATION: Work includes A-E services; preparation of plans, specifications, design analysis, and cost estimates for solicitation of construction for repair/renovation, new construction project, or engineering studies. Selected projected signs and studies shall be developed using metric system of measurements or utilizing CADD. Firms must have primary capability in civil and/or subconsultants for surveying, architectural, structural, mechanical, electrical, cost estimating, and specification writing. (c) SELECTION CRITERIA: See Note 24 for general selection process. The PRIMARY selection criteri in descending order of importance are: (1) professional qualifications of the firm's staff/consultants to be assigned to the projects; (2) specialized experience of the firm in the design of repair, renovation, alteration, or upgrade projects, new constrution projects, and engineering studies; (3) the firm's past performance on DoD and private sector contracts (cost control, quality of work, compliance with schedule); (4) capacity of the firm to accomplish work in the required time (size of firm, workload, etc.); (5) knowledge of the locality of the projects; and (f) demonstrated success in prescribing the use of recovered materials and achieving waste rduction and energy efficiency in facility design. The SECONDARY selection criteria in descending order of importance are: (1) location of the firm; (2) volume of recent DoD work; and (3) participation of SB, STBD, historically black colleges and universitis, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. Offerer must provide adequate documentation in blocks 7g and 10 of the Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, to illustrate the extent of participation of the above-mentioned groups in terms of the percentage of the total anticipated contract efort. The selected firm, if a large business firm, must comply with FAR 52-219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 50% ofthe contractor's intended subcontract amount be placed with small business (SB), which includes small disadvantaged businesses (STBD), and 30% be placed with SDB. The subcontracting plan is not required with this submittal but the successful large business firm must submit an acceptable plan before any award can be made. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 255 o later than 4:00 p.m., Hawaiian Standard Time, by the due date shown above or within thirty (30) calendar days from date of this announcement, whichever is later. Should the due date fall on a weekend or holiday, the submittal package will be due the firs workday thereafter. All responding firms must also include completed Standard Form 254 for themselves and their subconsultants, if not already on file with t e Pacific Ocean Division. Submittals will be sent to the address shown above. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested contractos are reminded that the successful contractor will be expected to place subcontracts to the maximum possible extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. For further information regarding this proposed aquisition, telephone (808) 438-0021. Request for Proposal No. DACA83-97-R-0004 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal." CITE: (I-358 SN014841) [Commerce Business Daily: Posted December 21, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: US Department of Commerce/National Oceanic and Atmospheric Administration (NOAA), Acquistion Management Division (AMD), 1325 East West Highway, Station 4301, Silver Spring, MD 20910-3283 SUBJECT: D--MAINTENANCE SERVICES FOR INTERGRAPH HARDWARE AND SOFTWARE SOL 52-DDNC-7-90002 POC Rubie B. King, Contract Specialist, Ina R. Merson, Contracting Officer (301) 713-0839 DESC: The U.S. Department of Commerce/NOAA/NOS intends to negotiate a sole-source contract with Intergraph Corporation to provide on-site maintenance services for its Intergraph Computer graphics hardware and software systems. The base period of performance is five (5) months, with four (4) twelve (12) months and one (1) seven (7) months option periods. Offerors shall supply all labor, repair parts, software upgrades, documentation and changes as required. The Resident Engineer must be factory-trained and certified by Intergraph to perform preventive maintenance and inspection of the equipment. The offeror shall also be required to perform Per-Call maintenance with a four (4) hour response time outside the principal period of performance. Potential Offerors must furnish and support all necessary software and technical documentation, which includes correction of errors, and original equipment manufacturer's (OEM) sponsored modifications and revisions. Hardware included in this system has been exclusively designed and configured to meet the Government's requirements. Offerors shall be required to maintain an inventory of spare parts and assemblies within the Washington Metropolitian area. The software for the system is licensed by Intergraph and is proprietary. The hardware and software to be maintained encompasses over one hundred line items. The major items are shown as follows: CPU's (1 each) Intergraph VAX 785, (1 each) Interserve 5200; Memory(6 each) 8MB FMEMO62,(2 each) 64MB FMEM124; Disk Drives (5 each) FDSK124 FP F/4,(3 each) FDSK125 337MB,(8 each) FDSK177 559MB,(2 each) FDSK269 991MB,(6 each) FDSK383 1GB,(1 each) FDSK381 2.1GB; (2 each) Interbus File Processor Upgrades; Tape Drives (2 each) FMTPO68 6250 tape system,(5 each) FMTP129 2.36 cartridge; Terminals (16 each) VT100; Workstations (4 each) FDSP041 Hi Performance Rasters, (4 each) FDSP213 16Mb IV220,(1 each) IP6040,(1 each) IV6240, (4 each) IV2020,(1 each) IP2730,(2 each) FFUR045 IV Opt for dual 21" TD-4,(2 each) UP2020; Backlit Digitizing Tables (5 each) FTIS015, (4 each) FTIS079,(8 each) FTIS044 digitizer controllers for IP1, (1 each) FTIS138,(1 each) FTIS145,(4 each) FTIS136 non-backlit, (3 each) FTIS133 digitizers; Terminal Servers(3 each) CS/100, (6 each) CS/210; Printers (1 each) FLPR015 LA120,(2 each) FLPRXXX LP27-UA; Plotters (2 each) FPLOT046 V80 plotters,(2 each) FPLT497 Versatec Plotters 8944-4R. Intergraph licensed software include: VAX VMS OS, UNIX/CLIX OS, IGDS, Microstation, Ingres, IPS, ACTEM, RISIC, XNS/VTP, IP/MFIBDL, CSSBase, DecNetEnd, I/NFM, Plotter Drivers. A complete list of the equipment to be maintained shall be provided upon written request. All responsible sources shall respond by submitting a written narrative statement of capability, including detailed technical information and other technical information literature demonstrating the ability to meet the above requirements. Potential offerers must provide at least three (3) technical references regarding their experience with maintaining Intergraph LAN systems. Pricing data including GSA Schedule if applicable should be included. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirement. Telephonic or FAX responses shall not be accepted. Failure to submit documentation will result in the Government proceeding as above. Please refer to Solicitation No. 52-DNC-7-90002 in your response. See Note 22 CITE: (I-356 SN014463) [Commerce Business Daily: Posted December 21, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: US Department of Commerce/National Oceanic and Atmospheric Administration (NOAA), Aquisition Management Division, 1325 East West Highway, Station 4301, Silver Spring, MD 20910-3283 SUBJECT: D--NATIONAL WEATHER SERVICE DISSEMINATION TECHNOLOGY CONFERENCE DUE 033197 POC Ann Radding (301) 713-1724 ext. 154 or (212) 645-1127 DESC: The Department of Commerce(DOC)/National Oceanic Atmospheric Administration (NOAA)/National Weather Service (NWS) willl host a Dissemination Technology Conference in Washington D.C. beginning on April 15, 1997. In order to establish a meaningful dialog with those in the telecommunications industry who can provide this technology, the Dissemination Technology Conference shall be a synergistic exchange of information that will provide attendees with insight into NWS current operations and future plans for information dissemination and provide information to the Government that will assist NOAA in competitively procuring services in 1998 that cost effectively meet NWS and user dissemination requirements. The goal is to provide a non-proprietary, standard, open-architecture source of information that can be easily received and processed with inexpensive off-the-shelf technology. The NWS currently operates the NOAA Weather Radio (NWR) and NOAA Weather Wire Service (NWWS) for the purpose of disseminating weather and hazard information to the public that is vital to the protection of life and property. NWR is a local VHF/FM radio broadcast system which provides information directly to the public. The NWWS is a contractor-operated, satellite based dissemination system intended to provide critical information vital to the safety and welfare of the public to local emergency managers and mass news disseminators, and thus to the public, in the most timely manner possible. The NWWS currently utilizes C-band satellite technology that makes any of over 1000 NWS products (text, with graphics and satellite imagery currently being added) available to more than 1400 customers anywhere in the United States and possessions within five seconds of transmission with a demonstrated operational availability in excess of 0.9998. It is the intent of the NWS to continue to operate these systems and, in partnership with the private sector, seek means to make the information delivered by them to an end user more useful, more widely available, and less costly without sacrificing the current levels of timeliness, reliability, and availability. The NWS is interested in methods that utilize the existing infrastructure to deliver NWS information to the end user with little or no recurring cost. To this end, the NWS seeks information and expressions of interest from vendors who can (1) provide a primary telecommunications network for the direct delivery of NWS products from NWS offices and centers located in the continental U.S., Alaska, Hawaii, and Puerto Rico to customers in those areas with service equal to or better than the existing NWWS and NWR systems at a lesser cost, (2) provide secondary, multi-layered dissemination networks that provide additional, different levels of service at lower cost, (3) provide auxiliary delivery services beyond NWWS nodes via a variety of links (telephone, radio, cable TV, pagers, satellite TV etc.), (4) provide hardware and software devices and services necessary to utilize the basic NWS data stream to create interactive displays and alarm mechanisms that directly meet the needs of individuals and groups especially at risk from reported hazardous events, and (5) make innovative, value-added and technical enhancements (hardware and software) available that will allow end users access to the products or additional services in a manner that best fits their individual needs. The Government is interested in directly disseminating this information; that is vital to public safety and welfare and that is currently being provided by the NWS through NWWS, NWR, and other systems such as audio text, graphics, and imagery products; utilizing the most cost effect technologies available. An information package describing the Dissemination Conference can be obtained by calling Ann Radding at (301) 713-1724 ext. 154 or (212) 645-1127. CITE: (I-356 SN014464) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--ELECTRICAL WIRE & POWER EQUIPMENT SOL S-OPRAQ-97-R-0550 DUE 010397 POC Diane Harrison, Contract Specialist, (703) 875-6064, or; Millie DESC: The Department of State is seeking source to provide electrical wire and power equipment for installation on the Department's Television System with 29 channels currently. The successful contractor shall be responsible for the following requirements: Modernization of the existing 12 each. Distribution amplifier locations to allow for full building. 2-Way system operation and 60+ Channel Forward Distribution. Includes: new forward and return amplifiers, equalizers, power supplies, engineering, installation and alignment. Modernization of the existing off-air channel headend equipment and receiving antennas. Includes: new (off-air channel system equipment antennas, mounts and cabling for the 7 EA, existing channels 4, 5, 7, 9, 20, 22, and 26 serviced. Engineering, installation and alignment). Modernization of the existing 22 channel local origination headend. Includes: new system modulators, combiners, post amplifiers and audio/video patch panels as required to interface to existing State Department Feeds. Modernization of the existing 2 EA. Sub-Band close circuit origination channels. Includes: new sub-band origination modulars. Headend sub-band to distribution processors, equalizers and diplexers. The successful contractor shall be responsible for performing above services and for providing the necessary equipment to accomplish the above task. All requests for a copy of the solicitation must be in writing. This is 100% small business set-aside. EMAILADD: andrea@compusearch.com EMAILDESC: CITE: (W-358 SN014639) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: D--ADP SYSTEMS DEVELOPMENT AND PROGRAMMING SERVICES SOL N00189-91-D-0333 DUE 011597 POC Ms. Marchetta Smith (757) 445-4505, Ralph Powell, Contracting Officer (757) 445-4509 DESC: Under Contract N00189-91-D-0333, the Government intends to negotiate on a sole source basis with Lockheed Martin Tactical Systems, Inc. to increase FIP development and maintenance of Combat Direction Systems (CDS)/Tactical Data (TDS)/Command and Decision System Computer Programs. The increased services shall run through 31 March 1997 until the follow-on contract is awarded. The services required by the Officer in Charge, Fleet Combat Direction Systems Support Activity. The estimated cost of the increase is $1,633,783.27. LINKURL: N/A LINKDESC: EMAILADD: HRDET9@MINDSPRING.COM EMAILDESC: CITE: (W-358 SN014642) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DISA/DITCO/DTS22 2300 East Drive, Scott AFB, IL 62225- 5406 SUBJECT: D--SPACE SEGMENT CAPACITY SOL DCA200-97-R-0049 DUE 011097 POC Dawn Underwood, Contract Negotiator, 618-256-9739; Ellen Womack, Contracting Officer, 618-256-9459 DESC: DITCO intends to award a sole source contract to COMSAT World Systems, Broadcast Services Division, 6560 Rock Spring Drive, Bethesda, MD 20817, for seven years (84 months) of space segment capacity in the Atlantic, Pacific, and Indian Ocean Regions. This will be a multi-year contract with no option years. The acquisition which is not reserved for small business is placed under SIC code 4899 with a size standard of $7.5 million. Services required are one each 36 Mhz, full-time, 29 dbW Effective Isotropic Radiated Power (EIRP) at beam edge - premium, global-beam, station-kept, preemptible transponder covering the Atlantic, Pacific, and Indian Oceans for a period of seven years starting on 1 December 1997. Preferred satellites by ocean are as follows: Atlantic - INTELSAT 803 at 338.5 degrees; Pacific - INTELSAT 701 at 180 degrees; and, Indian - INTELSAT 801 at 64 degrees. The transponders are required to deliver full-time the Armed Forces Radio and Television Service-Digital Television-Direct to Ships (AFRTS-DTV-DTS) service consisting of a Scientific-Atlanta PowerVu digitally compressed signal carrying two full-time television services with associated audio consisting of: One, a full-time news channel with national and international news programs from major U.S. networks; and, Two, a full-time entertainment channel with entertainment, sports and limited news programming from major U.S. program producers, networks, and syndicators. Additionally, the AFRTS-DTV-DTS service will include in the digitally compressed signal three audio/radio services and one 128Kbps data service consisting of: Two full-time stereo music services provided by U.S. satellite radio music services; one monophonic radio service providing full-time national and international news and commentary from major U.S. radio networks; and, the data channel carrying daily a "Stripes Lite" newspaper, the Early Bird news, and U.S. Navy command/internal information printed products. Currently only nineteen of 350 U.S. Navy ships can receive live, satellite delivered television of some form in some areas of the world. However, except in the Mediterranean Sea, where a powerful European satellite delivers AFRTS-TV, none of the nineteen ships receives full-time, live U.S. news and entertainment on the high seas. In order to deliver live U.S. television services to a great majority of U.S. Navy ships (225 of 350)and the great majority of the deployed sailors and Marines, the satellite television signal must be delivered to a television receive-only (TVRO) antenna/terminal not exceeding one point two (1.2) meters. Services will incorporate, as an upgrade, the current AFRTS Digital Audio service transponder capacity (3 Mhz) contracted with COMSAT World Systems in the Atlantic on INTELSAT 601 at 332.5 and in the Pacific on INTELSAT 703/702 at 177 which will relieve the government of any termination liabilities for these two transponder capacities. A guaranteed reservation will be placed to hold the space until December 1, 1997. 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. This solicitation is issued as request for proposal DCA200-97-R-0049. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The provision at FAR 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition with no addenda to this provision. All offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition with no addenda. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies, with the following optional clauses being applicable: FAR 52.203-6, Alt I; 52.203-10, 52.219-8; 52.219-9; 52.222-26; 52.222-35; 52.222-36; 52.222-37; and 52.225-19. Additionally, the following contract clauses will apply: FAR 52.217-2, Cancellation Under Multiyear Contracts; DOD FAR 252.212-7000, Offeror Representations and Certifications--Commercial Items; DOD FAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items. The following clauses are part of DOD FAR 252.212-7001: DOD FAR 252.205-7000; 252.219-7003; 252.225-7012; 252- Offers are due at DITCO, Attention DTS22 (Dawn Underwood), 2300 East Drive, Scott Air Force Base, IL 62225-5406, not later than 10 January 1997, 4:00 p.m. Central Standard Time. Inquiries regarding this notice should be directed to Dawn Underwood at 618-256-9739. Award will be made after prices are determined fair and reasonable. EMAILADD: womacke@ditco.disa.mil EMAILDESC: CITE: (W-358 SN014824) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Virginia Contracting Activity, P.O. Box 46563, Washington, DC 20050-6563 SUBJECT: D--ASSOCIATED PRESS TELEVISION (APTV) NEWS SERVICE SOL MDA908-97-R-0005 DUE 012797 POC Contract Specialist, ROBERTA J. FLORES, (202)231-2151 DESC: The Virginia Contracting Activity of the Defense Intelligence Agency intends to issue a commercial sole source solicitation to Associated Press for continuing access to the open-source electronic video newsfeed provided by the Associated Press Televiion (APTV) news service. The contract shall provide for video newsfeed service consisting of international video news reports, raw or roughcut video, and English text scripts and rundowns associated with the video news product. The service shall consist ofscheduled newsfeed segments, and ad hoc breaking events reporting. The newsfeed service shall provide DIA up to the minute reports of world wide events via video satellite link and accompanying electronic message system. The message handling hardware and software are to be provided by the contractor. The newsfeed service shall pay for the phoneline which delivers the script/rundown to the DIN. The contract will conist of a base year period from the date of contract award through September 30, 1997, and one option year period from October 01, 1997 through September 30, 1998. Reference Numbered Note 22. The Contract Specialist is Ms. Roberta J. Flores at (202) 231-215, and the CITE: (I-358 SN014839) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: NASA Langley Research Center, Bid Distribution Office, MS 126, Hampton, Virginia 23681-0001 SUBJECT: D--LEASE AND MAINTENANCE OF MSC/NASTRAN SOFTWARE SOL N/A POC NASA Langley Research Center, Industry Assistance Office, Mail Stop 144, Hampton, Virginia 23681-0001. DESC: Comments are sought in response to the intent of the NASA Langley Research Center to pursue a 2-year extension of a site license existent at the Center for the lease of a general purpose finite-element software system. The software called MSC/NASTRAN version 69 is a NASTRAN finite-element code marketed by the MacNeal-Schwendler Corporation. The finite-element code provides the salient features listed below. The software provides an aeroelastic and flutter analysis, design sensitivity and structural optimization, and superelement capability. The software with superelement capability operates on approximately 60 computer workstations including the following computers: SGI with the IRIX operating system, SUN with the SUNOS operating system, DEC with the VMS and ULTRIX operating systems, IBM with the AIX operating system, and HP with the HP-UX operating system. The site license provides for unlimited use on all workstations and no limitation as to the number of workstations with the software installed. The software provides a macro instruction language, DMAP, which facilitates and simplifies the development of application specific and custom solutions. This language is available to users so that they may develop their own solution sequences to solve particular application problems and may use existing DMAP sequences created previously at the Center. The software contains a set of predefined solutions written in the DMAP language that perform standard finite-element solutions to a wide variety of analysis problems. The solution sequences are available to perform linear static, normal modes, buckling, complex eigenvalue, frequency and random response, steady-state and transient heat transfer, aerodynamic flutter, aeroelastic, implicit non-linear, modal and direct transient, and design sensitivity/optimization analyses. A new flutter method, designated PKNL (PK No Looping), is available to augment the current K, KE, and PK methods. Linear solution sequences are alterable by the user in order to modify and customize solution sequences to the user's requirements. Further, the vendor provides libraries of RFALTERS (rigid format alterations) which the vendor has created to perform specialized tasks. These RFALTERS are callable by the users for inclusion in their analysis solutions. An example would be the provision in the static analysis for stress data recovery and the evaluation of failure indices for the individual plies of laminated composites. The software provides singularity suppression capability, automatic resequencing of internal degrees of freedom to minimize solution times, substructuring capability, automatic dynamic reduction capabilities including the Guyan reduction, a variety of user selectable eigenvalue extraction methods including the Inverse Power, the Givens, the Modified Givens, the Hessenberg, the Householder and the Lanczos methods, component mode synthesis capability where the user is allowed to input the substructures directly with modal parameters and static test data, cyclic, reflective, rotational and axial symmetry capability allowing users to exploit the structural symmetry of a finite-element model to reduce model preparation and processing time, and the ability to analyze laminated composite materials by individual layer. Stress discontinuity calculations are available for plate and solid elements to identify areas of a model which could benefit from mesh refinement. The software is capable of solving problems with degrees of freedom limited by machine capacity only and offers fully automatic restart capability for all solution sequences. The software provides an optional sparse matrix solver for linear statics, Lanczos eigenvalue extraction, frequency response, transient response and nonlinear analyses. The software provides an implicit nonlinear analysis of static and dynamic problems which includes capability to use both geometric and material nonlinear properties with one, two and three dimensional elements. The software provides an extensive library of elements. The library includes bar, beam, curved beam, curved pipe, curved shell, damping, fluid, heat transfer, interpolating constraint, linear strain, mass, stiffness, plate, shear panel, shell, rigid constraint, solid elements, gap, 2-D and 3-D crack tip, and aeroelastic elements. These elements, where applicable, have isotropic, orthotropic, anisotropic, and temperature-dependent material properties. The software also provides specialized elements including solid p-elements in linear dynamic solution sequences, shell and beam p-elements, and curve interface elements for global-local analysis. The software provides several types of applied loads for static, dynamic, and heat transfer analysis including concentrated force and moment, line, pressure, thermal, gravity, and centrifugal force loads, time-and frequency-dependent loads, displacement, velocity, and acceleration dependent loads, follower forces, convection, conduction, and radiation thermal loadings, and enforced displacements, velocities, and accelerations. The software accepts input from the standard user model files, INPUTT2 files, and INPUTT4 files. The software accepts input generated by pre-processing programs such as I-DEAS, PATRAN and other common pre-processing software packages. The software also generates output that is accessible for post-processing such as geometry, stresses, displacements, and mode shapes by other commercial programs such as I-DEAS and PATRAN. Files produced on one computer system are transferable to the other systems for further processing. Database utilities are available which allow databases to be compressed, archived, or transferred between machines. The vendor provides a complete set of hard copy documentation for each system and an extensive set of documentation on CD's. The vendor provides on site training courses covering basic information on the use of the software to perform linear static and normal modes analyses and specialized courses covering advanced topics such as superelement analysis, design sensitivity and optimization, and aeroelastic analysis. The vendor has provided courses available on video tape, suitable for individualized instruction, covering linear static analysis, dynamic and nonlinear analysis, design sensitivities and optimization, and DMAP procedures. The vendor provides users with technical support by telephone during normal business hours. The finite-element software is reliable and provides accurate solutions within the current state-of-the-art in engineering computations. To insure that results will be reliable and accurate, the vendor maintains an aggressive and well documented quality assurance program which controls and assures compliance with industry standard coding practices, design of user interfaces, accuracy of solutions, and accuracy of documentation. The vendor provides an error correction program and has a reporting procedure in place to inform users of possible errors in the software in a timely manner. This information is for planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resulting solicitation for the requirement. Firms responding should indicate whether they are a socially or economically disadvantaged business firm, an 8(a) firm, a small business, and/or woman-owned business. The Government reserves the right to consider a small or 8(a) set-aside based on responses hereto. All responses shall be submitted within 14 days from the date of publication of this announcement. In responding reference SS266. CITE: (I-355 SN014408) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: minerALS MANAGEMENT SERVICE, PROCUREMENT BRANCH, WASC, PO BOX 25165, MS 2730, DFC, DENVER, CO 80225-0165 SUBJECT: D--CATEGORY 5 CABLE PLANTS SOL 7-4006-7002 1435-02-97-RQ-00001 DUE 012997 POC Contract Specialist, Mary Jo Patrick, (303)275-7373 DESC: Purchase of a fully installed category 5 cable plant for Minerals Management Service locations at 770 Paseo Camarillo, Camarillo, CA 93010 and Santa Maria District Office, 222 W. Carmen Lane, Suite 201 Santa Maria, CA 93454. All materials and labornecessary to accomplish the job shall be provided by the contractor as called for in site plans provided by the MMS. Scope: 200 drop locations in Camarillo, CA. 20 drop locations in Santa Maria, CA. Each drop location has 2 to 4 terminated cable drops. Delivery date: February 26, 1996. Award of the contract will be to that source whose proposal offers the greatest value to the government in terms of performance, price and other factors. The anticipated award date is within 30 days from the closing dateof the RFQ. This procurement is reserved for small business. All responsible sources shall submit a written quotation which will be considered by the MMS. No facsimilie or telex quotes will be accepted. The RFQ is not available via electronic data interchange. Send written requests to above address, Attention: Mary Jo Patrick CITE: (I-358 SN014793) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA, Custer National Forest, 2602 1st Avenue North, Billings, MT 59103 SUBJECT: F--HAND TREE PLANTING SOL R1-08-97-04 DUE 030397 POC Contact Point, Contracting, Kathleen Benson, (406) 657-6361 DESC: Solicitation includes a per thousand tree (MTR) microsite hand tree planting contract. 98,200 trees on approximately 238 acres on the Sioux Ranger District and 14,000 trees on approximately 26 acres on the Ashland Ranger District, Custer National Forest. Stock type 2-year old bareroot (2-0). Estimated start work April 7, 1996. CITE: (I-358 SN014723) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services--Potential Sources Sought OFFADD: 14th Contracting Squadron, 555 Seventh St, Suite 113, Columbus AFB, MS 39710-1006 SUBJECT: F--FORESTRY SERVICES SOL F22608-97-R0005 DUE 011597 POC Capt Wickson, 14th Contracting Squadron (601) 434-7822, Fax (601) 434-7764 DESC: HARVESTING OF TIMBER ON COLUMBUS AIR FOR BASE. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. A SOLICITATION IS ANITICIPATED IN JANUARY BUT NOT DEFINITE. THE 14th CONTRACTING SQUADRON AT COLUMBUS AFB, MS IS SEEKING SOURCES TO PROVIDE ALL PERSONNEL, EQUIPMENT, TOOLS, MATERIALS, AND SUPERVISION NECESSARY TO PERFORM FORESTRY SERVICES. THE SERVICES INCLUDE CLEAR-CUTTING, REMOVAL AND SALE OF ALL TIMBER ON OVER 1000 ACRES OF COMMERCIAL FOREST. THE 1000 ACRES INCLUDES 132 ACRES OF HARDWOOD. THE SPECIFICATION ALSO CALLS FOR AERIAL SPRAYING OF 46 ADDITIONAL ACRES. 675 OF THE 1000 ACRES MUST BE CLEARED OF STUMPS AND SLASH, CONTOURED, PREPPED AND SEEDED WITH BERMUDA GRASS. THE REMAINING 300 ACRES MUST BE REPLANTED WITH SEEDLINGS. FINALLY, 76 ACRES MUST BE SELECTIVELY THINNED. INTERESTED FIRMS MUST RESPOND BY 15 JAN 97 WITH LITERATURE SHOWING THE COMPANY'S ABILITY TO MEET THIS REQUIREMENT. DIRECT EXPRESSIONS OF INTEREST AS WELL AS LITERATURE IN WRITING CAN BE DIRECTED TO CAPT WICKSON, 14 CONS/LGCV, 555 SEVENTH ST., ROOM. 113, COLUMBUS AFB MS 39710-1006. PHONE: (601) 434-7822. FACSIMILE: (601) 434-7764/7765. PLEASE INDICATE YOUR COMPANY'S SIZE. EMAILADD: wickson@colgate.col.aetc.af.mil EMAILDESC: CITE: (W-355 SN014424) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: G--Social Services--Potential Sources Sought OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: G--REPAIR/OVERHAUL OF FLOAT VALVES SOL F41608-97-R-34505 DUE 021097 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Medina, C./ldkj/[210]925-8881 DESC: Sources are being sought for Repair/Overhaul of NSN2915-00-349-2159, KC135, Float Valve and NSN 2915-00-919-7409, KC135, Float Valve. A solicitation will be issued in the near future for contract coverage for firm fixed price,two year basic with three one year options. Any firm interested in becoming qualified may submit inquiry to Fax 210 925-8881 or may mail letter request to SA-ALC/LDKJ, BLDG 326, 500 PERRIN, SUITE 3,KELLY AFB TX 78241-6449. Qualifications requirements will be provided to interested sources. POC Chris Medina or Clinton T. Rhea. 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 Qualification Requirements are applicable to this acquisition. Sources are being sought for this acquisition. The approximate issue/response date will be 13 Jan 97. To: Parker-Hannifin Corp, Irvine Ca 92713-1011. To: Boeing Defense And Space Group, Seattle Wa 98124 2499. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. 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-358 SN014680) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: H--ENGINEERING SERVICES SOL F09603-96-R-40050-01 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Kenneth R. Burke/Lkkb/[912]926-0866 DESC: Subject solicitation is hereby amended to say "Basic Requirement of 1 Year plus four succeeding annual options." All other terms and conditions remain the same. CITE: (I-358 SN014816) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 SUBJECT: J--STUB SHAFT SOL F40650-97-Q-0019 DUE 013097 POC Sue Tate, Contract Specialist (615)454-7801 DESC: Arnold Engineering Development Center (AEDC) has a requirement for a discharge-end stub-shaft for an axial flow Allis Chalmers VA-1309/VA1308 compressor which was designed and manufactured in the early 1960's. The discharge end stub shaft must be modified for a 9" bearing. No drawings or specifications are available. This procurement is being considered for a sole source to A-C Compressor Corporation. Responses must be received not later than 15 days after date of publication of this announcement. Firms responding to this synopsis must do so in writing and indicate whether they are or are not a small business, or small disadvantaged business. You may send requests by FAX to (615)454-7330. CITE: (I-355 SN014405) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue Bldg 1289 Se, Hill Air force Base, Ut 84056-5816 SUBJECT: J--LGM 118 SOL F42610-97-Q-0106 01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Cindy Wharton/Lmka/[801]777-4599 DESC: Amended, Change solicitation number to F42610-96-R-60176. As a result of this action solicitation F42610-97-Q-0106 is cancelled for the following: Item 0003 Cylinder Assembly, NSN: 3040-01-2130-??, ST48D103-2, Delivery: 90 days after receipt of reparable end-item, Destn: Hill AFB UT 84056, 2 each. Item 0004 Actuator, Hydraulic, NSN: 3010-01-241-7977AI, P/N: ST8099-1, Delivery: 90 days after receipt of reparable end-item, Destn: Hill AFB UT 84056, 4 each. Extend date to 19 Jan 97. CITE: (I-355 SN014439) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: J--REPAIR/OVERHAUL ROTOR ASSY, HP TURB. SOL DTCG38-97-Q-100022 DUE 011797 POC Contact Linda Hutzler, Contracting Officer, (919) 335-6143 DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends to solicit and negotiate a firm fixed price purchase order on a sole source basis with AlliedSignal Engines of Phoenix AZ for the repair of four(4) EA Rotor Assy, HP Turb. 2840-01-HS1-1451, P/N 3001766-14 used on the U.S. Coast Guard HU25 aircraft. These parts are determined to be "Flight Critical" and will require airworthiness certification. Delivery to ARSC, Elizabeth City, NC is required within 60 days after receipt of material. The Coast Guard does not own, nor can it provide the proprietary specifications for this item. The standard industrial classification (SIC) code for this acquisition is 3724. This item to be delivered to ARSC, Elizabeth City, NC. Facismile requests for the RFQ may be submitted to (919) 335-6496 not later than 1500 on 10 Jan 1997 and should include evaluation/inspection charges, delivery data, and technical data to sufficiently determine capability. 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, please call the OSDBU at (800) 532-1169.. See Notes 22 and 26. CITE: (I-357 SN014467) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: J--REPAIR/OVERHAUL MIDFRAME, INNER ASSY SOL DTCG38-97-Q-100021 DUE 011797 POC Contact Linda Hutzler, Contracting Officer, (919) 335-6143 DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends to solicit and negotiate a firm fixed price purchase order on a sole source basis with AlliedSignal Engines of Phoenix AZ for the repair of one(1) EA Midframe, Inner Assy 2840-01-HS1-0494, P/N 3003152-2 used on the U.S. Coast Guard HU25 aircraft. These parts are determined to be "Flight Critical" and will require airworthiness certification. Delivery to ARSC, Elizabeth City, NC is required within 60 days after receipt of material. The Coast Guard does not own, nor can it provide the proprietary specifications for this item. The standard industrial classification (SIC) code for this acquisition is 3724. This item to be delivered to ARSC, Elizabeth City, NC. Facismile requests for the RFQ may be submitted to (919) 335-6496 not later than 1500 on 10 Jan 1997 and should include evaluation/inspection charges, delivery data, and technical data to sufficiently determine capability. 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, please call the OSDBU at (800) 532-1169.. See Notes 22 and 26. CITE: (I-357 SN014468) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc/Aircraft Directorate, 375 Airlift Drive-Suite 1, Kelly Afb Texas 78241-6334 SUBJECT: J--FLIGHT MANAGEMENT SYSTEM SOL F41608-97-R-54513 DUE 021097 POC For copy, Borrego, R./laka/[210]925-5434, For additional information contact Borrego, R./laka/[210]925-5434 DESC: The USAF proposes to issue a Request For Proposals (RFP) calling for support of the Flight Management System (FMS) 800 Multifunction Control Display Unit of the C-5 transport aircraft. The FMS 800 controls specific communication and navigation systems, and provides Global Positioning System (GPS) capability. The FMS 800 will consist fo the essential repair, modification, update services and software maintenance of the components of the system. The contractor will furnish all plant facilities, labor, and equipment necessary to perform essential repair, calibration and functional testing required to restore reparable items to a serviceable condition. All repairs and testing shall be done in accordance with the manufacturer's repair specifications. The RFP will call for a firm-fixed-price, five year requirements contract with a one-year bsic ordering period and 4 one-year option ordering periods. Government furnished material/Government furnished parts are not authorized. Inspection system shall meet or exceed Mil-I-45208A and paragraphs 3.3 and 3.5 of Mil-Q-9858A or commercial equivalent. Delivery schedule is 90 days after receipt of reparable assets. Quantity to be repaired is a Best Estimated Quantity (BEQ). The five (5) components of the FMS 800 are listed as the following five line items. 0001 NSN: 4920-01-433-6085lh NOUN: Bus System Interface Unit #1 and #2 P/N: 822-0993-001 Predominant Material: Electronic components Form, Fit and Function: interfaces with the navigation system 0002 NSN: 4920-01-432-4233LH NOUN: Bus System Interface Unit #3 P/N: 822-0994-001 Predominant Material: electronic components Form, Fit and Function: interfaces with the navigation system 0003 NSN: 5826-01-432-9660 LH NOUN: Control Display Unit P/N: 822-0942-001 Predominant Material: electronic components Form, Fit and Function: displays navigation and communication information to the pilot. 0004 NSN: 7025-01-433-3126LH NOUN: Data Loader/Transfer Device P/N; 622-9731-001 Predominant Material: electronic components Form, FIt and Function: loads the flight plan and other data of the flight. 0005 NSN: 7045-01-433-3168LH NOUN: Data Cartridge P/N: 822-0952-001 Predominant Material: electronic components Form, Fit and Function: transfers information from ground station to the data loader. BEST ESTIMATED QUANTITIES ITEM PART NUMBER YR 1 YR 2 YR 3 YR 4 YR 5 0001 822-0993-001 2 EA 12 EA 18 EA 25 EA 25 EA 0002 822-0994-001 2 EA 12 EA 18 EA 25 EA 25 EA 0003 822-0942-001 4 EA 12 EA 18 EA 25 EA 25 EA 0004 622-9731-001 2 EA 8 EA 12 EA 20 EA 20 EA 0005 822-0952-001 6 EA 10 EA 15 EA 30 EA 30 EA Government furnished drawings and specifications are not available. Fax number (210)925-8812. The approximate issue/response date will be 10 Jan 97. To: Rockwell International Corp, Cedar Rapids Ia 52402-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22. CITE: (I-358 SN014686) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc/Aircraft Directorate, 375 Airlift Drive-Suite 1, Kelly Afb Texas 78241-6334 SUBJECT: J--VALVE ASSY, HYDRAULIC SOL F41608-97-R-54544 DUE 021097 POC For copy, Fax request to LAKA at (210)925-8812, For additional information contact Sifuentes, L./laka/[210]925-7121 DESC: Teardown analysis and essential repair as required to restore reparables to a serviceable condition IAW T.O. 9H8-3-104-1 and applicable Appendix C. Noun: Valve Assy, Hydraulic Appl. C5 Acft NSN:1650-00-241-8862LH P/N:4H90007-107A and 8545504-1 Size: 8.35 lbs, approximately 5"x2.5" dia.x5" Predominate Material of manufacture: unknown Procurement Specification: MIL-H-5606, MS28778-16 Function: Regulator senses input hydraulic fluid flow rate, temperature, and output pressure; in response to these inputs, it regulates pressure outlet hydraulic fluid flow from the Ram Air Turbo pump. Government furnished drawings and specifications are not available. Facsimile no. 210-925-7121 The approximate issue/response date will be 10 Jan 97. To: Lockheed Corporation, Marietta Ga 30063-0000. To: Allied Signal Inc, Phoenix Az 85072-2181. 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. CITE: (I-358 SN014687) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: J--F-16 REPARABLE END ITEM SOL F42620-97-R-20456 DUE 021197 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Aircraft Services/Lfks/[801]777-5870 DESC: The Government intends to establish a requirements type contract for essential repair of F-16 reparable end items. Work shall be accomplished IAW Appencides A, B and C. Request contract coverage for two years. Item 0001 Symbol Control, NSN 1270-99-736-0404WF, P/N: 229-026241-07,-06,- 05, or NSN: 1270-01-170-9667WF, P/N: 229-026241-01,03,04, 3 each. Item 0002 HUD DU, NSN 6605-99-370-8249WF, P/N: 79-077-10-01K, NSN: 1270-99- 251-2706WF, P/N: 79-077-06-01K or NSN: 1270-99-771-4187WF, P/N: 79-077-05- 01J or NSN: 1270-01-207-3248WF, P/N: 79-077-04-01J or NSN: 1270-01-206- 7967WF, P/N: 79-077-99-01D or NSN: 1270-01-206-7966WF, P/N: 79-077-99-01C or NSN: 1270-01-206-7965WF, P/N: 79-077-98-01H, NSN: 1270-01-193-8096WF, P/N: 79-077-02-01D or NSN: 1270-01-157-8217WF, P/N: 79-077-01-01A,02-01C, 300 each. Item 0003 Tube Unit Assy NSN: 1270-99-735-6356WF, P/N: 229-026253-03 or NSN: 1270-01-173-0441WF, P/N: 229-026253-01,02, 500 each. Item 0004 Chasis Wrd, NSN: 1270-99-720-7737WF, P/N: 229-026251-05 or NSN: 1270-99-735-6357WF, P/N: 229-026251-04 or NSN: 5999-01-173-5127WF, P/N: 229-026251-01,02,03, 43 each. Item 0005 Symbol output, NSN 5962-01-170-9665WF, P/N: 229-026239- 01,02,03,10, 40 each. Item 0006 Analog input, NSN: 5999-99-776-6882WF, P/N: 229-026249-05,06,07 or NSN: 5998-01-173-0665WF, P/N: 229-026249-01,03,04, 100 each. Plus 27 additional items. Delivery: 30 days after receipt of reparable end item or funded order whichever is later. Destn: Hill AFB UT 84056 To include all required reports and data. 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)1(II)-(A)4 have been waived as it is unreasonable to comply at this time. These qualification requirements apply to line item(s) all The approximate issue/response date will be 09 Jan 97. To: Gec-Marconi Avionics Inc, Atlanta Ga 30366-1999. 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. The estimated quantities are not the total requirements of the government, but are an estimate of quantities that may exceed what the government activity may furnish within its own capabilities. 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-358 SN014698) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: J--F-16 REPARABLE END ITEM SOL F42620-97-R-20476 DUE 021197 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Aircraft Spares/Lfke/[801]777-5777 DESC: The Government intends to establish a requirements type contract for essential repair of F-16 reparable end items. Work shall be accomplished IAW Appendices A and C. Request contract coverage for a Basic and 1 option year. Item 0001 Optical Modual, NSN: 1270-99-736-0412WF, P/N: 229-026911-02, or NSN 1270-01-173-0442WF, P/N: 229-026911-01; 75 each. To include all required reports and data. Delivery: 30 days after receipt of reparable end item or funded order whichever is later. Destn: Hill AFB UT 84056 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)1(II)-(A)4 have been waived as it is unreasonable to comply at this time. These qualification requirements apply to line item(s) all The approximate issue/response date will be 09 Jan 97. To: Gec-Marconi Avionics Inc, Atlanta Ga 30366-1999. 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. The estimated quantities are not the total requirements of the government, but are an estimate of quantities that may exceed what the government activity may furnish within its own capabilities. 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-358 SN014699) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: J--MECHANICAL MAINTENANCE SOL F42650-97-R-0031 01 POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional information contact Jim Braddock/Pkoss/[801]775-2365 DESC: Amended, Contractor shall be required to provide all personnel, equipment, tools, materials, parts, supervision, engineering services, and any other items and/or services necessary to perform mechanical maintenance and repair of AC Units, Chillers, and Boilers located in Building 891, OO-ALC. This procurement will be conducted using regular negotiated procedures. Period of performance is expected to begin from the date of award through 30 Sep 97, including four one- year option periods. A fifth option period for less than a year may be added making the potential contract duration five years. CITE: (I-358 SN014712) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: J--UPGRADE OF OVERHEAD CRANE HOISTS SOL F42650-97-R-A045 DUE 021097 POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional information contact Rochelle Ombach/Pkos/[801]777-1330 DESC: Design fabricate, assemble, upgrade, test, demonstrate, and delivery new controls for all the overhead cranes in use at the Little Mountain Shock and vulnerability integration center (S&VIC). Delivery: 45 days ARO The approximate issue/response date will be 09 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. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. This proposed procurement is under a 100 percent small business set aside, the size standard for which is 500 employees. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 1. CITE: (I-358 SN014714) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Department of the Interior, U.S. Geological Survey, Office of Acquisition and Federal Assistance, Mail Stop 205B, Room 6A331, 12201 Sunrise Valley Drive, Reston, VA 20192 SUBJECT: J--MAINTENANCE OF INTERGRAPH HARDWARE SOL 1434-HQ-98-SS-00402 DUE 040197 POC Karen Phillips (703)648-7372 (contact), M. Russell (703)648-7366 (CO) DESC: J--The U.S. Geological Survey (USGS) has a requirement for preventative and on-call maintenance for Intergraph hardware (servers and workstations). The hardware to be maintained is located in Reston, Virginia; Rolla, Missouri; Menlo Park, California; and Denver, Colorado. Multiple awards for each of the different locations may be made at the option of the Government. Options for additional systems bought in the future will be included. Some of the systems are located in secure facilities that require the Contractor to have a high level security clearance. The anticipated period of performance for this contract will be a base year with four option years. Requests for Solicitation No. 1434-HQ-98-SS- 00402 must be in writing; no telephone requests will be honored. This requirement is not a small business set-aside and is subject to the availability of funds. All responsible sources may submit an offer which will be considered. CITE: (I-358 SN014721) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: VA MEDICAL CENTER, 3350 LA JOLLA VILLAGE DRIVE, SAN DIEGO, CA 92161 SUBJECT: J--DI WATER TREATMENT SYSTEMS SOL IFB-664-084-96:CT POC Charlene Tyson, Contracting Officer DESC: Notice: Solicitation number IFB-664-084-96:CT, issue date 10/15/96; due date 11/18/96, for the DI Water Treatment System at the VA Medical Center, San Diego, CA is hereby cancelled due to changes in requirements. This solicitation may be solicited at a later date. CITE: (I-358 SN014734) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT, 1300 E AVENUE, FORT LEE VA 23801-1800 SUBJECT: J--ACQUISITION OF MAINTENANCE SERVICES ON MATERIAL HANDLING EQUIPMENT (MHE) FOR THE DEFENSE COMMISSARY AGENCY LOCATED AT VARIOUS COMMISSARIES WITHIN THE DECA NORTHEAST REGION SOL DECA01-97-R-0027 DUE 020697 POC Contract Specialist Victoria Vandermier (804) 734-8608 (Site Code DECA01) DESC: Perform maintenance service on material handling equipment (MHE) for Government owned equipment located at various stores within the Defense Commissary Agency's Northeast Region in accordance with the Government's Statement of Work. Base period is onor about 1 March 1997 through 28 February 1998, with two option years. This solicitation will be issued on an unrestricted basis. The Standard Industrial Calssification code is 7699 and the business size standard in $5 million. Requester's business size mut be included on each request for solicitation. This solicitation will be issued on or about 6 January 1997 with a tentative bid opening date of 5 February 1997. All requests for copies of this solicitation must be in writing and may be addressed to: Defense Commissary Agency, OC-RAVS, 1300 E Avenue, Fort Lee, VA 23801-6390, ATTN: Vicki Vandermier. Requests should include telephone and facsimile numbers of requeste. CITE: (I-358 SN014843) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: US ARMY ARDEC, AMSTA-AR-PCM-I, B-9, PICATINNY ARSENAL NJ 07806 SUBJECT: J--A -- BALLISTIC TELEMETRY TRANSMITTERS SOL DAAE30-97-R-1012 DUE 122096 POC Jeffrey S. Fleming, Contract Specialist, 201-724-5742, Eric J. Bankit, Contracting Officer, 201-724-4177 (Site Code W15BW9) DESC: N/A CITE: (I-358 SN014848) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: DIRECTORATE OF CONTRACTING, UNITED STATES MILITARY ACADEMY, BUILDING 681, WEST POINT NY 10996 SUBJECT: J--DRYDOCKING, CLEANING, PAINTING AND REPAIRS TO US ARMY VESSEL SOL DAMA01-97-Q-0079 DUE 012797 POC Contract Specialist CHRIS LILLY (914) 938-2221 (Site Code DAAG60) DESC: Work to be performed at contractor's facility. The completion date will be 60 days after award of the purchase order. Requests for copies of the quotation shall be made by FAX (914-938-5855) or by telephone (914-938- CITE: (I-358 SN014857) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--FLIGHT CONTROL BOX SOL F09603-97-Q-40002 DUE 021097 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Patsy Johnson/Lkkb/[912]926-0082 DESC: Subject solicitation is initiated to obtain an urgent repair contract in support of MQM-107. Simplified Acquisition Procedures (SAP) apply in accordance with FAR part 13. There will be one (1) option of 1-4 each included. To obtain a copy of solicitation package send a written request or a FAX (912) 926-7572. The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 17 Mar 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. nnnn All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve you concerns. Offers in response to solicitations under ten million dollars may be evaluated using the competition for performance program as follows: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and Past performance factors as detailed in the solicitation. CITE: (I-358 SN014866) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: J--REPAIR OF COOLER POWER SWITCH SOL FD2050-96-R-29814 DUE 021097 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Golden, V./ldkac/[210]925-6534 DESC: ESSENTIAL REPAIR OF THE ITEM LISTED BELOW. COOLER POWER SWITCH, NSN 4920-01-130-2292DQ, P/N 612500-291, QUANTITY 6 EA, DELIVERY 30 DAYS AFTER RECEIPT OF REPARABLES. THE CONTRACTOR MAY CONTACT SA-ALC/TILDP (210) 925-6084 FOR INSTRUCTIONS FOR VI EWING OR PURCHASING APPLICABLE TECH DATA. The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 10 MAR 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. See Note (s) 26. CITE: (I-358 SN014889) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: 452 Operational Contracting Office, 820 Baucom Ave NW Suite 101, March ARB CA 92518-2260 SUBJECT: J--LAND MOBILE RADIO (LMR) MAINTENANCE SOL F04605-97-B0001 DUE 013197 POC Pat Jackson, Contract Specialist, (909) 655-3227 or Roger A. Whitman, Contracting Officer, (909) 655-2414. DESC: Sealed bid. Land Mobile Radio (LMR) maintenance at March Air Reserve Base CA. Indefinite Delivery contract for 1 Apr 97 through 30 Sep 97 with options to extend the contract through 30 Sep 2001. Copies of the solicitation will be made available upon written or faxed requests. Our fax number is (909) 655-3772. No telephone requests will be honored. All responsible sources may submit an offer which will be considered. CITE: (M-358 SN014905) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: GSA, PMC, Contracts Section (4PMB),Medical Forum Suite 600,950 22nd Street North,Birmingham,AL 35203-1126 SUBJECT: J--FULL BUILDING OPERATIONS AND SOL GS-04P-97-CXC-0003 DUE 021597 POC Contact,Inez Deavers,205/731-0135,Contracting Officer,Joy V. Walker,205/731 - -0135 DESC: Provide full building operation & mechanical maintenance including elevator maintenance at the FB-CH, Jasper, AL; FB-CH, Tuscaloosa, AL; FB-PO-CH, Cullman, AL; and FB, Huntsville, AL. Ballistic Missile Center, Huntsville, AL preventiv e maintenance only. Estimated cost $150,000- $250,000. Solicitation to be issu ed on or about 01/14/97. The estimated contract period will be one year commenc ing on or about 04-01-97, with four 1-year options. Not all locations will comm ence 04-01-97. Some start 09-01-97. SIC is 7349. When requesting a bid, provi de information as to whether your organization (together with its affiliates) is a large or small business. The proposed procurement is under a 100 percent sma ll business set aside. Written or FAX request only (205)731-0138, Attn: Doris H ampton. Telephone request not honored. CITE: (I-358 SN014927) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: J--BARGE OPERATIONS & MAINTENANCE SOL N00406-94-c-4106 DUE 010597 POC D. Clemens DESC: Fleet & Industrial Supply Center Puget Sound intends to modify contract N00406-94-C-4106 to add eight additional months to a contract for operations and maintenance of the Government-owned M241 Test Barge located a Fox Island WA. This contract modification is being negotiated on a sole source basis with lockheed engineering & sciences Co. of San Diego, WA, this notice is published for information only. Additional sources are not sought at this time. No solicitation package is available. The estimated value of this action is over $25,000 but under the simplified acquisition threshold. CITE: (I-358 SN014954) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (v), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 E. Main St., Suite 600, Norfolk, VA 23510-9102 SUBJECT: J--DOCKSIDE REPAIR OF THE USCGC SENECA (WMEC 906) SOL DTCG80-97-B-3FA760 DUE 022597 POC Contact Mr. Louis Romano, Contract Specialist (757) 628-4651 DESC: Provide all labor, material, and equipment necessary to perform dockside repairs including, but not limited to the following Minimum Items: 1)Clean and Inspect Heat Exchangers. 2) Renew line-up Light Assemblies. 3) Renew Ventilation Duck Work & Overhaul vent Motors. 4) Clean ventilation system. 5) Renew HVAC Unit. 6) Install magazine sprinkler valves. 7) Replace potable water tank level indicator. 8) Overhaul countermeasure washdown valves. 9) Replace hydraulic oil fill piping. 10) Replace anchor windlass starboard control. 11) Overhaul hangar drive mechanisms and hangar door. 12) Inspect talon gird installation. 13) Install man overboard recovery station. 14) Renew pilot house windows. 15) Clean and inspect JP-5 fuel tanks. 16) Clean and Inspect sewage & grey water collection & holding tanks. 17) Renew deck covering. 18) Reconfigure shipboard supply storage spaces. 19) Provide temporary logistics. Indefinite Items Include, but not limited to the following: 1) Minor coating repair. Vessel's homeport is Boston, MA. Vessel length is 270 Foot "B" Class Medium Endurance Cutter. Vessel availability schedule is 05 May 1997 for (42) days. The place of performance for this vessel is not geographically restricted. Work will be performed at Vessel's Homepier. There will be a non-refundable charge of $100.00 required in the form of a certified check or money order payable to the U. S. Coast for requested drawings. All other referenced documents are available for viewing at 300 East Main Street, Suite 600, Norfolk, VA. The proposed contract listed here is apart of the Small Business Competitiveness Demonstration Program. Plans and specifications will be issued on or after 18 Dec 96. All responsible sources may submit a bid which shall be considered by the United States Coast Guard. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization has programs to assist minority, women owned and disadvantage business enterprises to acquire short term working capital and bonding assistance for transportation related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to 500,000 per contract. DOT provides an 80 percent guaranty on the bond amount to a surety against losses. For further information and applicable forms concerning the (STPL) and Bonding Assistance Program, please call (800) 532-1169. CITE: (I-358 SN014965) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: J--REPAIR OF CRASH DAMAGED HH-60H SOL N/A POC Contact, Emily Harman, Phone (703)604-2000 DESC: The Naval Air Systems Command intends to negotiate an order against Basic Ordering Agreement N00019-96-G-0022 with Sikorsky Aircraft Corporation (SAC), Stratford, Connecticut for the repair of crash damaged HH-60H helicopter BuNo 163787 at Naval Station, Mayport, Florida. SAC is the sole developer and manufacturer of the HH-60H and has the expertise, technical data, equipment, and experienced personnel necessary to repair the aircraft in the required timeframe. Detailed data packages do not exist. See note No. 22 - NAVAIR Synopsis No. 30193-96. CITE: (I-358 SN014974) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: Sacramento Alc/Pkxd, 3200 Peacekeeper Way/Suite 9, Mc Clellan Air Force Base Ca 95652-1034 SUBJECT: J--SUBCONTRACTING SYNOPSIS SOL F04735-97-R-QL03 POC For copy, contact the info office indicated., For additional information contact Evans.Q1e/Qlu/[916]643-1051 DESC: Sacramento ALC/QLU proposes to solicit Lockheed Martin Skunk Works (LMSW) to prepare a Statement of Work (SOW) for an umbrella F-117A Depot-level Weapon System Support Contract beginning on 1 Oct 97. The SOW shall consolidate tasks currently performed on the LMSW FY97 sustaining contract and tasks presently performed by the F-117A System Program Office (SPO). The SPO includes the Development System Program Office. The Organizational and Intermediate Maintenance and Base Supply activities at Holloman AFB NM are not included in this workload. Functions now performed by the SPO which are expected to be contained in the umbrella contract are: Acquisition Management, R&M Modification Management, Systems Engineering Management, Configuration Management, Tech Order Management, Inventory Management, Component Repair/Buy, Readiness Spares Package Management, MICAP Program Management, Subcontract Management, Warehousing/Transportation, Security Management. It is the Government's position that LMSW, as the F-117A prime contractor, is the only potential responsible source. LMSW currently possesses the required engineering expertise, technical data, equipment, facilities and personnel to accomplish this effort. The Government did not purchase reprocurement data for this weapon system or for any of the subsystem components. LMSW maintains proprietary data rights for processes and specifications, including those for low observation techniques/components and those required to ensure the stealth capability of this aircraft. This synopsis is issued for subcontracting purposes only. Interested subcontractors should contact: Lockheed Martin Skunk Works (LMSW) 1011 Lockheed Way Palmdale CA 93599-1287. Contracting Officer: Danny H. Evans. CITE: (I-358 SN014832) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Sa-Alc/Directorate Of Aerospace Fuels, Sfk Building 1621, 1014 Andrews Rd., kelly Afb, Texas 78241-5603 SUBJECT: K--LIQUID NITROGEN, TYPE II, GRADE B SOL F41608-97-B-90221 DUE 031197 POC For copy, PKX, Fax Number (210)925-6004, For additional information contact Martinez, Rebecca/Sfk/[210]925-1175 DESC: Line Item 0001, NSN 9135-00-965-2526, Liquid Nitrogen, Type II, Grade B, IAW MIL-PRF-27401D, dated 3 Oct 95. For award of a two-year fixed price indefinite delivery requirements contract, with provisions for three 1-year option periods to extend the orderingperiod by 36 months. This is a new _____________ requirement. The effective date is 1 July 1997. The BEQ for the two years ___________ is 11,000 tons. The total BEQ for the option periods is 30,000 tons. Various sources. Deliveries are required within 24 hours of receipt of delivery order or schedule. FOB destination delivered to Lockheed Martin, Newtown, PA, via contractor-furnished tank truck into contractor-furnished storage vessels. Line Item 0002-Services for delay and standby time. Line Item 0003-Services (tank lease) of five (5) 11,500 storage tanks; three (3) fixed pressure @45 psi; and two (2) variable pressure up to 230 psi. Supplies and pressure builds manifold together for four (4) of the tanks with the ability to valve one of the four off boost pressure to provide backup for tank 5. Tank 5 shall run at 180-230 psi and shall have its own ambient vaporizer capable of maintaining the pressure. Line Item 0004-Data IAW DD Form 1423-1. Sources: Various Item 0002 18. Same information as stated above. Item 0003 19. Same information as stated above. Item 0004 20. Same information as stated above. Specifications only apply. The approximate issue/response date will be 07 Feb 97. The anticipated award date will be 28 Mar 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 9. CITE: (I-358 SN014878) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: K--MODIFICATIONS TO BARGE CONTAINMENT STRUCTURE SOL N00406-96-C-4102 DUE 010597 POC D. Clemens DESC: Fleet & Industrial Supply Center Puget Sound intends to modify contract N00406-96-C-4102 to add a 9' x 9' equipment door to a barge containment structure and to modify the door headers to clear interferences between the barge and the rolling shelter. This contract modification is being negotiated on a sole source basis with Fisherman's Boat Shop of Everett WA. This notice is published for information only. Additional sources are not sought at this time. No solicitation package is available. The estimated value of this action is over $25,000 but under the Simplified Acquisition Threshold. CITE: (I-358 SN014955) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: L--TECHNICAL REPRESENTATIVE SERVICES SOL DTCG38-97-Q-100018 DUE 011796 POC Contact Linda Hutzler, Contracting Officer, (919) 335-6143 DESC: The U. S. Coast Guard Aircraft Repair & Supply Center has a requirement for Technical Representative Services trained and experienced in the ATF3-6-4D turbofan engine and GTCP-100C auxilliary aircraft. The technical representative will be permanently based at ARSC in Elizabeth City NC and will be required to visit and revisit the various Coast Guard HU-25 operating units to perform on the job training, assist in troubleshooting, evaluate damage and assist with repairs. AlledSignal Inc., AlliedSignal Engines, P.O. Box 52181, Phoenix AZ 85072-2181 is considered to be the only known qualified source that can provide these Technical Representative servics. In the absence of other qualified sources it is the intent of the Government to negotiate a sole source contract under "other that full and open competition" procedures, pursuant to 41 U.S.C.253(c)(1)-only one responsible source. Facismile requests for the RFQ may be submitted to (919) 335-6496 not later than 1500 on 10 Jan 1996 and should include prices and technical data to sufficiently determine capability. 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, please call the OSDBU at (800) 532-1169.. See Note 22. CITE: (I-357 SN014466) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: DOD/Support Services Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: L--TECHNICAL REPRESENTATION SERVICES SOL DTCG38-97-Q-S00004 DUE 011097 POC Contact Sherri Herring, (919) 335-6491 DESC: This is a combined synopsis/request for quotation 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 request for quotation; proposals are being requested and a written request for quotation/solicitation will not be issued. The request for quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 90-41. This is an unrestricted requirement. The Standard Industrial Classification Code is 8711. The small business size is 2.5 million in annual receipts. The USCG intends to negotiate and award a purchase order to Lockheed Martin Aeronautical Systems Support Company for Technical Representative Services to assist Coast Guard engineering, technical, and maintenance personnel at ARSC and field units in resolving technical, maintenance, product reliability, product support, and supply problems related to airframe components and systems on the HC-130. The Technical Representative must have access to complete and current technical drawings of airframe components and systems and be able to interpret drawing requirements, access to component design and test data and manufacturing process specifications are required. ?Qty 104 mandays. The Technical Representative will be based at USCG, Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001. Final acceptance shall be at destination. Interested parties should call for a detailed statement of work. Closing date and time for receipt of offers is 10 January 1997, 3:00pm, Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via Fax Number (919)335-6496. FAR provision, 52.212-2 does not apply in that award will be made to the offeror who submits the lowest price meeting the USCG's requirements. Offerors are instructed to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications -- Commercial Items: with their bid. If a copy of this certification is needed, it may be requested by calling the contact number identified above. Offers may be submitted on company letterhead stationery indicating the nomenclature, part number, unit price and extended price for the items offered; plus the FOB point, and any discount offered for prompt payment, and the business size standard and any minority classification. The offer must be signed by a company representative authorized to commit the company. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.212-1 Instructions To Offerors -- Commercial Items (Oct 1995) FAR 52.212-2 Evaluation -- Commercial Items (Oct 1995) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jun 1996) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 1995) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items. (Aug 1996) FAR 52.222-26, Equal Opportunity (Apr 1984) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1984) FAR 52.222-36, Affirmative Action for Handicapped Workers (Apr 1984) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Jan 1988) FAR 52.225-3, Buy-American Act--Supplies (Jan 1994) Defense Priorities and Allocations System Rating: DO-A1. 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 disadvantage 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 please call the OSDBU at (800) 532-1169. CITE: (I-358 SN014803) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: San Diego Satellite Printing Procurement Office, U.S. Government Printing Office, 2221 Camino Del Rio South, Suite 109, San Diego, CA 92108 SUBJECT: M--OPERATION AND OR MAINTENANCE OF GOVT. OWNED FACILITY SOL Program 6950-S POC Contracting Officer, E.P. Hall-Splendorio, (619) 497-6050. DESC: The U.S. Government Printing Office San Diego is soliciting proposals on a full and open competitive basis from qualified organizations to award a 5 year contract (incl. 2 option years) to provide all personnel, equipment, tools, materials and supervision to manage, staff, operate and maintain all aspects of high speed copying/duplicating/reproduction services producing unclassified and classified materials in house, on-site at various facilities. Prebid conference scheduled for 1/10/97. Bids open approx. 1/30/97. Bid request on firm's letterhead. CITE: (M-358 SN014669) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: GSA, Federal Telecommunications Services, (TFB--Room G-219), 18th & F Streets, NW, Washington, DC 20405 (202) 501-1401 SUBJECT: M--AUTOMATIC DATA PROCESSING AND TELECOMMUNICATION SERVICES POC Fred Hargrove, Contract Specialist (202) 501-1401; Deborah Ward, Contracting Officer (202) 501-2518. DESC: The General Services Administration (GSA) intends to issue a Delivery Order against the existing Library of Congress FEDLINK Basic Ordering Agreement Number 174045-BOA to renew a subscription with West Publishing Co./West Services, Inc. for the continued use and access of their nationwide database. This subscription is for on-line electronic retrieval from databases that provide full text access to legal information, along with on-site free training and telephone support. Services will be provided for fiscal year 1997. This acquisition is considered to be non-competitive because the required services are only available from West Publishing Co./West Services. Some of the services offered are: WIN, FULL-TEXT PLUS, DIALOG, JUMP, KEY NUMBER SERVICE, SHEPARD'S PREVIEW AND EZ ACCESS. These services are exclusive to Westlaw. Service will not be limited to central office. Use of the Library of Congress FEDLINK Contract is essential to ensure continuation of services. This system has custom features for GSA. No telephone calls will be accepted. Responses should be in writing and include technical information sufficient to determine capability. See Numbered Note 22. CITE: (M-358 SN015001) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: N--Installation of Equipment OFFADD: Naval Air Warfare Center Tsd, 12350 Research Parkway, Orlando, FL 32826-3275 SUBJECT: N--PURCHASE AND INSTALL MODIFICATION KIT SOL N61339-97-Q-0303 DUE 011597 POC Linda Hill, (407) 380-3107. DESC: Purchase And Install Modification Kit, Qty: 00000001, EA; sole source parts are manufactured by Litton Guidance and Control Systems. This includes the purchase and installation of one each Triple-S (Synchronous Self-Shifting) clutch kit. Installation to be performed at the Device 19E3 site in Great Lakes, IL. The government will only accept quotes for new parts. No telephone request for solicitation will be accepted. FAX number is (407) 380-8318. Simplified Acquisition Procedures apply; See Notes 022. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. CITE: (M-358 SN015004) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: Bureau of Prisons, Federal Correctional Institution, McKean County, Pennsylvania, P.O. Box 5000, Bradford, PA 16701 SUBJECT: P--FOOD SERVICE GREASE TRAP PUMPING POC Peter Digel, Contracting Officer, (814) 362-8900, Ext. 418. DESC: The Federal Correctional Institution--McKean has a requirement to pump (2) food service grease traps at the Federal Correctional Institution and Federal Prison Camp--McKean, Lewis Run, PA. Facsimile requests for specifications can be sent to Peter Digel at (814) 362-1873. CITE: (M-358 SN014912) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: General Services Administration, Public Buildings Service, Room 1300, 18th & F Sts., NW., Washington, DC 20405 SUBJECT: P--CONFERENCE PLANNING/MEETING PLANNING SOL CAFP-96-00010 DUE 011597 POC Vivian P. Smith, (202) 501-2971, Contract Specialist. DESC: The General Services Administration, (GSA) 18th & F Streets, NW., Washington, DC 20405 intends to procure a Conference Planner/Meeting Planning under a Blanket Purchase Agreement in accordance with the Simplified Acquisition Procedures on a 100% small business set-aside basis (See FAR Clause 52.219-6). The contractor is expected to provide services for meeting planning, logistical planning, marketing, budget preparation, pre-registration, on-site logistics planning and overall post meeting evaluation for PBS program offices. The anticipated period of performance will be from date of award to September 30, 1997. The Request for Quotation (RFQ) will be evaluated on a low cost, technically accepted basis including past performance, experience, price and other factors. A technical proposal will be required. Firms requesting a copy of the RFQ must identify RFQ-CAFP-BPA-97-00022. For technical questions, contact Virginia McDonald on (202) 501-9165. Point of contact for copy of the RFQ is Vivian Smith on (202) 501-2971. TELEPHONE REQUEST WILL NOT BE ACCEPTED. Facsimile request will be accepted on (202) 501-1489. Sic codes are 8741 & 8742. Closing date is January 15, 1997. Quotes received after the closing date will not be considered by the Government. THIS REQUIREMENT IS FOR THE WASHINGTON METROPOLITAN AREA ONLY. CITE: (M-358 SN014998) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: VA Medical Center, Contracting Officer (90C), 4100 West Third Street, Dayton, OH 45428 SUBJECT: Q--CONTRACT FOR RHEUMATOLOGY SERVICES SOL RFP 552-18-97 DUE 021397 POC Donna Robinson 937-267-3993, Contracting Officer Christopher E. Yancey, 937-267-3994. DESC: Scarce Medical Specialist Services: Perform Rheumatology Services at the Department of Veterans Affairs Medical Center, Dayton, OH one day a week for four hours. The contractor will be required to examine all patients at the VA Medical Center that have been scheduled in the Rheumatology Clinic for both routine and emergency exams. Perform routine rheumatology testing as well as diagnosis and treatment of all and any rheumatological disorders. The physician shall be responsible to determine if any patients require admissions to the hospital. In addition, the Rheumatologist shall be responsible for obtaining any necessary consultations or other procedures or exams as deemed proper for the care of the patient. The physician shall receive calls and or communications from surgical residents and consultant physicians regarding patients to be seen in the clinic and those scheduled for surgery. The physician shall be responsible for determining if a patient requires consultation or transfer to another facility. All physicians entering into this contract must meet the credentialling requirements of this Medical Center and must be Licensed and Board Certifiable. The awarded contract will be one year in duration and will have two one year options. Interested parties may request a copy of the solicitation "RFP 552-18-97" via fax (937) 262-2138 or by mail. Issue date 12/26/96. CITE: (I-358 SN014771) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Park Service Harpers Ferry Center Office of Procurement P.O. Box 50, Taylor Street Harpers Ferry, West Virginia 25425-0050 SUBJECT: R--NATIONAL PRISONER OF WAR MUSEUM EXHIBITS, ANDERSONVILLE NATIONAL HISTORIC SITE SOL 1443-RP-1100-97-005 DUE 022197 POC Kimberly Strite, Contract Specialist (304) 535-6485 DESC: The National Park Service, Harpers Ferry Center, is soliciting proposals for the National Prisoner of War Museum Exhibits at Andersonville National Historic Site, Andersonville, Georgia. The Contractor shall provide all labor, materials, facilities and travel necessary to develop, fabricate, transport and install museum exhibits. Work includes: Postaward Conference at Harpers Ferry Center, Harpers Ferry, West Virginia; Two (2) site visits to Andersonville National Historic Site, Andersonville, Georg ia; exhibit drawings; fabrication of exhibit structures including casework, cabinets, drawers, exhibit walls, panels, acrylic vitrines, carpet laying, painting, artifact cases and lighting; electrical, mechanical and audiovisual hardware; photographs; graphics; transportation of exhibits to installation site; and installation of exhibits. The Government anticipates award of a Firm-Fixed-Price contract.--All requests must be submitted in writing, written faxed requests to (304) 535-6424 or Internet request t o robin_butler@nps.gov, to Robin Butler. Envelope or facsimile requesting RFP shall be marked as follows: "1443-RP-1100-97-005, National Prisoner of War Museum Exhibits, Andersonville National Historic Site." --Availability of the solicitation is limited and will be furnished on a first come first served basis until the supply is exhausted. THIS SOLICITATION IS TOTALLY SET ASIDE FOR A SMALL BUSINESS. SIC CODE 3999, Size Standard of 500 Employees. CITE: (I-355 SN014430) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT SERVICES SOL 0000-225062 DUE 022097 POC Jo-Ann Stewart, Contract Specialist, (703) 875-6051 DESC: The U. S. Department of State intends to extend contract 0000-225062 awarded to DynCorp Support Services Division. It is anticipated that this contract extension will be for six months using FAR 52.217-8 Option to Extend Services. The period of performance for this extension will be from March 1, 1997 through August 31, 1997. The contract provides for Information Technology (IT) support services necessary to perform communications maintenance, operations, and engineering; logistical operations, and inventory management; IT security and resources; and related administrative support service for the Department of State, Office of Information Management. Therefore, extending the current Contract will provide for the continuation of these "mission critical" services bridging the gap between expiration of the existing contract on February 28, 1997 and award of the follow-on contract in FY-97. There is no solicitation available for this extension. However, the follow-on contract is currently being recompeted as a full and open competition under solicitation number S-OPRAQ-97-R-0604. Interested parties should request a copy by contacting Ms. Jo-Ann Stewart, U.S. Department of State, A/OPR/ACQ, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219. No telephone requests will be honored CITE: (W-358 SN014644) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.s. Department Of Energy, Chicago Operations Office, 9800 South Cass Avenue, Argonne, Illinois 60439 SUBJECT: R--TECHNICAL AND ANALYTICAL SUPPORT SERVICES FOR THE OFFICE OF ENVIRONMENTAL MANAGEMENT (EM), DEPARTMENT OF ENERGY (DOE) SOL DE-RP02-97EW40465 DUE 031997 POC Jenny Ahlberg, Contract Specialist, 630/252-2888 / James R. Bieschke, Contracting Officer, 630/252-2120 DESC: SIC Code 8744 - The Department of Energy is soliciting small and large business concerns to provide technical support services to assist DOE in the evaluation of environmental restoration activities throughout the DOE complex. Such support will require the services of personnel in a number of highly technical, scientific, and professional disciplines, including, but not limited to, science and engineering, program and budget analysis, cost estimation and validation, regulatory analysis, computer science, and technical writing/editing. DOE anticipates 133,920 labor-hours of effort will be required per year for this project. A successful offeror(s) must be located or be willing to relocate within a one hour commute of DOE's offices located in Germantown, Maryland. The contractor(s) should possess significant past experience and be familiar with the activities and mission of DOE's Office of Environmental Management. Level of effort, task order contract(s) with fixed labor rates and performance based award fee provisions are contemplated with an initial base period of one year with four one-year option periods for a total of five years. It is the Government's intent to award multiple contracts under this solicitation, with at least one award made to a small business concern. The Government intends to award contract(s) based on initial proposals received without discussion or negotiation of such proposals. Therefore, it is critical that each proposal be fully responsive to the RFP, and contain the offeror's best terms from a technical, business management, and price standpoint. The RFP is expected to be available on the DOE Chicago Internet Home Page at on or about February 3, 1997, with proposals due on or about March 19, 1997. Any amendments to the RFP will also be posted on the Internet. Please note that users are not alerted when amendments are posted. Prospective offeror(s) are therefore advised to check the above Internet address on a daily basis. The contract(s) are expected to be awarded on or about July 1, 1997. All responsible sources may submit a proposal which shall be considered by the Government.***** LINKURL: http://www.ch.doe.gov/division/acq/acq_home.htm LINKDESC: EMAILADD: jennifer.ahlberg@ch.doe.gov EMAILDESC: CITE: (W-358 SN014645) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--TRAINING SYSTEM PRODUCT GROUP SOL F42630-96-R-65926 01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Lt Trent Tuthill/Likt/[801]777-8415 DESC: Amended, Change solictation number to F42630-97-R-25782. Information regarding this requirement is now on the World Wide Web in draft form and the RFP will be sent electronically for downloading by interested contractors. Please contact 1Lt Trent Tuthill OO-ALC/LIKT, (801)777-9347 if you have problems. Extend approximate issue/response date to 14 Jan 97. Delete the following: To process information via the Hanscom Electronic RFP Bulletin Board (HERBB). You can access this computer bullentin board by dialing (617)377-1487 with a modem (n,8,1) at any speed up to 28.8 baud. CITE: (I-358 SN014703) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Library of Congress, Contracts & Logistics-FEDLINK, 1701 Brightseat Road, Landover, MD 20785-3799 SUBJECT: R--FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDER SOL RCCV/WE POC Joan McCoy, Contract Specialist. DESC: The Library of Congress intends to issue a delivery order against an existing Basic Ordering Agreement to renew a subscription with West Publishing Corporation for the continued use and access of their database by Nuclear Regulatory Commission, Washington DC (RCCV). West provides an online fully-interactive legal research service consisting of legal and legal-related information including such items as judicial opinions, statutes, regulations, and other information. Information is provided generally in full-text format and some information includes specialized editorial enhancements made by West. West CD-ROM Libraries provide topical, full-text information on a wide range of legal and legal-related subjects which include federal securities, federal taxation, government contracting, federal civil practice, federal bankruptcy and Delaware corporate law. Service will be continued through September 30, 1997. WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE CAPABILITY. No telephone calls will be accepted. No award will be based on any offer or proposal received in response to this notice. NO SOLICITATION DOCUMENT EXISTS. (See Note 22). REF: RCCV/WE. CITE: (I-358 SN014754) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Library of Congress, Contracts & Logistics-FEDLINK, 1701 Brightseat Road, Landover, MD 20785-3799 SUBJECT: R--FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDER SOL SSLV/DE POC Joan McCoy, Contract Specialist. DESC: The Library of Congress intends to issue a delivery order against an existing Basic Ordering Agreement to renew a subscription with DATATRACE Information Services Co., Inc. for the use and access of their services by Social Security Administration Library, Baltimore, MD. DATATRACE offers an automated title search system which processes and retrieves public records from local courthouses in various state locations. Datatrace also provides basic document retrieval and delivery services. Service will be continued through September 30, 1997. WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE CAPABILITY. No telephone calls will be accepted. No award will be based on any offer or proposal received in response to this notice. NO SOLICITATION DOCUMENT EXISTS. (See Note 22). REF: SSLV/DE. CITE: (I-358 SN014759) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Ralph H. Johnson Department of Veterans Affairs Medical Center, 109 Bee Street, Charleston, SC SUBJECT: R--SECURITY SERVICE FOR THE STROM THURMOND BUILDING-VAMC SOL 534-32-97 DUE 011597 POC R.C. Snow, Chief, Acquisition & Materiel Mgmt. (803) 577-5011X7791 DESC: The Veterans Affairs Medical Center intends to award Sole Source for Security Services for the Strom Thurmond Building with the owner of the building Medical University of South Carolina. CITE: (I-358 SN014774) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Contracting Squadron, 5 CONS/LGCK, 211 Missile Ave, Minot AFB, North Dakota 58705-5027 SUBJECT: R--GENERAL LIBRARY SERVICES SOL F32604-97-R0012 DUE 021297 POC SrA Fabiola Kelly, 701-723-4180 or Delores D. Smith, 701-723-3829 DESC: Services, Non-Personal to perform general library services. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform general library services. Task include but are not limited to administration, circulation, education support, mission support, marketing, public relations and programming, reference, customer and staff training, acquisitions, automation, cataloging, technical procesing and collection management. The issue date will be o/a 13 Jan 1997. This requirement is 100 % small business set aside. The solicitation must be requested in writing or by fax. Fax number is (701) 723-4173. When requesting information give solicitation number, name, address, telephone number and business size. CITE: (W-358 SN014805) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Contracting Squadron, 5 CONS/LGCK, 211 Missile Ave, Minot AFB, North Dakota 58705-5027 SUBJECT: R--PUBLISHING ELEMENT SOL F32604-97-R0013 DUE 021297 POC SSgt Gerald Jacobs, 701-723-4183 or Delores D. Smith, 701-723-3829 DESC: Services, Non-Personal to perform general duties of the Publishing Element at Minot AFB, ND in compliance with the Performance Work Statement. The contractor shall provide all personnel, equipment, tools, materials, supervision, other items and services necessary to perform the duties of the Publishing Element. Task includes but is not limited to consolidating, computing, and establishing quantitative requirements for publications, changes, and supplements to publications, and blank forms. This function requisitions,receives, stores, and distributes these items; provides technical assistance, editorial assistance, quality control and maintains Master Reference Library. This function also manages the base forms program and ensures all forms produced are approved and properly numbered, coordinates with higher headquarters on form development, monitors special and annual review of forms, and reviews each request for local reproduction of. The Issue Date is O/A 13 Jan 1997. This requirement is a 100% small business set-aside. Solicitation must be requested in writing or by fax. Fax number is (701) 723-4173. When requesting information give solicitation number, name, address, telephone number and size of business. CITE: (W-358 SN014808) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526 SUBJECT: R--INFORMATION MANAGEMENT TYNDALL AFB, FLORIDA SOL F0863797R7003 DUE 031897 POC Contact Ms. Dale Peaden, Contract Specialist (904)283-8635, or Capt. Calnan, Contracting Officer DESC: Provide all personnel, equipment, tools, materials, supervision and other items and services to perform Automated Base Publishing Distribution Office and Base Technical Order Distribution Office, Administrative Communications, and Postal Service Center functions. All requests for the Solicitation must be in writing. Facsimile requests will be accepted at (904)283-3963. Period of performance will be base plus 4 option years. Note 1 applies. LINKURL: micro#c LINKDESC: CITE: (W-358 SN014829) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8, PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890 SUBJECT: R--PROFESSIONAL SERVICES FOR DRILLING AND SAMPLING OF OVERBURDEN MATERIALS AND ROCK ON LAND WITHIN THE BOUNDARIES OF THE WILMINGTON DISTRICT, NC AND VA SOL DACW54-97-R-0016 DUE 020797 POC Contract Specialist D. ABB STALLINGS (910) 251-4785 (Site Code DACW54) DESC: Contractor will provide professional drilling services consisting of various types of geological/geotechnical soil and rock drilling and in situ testing for the collection of samples and data for engineering purposes within the boundaries of the U.S.Army Corps of Engineers, Wilmington District. The geographic suite of possible drilling sites that may be encountered in Wilmington District's area of operation extend from the Atlantic Ocean to the mountains. Some drilling may be done around or on rivers,sounds, harbors, ocean, inlets, and lakes. Possible drilling sites may include marshes, upland dredge disposal sites and dikes, dredge disposal islands, sand bars, point bars, shorelines, (including the surf zone) estuaries, and others. Interested parties are invited to identify their interest and ability to respond to the requirements of this notice by requesting a copy of the solicitation in writing (FAX 910/251-444). Issue date will be on/or about 7 Jan 1997. The Small Business Size Standard is 3.5 million. This solicitation is a 100% Small Business Set Aside. SIC: 1481. CITE: (I-358 SN014859) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Port Hueneme Division (Code 5F11), Naval Surface Warfare Center, 4363 Missile Way, Port Hueneme, CA 93043-4307 SUBJECT: R--PROCURE/FABRICATE AND TEST SPARE/REPAIR COMPONENT PARTS FOR THE MK 612 MOD 1/2/3/4 GMTS, TO INCLUDE PROVDING EMERGENCY TROUBLESHOOTING AND REPAIR SERVICE FOR THE MK 612 GMTS. SOL N63394-97-R-1102 DUE 012497 POC Contract Specialist, JAMES E. HALL, (805) 982-5084 DESC: Port Hueneme Division, Naval Surface Warfare Center intends to procure spare/repair component parts for the MK 612 Mod 1/2/3/4 Guided Missile Test Set and emergency troubleshoot, repair and/or calibration services from The Standard Missile Company (SCO), 1505 Farm Credit Drive, McLean, VA., on a "Sole Source" basis pursuant to 10 U.S.C.2304(c)(1) "Only one responsible source and no other supplies or services will satisfy agency requirements." Hughes Missile Systems Company, part of the Joint Venture t form the Standard Missile Company, is the design agent/manufacture of the MK 612 GMTS and currently maintains the Level II drawings for the CITE: (I-358 SN014861) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Transamerica Occidental Life Insurance Company, Medicare Administration, P.O. Box 54905, Los Angeles, CA 90054-0905 SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES POC Lloyd Kobayashi Systems Mgr, (213) 742-2853. DESC: Transamerica Occidental Life Insurance Company (TOLIC) which is under contract with HCFA for Medicare Part B claims processing is seeking sources for programming support and consultants. The skill sets will depend on the project but may include but not be limited to; COBOL, VSAM, IDCAMS, OS JCL, TSO ISPF, CICS, Endeavor, C, PowerBuilder, Visual Basic, Assembler, Dy1280, Windows, OS/2, UNIX, DOS, MS SQL Server, Sybase, Novell Netware 4.x, NT Workstation and server, Asynchronous and Synchronous telecommunication protocols. Programmers/consultants must be employees of a contracting company and be able to perform work at the TOLIC offices at 1149 S. Broadway, Los Angeles. Interested parties must respond in writing by January 17, 1997 with their rates for their junior, intermediate, and senior consultants qualified by their skill sets. Responses will be reviewed and evaluated 50% on cost and 50% on meeting the specified skill sets. This synopsis is for information and planning purposes only from the current date through December 31, 1997. It does not constitute a commitment by Transamerica Occidental Life Insurance Company or Transamerica Insurance Corporation to acquire services. There will be no formal reply to the interested parties. CITE: (M-358 SN014907) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Director, Strategic Systems Programs, Attn Code SPN-64, 1931 Jefferson Davis Hwy, Arlington, Virginia 22202-3518 SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES SOL N00030-97-R-0048 DUE 013197 POC Vicki Granat, SPN-64, (703) 607-0911; Contracting Officer: Gerard Miskelly, SPN-60, (703) 607-5361. DESC: Provide the following accounting support and assistance during the period 01 April 1997 through 30 Sep 1997, with four one-year options: Provide accounting support and assistance in meeting organizational requirements relating to the Chief Financial Officer's (CFO) Act, incentive fee liability management and problem disbursements. Design and maintain specialized automated accounting and business management programs. RFP N00030-97-R-0048, (SIC 8721), will be issued on or about 31 December 1996 with proposals due approximately 30 days thereafter. All inquiries shall cite RFP N00030-97-R-0048 and be submitted in writing to the point of contact. No telephone inquiries will be accepted. Government approved classified (Secret) clearances are required for award. CITE: (M-358 SN014915) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Contracting Squadron, 5 CONS/LGCK, 211 Missile Ave, Minot AFB, North Dakota 58705-5027 SUBJECT: R--HAZMART SOL F32604-97-R0013 DUE 021297 POC SSgt Gerald Jacobs, (701)723-4183 or Delores D. Smith, (701)723-3829 DESC: Services Non-Personal to perform management of the Hazmart function at Minot AFB, ND in compliance with the Performance Work Statement. The contractor shall provide all personnel, equipment, tools, materials, supervision, other items and services necessary to perform the duties of Management of the Hazmart. Task includes, but, is not limited to, knowledge of internal supply functions to include stock control, customer service, bar coding, labeling, document control, and computer operations -- Standard Base Supply System (SBSS), Air Force- Environmental Management Information System(AF-EMIS) and computer network technologies necessary for the cradle to grave tracking of hazardous material. This includes all sources of hazardous material for the base and missile complex. The contractor must be knowledgeable of terminology, codes, abbreviations and graphics for preparing hazardous material documentation. The Issue Date is O/A 13 Jan 1997. This requirement is a 100% small business set-aside. Solicitation must be requested in writing or by fax. Fax number is (701)723-4173. When requesting information give solicitation number, name, address, telephone number, fax number, and size of business. CITE: (W-358 SN014931) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: R--SPECIAL COMMUNICATION SUPPORT SOL N00244-96-D-5111 DUE 123096 POC POC Ms. Bonnie Carr, Code D212, Contract Specialist, (619)553-4474. DESC: The above mentioned solicitation is hereby cancelled in its entirety. CITE: (I-358 SN014956) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Health Care Financing Administration 7500 Security Blvd., Baltimore, MD 21244-1850 SUBJECT: R--NATIONAL 1-800 BENEFICIARY TELEPHONE CUSTOMER SERVICE INQUIRY OPERATION SOL N/A POC Debbie Strittmatter, Contract Specialist, (410)786-5136. DESC: The Health Care Financing Administration (HCFA) intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract to operate a national 1-800 beneficiary telephone customer service inquiry operation. The objective of the national 1-800 telephone number is to improve service to HCFA beneficiaries by initially providing beneficiaries the convenience of one number and ultimately by standardizing customer telephone contacts. The current beneficiary call volume experienced by HCFA's existing agents exceeds 30 million annually and may increase when the 1-800 number becomes fully operational. The 1-800 number will undergo three phases of implementation: 1) Operation of a currently existing hotline to answer inquiries from beneficiaries and the general public regarding the Medicare health insurance program, especially questions regarding health insurance to supplement Medicare (Medigap policies), complaints of Medigap sales practices, reports of suspected Medicare waste, fraud and abuse, second opinions for non-emergency surgery, and distribution of requested publications. Operators will answer basic beneficiary inquiries and refer calls to appropriate Agents/Partner, including: Carriers; Fiscal Intermediaries; End Stage Renal Disease Network Organizations; Peer Review Organizations; Information, Counseling and Assistance Grantees; State Medicaid Agencies; or HCFA's Central or Regional Offices; 2) Operation of a new single point of access 1-800 beneficiary telephone number. Customer service representatives will route voice calls coming into the 1-800 number from 1 to 10 states (not yet designated) initially to the appropriate HCFA Agent/Partners. This receipt/routing function will be expanded to cover the United States, Virgin Islands, and Puerto Rico. The purpose of the single point of access is to improve customer service for Medicare beneficiaries, however, we anticipate that there will be some calls not directly related to Medicare, e.g. dual eligible beneficiary inquiries about Medicaid; and 3) Piloting approaches and potentially expanding services to deliver structured responses to non-complex, beneficiary non-claim inquiries beyond those described above. These pilots and services could include responding to inquiries through a variety of media (Internet, fax, U.S. mail, and telephone) for HCFA-related programs and information. Full expanded service capacity could result in excess of 30 million inquiries. In addition, the contractor will continue to route all beneficiary claims calls to appropriate Agents/Partners. Information and experience gained from these pilots and for the services provided under this contract will be used to develop and award contracts for full-service customer service centers. These full customer service center contracts are anticipated no earlier than FY 2000. HCFA is seeking qualified, expert customer service vendors with demonstrated abilities in national 1-800 telephone call management of a similar scale. Some knowledge of health care and HCFA is preferred, and extensive knowledge of 1-800 telephone call operations and management, as well as customer service, is necessary. The vendor must also possess experience in all logistical aspects of national 1-800 telephone startup, operations and management. It is essential that the contractor be free of all perceived or actual conflicts with HCFA's purpose in undertaking this contract such as the operation or sale of managed care plans, Medigap policies, durable medical equipment, dialysis services, or any other related provider groups, products or services. Specifically, the contractor must not have any relationships or arrangements through its business operations or its employees that could be considered as lessening the company's objectivity concerning any aspect of the referrals or information provided to the beneficiaries. The contractor must provide information that demonstrates it is free of any potential biases and disclose any potential conflicts for evaluation by HCFA. Proposals which do not comply with the conflict of interest provisions and mandatory qualification standards will not be considered. A draft Request For Proposals (RFP) is scheduled for release in mid-January 1997. A pre-solicitation conference is scheduled for January 30, 1997. Potential offerors are invited to bring no more than five representatives from each prime and each subcontractor. Expressions of interest to attend the pre-solicitation conference should be made by January 24, 1997 by contacting Debbie Strittmatter, Contract Specialist, at (410) 786-5136. Additional information regarding the logistics of the conference will be provided with the draft RFP. Vendors desiring a hard copy of the draft RFP should send their requests to be included on the bidder's list to the address listed above. All requests for the draft RFP should specify vendor size and status under SIC code 7389. Telephone requests for the RFP will not be accepted. It is anticipated that the formal solicitation will be available on or about February 25, 1997. An electronic copy of the draft and formal solicitation will also be available via the Internet at http://www.hcfa.gov/about.htm. Written questions/comments concerning the draft RFP should be submitted no later than Feb 06, 1997 and may be faxed to (410)786-9088 (Attention Debbie Strittmatter) or sent via the Internet to dstrittmatter@hcfa.gov. For technical assistance in downloading from the Internet contact Jeff Stedding at (410) 786-0754. Procurement questions can be directed to Debbie Strittmatter, Contract Specialist, at (410) 786-5136. CITE: (I-358 SN014966) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: R--TRANSCRIPTION SERVICES SOL N00140-97-R-L223 POC Anne Mendoza, Contract Negotiator, (215)697-9675. DESC: The Fleet and Industrial Supply Center Norfolk Detachment Philadelphia intends to procure Transcription Services of Dictated Patient Records and Related Documents for the Naval Hospital Newport, Rhode Island. The proposed contract is a Firm Fixed Price Requirements Type Contract consisting of a Base plus two (2) Options. This is a 100% Small Business Set-Aside, The applicable Standard Industrial Classification number is 7389. The basic period of performance is from 97 Apr 01 to 07 Sep 30 with three option periods for a total performance of three years if all options are exercised. Request for solicitations should be made by letter or fax (215)697-9738 attention code 0343C. Syn 070. CITE: (I-358 SN014968) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: General Services Administration, Public Buildings Service, Contracts Branch (5PMC, M/S 33-3), 230 South Dearborn Street, Room 3324, Chicago, Illinois 60604-1696 SUBJECT: R--ADMINISTRATIVE/SUPPORT SERVICES SOL SPR-97-0020 DUE 012497 POC Debbie Ethell, Contract Specialist, 217-492-4573,or Debbie Ethell@gsa.gov DESC: Administrative/Support services at the General Services Administration, Sarah Cook House, 508 S. 8th St., Springfield, Illinois. Performance period is three years with an estimated start date of 2-1-97. This procurement is set-aside for small business concerns. Specifications will be available on or about January 6,1997. All proposals should be mailed to GSA, Contracts Branch, 509 w. Capitol, Suite 206, Springfield, Illinois, 62704. Proposals must be received by 2:00 p.m., January 24, 1997. Contact Contract Specialist above at 2178-492-4573 to receive a copy of this solicitation. EMAILADD: Debbie Ethell@gsa.gov EMAILDESC: CITE: (W-358 SN014995) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: R--A/OA-10 PRIME CONTRACT SOL F04606-97-R-0009 POC For copy, contact the info office indicated., For additional information contact Johnson.5jg/Pklja/[916]643-3539 DESC: The Draft RFP (DRFP) for the A/OA-10 Prime contract will be released on or about 16 JAN 97. The purpose of this contract is to establish a long term relationship with a prime contractor for support on the A/OA-10 aircraft. Additional information regarding the A/OA-10 Prime contract can be found on the web site www.mcclellan.af.mil/LA/LAF/tspr.htm. The A/OA-10 Prime contract is not part of the depot competition workload being competed at McClellan AFB. The A/OA-10 Prime contract will be an ID/IQ contract, ordering period of 9 years. The potential scope of the effort will include aircraft modification development, kit production with the potential for kit installation; integration efforts, engineering services, software block cycle changes, data of all types, etc. Multiple pricing arrangements of FFP, CPAF, CPFF, and T&M will be included. Comments to the DRFP will be required 30 days after issuance of the DRFP. Final RFP is scheduled for release on or about 22 MAY 97 with award of the contract anticipated by MAR 98. EMAIL requests for the DRFP to Johnson.Gina@email.mcclellan.af.mil or FAX requests to (916)643-0205. Telephone requests will not be accepted. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable.***** CITE: (I-355 SN014428) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue Bldg 1289 Se, Hill Air force Base, Ut 84056-5816 SUBJECT: R--SBICBM SOL F42610-97-R-BBBBJ POC For copy, Ramon Castillo/Lmka/[801]775-2280, For additional information contact Ramon Castillo/Lmka/[801]775-2280 DESC: This announcement constitutes a Sources Sought synopsis. The following information is provided to do a Market Survey of industry to see if there are any potential contractors in addition to Lockheed Martin Corp who have the skills and knowledge required to conduct this effort. The Silo-Based Intercontinental Ballistic Missile (SBICBM) System Program Office (SPO) Ogden Air Logistics Center (OO-ALC) intends to establish a contract for Contractor Logistics Support (CLS) for engineering support, maintenance, operation and repair to support the test launches at Vandenberg AFB for the Peacekeeper Missile. This support effort includes the testing of flight termination ordnance system (FTOS) firing units (FU) for the command destruct system on the missile, the Fiber Optic Transmitter System (FOTS) which includes scheduled and unscheduled maintenance, the electronic equipment racks and underground/ above ground fire cabling, operation and maintenance of the Firing Unit Test Set (FUTS), the repair and maintenance of the Telemetry and Radio Frequency test sets, Down Stage Simulator Test Set, Battery Signal Unit, and the Ground Data Acquisition System, the maintenance and repair of the ground test facility test equipment, maintenance and repairs of the launch support equipment located at the launch site and the launch support center, and to provide technical assistance with trouble shooting of critical flight safety components. The effort includes the logistics of government owned spares and repair facilities located away from Vandenberg AFB. Lockheed Martin Corp is the only known source for this effort. Special computer controlled test equipment that is not government owned must be available to the contractor to complete any repairs and perform functional and acceptance testing of the repaired items. Trouble shooting the CR-112 command receiver decoders, the tracking transponders, and other flight safety systems to the root cause is also required. A working knowledge of the flight termination system and requirements for flight testing on the Western Test Range are essential. Potential offerors are requested to submit two copies of an unclassified response within 10 days after public display of this notice to OO-ALC/LMKA, 6038 Aspen Ave Bldg 1289SE, Hill AFB UT 84056, Attn: Ramon F. Castillo, Contract Negotiator. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggestes that small business firms or others interested in subcontracting in connection with the described procurement may contact with the firms listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by teh government. No telephone or FAX requests. Only written requests received directly from the requestor are acceptable. CITE: (I-355 SN014438) [Commerce Business Daily: Posted December 21, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: US Department of Commerce/National Oceanic and Atmospheric Administration, 1325 East West Highway - Station 4301, Silver Spring, Maryland 20910-3283 SUBJECT: R--TRANSLATION & INTERPRETING SERVICES SOL 7-4051 AND 7-4052 POC Sandy Souders, Lawrence Frazier (301) 713-0854 DESC: The U.S. Dept. of Commerce/International Trade Administration is managing three specialized programs (Financial Services; Environmental Technologies; Food Processing/Packaging) to train managers, scientists, engineers and consultants from the New Independent States of the Former Soviet Union (Interns). The Training Program consists of seven eight-week Training Sessions. The U.S. Dept. of Commerce/International Trade Administration will provide the first two weeks of orientation and training for each of the three Training Sessions and oversee training and development of the remaining six-week portion of the Training Sessions. The U.S. Dept. of Commerce/International Trade Administration has a requirement for two (2) simultaneous interpreters (Russian-English; English-Russian) for each of the Training Programs which will start tentatively in January or February 1997 and end December 1997. Applicants must meet the following requirements: 1) Skills comparable to a State Department conference-level simultaneous interpreter from English to Russian and Russian to English. (Note: skills will be assessed). 2) Ability to travel throughout the United States with the group for a two month period. 3) Willingness to assist Facilitator when necessary. 4) Ability to operate wireless interpreting equipment and to troubleshoot equipment when necessary. 5) Legal residency in the United States. Applicants must meet the referenced requirements and will be further evaluated on their experience, education and training. Qualified applicants are invited to submit information as to their capabilities and any other pertinent data to the address above, to be received no later than 15 days after the date of this notice. Award will be made under Simplified Acquisition Procedures. (Reference Nos. 7-4051 and 7-4052) CITE: (I-356 SN014462) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue Bldg 1289 Se, Hill Air force Base, Ut 84056-5816 SUBJECT: R--SBICBM SOL F42610-97-R-BBBBJ POC For copy, Ramon Castillo/Lmka/[801]775-2280, For additional information contact Ramon Castillo/Lmka/[801]775-2280 DESC: This announcement constitutes a Sources Sought synopsis. The following information is provided to do a Market Survey of industry to see if there are any potential contractors in addition to Lockheed Martin Corp, who have the skills and knowledge required to complete this effort. The Silo-Based Intercontinental Ballistic Missile (SBICBM) System Program Office (SPO) Ogden Air Logicstics Center (OO-ALC), intends to establish a contract for Contractor Logistics Support (CLS) for engineering support, maintenance, operation and repair to support the test launches at Vandenberg AFB for the Peacekeeper missile. This support effort includes the testing of the flight termination ordnance system (FTOS) firing units(FU) for the command destruct system on the missile, the Fiber Optic Transmission System (FOTS) which includes scheduled and unscheduled maintenance of the electronic equipment racks and underground/above ground fiber cabling, operation and maintenance of the Firing Unit Test Set (FUTS), the repair and maintenance of the Telemetry and Radio Frequency test sets, Down Stage Simulator Test Set, Battery Simulator Unit, and the Ground Data Acquisition System, the maintenance and repair of the ground test facility test equipment, maintenance and repairs of the launch support equipment located at the launch silos and the launch support center, and to provide technical assistance with trouble shooting of critical flight safety components. This effort includes the logistics of government owned spares and related repair facilities located away from Vandenberg AFB. Lockheed Martin Corp is the only known source for this effort. Special computer controlled test equipment that is not government owned must be available to the contractor to complete any repairs and perform functional and acceptance testing of the repaired items. Trouble shooting the CR-112 command receiver decoders, the tracking transponders and other flight safety systems to the root cause are also required. A working knowledge of the flight termination systems and requirements for flight testing on the Western Test Range (WTR) are essential. Potential offerors are requested to submit two (2) copies of an unclassified response within 10 days after publication of this notice to OO-ALC/LMKA, 6038 Aspen Ave Bldg 1289SE, Hill AFB UT 84056-5805, Attn: Ramon F. Castillo, Contract Negotiator. Information received will 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 in connection with the described procurement make contact with the firms listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the government. No telephone or FAX requests. Only written requests received directly from the requester are acceptable. CITE: (I-358 SN014693) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Department of Veteran Affairs Medical Center, Contracting Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199 SUBJECT: R--DESIGN AND PERFORM CUSTOMER SATISFACTION SURVEY SOL 586-30-97 DUE 012297 POC Susan Newton, Contracting Officer DESC: The notice for Solicitation No. 586-30-97 published December 6, 1996 is hereby cancelled. CITE: (I-358 SN014760) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Department of Veteran Affairs Medical Center, Contracting Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199 SUBJECT: R--DESIGN & PERFORM TELEPHONE CUSTOMER SATISFACTION SURVEY SOL 586-30-97 DUE 012297 POC Susan Newton, Contracting Officer DESC: Design and conduct a weekly telephonic customer satisfaction survey for VA Network 16. Interested market research firms shall be currently engaged in performing the same type of surveys for private sector hospital systems (minimum 25 facilities), representing the for-profit and not-for-profit sectors; will have an ongoing and documented private sector telephone survey data base and access to current National Council on Quality Assurance (NCQA) data. Successful contractor will work in concert with Network 16 project manager. This project is a pilot study with a duration of 90 to 180 days. CITE: (I-358 SN014761) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Department of Veteran Affairs Medical Center, Contracting Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199 SUBJECT: R--DESIGN & PERFORM TELEPHONE CUSTOMER SATISFACTION SURVEY SOL 586-30-97 DUE 012297 POC Susan Newton, Contracting Officer DESC: Design and conduct a weekly telephonic customer satisfaction survey for VA Network 16. Interested market research firms shall be currently engaged in performing the same type of surveys for private sector hospital systems (minimum 25 facilities), representing the for-profit and not-for-profit sectors; will have an ongoing and documented private sector telephone survey data base and access to current National Council on Quality Assurance (NCQA) data. Successful contractor will work in concert with Network 16 project manager. This project is a pilot study with a duration of 90 to 180 days. Solicitation to released on or about 1-6-97. Requests for solicitations must be in writing. NO telephone requests will be honored. FAX number is 601-364-1346. SUBJECT TO AVAILABILITY OF FUNDING. CITE: (I-358 SN014781) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration, mid-atlantic region, FSS General Procurement Branch (3FBG), the Wanamaker Building, 100 Penn squareeast, room 883, Philadelphia, PA 19107-3396 SUBJECT: S--MATERIAL HANDLING SERVICES (LABORERS AND FORKLIFT OPERATORS) FOR THE GSA NORTHEAST DISTRIBUTION CENTER, BURLINGTON, NJ SOL GS-03F-97-AYC-0010 DUE 022897 POC Patricia Longo, contract specialist/contracting officer, (215) 665-3837 DESC: FSC 478 - material handling services (laborers and forklift operators) for the GSA northeast distribution center, Burlington, NJ, from July 1, 1997 or date of award, whichever is later) and continuing for a period of one year with two one-year options for extension of services. The procurement is unrestricted as to business size. All responsible sources may submit a proposal, which will be considered by the agency. Requests for solicitation must be in writing to the above address or by FAX to (215)656-3841. Telephone requests will not be honored. CITE: (I-355 SN014416) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--CHILD CARE SERVICES SOL N00189-97-R-0010 DUE 022897 POC Ms Marlene Chambley, Contracting Officer, (757) 444-4831 DESC: The synopsis issued on or about 25 Nov 96 for solicitation N00189-97-R-0010 is revised to include the San Diego area for a base year and one option year. The preproposal conferences will be rescheduled for February 1997; the solicitation will specify time, date and location. All other terms of the synopsis remain unchanged. LINKURL: N/A LINKDESC: EMAILADD: HRDET9@MINDSPRING.COM EMAILDESC: CITE: (W-358 SN014636) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Contracting Squadron, 366 CONS/LGCV, P O Box 4037, Bldg 512, Mountain Home AFB, ID 83648-4037 SUBJECT: S--GROUNDS MAINTENANCE SOL F10603-96-B0013 DUE 123096 POC Cindy Dixon, Contract Specialist, (208)828-6484 DESC: Invitation For Bid F10603-96-B0013 is cancelled. The procurement has been set-aside in accordance with the terms of the Javits-Wagner-O Day Act (JWOD) (41 USC 46-48c). LINKURL: http://www.mountainhome.af.mil LINKDESC: EMAILADD: sheffieb@366lg.mountainhome.af.mil EMAILDESC: CITE: (D-358 SN014665) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Ralph H. Johnson Department of Veterans Affairs Medical Center, 109 Bee Street, Charleston, SC SUBJECT: S--HOUSEKEEPING SERIVICES FOR THE STROM THURMOND BUILDING-VAMC SOL 534-31-97 DUE 011597 POC R.C. Snow, Chief, Acquisition & Materiel Mgmt. (803) 577-5011X7791 DESC: The Veterans Affairs Medical Center intends to award Sole Source for housekeeping for the Strom Thurmond Building with the owner of the building Medical University of South Carolina. CITE: (I-358 SN014775) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: 452 Operational Contracting Office, 820 Baucom Ave NW Suite 101, March ARB CA 92518-2260 SUBJECT: T--BASEWIDE COPY SERVICE PLAN SOL F04605-97-B0003 DUE 022197 POC Pat Jackson, Contract Specialist, (909) 655-3227 or Roger A. Whitman, Contracting Officer, (909) 655-2414. DESC: Sealed bid. Basewide Copy Service Plan Contract at March Air Reserve Base CA. Cost per copy contract for 1 Apr 97 through 30 Sept 97 with options to extend the contract through 30 Sep 2001. Copies of the solicitation will be made available upon written or faxed requests. Our fax number is (909) 655-3772. No telephone requests will be honored. All responsible sources may submit an offer which will be considered. CITE: (M-358 SN014903) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--PRINTING SOL Program B568-S DUE 012797 POC Richard Weiss, Contracting Office, David M. Thomas, 202-512-2044. DESC: Single award term contract for period 020197 to 013199 for NIH (HHS). Production area, Nationwide. Copy pickup in Bethesda, MD. Approx. 50 to 100 orders placed throughout the year for: saddle-stitched books with separate paper covers (majority of covers will contain pockets and require insertion of inserts): and, kit folders requiring various sized inserts. Estimated number of pages approx. 8 to 96 per order; estimated number of copies approx. 500 to 2,000 copies per order. Trim size of books: Format A--up to 6 x 9-1/2"; Format B--over 6 x 9-1/2" up to 8-1/2 x 11". Operations include: printing up to 3 Pantone ink colors plus varnish (flood and spot), binding, trimming, inserting, packing and distribution. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-358 SN014924) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services--Potential Sources Sought OFFADD: U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P.O. BOX 2288, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL 36602 SUBJECT: T--IND DEL CONTRACT FOR SURVEY, HYDROGRAP & MAPP SERVC TO SUPP MOB DIST CIV WKS PROG OPER DIV, PANAMA CITY SITE OFFICE; RFP # DACW01-97-R-0016 SOL AEMXXX-97XX-0006 POC Contact Mr. Jack Pruett, 334/441-5755; Contracting Officer, Mrs. Sue L. Speights (Site Code W31XNJ) DESC: 1. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract for Surveying, Hydrographic, and Mapping Services to Support the Mobile Districts Civil Works Program, Operations Division, Panama City Site Office. This announcemnt is open to all businesses regardless of size. The Contract will be awarded for a one year period with an option to extend the contract for two additional periods, not to exceed a total of three years. Work to be subject to satisfactory negotiation of inividual task orders with the total contract not to exceed $1,000,000 for each contract period. (If the $1 million limit for a contract period is exhausted or nearly exhausted prior to 12 months after the start of the period, the option for the next contract period may be exercised.) Selection of AE firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for theperformance of the required services. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for his contract are a minimum of 52.5% of the contractor's intended subcontract amount be placed with Small Businesses (SB), including Small Disadvantaged Businesses (SDB), and Women-Owned Business, 8.8% be placed with SDB, and 5% for Women-Owned Business. The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION: The contract will primarily be used to: (A) perform hydrographic survys of rivers, bays, and channels that extend into the Gulf of Mexico (all soundings will be compensated via Heave Compensation Devices as per the U.S. Army, Corps of Engineers Hydrographic Survey Manual EM 110-Z-1003 dated 28 February 1991); (B) perform Toographic surveys within the Panama City Area Office project area; (C) perform Global Positioning System Surveys for high order control; (D) perform traverse and triangulation of second or third order accuracy, levels for vertical control of second or third order accuracy, route locations, roads, levees, dikes, and channels, quantity surveys for preconstruction and/or final cross-sections, and computatons of quantities using TIN (Triangulated Irregular Network). (E) all data collected shall be compatible with the Panama City Site Office, Corps of Engineers software format. The work will be in Alabama, Georgia, and Florida, or other locations within the obile District civil boundaries when such work is assigned to the Panama City Site Office. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criteria E thru G are secondary and will only be used as "tie-breakers" among technically eqal firms. A. Professional Qualifications: The contract will require the following disciplines: Use the nomenclature for disciplines as noted in this advertisement. (1) Registered Land Surveyor(s) in Alabama, Georgia, and Florida; (2) Project Manager; (3) Hdrographic Party Chief; (4) Land Party Chief; (5) CADD Operator. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. Additional evaluation factors are provided in order of importance: B. Specialized experience and technical competence in: (1) Fully Automated Hydrographic Systems, Either DGPS, Range/Range Or Range/Azimuth; (2) Differential Global Positioning ystem (DGPS) real time positioning; (3) Topographic surveys using a Total Station with data collector; (4) Control surveys using Global Positioning System; (5) Providing the data in digital format compatible to AutoCad Release 12; (6) In Block 10 of the SF255 describe the firms' quality management plan, including the team's organization including an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants. C. Capacity to Accomplish the Work: the ability, equipment, and expertise to field up to three (3) hydrographic survey parties with a sustained effort of two (2) hydrographic parties. D. Past Performace: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Geographic Location: Geographic location with respect to the southeast United States. F. Small Business, Small Disavantaged Business, and Women Owned Business Participation: Extent of participation of Small Businesses, Small Disadvantaged Businesses, Women Owned Businesses, Historically Black Colleges and Universities, and Minority Institutions in the proposed contract team, measured as a percentage of the total estimated effort; G. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months a described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submissions requirements. Firms must submit a copy of their SF 254 and SF 255, and a copy of each consultant's SF 254. The 11/92 edition of the forms must be used, and may be obtaind from the Government Printing Office. A Summary of Capability Worksheet must be requested and submitted with the proposal. The worksheet in Microsoft Word Format, version 97.1 (3.5" unformatted Disk must be provided) should be requested by sending a self addressed envelope or Floppy Disk Mailer with return postage to: District Engineer, U.S. Army Engineer District, Mobile, ATTENTION: CESAM-EN-MS, Post Ofice Box 2288, Mobile, Alabama 36628-0001. These must be received in the Mobile District Office (CESAM-EN-MN) not later than close of business on the 30th day after the date of publication of this solicitation in the Commerce Business Daily. If the 30th da is a Saturday, Sunday, or Federal holiday, the deadline is the close of business on the next business day. Regulations requires that any submittals received after this date cannot be considered by the Selection Board. Include ACASS number in Block 3b and RFP Number in Block 2b of the SF 255. Call the ACASS Center at 503-326-3459 to obtain a number. Solicitation packages are not provided. This is not arequest for proposal. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered highly qualified after submittal review by theselection board. CITE: (I-358 SN014842) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: HQ Space and Missile Systems Center (AFMC) SMC/PKDV, 400 N Douglas St., Ste 212E, Los Angeles AFB, CA SUBJECT: U--PROVIDE EDUCATION AND TRAINING FLIGHT SERVICES AT LOS ANGELES AFB, CA SOL N/A POC Contact: Christine M. Hickey, Contracting Oficer, at (310)363-5076. DESC: The 61st Mission Support Squadron (61MSS) is analyzing the possible conversion of current government operated Education and Training Flight to contract activity based on an OMB Circular A-76 cost comparison study. The cost of contract performance will be compared to the in-house performance proposal to determine who will perform the work. The 61MSS contemplates release of a Request for Proposal (RFP) for the Education and Training Flight in April l997. Services for this operation include supporting approximately 3300 personnel (1800 military and 1500 civilian). Over an average 12 month period, approximately 65% of the workload is associated with the following programs and involves process/program management, task administration, course facilitation, counseling, data analysis, some course development and instruction: (a) on-site/local workforce training, (b) Acquisition Professional Development Program (APDP) and other centrally funded civilian and military training, (c) testing services, (d) on-the-job training, (e) voluntary off-duty education programs, (f) most Air Force Materiel Command unique courses, and (g) occupational template balloting. Over the same average timeframe, approximately 30% of the workload is associated with on-sitev computer training and course development and instruction. There are three broad categories of on site training. The first is facilitation based training, which includes time management classes, civilian and military supervisory training, and leadership/ethic classes, etc., with an average class size of 25 students. These courses run from 1 to 3 days. We offer 25 classes per year. The second category is Computer Based Training. Some examples of the classes taught are Windows 95 Operating Systems, Basic and Intermediate Word, Basic, Intermediate and Advanced Excel and Access. These classes average 8 students per class which are 1 to 1.5 days in length. There are approximately 200 classes per year. The third category of training is on - site instruction. Examples of this type of training includes the Air Force Acquisition Model (AFAM), the AFMC Education and Training Management System (ETMS), and acquisition Reform Training Module (ARTM). For this type of training the average class size is from 20-25 students. They generally run from 1 to 5 days in length. We generally offer approximately 15 courses per year. In addition to the above workload, approximately 5% of the time is associated with managing ETMS. The estimated value of the work is less than $5M over a 5 year period. At no additional cost to the contractor, the government will provide the following: office space, training facilities, furniture, computer equipment, including hardware/software support i.e. (maintenance), and business equipment such as fax machines, copiers, telephones and office supplies. A site visit may be held prior to RFP release. The proposed acquisition will be reserved for small businesses if sufficient qualified companies are identified. All interested sources who have not previously submitted a Statement of Capability (SOC) must do so and address the criteria mentioned above. The SOC should address experience in the above tasking and identify business size. The SOC should be submitted within 15 calendar days after the publication date of this synopsis. The Standard Industrial Classification (SIC) Code for this acquisition is 8299 ($18.5M). All interested sources may contact the Contracting Officer at (310) 363-5076 or 363-5083 and by facsimile at Machine Numbers (310) 363-2463/5075 or by e-mail to hickeycm@mareabx1.laafb.af.mil. Any solicitation resulting from this synopsis will not result in a contract award if government performance is determined to be more advantageous. This is the second of three synopses in accordance with OMB Circular No. A-76. CITE: (I-358 SN014729) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Immigration & Naturalization Service, Procurement Division, 425 I Street, NW., Room 2208, Washington, DC 20536 SUBJECT: U--PERSONNEL TESTING SOL HRA-7F-26 DUE 010697 POC Jackie H. Francis, Procurement Technician, (202) 514-2062; Lesa Scott DESC: INS requires the creation of 200 logic test questions over a five year period of one base year and four option years. The INS requires deductive and inductive questions. Qualified test question offerors must have a B.A. or B.S. degree; demonstrates a minimum of three years of specialized experience in verbal reasoning ability measurement, successfully completed course(s) in formal logic or have used logic extensively in development of test items for tests or reasoning, and demonstrate the ability to write logic-based reading comprehension questions. All questions must be useable and not previously used in any manner. INS testing staff will use these questions to examine applicants for border patrol, and professional law enforcement and adjudicator occupations at the entry level. Each question format contains a 50 to 100 word stimulus, a single question followed by five answer choices. Successful offerors may have to perform specific research to select job-related subject matter for question ideas. The INS will provide a formal, logic-based taxonomy to the successful offeror. Questions will be written at the college graduate level. The RFP will require offerors to submit resumes, sample questions for evaluation purposes, and ethics/confidentiality references. All usable questions will become the sole property of the INS. Each option year is expected to have a minimum of 100 questions and option quantities up to 100 additional questions. If multiple, qualified offerors are identified, the INS may make multiple awards. Qualified offerors shall FAX requests for the RFP to (202) 616-7876 by 1/6/97 to Jackie Francis, Attn: HRA-7F-26. See Numbered Note(s): 1. CITE: (M-358 SN014902) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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, 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-355 SN014441) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential Sources Sought OFFADD: U.S. Dept. of Commerce, National Oceanic & Atmospheric Administration, Western Administrative Support Center, Acquisition Management Division, Procurement Branch, WC33, 7600 Sand Point Way NE, Seattle, WA 98115-0070 SUBJECT: V--CHARTER TWO (2) VESSELS IN SOUTHEAST ALASKA SOL WASC7-758 DUE 010697 POC Randall Brown, telephone (206) 526-6226, fax (206) 527-5448 DESC: Sources sought for vessel charter to be performed in Southeast Alaska. Two vessels will be chartered during the period 9/1/97 - 10/15/97. Charters will be in and around Little Port Walter, eastern Baranof Islands, and western Kuiu Islands in Southeast Alaska. Vessels must be 50' minimum and USCG-inspected. Skipper must possess a 100-ton Master Mariner license. Each charter vessel will transport a four-person scientific crew. Scientific crew may occasionally consist of five people. This is a 100% small business set-aside, see note 1. All responsible sources may submit a proposal, which shall be considered by the agency. This is a small purchase action with an estimated amount of less than $100,000. CITE: (I-358 SN014831) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Department of the Treasury (DY), U. S. Secret Service, Procurement Division, 1310 L Street, N.W., Suite 730, Washington, D.C. 20223 SUBJECT: X--LEAD REMOVAL SOL N/A DUE 010897 POC Contact: Contract Specialist, Renea Morton, 202/435-6940; FAX No. 202/435-7138 DESC: The U. S. Secret Service is seeking sources to provide lead removal and proper disposal of hazardous waste from the James J. Rowley Training Center located in Laurel, MD and the Post Office Range located in Washington, DC. Specifically, effort will require the chipping, removal, loading, transportation and disposal of lead products and lead contaminated filters of various sizes. Requirement includes the removal and reinstallation of impact plates, scroll plates, spacing plates, lead chute, return air filters and exhaust filters. Contractor shall be required to provide all materials and equipment to include, but not limited to drums, pallets, forklift(s), protective clothing and masks. Contractor shall provide bolts and other hardware to assure scroll plates are secured properly after chipping is completed. All lead waste will be packaged, labeled, manifested, and transported as E.P.A. hazardous waste No. D008, Disposal. All disposal shall meet Federal/State E.P.A. and D.O.T. regulations. Contractor shall provide an audit trail on all waste disposal. Additional specs will be provided in SOW. Specifications will be issued on or about January 8, 1977. Mandatory site visit has been scheduled for 9:00 A.M., January 17, 1997, at 9200 Powder Mill Road, Laurel, MD. Please FAX name and address of company representative to the attention of Renea Morton, Contract Specialist, at 202/435-7138, to confirm attendance. Space is limited, only one representative per company may go on site visits. Offers will only be accepted from prospective offerors attending the site visit. Proposals are due January 28, 1997. Firm-fixed priced effort for one year. Offerors must provide information detailing past performance in providing similar or like services, for the past three years, at time of proposal submission. See Note 1 and 26 CITE: (I-355 SN014443) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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 - SAGLE, ID 83860-9998 SOL 072976-97-A-0063 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 6,500 interior SF on a controlled site of 55,757 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 oipened. 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, Draft Aid Inc., P.O. Box 40877, Denver, CO 80204-0877. Please identify your request with the solicitation number. Information concerning solicitation packages 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-358 SN014728) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: U.S. Postal Service, Denver Facilities Service Office, 8055 E. Tufts Ave., Suite 400, Denver, CO 80237-2881 SUBJECT: X--NEW CONSTRUCTION LEASED, MANGA, UT SOL 072976-97-A-0053 DUE 011097 POC Michael Kirby, Real Estate Specialist, (801) 974-2547. DESC: The USPS is completing final site and building plans for a new leased facility on a site located at 8470 W. 2700 S., Manga, UT. The project is set up in two phases. Phase I is for approximately 6,500 square feet of interior space and Phase II is an additional 6,500 square feet of interior for a total of 13,000 square feet. Separate price proposals will be requested as follows: Phase I only and Phase I and II combined. 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 who provides the best overall value 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 12, 1996 for a $25.00 non-refundable fee. Forward cashier's check or money order, made out to "USPS Disbursing Officer," to Tee-Time Reprographics, 875 Delaware Street, Denver, CO 80204-4533 (one check per solicitation). Please identify your request with the solicitation number. Information concerning solicitation packages should be directed to Tee-Time at (303) 575-6730 FAX (303) 575-8977. For other information call or write: Michael Kirby, Real Estate Project Manager, telephone (801) 974-2547 or Charlie Hubbert, A/E Project Manager (801) 974-2539 USPS, 1760 West 2100 South, Salt Lake City, UT 84199-9991. 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). Submissions will not be returned. CITE: (M-358 SN014910) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 SUBJECT: Y--CONSTRUCT METAL BUILDING SOL F40650-97-Q-0020 DUE 013097 POC Sue Tate, Contract Specialist (615)454-7801 DESC: This procurement is for the materials, labor, and fabrication of a 30' x 60' metal building. Building is to have one roll up door, walk through metal door, water faucet, electric lights and switch. Building must be constructed on concrete slab with concrete apron. This work will be done at the Golf Course at Arnold Air Force Base, Tennessee. Magnitude of this project is $25,000 - $100,000. Requests must be made in writing and may be faxed to (615)454-7330. Requests must be received no later than 15 days after publication of this notice. This is a nonappropriated fund purchase and it does not obligate appropriated funds of the United States Government. Nonappropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This purchase does not involve Federal tax dollars. CITE: (I-355 SN014407) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900 SUBJECT: Y--BRAC EXPANSION (RUNWAY/APRON/ILS, VEHICLE OPS, HEATED PARKING, AND ADDITION TO FIRE STATION), WHEELER-SACK AIRFIELD, FT DRUM, YORK SOL DACA51-97-B-0008 DUE 021497 POC Michael McHugh, 212-264-5995. DESC: This is an unrestricted procurement. Construction services are required at the Wheeler-Sack Airfield, Ft Drum, Watertown, New York to demolish existing runway 3-21, construction of replacement Runway 3-21, runway connections and overruns, taxiways, apron and associated area lighting, associated airfield lighting and navaids, light vault reconstruction, instrument landing system, deicing pad and associated supply and waste tanks, hot pad and access road, tank trail, and Munn's Corner road relocation. Construction services are required to add a one bay addition to the airfield fire station (Bldg P-2065). Work will include concrete foundation, structural steel framing, HVAC system, lighting, power and all other necessary work. Construction services are required to construct a Departure Airlift Group Facility. Work includes concrete foundation, structural steel framing, HVAC system, motorized doors, lighting, power, and all associated pavement and service utilities as required. The magnitude of the project is approximately $25,000,000 to $50,000,000. Duration of the project is 500 calendar days from the receipt of the Notice to Proceed. The SIC for this project is 1629. The subcontracting plan must be in conformance with all aspects of FAR Subpart 19.7, This includes evaluation of an offeror's past performance with respect to its allotment of work to Small, Small Disadvantaged and Women-Owned Small Business concerns. A contract will not be awarded unless and until the Contracting Officer has determined ( with advice from SBA ) that it's subcontracting plan provides maximum practicable opportunities for Small, Small Disadvantage and Women-Owned Small Business concerns to participate in contract performance. In determing the acceptability of a proposed subcontracting plan the Contracting Officer will evaluate all relevant factors inclusive of the evaluation of the offeror's past performance in awarding subcontracts for the same or similar products or services to Small, Small Disadvantaged and Women-Owned Small Businesses. Information on past performance of Subcontracting Plan Compliance is included in solicitation. The Corps of Engineers is responsible for effectively implementing the small business programs within 1ts activities including achieving program goals. ALso, to ensure the contracting and technical personnel maintain knowledge of small, small disadvantaged, and women-owned small business program requirements and take all reasonable actions to increase pleasure participation in their activities. In line with the emphasis on this program the Corps of Engineers, New York District is particularly desirous of increasing subcontracting oppotunities for small busines concerns, small diadvantaged business concerns and women-owned small business concerns. You, as a prime contractor, are required to participate in this program by soliciting subcontractor bids from such firms. A model subcontracting plan will be provided with the plans and specifications. We urge to take action to locate competent small disadvantaged and women owned small business concerns for your subcontracting opportunities in preparing your bid. We urge you to request such sources in the vicinity in which the work is to be performed. In addition, it is suggested that you contact the local SBA Minority Enterprise Development (MED) staff to obtain SBA's certified listing of social and economically disadvantaged business concerns in the vicinity in which the work is to be performed. In the SBA Syracuse office call 315-448-0432, in the Buffalo Office call 716-551-4307. Unfavorable evaluation will result in denial of award. Plans and specifications will be available on or about 06 January 1997, with a bid opening date of on or about Friday, 14 February 1997 at 2:00 P.M., New York City, N.Y. time. All requests for plans and specifications must be in writing with enclosed check (personal or business) or money order payable to "FAO, USA, COE, NED", in the amount of six hundred and fifty dollars ($650.00) per set (non-refundable) mailed to: US Army corps of Engineers, Contracting Division, Room 1843, Attn: Michael McHugh, 26 Federal Plaza, New York, NY 10278-0090. Requesting parties should state the solicitation number, giving their complete company name, STREET address (plans and specs cannot be delivered to P.O. BOXES), telephone and facsimile numbers (including area codes). Before sending for plans and specs, however, call Mr Jess Arrington at 212-264-0232 or Mr Michael McHugh at 212-264-5995 as to the availability of plans and specs. The Plans and Specifications may also be examined at the following locations: this office at 26 Federal Plaza, Room 1831, West Point Area Office, Area Engineer, US Army Engineer District (NY), Bldg. 667A, West Point, NY 10996-1591, Fort Drum Resident Engineer Office, US Army Corps of Engineers, NY District, 4890 George Avenue, Fort Drum, NY 13602-5200, Brown's Letters, 1167 McBride Avenue, West Paterson, NJ, and F.W. Dodge Co., 1633 Broadway, Paramount Plaza Bldg, New York, NY. Any technical questions must be in writing and may be faxed to 212-264-3013, attention Michael McHugh. CITE: (I-355 SN014409) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Y--UPGRADE LIFT STATION CONTROLSL SOL F08651-97-B-0004 DUE 021097 POC Contact SSgt Anthony J. Smith, Contract Specialist, (904) 882-5628, Ext. 5271, Cecile A. Ramos, Contracting Officer, (904) 882-5628 DESC: Eglin AFB has a requirement to Upgrade Lift Station Controls, Eglin AFB, FL. In general, the work under this contract will consist of installing a metal building with foundations, removing the electrical controls and replacing with new electrical service. The new controls will be installed to maintain the pressure to the spray fields by cycling the pumps. The work will be located at spray field lift station, Eglin AFB, FL. Bid opening date of 10 Feb 97 is only an estimated date. Estimated dollar range is between $25,000.00 and $100,000.00. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 nonrefundable charge. All requests must be submitted in writing. Make check/money order payable to DFAS/LI, and mail along with your written request to AFDTC/PKO, 205 West D Ave, Suite 541, Eglin AFB FL 32542-6862. No telephone requests for solicitation packages are acceptable. CITE: (W-355 SN014425) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: GSA, PBS, Property Mgmt Div.,Engineering Svcs Br WPMOD,7th & D Sts., SW, RM 2634,Washington,DC 20407 SUBJECT: Y--MULTIPLE AWARD TERM CONTRACT SOL GS-11P-97-MQD-0015 DUE 021097 POC Contact,Michael Vrobel,202/708-7853,Contracting Officer,Michael J. Vrobel,2 02/708-7853 DESC: Request for Proposals Notice for Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract for Construction in the National Capital Region (NCR), Washington, DC Metropolitan Area, GS11P97MQD0015. Issue Request for Technical Proposals (Phase I): Receive Technical Proposals: 01/10/97. Issue Request for Price Proposals (Phase II): 03/14/97. Receive Price Proposals: 02/10/ 97. Estimated Cost Range: $2,000 - $5,000,000 per each task order. Guaranteed Minimum: $25,000. Anticipated Maximum: $6,510,000. Time for Completion: 365 calendar days after award. Typical task order could contain some or all of the following: Modifications to architectural components including but not limited to: ceilings, walls, floors (including access floor systems), roofing systems, millwork, and wall coverings. Work also includes modifications and replacement of mechanical systems to include, but not be limited to: air handling units, environmental services, chillers, boilers, ductwork systems and accessories, piping systems including pumps, HVAC system controls, fire protection sprinkler syst ems and accessories, and plumbing equipment/accessories. Work also includes electrical systems to include but not be limited to: lighting systems, primary and secondary power distribution systems, and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. The Government will award up to 5 Indefinite Delivery Indefinite Quantity contracts under this solicitation. Each award will be for one year. There will also be four additional one year options. The award of a firm-fixed price task order will result from Phase II of this solicitation. It is anticipated that future projects will be awarded on a task order basis to the one contractor (of the five awardees) who offers the lowest lump sum price. This is a competitive negotiated acquisition. Proposals will be evaluated using a Two-Phase process. Phase I will be technical evaluations; Phase II will be f or pricing. The Government intends to use the "greatest value concept" in makin g selections. The "greatest value concept" is a method of evaluating price and other related factors specified in the solicitation, with the goal being to sele ct the proposal that offers the greatest value to the Government in terms of performance and other factors. Phase I, Request for Technical Proposal (RFTP), contains Construction Contract Clauses, Labor Standards, Solicitation Provisions, Proposal Submittal Requirements and Evaluation Factors. This RFTP will be issued on or about 01/10/97. All requests for the RFTP must be in writing. There will be a Pre-Proposal Conference on or about 01/20/97. Proposals shall be received in this office on or about 02/10/97. Specific date and time shall be specifie d in the RFTP. Only one proposal may be submitted by each offeror. There will be a short list of technically qualified contractors published in the CBD on or about 03/14/97. Offerors should submit proposals that are acceptable without add itional explanation of information, as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial pro posal submitted. The Government may proceed to Phase II without discussion. Ho wever, the Government may request additional information from offerors that it considers having a reasonable chance of being selected to participate in Phase II and may discuss proposals with the offerors. The Government will evaluate Phase I submissions to establish those within a "competitive range". Only those fir ms within the competitive range will be invited by the Government to provide Phase II submissions, consisting of pricing (a lump sum price) and any special requirements defined in the specifications. Two factors will be considered: a technical evaluation factor and price. The elements that make up the technical evaluation factor, in order of importance, are: (1) Experience and Past Performance of the Firm, (2) Qualifications and Key Personnel, and (3) Management and Technical Approach. The price factor is not as important as the technical evaluation factor. As proposals become more equal in technical merits, price becomes more important. Phase II, Specifications (Bidding Documents) will be available from the General Services Administration at no cost. Technical questions should be directed to the Contracting Officer, Michael J. Vrobel, at (202) 708-7853, extension 412. The proposed procurement listed herein is set aside for small business. CITE: (I-355 SN014459) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting, Building 24, Fort Missoula, MT 59804 SUBJECT: Y--ROCK CREEK RESTORATION SOL R1-16-97-357 DUE 021897 POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer, Harlan F. Johnson, 406/329-3950 DESC: The Forest Service requires a stream restoration construction firm to provide personnel, equipment, and materials for stream channel stabilization and fish habitat improvement on Rock Creek, Missoula Ranger District, Missoula County, Montana. The work period will be approximately July 7, 1997 through September 30, 1997. Proposals are due February 18, 1997. Contract time is 85 calendar days. Estimated price range is S250,000 to S500,000. All responsible sources may submit an offer which will be considered. CITE: (I-358 SN014724) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: VA MEDICAL CENTER, 3350 LA JOLLA VILLAGE DRIVE, SAN DIEGO, CA 92161 SUBJECT: Y--DESIGN-BUILD ANGIOGRAPHY SUITE SOL RFP 664-097-97:RC DUE 020797 POC Robert L. Capers Jr., Contracting Officer (619)552-4348 DESC: The VA San Diego Healthcare System-San Diego, CA has a requirement to renovate existing space into an Angiography Suite for the installation of PHILIPS INTEGRIS V3000 equipment. This project will require a Design-Build Contractor to provide, but not limited to the following: Surveys, evaluations, design developments, working drawings, technical specifications, schedules, labor, materials and equipment to accomplish site preparation for the installation of the PHILIPS INTEGRIS V3000 EQUIPMENT. The work shall include renovating and converting 15 existing rooms into an Angiograph Suite with adequate space to provide the following functions: Procedures area, Control area, Scrub area, Equipment room, Patient holding area, Reading area, Dark room, Storage, Toilet room and Clinical engineering workspace. Time for completion of this project is 180 calendar days after receipt of Notice To Proceed. The SIC code for this project is 1542. The government estimated range for this project is $250,000 to $500,000. The approximate Acquisition and Project schedule is as follows: Proposal issue date: January 8, 1997; Pre-Proposal Conference/Site Visit: January 22, 1997, Conference Room B 1558; RFP 664-097-97:RC Due: February 7, 1997 at 4:00pm local time in Acquisition & Materiel Management Room 1562; All qualified contractors may request a copy of the solicitation. Request for solicitation documents must be submitted in writing or via FAX to the attention of Robert Capers at (619)552-7483. Requestors should reference Solicitation Number RFP 664-097-97:RC, firm name and address, telephone and FAX number and name of requestor. Telephone requests for the solicitation WILL NOT be accepted. CITE: (I-358 SN014743) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Y--HOUSING OFFICE AND COMMUNITY CENTER, FY96 PROJECT H-351/H-352, MARINE CORPS BASE, CAMP PENDLETON, CALIFORNIA SOL N68711-96-R-2320 DUE 021397 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Lisa Crawford/Contracting Officer, Vickie Ball. DESC: Sources sought to design and construct a 3,770 sf Housing Office and a 8,000 sf Community Center, both in the Wire Mountain Housing area. Also included is field investigations, site improvements and utility services. Scope of work includes design, construction, inspection of all structures, utilities, roads, walks, landscaping and alll other required improvements, both on and off site, necessary to provide facilities complete and ready for use.--The contract is to be awarded to the responsible offeror who submits the proposal considered most advantageous to the Government considering "Price" and "Technical" evaluation factors. The following evaluation criteria has been established: Factor 1 (Price) and Factor 2 (Technical) which are weighted approximately equal. Within the "Technical" factor, the following subfactors are listed in order of importance: Subfactor "1" Design Quality, Subfactor "2" Past Performance and Qualifications, Subfactor "3" Quality, Durability, and Energy Efficiency of Proposed Material, Including Recycling, Subfactor "4" Subcontracting Effort. A preproposal conference is set for 23 January 1997 at 1:00 p.m. local time at Southwest Division Naval Facilities Engineering Command, 1220 Pacific Hwy., San Diego, CA. Participants must reserve seating a minimum of two (2) days in advance of the conference date by contacting Lisa Crawford at (619) 532-3671.--This is not a public bid opening.--The estimated cost is between $1,000,000 to $5,000,000.--Firm Fixed Price Construction Contract.Bids will be considered from all responsible sources.--This project is unrestricted.--The Standard Industrial Code is 1521 and the annual size standard is $17 million.--It is recommended the subcontracting plan goals reflect a minimum goal of 5% for Small Disadvantaged Business Subcontracting Efforts.--NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office.--Solicitation packages may be acquired in person from Plan Issue or by mail.--Telephone requests will not be accepted.--Requests for the solicitation package must be in writing stating RFP number N68711-96-R-2320, with complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier. There is a charge for plans and specs of $15.00 per set.---Checks are to be made out to DEFENSE PRINTING SERVICE.---FEES ARE NOT REFUNDABLE--Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San Diego, CA 92132-5187, however, requests will not be processed until your check has been received by this office.--Submit one (1) check per project.-Solicitation packages are limited to two (2) per prime and one (1) per subcontractor/supplier.--Plans and specifications will be available on or about 13 January 1997. CITE: (I-358 SN014745) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DVA Medical Center West Los Angeles, 11301 Wilshire Blvd, Los Angeles, CA 90073 SUBJECT: Y--CONSTRUCTION OF STRUCTURES AND FACILITIES SOL IFB 691-30-97 DUE 021197 POC Robert E. Kedney, Contracting Officer, (310) 268-2774 DESC: The VA Medical Center 11301 Wilshire Blvd. (90C REK) Los Angeles intends to construct a New Laundry Building under Project Number 691-202. The work involves the construction of a tilt-up structure of approximately 45,600 sq. ft. in accordance with the required drawings and specifications. Completion time is 365 calendar days from the Notice To Proceed. The price range of this project is between $2,000,000.00 and $5,000,000.00. This is a non-set aside project. Vendors interested in receiving a solicitation package are to contact Robert E. Kedney, Contract Specialist, at (310) 478-3711, Ext 42774. There is a non-refundable deposit of $100.00 to receive a copy of the drawings and specifications. The solicitation is to be issued on or about 10 Jan. 97. Synopsis #3 CITE: (I-358 SN014748) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31401 SUBJECT: Y--SOF SUPPORT BATTALION COMPLEX - FORT BRAGG, NC SOL DACA21-97-B-0019 DUE 021097 POC David Reveley (Technical Questions) 912/652-5764 Linda Elliott (Contractual Questions) 912/652-5076. DESC: Description of work: Construct a new Organizational Direct Support (DS) Maintenance Facility, Supply and Medical Warehouse, and two Company Operations Facilities to include intrusion detection systems, fire detection and protection systems. The DS Maintenance Facility will include a vehicle maintenance shop, oil storage building, deployment storage shop, hardstands and organizational vehicle parking. Supporting facilities include non-organization vehicle parking, sidewalks, curbs, gutters, storm drainage erosion control, utility services, landscaping, and information systems. Heating and air conditioning (100 kw) will be provided by a self-contained system. Network Analysis System will be required. Estimated cost range of project is from $10,000,000 to $25,000,000. Charge for solicitation documents is $85. Make check payable to F&A Officer. Solicitation documents will be available January 10, 1997 (approx.). In order to receive documents in a timely manner, requests should be received by December 31, 1996. This solicitation is issued on an unrestricted basis pursuant to the "Business Opportunity Development Reform Act of 1988" (Public Law 100-656). Only written requests for plans and specifications will be accepted. State area code, telephone number, street address and nine-digit zip code. Plans and specifications are available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia 31401-3640. CITE: (I-358 SN014755) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDI, El Malpais National Monument, P.O. Box 939, 123 E. Roosevelt, Grants, New Mexico 87020 SUBJECT: Y--GENERAL CONSTRUCTION OF TWO--2 BEDROOM RESIDENTIAL DUPLEXES, CHACO CULTURE NATIONAL HISTORICAL PARK, BLOOMFIELD, NEW MEXICO SOL 1443IB127097002 DUE 022097 POC Trish Fresquez-Hernandez, Contract Specialist, (505) 285-4641, extension 11, Contracting Officer--James Clark, (303) 969-2755. DESC: General construction of two--2 bedroom residential duplexes, to be constructed either on site or as a pre-manufactured modular system. The duplexes shall be set on a crawl-space type foundation with attached double garage. Water, sewer, power, gas, telephone, and cable TV are connected to existing main lines. Earthwork, grading, walks, ramps, decks, driveway aprons, and roads are part of the work. The site is located at Chaco Culture National Historical Park, approximately 52 miles southeast of Bloomfield, New Mexico, San Juan County. The estimated price range is between $100,000.00 and $1,000,000.00. Written or facsimile requests for copies of the solicitation are preferred. FAX: (505) 285-5661. CITE: (M-358 SN014899) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: 6 CONS/LGCC, 2606 Brown Pelican Ave., MacDill AFB, FL 33621-5000 SUBJECT: Y--IDIQ, REPAIR ROOFS BASEWIDE, MACDILL AFB, FL SOL F08602-97-BA002 DUE 021197 POC Mr. Kenneth R. Huckins, Contract Specialist, (813) 828-3815, Ext. 330; Ms. Debra Parent, Contracting Officer, (813) 828-3815, Ext. 346. DESC: Indefinite Delivery Indefinite Quantity (IDIQ) contract consists of furnishing all labor, equipment, materials and performing all operations in connection with repairing roofs using an IDIQ contract. The contract consists of individual delivery orders issued to include work for buildings and military family housing, located at MacDill AFB and Avon Park, AFR, FL. The work includes flashing, gravel stops, gutter and downspouts, expansion joints, complete roof replacement, partial roof replacement, repairing and patching existing roofs. Types of roofs include built-up, single-ply membrane (i.e., elastometric), modified bitumen, standing seam, corrugated metal and shingle. Roof decks may be concrete, metal, or wood. Line item prices and quantities will determine the amount of each delivery order. The contract will consist of a base year plus four option years. The estimated minimum contract amount is estimated at $350,000.00 for the base year only and the maximum contract amount is estimated at $2,000,000.00 for the base year and each option year, if exercised. The projected monetary range for a delivery order is $10,000.00 minimum and $600,000.00 maximum. The proposed contract listed here is listed as unrestricted, therefore, replies to this notice are requested from all business concerns. TELEPHONIC REQUESTS FOR BID PACKAGES WILL NOT BE ACCEPTED, make your written request to the address above or telefax to (813) 828-3667. Your written request must include: solicitation number, company name, address, point of contact, telephone/FAX number and business size (i.e., large, small, SDB). CITE: (M-358 SN014917) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Y--T58-16 AIRCRAFT ENGINE TEST CELL RETROFIT, MARINE CORPS AIR STATION, CAMP PENDLETON, CA SOL N68711-95-R-7579 DUE 022497 POC For plans and specs information call (619) 532-2796/Contract Specialist, Mike Larson/Contracting Officer, Katherine G. Luhmann. DESC: Sources sought to design, engineer and construct modifications to an existing T-76 Aircraft Test Cell to enable the test cell to be used to test T58-16 turboshaft aircraft engines at the Marine Corps Air Station, Camp Pendleton, California. The project includes design and construction of air dynamometer and engine augmenters, diked fuel skid area, various repairs and modifications, and finish rehabilitation to the existing test cell. The contract is to be awarded to the responsible offeror who submits the proposal considered most advantageous to the Government considering "Price" and "Technical" evaluation factors. The following evaluation criteria have been established: Factor (1) Past performance of the design/build team to include the following subfactors: (1.1) The number of projects, with scope, magnitude, complexity and cost similar to the requirements in this RFP, completed in the last ten years. Evaluation will include the number of projects completed by the firms comprising the team, individually, and the design/build team as a whole, and the change order rate, demonstrating the proposer's capability to successfully complete on time a project of similar scope and complexity of this requirement. (1.2) Experience of the prime contractor in the scheduling of the work and the management of the design and construction of the proposed project to meet a specified time frame. Evaluation will be based on the ability and experience of the prime contractor to manage design and construction and schedule work at the construction site. (1.3) Offeror's reputation for satisfying its customers by delivering quality work in a timely manner at a reasonable price. Includes an offeror's reputation for integrity, reasonable and cooperative conduct, effectiveness of management, and commitment to customer satisfaction. Information obtained from the offeror and from other sources, including past and present customers, federal, state, and local government agencies, will be considered. Factor (2) Relevant design and construction experience to include the following subfactors: (2.1) Professional qualifications and experience of the proposer and their key design staff in the design and construction of engine test cells to include the design and construction of test cells and hush houses and/or projects of similar scope and complexity in both the public and private sectors. (2.2) Professional qualifications and experience of the proposer and their key design staff in the design and construction of structural steel components to include successful design and construction of structural steel members in projects of similar complexity. (2.3) Professional qualifications and experience of the proposer and their key design staff with sound reduction to include successful design and construction of sound reduction components (doors, windows, panels and enclosures). (2.4) Professional qualifications and experience of the proposer and their key design staff in the design and construction of fire protection systems. (2.5) Professional qualifications and experience of the proposer and their key design staff with foundations to include successful design and construction of foundations in projects of similar complexity. (2.6) Professional qualifications and experience of the proposer and their key design staff with small cranes (trolley and chain hoist) to include successful design and construction of small crane systems. Factor (3) Project management, quality control and safety to include the following subfactors: (3.1) Adequate experience and qualifications of key managment and personnel to perform their assigned responsibilities effectively. Experience in coordinating interdisciplinary engineering and construction skills/personnel by demonstrating the capability to successfully complete on time a project of similar scope and complexity of this requirement. (3.2) Management control system to include how the project design and construction process will be managed, the ability to effectively coordinate architectural and engineering professionals, trade subcontractors and construction team effort, and the ability to manage the design process including the level of details required for proper documentation of drawings and specifications. Evaluation will include management techniques, organization an software to be used to track and control activities, including schedule and cost, that clearly demonstrate workability and conformance with the specifications. (3.3) Quality control system to include the controls necessary to ensure quality throughout the design to construction process to completion, and the credentials and commendations of the Quality Control Inspector to be used on this project. (3.4) Safety control procedures to include the steps proposed to promote and ensure safety during the construction of the turboshaft test cell, the offerors operations safety and incident rate for the last five years, the offerors last three Interstate Modifier Rate (IMR) for the offerors insurance, and attention and familiarity with OSHA standards and environmental regulations. Factor (4) Subcontracting effort with the following subfactors: (4.1) Extent to which small and small disadvantaged firms are specifically identified in the proposal. Evaluation will include the complexity and variety of the work small and small disadvantaged firms are to perform, extent of commitment to use small and small disadvantaged firms, realism of the proposal for use of small and small disadvantaged firms, and the extent of participation of small and small disadvantaged firms in terms of the value of the total acquisition. (4.2) Prior performance of offerors in complying with requirements of the clauses at FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, and 52.219-9, Small Business and Small Disadvantaged Business Subcontracting Plan. A pre-proposal conference shall be held on February 11, 1997, at 10:00 a.m. in the "Blue Room" at the Naval Facilities Engineering Command, Southwest Division, 1220 Pacific Highway, San Diego, California 92132. Participants must reserve seating a minimum of two days in advance of the conference date by contacting Kathy Luhmann at (619) 532-2796. This is not a public bid opening. The estimated cost is between $1,000,000 and $2,000,000. Firm Fixed Price design and construction contract proposals will be considered from all responsible sources. This project is unrestricted. The standard industrial code is 1522 and the annual size standard is $17 million. It is recommended that the subcontracting plan goals reflect a minimum goal of 5% for Small Disadvantaged Business subcontracting efforts. Potential offerors should request in writing stating RFP number N68711-95-R-7579, with complete name, address, area code, and phone number and whether proposing as a prime/subcontract/supplier. There will be a charge for plans and specifications. This amount will be determined before RFP's are availble. Checks are to be made out to DEFENSE PRINTING SERVICE. PRINTING FEES ARE NOT REFUNDABLE. Mail requests to Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, Building 132, San Diego, CA 92132-5187. Please fax requests to (619) 532-2083; however, requests will not be proecessing until your check has been received by this office. Submit one (1) check per project. Solicitation packages are limited to two (2) per prime contractor and (1) per subcontractor/supplier. CITE: (I-358 SN014935) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Eng. Mahmoud El-Sringawy, Chairman, An action for the USAID program SUBJECT: Y--PREQUALIFICATION QUESTIONNAIRE - CONSTRUCTION AND REHABILITATION OF WATER AND WASTEWATER SYSTEMS SOL N/A POC Contact Point: Mr. Robert Hurdle, Camp Dresser & McKee International, Inc. (CDM), 10 Cambridge Center, Cambridge MA, 02142. Tel. No. (617) 252-8000, Fax (617)577-7504, E-mail address: hurdlerl@cdm.com. DESC: Eng. Mahmoud El-Sringawy, Chairman, National Organization for Potable Water and Sanitary Drainage (NOPWASD), 96, Ahmed Orabi Street, Sahafieen, Cairo, Egypt. The National Organization for Potable Water and Sanitary Drainage (NOPWASD) of Cairo, Egypt, invites expressions of interest and submission of prequalification questionnaire from U.S. Construction Services firms who can demonstrate extensive experience and capability in construction of water and wastewater services under its Secondary Cities project, for the purpose of developing a shortlist. The project comprises the construction and rehabilitation of wastewater and water treatment and auxiliary facilities, pump stations, trunk sewers, force mains, water transmission and distribution piping, ground and elevated storage facilities and potential follow on work to augment and extend the existing water/wastewater systems in the six cities of Mansoura, Nuweiba, Luxor, Kom Ombo, Darawo, and Nasr City. Five separate Fixed Price Host Country Contracts with NOPWASD are anticipated. Bidders may qualify for one, two or all contracts. Award will be made to the lowest responsive responsible bidder. Payment will be made in both US Dollars and Egyptian Pounds. The United States Agency for International Development (USAID) will finance the US Dollar portion through a direct letter of commitment under project no. 263-0236, Secondary Cities. Financing of the LE portion will be made by NOPWASD. Funds for this procurement are not currently available, however, they are anticipated to be available shortly. Issuance of this request does not constitute an award commitment on the part of the NOPWASD or USAID, nor does it commit NOPWASD or USAID to pay for costs incurred in the preparation or submission of any information. It is a requirement that all bidders comply with USAID geographic code 000 (USA) pursuant to applicable nationality, source and origin regulations as defined in USAID Automated Directives System, Chapter 310 and supplemental references. Construction services firms will be evaluated in accordance with the evaluation criteria found in the Prequalification Package clause IP-3 listed in descending order of importance and in reference to USAID Automated Directives System, section E305.5.2b and Supplementary Reference in USAID Handbook 11, Chap.2, section 3.5. Construction services firms are expected to demonstrate the following information, which will be used for evaluation process: (1) extensive experience and capability in similar types of civil, mechanical and electrical construction work, (2) similar services and work experience within the past five years in the Middle East and/or Egypt and/or similar developing country environment, (3) satisfactory completion on schedule of large water/wastewater projects, (4) a history of satisfactory bonding capacity, and (5) the net current assets or available working capital that will be sufficient, in the judgement of NOPWASD and USAID to satisfactorily execute the contract and to meet all financial obligations incurred. The firm's current financial statement and an affirmative statement that the firm can meet USAID's nationality and source regulations must also be submitted. Copies of interested firm's brochures and annual reports may also be of value in presenting the firm's qualification. If a joint venture seeks prequalifications, qualification information must be supplied with respect to all firms in the joint venture. Firm's data will be verified. It is anticipated that the successful bidder(s) will sign a fixed price host country contract(s) with NOPWASD to provide construction services subject to availability of funds. Interested bidders must request a copy of the Prequalification questionnaire and additional information in writing from the following address: Mr. Robert Hurdle, Camp Dresser & McKee International, Inc. (CDM), 10 Cambridge Center, Cambridge MA, 02142. Telefaxed requests to (617) 577-7504 will be accepted. Telephone requests will not be considered. Due date for submittal of the completed questionnaire will be specified in the Prequalification Questionnaire. Additional information submitted after that date may be rejected. NOPWASD will establish a short list of qualified bidders who will be permitted to submit bids for the contract(s). The Invitation For Bids (IFB) is expected to be available for distribution to qualified firms approximately in March 1997. Bidders will be allowed sixty days from the date of issuance of the IFB to prepare and submit their bids. Mobilization of the first contractor is expected in October 97 and the overall project completion should be in October 2001. The Government of the Arab Republic of Egypt and the Agency for International Development encourage and welcome in this activity the participation to the fullest extent possible, of minorities and women both as individuals and as members of contracting or sub-contracting firms. In this respect, it is anticipated that the prime contractor will make every practicable use of such personnel and firms. "This CBD notice can be viewed and downloaded using the Agency Gopher. The Gopher address is GOPHER.INFO.USAID.GOV. Select USAID Procurement and Business Opportunities from the Gopher menu. Logon on using the user identification of "anonymous" and the password is your e-mail address. It is the responsibility of the recipient of this announcement to ensure that it has been received from the INTERNET in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes." CITE: (I-358 SN014976) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: National Park Service, Denver Service Center, P.O. Box 25287 DSC-CA, Denver, CO 80225-0287 SUBJECT: Y--MAINTENANCE FACILITY, SAINT GAUDENS NATIONAL HISTORIC SITE, SULLIVAN COUNTY, NEW HAMPSHIRE, SAGA-121 SOL 1443IB450097904 DUE 021397 POC Construction Contracts, 303/987-6744 DESC: The work of this contract consists of the general construction of a maintenance building including greenhouse and workshop and mechanical and electrical and associated site development work consisting of clearing and grubbing, earthwork, roadwork, fencing, utilities, site walls, and landscaping.-- Estimated price range, $500,000 to $1,000,000.--Time for completion, 180 calendar days.--Bid opening date is approximate; actual date will be established at the time bidding documents are available.--All responsible sources may submit a bid which will be considered. EMAILADD: contracts_dsc@nps.gov EMAILDESC: CITE: (D-358 SN015006) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 218, Wallops Island, VA 23337 SUBJECT: Z--REPAIR OF SECONDARY ELECTRICAL SYSTEMS SOL RFO5-01382/614 DUE 020697 POC James L. Mitchell, Contracting Officer, 804-824-1067, james.l.mitchell.1@gsfc.nasa.gov. DESC: The Contractor shall furnish services and materials for Repair of Secondary Electrical Systems in Buildings A-1, E-7, D-2, D-10, D-49, D-101, F-2, F-3, F-4, F-5, F-6, F-19, M-9, M-10, M-11, M-12, M-14, M-15, N-163, N-169, W-100; and the construction of an enclosure for the existing Main Switching Station, N-130. 1 job. Deliveries to Wallops Island, VA. Services are to be completed within 365 days of date of notice to proceed. The estimated cost ranges between $250,000 and $500,000. Bid packages containing specifications are available at a nonrefundable cost of $100.00. Requests are to be forwarded to: NASA/GSFC, James L. Mitchell, Code 218, Wallops Flight Facility, Wallops Island, VA 23337. Payment must be made in the form of a company or certified check or money order only which must accompany the request. No personal checks or cash will be accepted. Checks shall be made payable to the National Aeronautics and Space Administration. This procurement is being conducted under NASA's MidRange Procurement Program. All responsible sources may submit a bid which will be considered. This synopsis is also an intent to synopsize the pre-solicitation notice. No telephone requests accepted. Collect calls not accepted. Electronic versions of the documents will be provided on the World Wide Web at http://genesis.gsfc.nasa.gov/procure.htm, and by anonymous ftp to genesis.gsfc.nasa.gov/public/web/solicita. CITE: (I-355 SN014411) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: AETC CONS/LGCR 550 D Street East Ste 08 Randolph AFB TX 78150-4434 SUBJECT: Z--ALTERATION TO DOD COMMISSARY ON MCGUIRE AFB NJ SOL F41689-97-R-0012 DUE 021097 POC DAVID HOOKER, tel. (210) 652-2491/4020 DESC: Contractor will be responsible for providing all materials and labor to completely install a refrigeration system, including refrigerated display cases, unit coolers, walk-in boxes, and any other components and technical items necessary to provide a workable and reliable commissary refrigeration system. This includes making corrections of known and unknown existing deficiencies. The estimated cost of construction is between $100,000 and $250,000. Time for project completion is approximately 75 days. This procurement is unrestricted, and all responsible sources may submit a proposal which the government will consider. The RFP will be available on or about January 10, 1997. The anticipated closing date is February 10, 1997. Requests for the solicitation shall be in writing to the address above or to Fax # (210) 652-2737. EMAILADD: hookerd@rndgate1.aetc.af.mil EMAILDESC: CITE: (W-355 SN014423) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--REROOFING OF SIX BUILDINGS ON GEORGIA AVENUE SOL F08651-97-B-0007 DUE 021097 POC Contact SSgt Anthony J. Smith, Contract Specialist, (904) 882-5628, Ext. 5271, Cecile A. Ramos, Contracting Officer, (904) 882-5628 DESC: Eglin AFB has a requirement to Reroofing Six Buildings on Georgia Avenue, Eglin AFB, FL. In general, the work under this contract will consist of furnishing all plant, labor, materials, and equipment, and perform all operations in connection with replacing existing roof structures on five Military Family Housing Units in the Georgia Avenue housing area, including one detached garage. In addition, the contractor shall provide, at no additional cost to the government, a minimum of one chemical latrine per 12 workmen. The latrine(s) shall be at the job site for the duration of the contract performance period. The latrine(s) shall be serviced as often as required for sanitary conditions but in no case shall servicing be less than one per week. Servicing shall comply with all applicable federal, state and local laws, ordinances and regulations pertaining thereto. The latrine waste shall be disposed of legally off government lands. Bid opening date of 10 Feb 97 is only an estimated date. Estimated dollar range is between $25,000.00 and $100,000.00. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 nonrefundable charge. All requests must be submitted in writing. Make check/money order payable to DFAS/LI, and mail along with your written request to AFDTC/PKO, 205 West D Ave, Suite 541, Eglin AFB FL 32542-6862. No telephone requests for solicitation packages are acceptable. CITE: (W-355 SN014431) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--REPAIR/REPLACE GENERATOR TANKS SOL F08651-97-B-0006 DUE 021197 POC Contact SSgt Anthony J. Smith, Contract Specialist, (904) 882-5628, Ext. 5271, Cecile A. Ramos, Contracting Officer, (904) 882-5628 DESC: Eglin AFB has a requirement to Repair/Replace Generator Tanks, Eglin AFB, FL. In general, the work under this contract will consist of removing 22 each underground diesel fuel tanks and any contaminated soil encountered, cleaning and cutting up the tanks, transporting the contaminated soil to a site on base, returning the site to its original condition, and complying with all federal and state tank closure assessment requirements including reports and notifications. The Contractor shall also install five each underground double wall tanks and 16 each above ground concrete encased tanks. Contractor shall install new piping both double wall underground and single wall above ground to connect the new tanks to the existing emergency generator systems. The work shall be located at various facilities on Eglin AFB and prospective bidders are expected to visit the areas of work to verify all conditions and dimensions. Bid opening date of 11 Feb 97 is only an estimated date. Estimated dollar range is between $25,000.00 and $100,000.00. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 nonrefundable charge. All requests must be submitted in writing. Make check/money order payable to DFAS/LI, and mail along with your written request to AFDTC/PKO, 205 West D Ave, Suite 541, Eglin AFB FL 32542-6862. No telephone requests for solicitation packages are acceptable. CITE: (W-355 SN014433) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 4th Contracting Squadron, 4 CONS/LGC, 1695 Wright Ave, Seymour Johnson AFB, NC 27531-2459 SUBJECT: Z--ADD TO BLDG & PARKING, BLDG 2155 SOL F31610-97-B0002 DUE 021397 POC A1C Maripet Short, (919) 736-6547 ext 256 DESC: This solicitation will be issued on an unrestrictive basis in accordance with DOD FAR Clause 252.219-7008. Replies are requested from all concerns as well as from large business concerns. The magnitude of this project is between $250,000 and $500,000. Work includes but is not limited to the following: construction of an approximately 2,040 SF metal building systems building with a complete mechanical and electrical systems at Seymour Johnson AFB, NC. Solicitation will be available on or about 14 Jan 97. The performance period is approximately 210 calendar days. Requests for solicitation packages must be in writing and must include a 9 digit zip code, available at your local post office. Fax requests will be accepted at (919)705-2984. Bid opening date will be on or about 13 Feb 97. CITE: (W-358 SN014647) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--REPAIR AIR COMBAT COMMAND (ACC) RAMP, EGLIN AFB FL SOL F08651-97-B-0045 POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270; Cecile Ramos, Contracting Officer DESC: Presolicitation Notice. Repair Air Combat Command (ACC) Ramp, Eglin AFB FL. Estimated bid opening date is 21 Feb 97. Project will be to repair the asphalt skirt surrounding the ACC ramp. Construction work consists of removing 6" of existing asphalt and sand asphalt and 6" of subbase and sand asphalt for a total excavation of 12"; installing aggregate base, 6" PCC pavement with dowels at expansion joints and construction joints. Estimated dollar range is between $500,000 and $1M. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Bid packages may be obtained for a nonrefundable $20.00 charge by submitting a written request to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862. Make check or money order payable to DFAS-LI, DSSN 6671. No phone calls for bid packages will be accepted. CITE: (W-358 SN014666) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--REROOFING OF 150 BUILDINGS IN PLEW RESIDENTIAL PARK, EGLIN AFB FL SOL F08651-97-B-0043 POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270; Cecile A. Ramos, Contracting Officer DESC: Reroofing of 150 Buildings in Plew Residential Park, Eglin AFB FL. Estimated bid opening date is 19 Feb 97. Presolicitation Notice has been issued. Construction work consists of removing and replacing existing asphalt shingle roofing, metal flashing, aluminum gutters and downspouts, roof sheathing, framing, etc., on one-story military family housing units. Estimated dollar range is between $500,000 and $1M. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Bid packages may be obtained for a nonrefundable $20.00 charge by submitting a written request to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862. Make check or money order payable to DFAS-LI, DSSN 6671. No phone calls for bid packages will be accepted. CITE: (W-358 SN014667) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--REROOFING OF 100 BUILDINGS IN PLEW RESIDENTIAL PARK, EGLIN AFB FL SOL F08651-97-B-0042 POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270; Cecile Ramos, Contracting Officer DESC: Reroofing of 100 Buildings in Plew Residential Park, Eglin AFB FL. Estimated bid opening date is 19 Feb 97. Presolicitation Notice has been issued. Construction work consists of removing and replacing existing asphalt shingle roofing, metal flashing, aluminum gutters and downspouts, roof sheathing, framing, chimneys, etc., on 296 military family housing units. Estimated dollar range is between $500,000 and $1M. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Bid packages may be obtained for a nonrefundable $20.00 charge by submitting a written request to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862. Make check or money order payable to DFAS-LI, DSSN 6671. No phone calls for bid packages will be accepted. CITE: (W-358 SN014668) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 89th Contracting Squadron/LGCV, 1419 Menoher Drive, Andrews AFB MD 20762-6500 SUBJECT: Z--SNOW REMOVAL SOL FA4416-97-T1111 DUE 101897 POC Contact Point, Point of Contact: Jennifer LaChance, All responses to this synopsis must be in writing. Telefax responses welcome at 301-981-1910 DESC: This is a combined synopsis/Request for Quotation (RFQ) for commercial items prepared in 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. This acquisition is a 100% small business set-aside. Delivery shall be FOB Destination to Summerfield Military Family Housing, Landover MD. Responses to this RFQ must be received by 08 Jan 97 at 2:00 pm. Delivery and Finance addresses will be provided upon award. Offerors are required to document past performance suitably and provide opportunity for verification. Award will be made to the lowest responsible offeror. SPECIFICATIONS/STATEMENT OF WORK: The contractor shall furnish all plant, labor, equipment, transportation, tools, materials, personnel and supervision to perform all operations necessary to remove snow and ice from Summerfield Military Family Housing Facility, Landover, MD, as directed by the contracting officer or facility manager. SNOW REMOVAL: When directed by the housing facility manager, the contractor shall remove snow and ice from streets and common area sidewalks to that they are safe for vehicular and pedestrian traffic and from all building entrances and exits, including common stairways, so they allow safe and ready access. ROADS/ROADWAYS: The contractor shall be responsible for the following roadways and parking areas: Atlee Drive, Harrod's Way, Catesby Court, Caslon Way, Bain Drive, Stretford Court, Romford Drive, Warley Drive, Tweed Court, Reading Terrace, and Tayside Way. Prince George's County owns and is responsible for the snow and ice removal of the publicly dedicated rights-of-ways which include Summerfield Boulevard, Fieldstone Way including the circle, Ridgefield Boulevard including the traffic circle, Chatsfield Way including the Traffic circle, and Valleytrail Lane. PARKING AREAS: The contractor shall fully clear parking areas for the community center, meeting rooms and maintenance management buildings, and other parking areas to the fullest extend possible allowing for tenants vehicles. RESPONSE TIME: The contractor shall respond with all crews and equipment on-site and ready to work within two hours of notice. The contractor shall continue to clear areas of ice and snow until after completion of the snowfall. The contractor shall continue his operations until all areas are clear and free of snow and ice after the snow and ice fall ends. SALT AND SAND PAVEMENTS: The contractor shall sand and salt pavements as directed by the contracting officer or facility manager. INSURANCE: The contractor shall show proof of liability and property damage insurance in the amounts required by the state of Maryland. PERFORMANCE PERIOD: O/A 10Jan97-31 Mar 97. A site visit is scheduled for 6 Jan at 9:00 am the following provisions apply to this acquisition: FAR 52.212-1, Instructions of Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items. All inquiries and concerns must be addressed in writing. Facsimile request and proposals will be accepted. No collect calls will be accepted. BID SCHEDULE: Line Item 0001: less than 3 inches, estimated qty; 60 hours, Unit Price: $________ Amount $__________. Line Item 0002: 3-6 inches, estimated qty: 80 hours, Unit Price: $__________ Amount $__________. Line Item 0003: more than 6 inches, estimated qty 80 hours, Unit Price $__________ Amount $__________. Line Items 0004: salt and sand pavements, estimated qty 1000 square yards, Unit Price $__________ Amount $__________ Total $__________. CITE: (I-358 SN014720) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of Veterans Affairs Medical Center, 2400 Hospital Road, Tuskegee, AL 36083-5001 SUBJECT: Z--REPLACE CHILLER/COOLING TOWER, BLDG 97 SOL 680-33-96 DUE 021897 POC Bruce Jones, Contracting Officer (334-727-0550, X-4033) DESC: The Contractor shall furnish all labor materials equipment, transportation, and supervision to Replace Chiller/Cooling Tower in Building 97 at The Department of Veterans Affairs Medical Center, Tuskegee, Alabama, as required by the contract drawings and specification. The cost range for this project is 500,000.00 to 1,000,000.00. A $25.00 Non-refundable cashier's check or money order is required for each set of drawings and specifications and should be made payable to The Department of Veterans Affairs Medical Center. Please request soliciation in writing Solicitations will be available January 03, 1997, on a first-come first-serve basis Pre Bid Conference is Scheduled for January 21, 1997, at 2:00 p.m. Bid opening February 18, 1997. CITE: (I-358 SN014726) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--REPAIR PARKING LOTS AND SLOPE EROSION AT THE BONITA BLUFFS HOUSING AREA SAN DIEGO CALIFORNIA SOL N63387-96-Q-3843 DUE 011597 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: The work includes demolition of exist AC Paving, PCC Sidewalk and Curb. Construction of masonry retaining wall, PCC Paving, Sidewalk and Curb. the requirement is estimated to be between $25,000 and $100,000. A Firm-Fixed Price Contract is anticipated. Quotes will be solicited for the proposed contract on an unrestricted basis as to business size. the contract duration period is 90 calendar days from commencement of work. All responsible sources may submit a quote. Solicitation packages may be obtained in person or (FAX to 619 532-2083) by writing to Plan Issue, Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, San Diego California 92132-5190, until supply is exhausted. Plans and specs will not be mailed to firms within the Greater San Diego Area. Plans and specifications will be available on or about 26 Dec 96. After this date you may call Plan Isse at 619 532-2082/84 for availability status. For information not specified herein contact Janet Dang at 619 556-6000 CITE: (I-358 SN014735) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--REPAIR BARGE LANDING RAMP AT NAVAL AUXILIARY LANDING FIELD SAN CLEMENTE ISLAND CA SOL N63387-95-B-0806 DUE 020696 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: Correction: This action is to amend the date the plans and specifications will be available and the bid opening date. Plans and Specifications shall be available on January 2, 1997. The new Bid Opening Date is February 6, 1997. All other information publicized in the original synopsis is correct. For information contact Rachel Kriescher at 619 545-7983 CITE: (I-358 SN014736) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--REPAIR EXPANSION JOINT AT BUILDING 2 NAVAL MEDICAL CENTER SAN DIEGO CALIFORNIA SOL N63387-96-Q-4790 DUE 021897 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: The work includes providing all labor, materials and equipment necessary to repair existing seismic expansion joint. The requirement is estimated to be between $25,000 and $100,000. A Firm-Fixed Price Contract is anticipated. Quotes will be solicited for the proposed contract on an unrestricted basis as to business size. The contract duration period is 90 calendar days from commencement of work. All responsible sources may submit a quote. Solicitation packages may be obtained in person or by (FAX to 619 532-2083) by writing to Plan Issue, Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, San Diego, Ca 92132-5190, until supply is exhausted. Plans and specs will not be be mailed to firms within the Greater San Diego Area. Plans and specifications will be available on or about 10 Jan 97. After this date you may call Plan Issue at 619 532-2082/84 for availability status. For information not specified herein contact Janet Dang at 619 556-6000 CITE: (I-358 SN014737) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--REPAIR PLUMBING RECUIT BARRACKS EDSON RANGE CAMP PENDLETION CALIFORNIA SOL N63387-97-B-5077 DUE 012897 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: Correction: This action originally synopsized 11/04/96 and amended 12/11/96 is amended to read as follows: New Bid Opening Date of 01/28/97 has been established VICE 01/24/97. Plans and specifications will be available on or about 27 Dec 96 VICE 24 Dec 96 CITE: (I-358 SN014738) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--FREPAIR BACHELOR QUARTERS PARKING LOTS NAVAL AIR STATION NORTH ISLAND CALIFORNIA SOL N63387-95-B-2207 DUE 012197 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: Correction: This action is to CANCEL JOB IN ITS ENTIRETY. For information Contact Chris Olson at 619 545-7982 CITE: (I-358 SN014739) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--REPLACE LINE SHACKS BLDG 785 NAVAL AIR STATION NORTH ISLAND CALIFORNIA SOL N63387-96-B-4288 DUE 021097 POC Contact Chris Olson, Contract Specialist (619) 545-7982. DESC: Correction: This action is to amend the date the plans and specification will be available Jan 9 96 and the Bid Opening Date is 10 Feb 97. All other information publicized in the original synopsis is correct. For information contact Chris Olson at 619 545-7982 CITE: (I-358 SN014740) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--RECOAT HANGER FLOOR BUILDING 340 NAVAL AIR STATION NORTH ISLAND CORONADO CALIFORNIA SOL N63387-96-B-3578 DUE 020697 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: Correction: This action is to amend the date plans and specifications will be available JAN 09 97. And the Bid Opening Date is 06 Feb 97. All other information publicized in the original synopsis is correct. For information contact Chris Olson at 619 545-7982 CITE: (I-358 SN014741) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--RETROFIT REFRIGERATION SYSTEM BUILDING 300 AND 326 NAVAL AMPHIBIOUS BASE CORONADO CALIFORNIA SOL N63387-96-B-3951 DUE 020696 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: Correction: This action is to amend the date plans and specifications will be available for pick up 01/09/97. And the Bid Opening Date is February 6, 1997. All other information publicized in the original synopsis is correct. For information contact Chris Olson at 619 545-7982 CITE: (I-358 SN014742) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USDA Forest Service, P.O. Box 25127, Lakewood, CO 80225 SUBJECT: Z--SURGE TANK ADDITION SOL IFB RMAST-97-22 DUE 021097 POC Contact Barbara Hayden, 303/275-5273, Contracting Officer Byron Brown DESC: The project involves the installation of a new 10,000 gallon independent surge tank for the Flatwoods Civilian Conservation Center Sewage Treatment Plant, located in Wise County, Virginia. Also included in the project are: replacement of interconnecting piping between existing and new facilities; installation of four (4) inch concrete slab around new facilities; installation of electrical lines from existing service panel to new facilities; removal and replacement of chain link fence and installation of new chain link fence around site necessary for accomplishing other work; construction of groundwater relief trench and sump pump from new surge tank to the existing extended aeration treatment plant excavation; relocate existing comminutor from 10,000 gallon EA STP to new surge tank; and relocate service roadway around surge tank. Price range is between S25,000 and S100,000. Contract time is 120 calendar days. All responsible sources may submit an offer which will be considered. CITE: (I-358 SN014762) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OIC OF NAVFAC Contracts, Naval Air Station, 200 Alpha Avenue, Brunswick, Maine 04011 SUBJECT: Z--MODIFICATIONS TO BUILDING 639 AT THE NAVAL AIR STATION, BRUNSWICK, MAINE SOL N62472-97-Q-5117 DUE 011797 POC Angie B. Petre, Procurement Tech, (207) 921-2665 LT Alan J. Ballard, Contracting Officer, (207) 921-2665 Additional Contact, FAX (207) 921-2963. DESC: The Contractor shall provide, unless otherwise specified, all labor, supervision, tools, materials, equipment and transportation as necessary to provide for the modifications to a portion of Building 639. Work involves general construction, to include the installation of wall partitions with steel doorways and through the wall air vents; removal, relocation and install of new ceiling tiles; complete removal of the CO2 piping systems; electrical lighting fixture removals, relocation and installation of new light fixtures; the installation of supplemental electric heat in two new rooms areas; relocation and modifications of existing humidifier duct, replacement of existing humidifier drain with one of a larger size, the installation of a new humidifier with controls separate from existing AC equipment; installation of floor registers with toe operated dampers in the raised flooring tiles in two new room areas, and interior surface preparation and painting and other incidental related work. The estimated cost range for this solicitation is $25,000 - $100,000. This solictation is unrestricted. Replies for SIC Code 1542, General Contractors - Nonresidential Buildings, Other than Industrial Buildings and Warehouses. Quotes received from all responsible sources shall be considered. Request for plans and specifications through mail to Resident Officer in Charge of Construction, NAS, 200 Alpha Ave, Brunswick, Maine 04011. The cost for the solicitation package is $10.00 per set. Check or money orders will be made out to U.S. Treasury. CITE: (I-358 SN014763) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--PERIMETER ROAD SPILLWAY/OVERFLOW PIPE REPAIR, EGLIN AFB FL SOL F08651-97-B-0005 DUE 022197 POC SSgt Anthony Smith, Contract Specialist, 904-882-5628, Ext 5271; Cecile A. Ramos, Contracting Officer DESC: Eglin AFB FL has a requirement to complete a Perimeter Road Spillway/Overflow Pipe Repair, Eglin AFB FL. Bid opening date of 21 February 1997 is only an estimated date. In general, work consists of removing and replacing existing fence; removing existing asphalt pavement, drainage structure and CMP. Install new 54" RCP, endwall, drainage structure, sluice gate, concrete discharge flume and related components. The proposed system will consist of an 8 foot (inside measurement) concrete structure and a 54 inch diameter reinforced concrete pipe. A temporary sheet piling wall will be installed into the pond to maintain the existing water level. Dewatering of the work area will be required. Excavation of the work area will be conducted within temporary vertical shoring. Clean fill placed within excavated areas will be compacted in uniform 12 inch minimum lifts. finished grades shall be sodded. All required measures ton control erosion and downstream sedimentation will include but not be limited to floating turbidity barriers, both upstream and downstream, hay bales or silt fence at the downstream edges of excavation. Performanc period is 120 calendar days. Estimated dollar range is between $25,000 and $100,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-358 SN014787) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--PERIMETER ROAD SPILLWAY/OVERFLOW PIPE REPAIR, EGLIN AFB FL SOL F08651-97-B-0005 DUE 022197 POC SSgt Anthony Smith, Contract Specialist, 904-882-5628, Ext 5271; Cecile A. Ramos, Contracting Officer DESC: Eglin AFB FL has a requirement to complete a Perimeter Road Spillway/Overflow Pipe Repair, Eglin AFB FL. Bid opening date of 21 February 1997 is only an estimated date. In general, work consists of removing and replacing existing fence; removing existing asphalt pavement, drainage structure and CMP. Install new 54" RCP, endwall, drainage structure, sluice gate, concrete discharge flume and related components. The proposed system will consist of an 8 foot (inside measurement) concrete structure and a 54 inch diameter reinforced concrete pipe. A temporary sheet piling wall will be installed into the pond to maintain the existing water level. Dewatering of the work area will be required. Excavation of the work area will be conducted within temporary vertical shoring. Clean fill placed within excavated areas will be compacted in uniform 12 inch minimum lifts. finished grades shall be sodded. All required measures ton control erosion and downstream sedimentation will include but not be limited to floating turbidity barriers, both upstream and downstream, hay bales or silt fence at the downstream edges of excavation. Performanc period is 120 calendar days. Estimated dollar range is between $25,000 and $100,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-358 SN014788) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--PERIMETER ROAD SPILLWAY/OVERFLOW PIPE REPAIR, EGLIN AFB FL SOL F08651-97-B-0005 DUE 022197 POC SSgt Anthony Smith, Contract Specialist, 904-882-5628, Ext 5271; Cecile A. Ramos, Contracting Officer DESC: Eglin AFB FL has a requirement to complete a Perimeter Road Spillway/Overflow Pipe Repair, Eglin AFB FL. Bid opening date of 21 February 1997 is only an estimated date. In general, work consists of removing and replacing existing fence; removing existing asphalt pavement, drainage structure and CMP. Install new 54" RCP, endwall, drainage structure, sluice gate, concrete discharge flume and related components. The proposed system will consist of an 8 foot (inside measurement) concrete structure and a 54 inch diameter reinforced concrete pipe. A temporary sheet piling wall will be installed into the pond to maintain the existing water level. Dewatering of the work area will be required. Excavation of the work area will be conducted within temporary vertical shoring. Clean fill placed within excavated areas will be compacted in uniform 12 inch minimum lifts. finished grades shall be sodded. All required measures ton control erosion and downstream sedimentation will include but not be limited to floating turbidity barriers, both upstream and downstream, hay bales or silt fence at the downstream edges of excavation. Performanc period is 120 calendar days. Estimated dollar range is between $25,000 and $100,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-358 SN014789) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--SEAL JOINTS RAMP/APRON, PHASE 2, EGLIN AFB FL SOL F08651-97-B-0046 DUE 022197 POC Bertha Burns, Contract Specialist, 904-882-5628, Ext 5268; Cecile A. Ramos, Contracting Officer DESC: PRESOLICITATION NOTICE. Eglin AFB FL has a requirement to Repair Seal Joints Ramp. Apron, Phase 2, Eglin AFB FL. Bid opening date of 21 February 1997 is only an estimated date. In general, work consists of furnishing all plant, labor, materials and equipment, and performing all operations in connection with repairing seal joints on ramps/aprons, Phase 2 by preparing old joints to include removing old sealant, reface joints if required, rebuild defective joints if required, cleaning joints, apply backer rod materials, and seal joints. Prepare cracks to include removing old sealant (from old cracks), routing, crack repair, cleaning cracks, apply backer rod material if required, and seal cracks. Performance period is 150 calendar days. Estimated dollar range is between $500,000 and $1,000,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-358 SN014790) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--SEAL JOINTS RAMP/APRON, PHASE 2, EGLIN AFB FL SOL F08651-97-B-0046 DUE 022197 POC Bertha Burns, Contract Specialist, 904-882-5628, Ext 5268; Cecile A. Ramos, Contracting Officer DESC: PRESOLICITATION NOTICE. Eglin AFB FL has a requirement to Repair Seal Joints Ramp. Apron, Phase 2, Eglin AFB FL. Bid opening date of 21 February 1997 is only an estimated date. In general, work consists of furnishing all plant, labor, materials and equipment, and performing all operations in connection with repairing seal joints on ramps/aprons, Phase 2 by preparing old joints to include removing old sealant, reface joints if required, rebuild defective joints if required, cleaning joints, apply backer rod materials, and seal joints. Prepare cracks to include removing old sealant (from old cracks), routing, crack repair, cleaning cracks, apply backer rod material if required, and seal cracks. Performance period is 150 calendar days. Estimated dollar range is between $500,000 and $1,000,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-358 SN014791) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock Tower Building, P.O. Box 2004, Rock Island, Illinois 61204-2004 SUBJECT: Z--SLUICE GATE AND MISCELLANEOUS REPAIRS, LAKE RED ROCK, DES MOINES RIVER, MARION COUNTY, IOWA SOL DACW25-97-B-0009 DUE 021997 POC Contract Specialist Rhonda Johanson, 309/794-5519 or Contracting Officer Bonnie R. Donelson, 309/794-5241. DESC: Remove, test, repair, and reinstall two dam grout gallery sump pumps; remove, repair, rebuild, and reinstall hydraulic equipment/packing glands and seals for fourteen dam sluice gates; remove and replace steel doors; structural steel repairs, installation of new rubber perimeter seal, and cleaning and painting emergency bulkhead; structural steel and concrete repairs to emergency bulkhead storage area; remove, test, repair, and reinstall bulkhead monorail hoist; install steel handrail; install cellulose sprayed-on insulation; and miscellaneous concrete, mechanical, and electrical repairs. Half size specifications will be furnished for $44.50; full size for $111.25. The estimated magnitude of the proposed procurement is between $500,000 and $1,000,000. All responsible sources may submit an offer which shall be considered. The SIC for this solicitation is 1629. CITE: (W-358 SN014796) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--INDEFINITE DELIVERY QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR RENOVATION, ALTERATIONS, AND REPAIRS FOR THE MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA SOL N62470-97-R-9996 DUE 022397 POC Point of Contact - Ms. J. J. Patton, Code 02211, 757-322-4158 - Ms. Susan Kranes, Contracting Officer, 757-322-8222 DESC: This procurement is for one solicitation resulting in the award of three (3) Indefinite Delivery Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposals, conforming to the RFP, will be most advantageous to the Government resulting in the best value, cost or price and other factors considered. THE GOVERNMENT RESERVES THE RIGHT TO AWARD ONE CONTRACT COVERING ONLY THE PROJECT IDENTIFIED IN THE RFP IF THE MINIMUM GUARANTEE OF FUNDS ARE NOT IDENTIFIED FOR THREE AWARDS. The work is renovation, alterations, repairs, and minor construction to be performed at the Marine Corps Air Station, Cherry Point, North Carolina. Projects assigned to these IDIQ contracts will use the Solution Order Contract (SOC) approach to scope and price the work. After award of the initial contract to the three contractors, they will compete for delivery orders based on either best value or low price technical acceptable to the Government through Government/Contractor Team cooperative scoping of the work. The work will be (but not all inclusive) routine and repair of facilities including barracks, administrative and personnel facilities, warehouses, and other similar types of facilities with some minor construction and incidental alteration/construction work. Each contract will be for one base year with two (2) one (1) year options. The total three (3) year (Base year and two (2) one (1) year option years) estimated construction cost for three (3) IDIQ contracts is $45,000,000. Construction schedules will be determined for each project at the issuance of each delivery order. The three (3) best value contractors will be selected for the award of either the seed project of the award or one (1) of the two (2) contracts with a minimum guarantee of $100,000. The first IDIQ construction contract of the three (3) will be awarded with a firm fixed price, 100% design as the seed project. The initial award will be based on technical factors including: (1) Corporate Experience for projects in the State of North Carolina of the size and nature envisioned by this contract; (2) Past Performance; (3) Technical Approach; and (4) Support of the Small Business Program. The minimum guarantee of $100,000 will be met for the first of the three (3) IDIQ contracts when the proposed project is awarded. The second Contract N62470-97-R-9999, and the third Contract N62470-97-R-9989 will be awarded within the first 12 months with a minimum guarantee of $100,000 and selection based on the same criteria as the first selection. All three (3) Contractors will competitively bid on subsequent delivery orders. These subsequent projects will be non-complex performance oriented tasks requiring minimal design. They will be scoped by the Government/Contractors team and may not have traditional plans and specifications but may include sketches, and requests for catalog cuts or other submittals. The salient requirements of the delivery orders will be scoped by the Government/Contractor team in order to develop a mutually agreed upon statement of work. Award factors will vary depending on the unique requirements of each Delivery Order; however, pricing will weigh heavily. The awarded delivery order will be a performance scope, firm fixed price task with a specific completion date. Should the second or third IDIQ contractor be unable to competitively secure a Delivery Order to meet the minimum guarantee, the award factors may be modified in order to ensure each participating contractor is awarded Delivery Orders meeting the minimum guarantee. All three (3) contractors will be required to participate in all SOC walk throughs and submit proposals. Failure to participate responsibly in walk throughs and submit proposals on Delivery Orders may result in the Government not exercising the option to extend the contract for an additional year. Only the three (3) selected contractors will be permitted to propose on the Delivery Orders. Proposals from another contractor will not be accepted. A minimum of two (2) proposals will satisfy the competitive requirements of SOC and preclude the necessity of soliciting for a replacement contractor if for any reason one of the contracts is terminated or one (1) of the proposers is not able to participate in the process. Failure to participate in the delivery order process may result in forfeiture of the minimum guarantee amount. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. THE ESTIMATED DATE OF ISSUING THE RFP IS ON OR ABOUT 23 JANUARY 1997. Requests to be placed on bidders' lists and requests for Solicitation shall be faxed to 757-322-8251. EMAILADD: pattonjj@efdlant.navfac.navy.mil EMAILDESC: CITE: (W-358 SN014864) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--INDEFINITE DELIVERY QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR RENOVATION, ALTERATIONS, AND REPAIRS FOR THE MARINE CORPS BASE, CAMP LEJEUNE, NORTH CAROLINA SOL N62470-97-R-9995 DUE 022397 POC Point of Contact - Ms. J. J. Patton, Code 02211, 757-322-4158 - Ms. Susan Kranes, Contracting Officer, 757-322-8222 DESC: This procurement is for one solicitation resulting in the award of three (3) Indefinite Delivery Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposals, conforming to the RFP, will be most advantageous to the Government resulting in the best value, cost or price and other factors considered. THE GOVERNMENT RESERVES THE RIGHT TO AWARD ONE CONTRACT COVERING ONLY THE PROJECT IDENTIFIED IN THE RFP IF THE MINIMUM GUARANTEE OF FUNDS ARE NOT IDENTIFIED FOR THREE AWARDS. The work is renovation, alterations, repairs, and minor construction to be performed at the Marine Corps Base, Camp Lejeune, North Carolina. Projects assigned to these IDIQ contracts will use the Solution Order Contract (SOC) approach to scope and price the work. After award of the initial contract to the three contractors, they will compete for delivery orders based on either best value or low price technical acceptable to the Government through Government/Contractor Team cooperative scoping of the work. The work will be (but not all inclusive) routine and repair of facilities including barracks, administrative and personnel facilities, warehouses, and other similar types of facilities with some minor construction and incidental alteration/construction work. Each contract will be for one base year with two (2) one (1) year options. The total three (3) year (Base year and two (2) one (1) year option years) estimated construction cost for three (3) IDIQ contracts is $45,000,000. Construction schedules will be determined for each project at the issuance of each delivery order. The three (3) best value contractors will be selected for the award of either the seed project of the award or one (1) of the two (2) contracts with a minimum guarantee of $100,000. The first IDIQ construction contract of the three (3) will be awarded with a firm fixed price, 100% design as the seed project. The initial award will be based on technical factors including: (1) Corporate Experience for projects in the State of North Carolina of the size and nature envisioned by this contract; (2) Past Performance; (3) Technical Approach; and (4) Support of the Small Business Program. The minimum guarantee of $100,000 will be met for the first of the three (3) IDIQ contracts when the proposed project is awarded. The second Contract N62470-97-R-9993, and the third Contract N62470-97-R-9994 will be awarded within the first 12 months with a minimum guarantee of $100,000 and selection based on the same criteria as the first selection. All three (3) Contractors will competitively bid on subsequent delivery orders. These subsequent projects will be non-complex performance oriented tasks requiring minimal design. They will be scoped by the Government/Contractors team and may not have traditional plans and specifications but may include sketches, and requests for catalog cuts or other submittals. The salient requirements of the delivery orders will be scoped by the Government/Contractor team in order to develop a mutually agreed upon statement of work. Award factors will vary depending on the unique requirements of each Delivery Order; however, pricing will weigh heavily. The awarded delivery order will be a performance scope, firm fixed price task with a specific completion date. Should the second or third IDIQ contractor be unable to competitively secure a Delivery Order to meet the minimum guarantee, the award factors may be modified in order to ensure each participating contractor is awarded Delivery Orders meeting the minimum guarantee. All three (3) contractors will be required to participate in all SOC walk throughs and submit proposals. Failure to participate responsibly in walk throughs and submit proposals on Delivery Orders may result in the Government not exercising the option to extend the contract for an additional year. Only the three (3) selected contractors will be permitted to propose on the Delivery Orders. Proposals from another contractor will not be accepted. A minimum of two (2) proposals will satisfy the competitive requirements of SOC and preclude the necessity of soliciting for a replacement contractor if for any reason one of the contracts is terminated or one (1) of the proposers is not able to participate in the process. Failure to participate in the delivery order process may result in forfeiture of the minimum guarantee amount. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. THE ESTIMATED DATE OF ISSUING THE RFP IS ON OR ABOUT 23 JANUARY 1997. Requests to be placed on bidders' lists and requests for Solicitation shall be faxed to 757-322-8251. EMAILADD: pattonjj@efdlant.navfac.navy.mil EMAILDESC: CITE: (W-358 SN014865) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--INDEFINITE DELIVERY QUANTITY (IDIQ) CONSTRUCTION CONTRACTS FOR RENOVATION, ALTERATIONS, AND REPAIRS FOR THE PUERTO RICO AND CARIBBEAN AREA SOL N62470-97-R-9992 DUE 022397 POC Point of Contact - Ms. J. J. Patton, Code 02211, 757-322-4158 - Ms. Susan Kranes, Contracting Officer, 757-322-8222 DESC: This procurement is for one solicitation resulting in the award of three (3) Indefinite Delivery Quantity (IDIQ) Construction Contracts to the responsible proposers whose proposals, conforming to the RFP, will be most advantageous to the Government resulting in the best value, cost or price and other factors considered. THE GOVERNMENT RESERVES THE RIGHT TO AWARD ONE CONTRACT COVERING ONLY THE PROJECT IDENTIFIED IN THE RFP IF THE MINIMUM GUARANTEE OF FUNDS ARE NOT IDENTIFIED FOR THREE AWARDS. The work is renovation, alterations, repairs, and minor construction to be performed in Puerto Rico or the Caribbean Areas. Projects assigned to these IDIQ contracts will use the Solution Order Contract (SOC) approach to scope and price the work. After award of the initial contract to the three contractors, they will compete for delivery orders based on either best value or low price technical acceptable to the Government through Government/Contractor Team cooperative scoping of the work. The work will be (but not all inclusive) routine and repair of facilities including barracks, administrative and personnel facilities, warehouses, and other similar types of facilities with some minor construction and incidental alteration/construction work. Each contract will be for one base year with two (2) one (1) year options. The total three (3) year (Base year and two (2) one (1) year option years) estimated construction cost for three (3) IDIQ contracts is $45,000,000. Construction schedules will be determined for each project at the issuance of each delivery order. The three (3) best value contractors will be selected for the award of either the seed project of the award or one (1) of the two (2) contracts with a minimum guarantee of $100,000. The first IDIQ construction contract of the three (3) will be awarded with a firm fixed price, 100% design as the seed project. The initial award will be based on technical factors including: (1) Corporate Experience for projects in the State of North Carolina of the size and nature envisioned by this contract; (2) Past Performance; (3) Technical Approach; and (4) Support of the Small Business Program. The minimum guarantee of $100,000 will be met for the first of the three (3) IDIQ contracts when the proposed project is awarded. The second Contract N62470-97-R-9991, and the third Contract N62470-97-R-9990 will be awarded within the first 12 months with a minimum guarantee of $100,000 and selection based on the same criteria as the first selection. All three (3) Contractors will competitively bid on subsequent delivery orders. These subsequent projects will be non-complex performance oriented tasks requiring minimal design. They will be scoped by the Government/Contractors team and may not have traditional plans and specifications but may include sketches, and requests for catalog cuts or other submittals. The salient requirements of the delivery orders will be scoped by the Government/Contractor team in order to develop a mutually agreed upon statement of work. Award factors will vary depending on the unique requirements of each Delivery Order; however, pricing will weigh heavily. The awarded delivery order will be a performance scope, firm fixed price task with a specific completion date. Should the second or third IDIQ contractor be unable to competitively secure a Delivery Order to meet the minimum guarantee, the award factors may be modified in order to ensure each participating contractor is awarded Delivery Orders meeting the minimum guarantee. All three (3) contractors will be required to participate in all SOC walk throughs and submit proposals. Failure to participate responsibly in walk throughs and submit proposals on Delivery Orders may result in the Government not exercising the option to extend the contract for an additional year. Only the three (3) selected contractors will be permitted to propose on the Delivery Orders. Proposals from another contractor will not be accepted. A minimum of two (2) proposals will satisfy the competitive requirements of SOC and preclude the necessity of soliciting for a replacement contractor if for any reason one of the contracts is terminated or one (1) of the proposers is not able to participate in the process. Failure to participate in the delivery order process may result in forfeiture of the minimum guarantee amount. THIS SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. THE ESTIMATED DATE OF ISSUING THE RFP IS ON OR ABOUT 23 JANUARY 1997. Requests to be placed on bidders' lists and requests for Solicitation shall be faxed to 757-322-8251. EMAILADD: pattonjj@efdlant.navfac.navy.mil EMAILDESC: CITE: (W-358 SN014892) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: bureau of Reclamation, Eastern Colorado Area Office, 11056 West County Road 18E, Loveland, CO 80537 SUBJECT: Z--RECOAT SPILLWAY GUARD & CONTROL GATES AND REPAINT THE FISH HATCHERY OUTLET WORKS @ PUEBLO DAM, PUEBLO, CO. SOL 142597SQ6C00018 DUE 021797 POC Purchasing Agent, Cheryl Dlouhy, (970)962-4345 DESC: N/A***** CITE: (I-358 SN014897) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Marine Corps Logistics Base, Barstow, CA 92311-5050 SUBJECT: Z--MAINTENANCE, REPAIR, AND ALTERATION OF REAL PROPERTY SOL N68711-97-Q-6021 DUE 020397 POC Contract Specialist, Dorothy Wiley, (619) 577-6013, Contracting Officer, Lt. Balog, (619) 577-6736, or FAX (619) 577-6033. DESC: This request for Quotation is being solicited under (SAP) Simplified Acquisition Procedures. The requirement is for furnishing and installing 2ea, 2-1/2 ton and 1 ea, 7-1/2. Ton heating and cooling systems, natural gas, forced air HVAC roof top units at the Marine Corps Logistics Base, Barstow, CA. Solicitations may be requested by furnishing name, address, phone and FAX number. No phone requests. CITE: (M-358 SN014904) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Department of State, A/FBO/AP/AD/DCB, Room L-600, P.O. Box 12248 Rosslyn Station, Arlington, VA 22219 SUBJECT: Z--PREQUALIFIED CONTRACTORS ELIGIBLE TO BID ON THE RENOVATION OF THE CONSULATE OFFICE BUILDING FACILITIES IN ISTANBUL, TURKEY SOL S-FBOAD-97-B-0001 POC James K. Kimmel, (703) 875-6276/Dwight F. Mason, Contracting Officer, (703) 516-1962. DESC: The U.S. Department of State, Office of Foreign Buildings Operations (FBO) intends to issue IFB S-FBOAD-970B-0001 on or about December 20, 1996 to the following prequalified contractors: Bill Harbert International Construction, Inc., 820 Shades Creek Parkway, Suite 3000, Birmingham, AL 35209, telephone number (205) 802-2800, FAX (205) 802-2801; Cosmopolitan, Inc., 9375-F Gerwig Lane, Columbia, MD 21046, telephone number (410) 381-0014, FAX (410) 381-0026; Greenway Enterprises, Inc., 608 Lincoln Road West, P.O. Box 5553, Helena, MT 59604, telephone number (406) 458-9411, FAX (406) 458-6516; J.A. Jones Construction, J.A. Jones Drive, Charlotte, NC 28287, telephone number (704) 553-3000, FAX (704) 553-3174; Morrison Construction Services, Inc., 1990 Saint Street, Richland, WA 99352, telephone number (509) 375-1818, FAX (509) 3750-1708; TLT Construction Corporation, One Pope Street, Wakefield, MA 01880, telephone number (617) 438-4100, FAX (617) 438-8443. Prospective suppliers/subcontractors may contact the prequalified contractors directly. The estimated value of this project is between $5,000,000.00 to $6,000,000.00. The duration of the project will be approximately 600 calendar days from execution of the contract. The contract type shall be firm fixed price. CITE: (M-358 SN014908) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Box 139, NAS, Jacksonville, FL 32212-0139 SUBJECT: Z--INTERIOR REPAIRS/CONSTRUCTION HANGAR 1000, NAS, JACKSONVILLE, FL SOL N62467-88-C-0417 POC OICC Office. DESC: The following work is being issued as a modification to Contract N62467-88-C-0417. The new work involves renovation and modification of Segment 5 of Hangar 1000 from a P-3 aircraft squadron hangar to an S-3 aircraft squadron hangar. Estimated cost is between $1,000,000.00 and $5,000,000.00. Prospective bidders should contact the prime contractor, Military Construction Corporation at (904) 264-3662. This notice is for information purposes only. CITE: (M-358 SN014913) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Directorate of Contracting, HQ, Carlisle Barracks, 314 Lovell Ave., Suite 1, Carlisle, PA 17013-5072 SUBJECT: Z--REMOVAL AND DISPOSAL OF ASBESTOS FROM FAMILY HOUSING SOL DABT43-97-B-0002 DUE 021197 POC Karen Kaufman, Contract Specialist, (717) 245-4609, or Beverly Lanier, Contracting Officer. DESC: Furnish all plant, labor, materials and equipment for removal and disposal of asbestos containing materials from family housing dwellings and other buildings and structures, and replacing such materials with non-asbestos materials. Asbestos will be removed and disposed of from pipes, pipe fittings, boilers, flue pads, and ductwork. The following asbestos materials will be removed and disposed of: roofing shingles and felts, vinyl/metal and cement siding, floor tiles and adhesive, interior/exterior wall paneling, plaster wall finishes, ceiling tiles/panels and adhesives, blown-in insulation and concrete. Non-asbestos materials will be installed on pipes and pipe fittings, boilers, flue pads, and ductwork. Non-asbestos materials will be installed on floors, and ceilings and non-asbestos blown-in or batten insulation will be installed in ceilings. Also, work consists of supplying all safety equipment to protect asbestos workers and adjacent personnel, including personal and area air sampling utilizing PCM analysis and TEM analysis where specified. Bid due date is approximate and subject to change based on solicitation issue date. This is a requirements type contract for a base year with two option years. The estimated cost range is between $100,000.00 and $250,000.00. This procurement is unrestricted. There will be a non-refundable charge of $20.00 for each copy of the above solicitation package. Make checks payable to Defense Accounting Officer and mail to HQ, Carlisle Barracks, 314 Lovell Ave., Suite 1, Carlisle, PA 17013-5072. Requests received without the required deposit will not be considered. Site inspection date will be announced with the solicitation package. Telephone requests for solicitation packages will not be honored. CITE: (M-358 SN014914) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Information Agency 330 C Street, S.W., Rm 1610 Washington, DC 20547 SUBJECT: Z--REPLACE HEATING AND AIR CONDITIONING (HVAC) SYSTEMS AT THE VOICE OF AMERICA (VOA) PORO RELAY STATION. DUE 020797 POC Herman Shaw, 202-205-8412 DESC: Z--Replace Heating and Air Conditioning (HVAC) Systems at the Voice of America (VOA) Poro Relay Station. VOA requires a contractor to replace the existing HVAC systems at the VOA Relay Station located at Poro, Philippines. The Contractor shall provide all necessary labor, materials, equipment, and supervision, etc. to plan, design, construct, install and test the replacement HVAC systems at the VOA relay station at Poro, Philippines. The Contractor shall be responsible for all permits, licenses, clearances, etc., necessary to satisy all local, regional, and national laws, rules, and regulations required for this construction project in the Philippines. The above will also include electrical work. The work will be as identified in the upcoming Request for Proposal (RFP) solicitation. The RFP not Sealed Bid will also have dates for site visits. This will be a firm-fixed price (FFP) construction contract with an estimated price range between $100,000 and $250,000. The contract term will be eight (8) months from notice-to-proceed (NTP) with liquidated damages for late completion. Written request for copy of the solicitation document should be sent to the contact noted above. All responsible sources may submit an offer which shall be considered. CITE: (I-358 SN014929) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Information Agency 330 C Street, S.W., Rm 1610 Washington, DC 20547 SUBJECT: Z--REPLACE HEATING AND AIR CONDITIONING (HVAC) SYSTEMS AT THE VOICE OF AMERICA (VOA) PORO RELAY STATION. DUE 020797 POC Herman Shaw, 202-205-8412 DESC: Z--Replace Heating and Air Conditioning (HVAC) Systems at the Voice of America (VOA) Poro Relay Station. VOA requires a contractor to replace the existing HVAC systems at the VOA Relay Station located at Poro, Philippines. The Contractor shall provide all necessary labor, materials, equipment, and supervision, etc. to plan, design, construct, install and test the replacement HVAC systems at the VOA relay station at Poro, Philippines. The Contractor shall be responsible for all permits, licenses, clearances, etc., necessary to satisy all local, regional, and national laws, rules, and regulations required for this construction project in the Philippines. The above will also include electrical work. The work will be as identified in the upcoming Request for Proposal (RFP) solicitation. The RFP not Sealed Bid will also have dates for site visits. This will be a firm-fixed price (FFP) construction contract with an estimated price range between $100,000 and $250,000. The contract term will be eight (8) months from notice-to-proceed (NTP) with liquidated damages for late completion. Written request for copy of the solicitation document should be sent to the contact noted above. All responsible sources may submit an offer which shall be considered. CITE: (I-358 SN014930) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Huntington District Corps of Engineers, 502 Eighth Street, Huntington, WV 25701-2070 SUBJECT: Z--REPAIRS TO SEAL CRACKS IN RISER AND CROSSOVERS AT BELLEVILLE, RACINE AND GREENUP LOCKS AND DAM, OHIO RIVER SOL DACW69-96-R-0043 POC Janice C. Swann, Contract Specialist, (304)529-5961 DESC: Solicitation is CANCELLED. CITE: (W-358 SN014989) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Squadron, 5 CONS/LGCK, 211 Missile Ave, Minot AFB, North Dakota 58705-5027 SUBJECT: Z--CONSTRUCT WASHRACK SOL F32604-97-B0013 DUE 021897 POC Suzy Anderson, (701)723-3949 DESC: INVITATION FOR BIDS: IFB, drawings and specifications will be available for Construct Washrack at Minot AFB, North Dakota O/A 17 Jan 1997. Gerneal construction that will involve constructing a new building to house an automated drive thru vehicle washing system. Building is constructed of pre-cast concrete. Work is 71% general, 14% mechanical, and 15% electrical. Work is not in a restricted area, and consists of a 210 day performance period. Project magnitude is between $250,000and $500,000. This procurement is being issued pursuant to the Small Business Competitive Demonstration Program and is open to large and small business concerns. SDB preference program as contained in DFARS 2319.7204 will be used in the evaluation for award. Project requirements will be made available O/A 17 Jan 1997. When requesting information or a bid package, fax the following information to (701)723-4173, give name, address, telephone number, solicitation number, business size and list whether or not your firm is an SDB concern. CITE: (W-358 SN014991) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WWH), Rock Island, IL 61299-7630 SUBJECT: 10--END STAVE SOL DAAE20-97R0034 DUE 022097 POC Contract Specialist: Merlin Osborn (309) 782-4372, PCO: Margaret I. Emmert (309) 782-7149 DESC: 1015-99-960-7160, Part Number 11580242. Requirements are 364 ea End Stave. 1015-99-960-7161, Part Number 11580241. Requirements are 300 ea Intermediate Stave. 1015-01-286-0439, Part Number 12577324. Requirements are 4 ea Staff Section. NSN is temporary, pending Government conversion. A License Agreement between Martin Marietta and the US requires the items procured to be manufactured in the US. US means the 50 states and the District of Columbia. The successful offeror under this solicitation agrees to manufacture the items being procured under this contract, within the US. For use on the Mortar. FOB is Destination. All or part of this action is an unfunded FY97 requirement. Proposed contract is a 100 percent small business set-aside. The proposed action will include a 100 percent option. In order to receive the above solicitation and TDP, an executed non-disclosure, non-use agreement is required. This agreement shall be requested from ACALA, ATTN: AMSTA-AC-PCW-B, Merlin Osborn, Rock Island, IL 61299-7630, and will be available prior to the release of the solicitation. Estimated issue date of this solicitation is 012097. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. See Note(s): 1. CITE: (I-355 SN014410) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--GEAR, HANDOFF. E/I AC-130 AIRCRAFT. SOL SP0740-97-Q-0672 DUE 013197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)Robert Schneider/ADA A5/(614)692-1743 DESC: PR-NO: YPC96277001609 NSN 1005-01-381-2674, CAGE 59027 Part No 025415-1 14 -EA Del to McClellan AFB CA 95652-1621 Del 150 days after award. Solicitation not available until 15 days after published in the CBD. specifications, plans, or drawings are not available. automated best value model(avbm) applies. While price may be significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. delivery evaluation factor(DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. automated best value model(avbm) and delivery evaluation factor(DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014564) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--CONTROL BOX, MINE DISPERSING SYSTEM. (CONTROL UNIT, HAND, MINE DISPENSER) SOL SP0750-97-Q-0558 DUE 021397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Jennifer Dewitt, (614)692-3958. DESC: PR-NO: YPC96347000592 NSN 1095-01-388-4846, CAGE 19200 Part No 12972263 control box, mine dispersing system. (control unit, hand, mine dispenser) I/A/W U S army armament research and development command drawing 12972263. ** ** 1 -EA Del to Fort hood TX 76545 Del by 90 days after date of award. PR-NO: YPC96346000513 see NOTE 9. Small business size standard is 1,000 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/ RFQ number, opening/closing date, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military, and commercial specifications cannot be provided by DSCC. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final contract award decision will be based upon a combinationof price and past performance as described in the solicitation. While price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014570) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--GUIDE ASSEMBLY, LOWER RT. SOL SP0740-97-Q-0663 DUE 013197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)Robert Schneider/ADA A5/(614_692-1743 DESC: PR-NO: YPC96263000600 NSN 1005-01-384-1426, CAGE 59027 Part No 025348-1 guide assembly, lower RT Western Design Corp part number 025348-1 26 -EA Del to McClellan AFB CA 95652-1621 Del 150 days after award. Solicitation not available until 15 days after published in the CBD. specifications, plans, or drawings are not available. automated best value model(ABVM) applies. While price may be significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. delivery evaluation factor(DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. automated best value model(ABVM) anddelivery evaluation factor(DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014588) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--ROTOR, STRIPPER, LINK E/I AC-130 AIRCRAFT. SOL SP0740-97-Q-0670 DUE 013197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)Robert Schneider/ADA A5/(614)692-1743 DESC: Pr-n0: YPC96271000966 NSN 1005-01-383-6443, CAGE 59027 Part No 025424-1 rotor, stripper, link. I/A/W Western Design Corp (59027) P/N 025424-1. 13 -EA Del to McClellan AFB CA 95652-1621 Del 150 days after award. Solicitation not available until 15 days after published in the CBD. specifications, plans, or drawings are not available. automated best value model(ABVM) applies. While price may be significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. deivery evaluation factor(DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. automated best value model(ABVM) and delivery evaluation factor(DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014589) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--GUIDE ASSEMBLY, LOWER. E/I AC-130 AIRCRAFT. SOL SP0740-97-Q-0671 DUE 013197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)Robert Schneider/ADA A5/(614)692-1743 DESC: PR-NO: YPC96271000968 NSN 1005-01-384-1376, CAGE 59027 Part No 025348-2 26 -EA Del to McClellan AFB CA 95652-1621 Del 150 days after award. Solicitation not available until 15 days after published in the CBD. specifications, plans, or drawings are not available. automated best value model(ABVM) applies. While price may be a significant factor in the evaluatio of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. delivery evaluation factor(DEF) applies. while price is significant factor in evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. automated best value model(ABVM) and delivery evaluation factor(DEF apply. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the soliciation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014590) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WVP), Rock Island, IL 61299-7630 SUBJECT: 10--XM13 AMBIDEXTROUS SHOULDER HOLSTER SOL DAAE20-97R0045 DUE 022797 POC Contract Specialist: Addy Tkatch (309) 782-5313, PCO: Brian W. Schmidt (309) 782-8490 DESC: 1095-01-M26-4330, Part Number 9388082. Requirements are 45,000 ea XM13 Ambidextrous Shoulder Holster. For use on the M9 9MM Pistol. FOB is Unknown. All or part of this action is an unfunded FY97 requirement. The sole source contractor for the proposed action is Bianchi International, 100 Calle Cortez, Temecula, CA 92590. The proposed contract will include a 100 percent option. The aforementioned contractor is a small business. Published for subcontracting purposes only. Offers from concerns other than the above are not solicited. Procurement action will include a requirement to update the TDP. Estimated issue date of this solicitation is 012797. Acquisition Manager is the PM for Small Arms. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. See Note(s): 22. CITE: (I-358 SN014722) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--SQUIP ASSY SOL F42630-97-Q-20530-01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact D Wojciechowski/Likm/[801]777-4164 DESC: Amended. Increase quantities to 889 ea with delivery of 31 Dec 96 56 ea, 31 Mar 98 15 ea, 29 Aug 97 620 ea, 30 Jan 98 90 ea, 30 Apr 98 20 ea, 30 Jun 97 28 ea, 31 Dec 97 30 ea, 31 Oct 97 30 ea. Destination Hill AFB UT and FMS countries. CITE: (I-358 SN014815) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: US ARMY ARDEC, AMSTA-AR-PCW-E BLDG 10, PICATINNY ARSENAL NJ 07806 SUBJECT: 13--LOAD, ASSEMBLE AND PACK (LAP) 115 EA XM231 AND 720 EA XM232 INERT CHARGES. SOL dottie-dott-ie01 POC Dorothy K. Simpson, Contract Specialist, email=dsimpson@pica.army.mil, (201) 724-4260; John M. Eilenberger, Contracting Officer, email=jeilen@pica.army.mil, (201) 724-5522. (Site Code W15BW9) DESC: The US Army intends to place a purchase order sole source to ICI-INAAP, Indiana Army Ammunition Plant, Charlestown, IN 47111-9668 to Load, Assemble and Pack (LAP) 115 each XM231 and 720 each XM232 inert MACS charges. Contractor must provide inert M1 ropellants, inert M30A2 propellant and end seals to load the inert case sets. Contractor must have the requisite engineering staff, equipment, expertise and LAP facility to satisfy the US Government's requirements. See numbered note 22. CITE: (I-358 SN014847) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: US ARMY ARDEC, AMSTA-AR-PCW-C, BLDG 10, PICATINNY ARSENAL NJ 07806 SUBJECT: 13--LOOSE SPHEROIDAL PROPELLANT MANUFACTURED BY A WATERBORNE BALL POWDER PROCESS SOL DAAE30-97-R-0037 DUE 020697 POC Sheela Lopez, Contract Specialist 201- 724-4825, Carol A. Klapal, Contracting Officer 201-724-3274. (Site Code W15BW9) DESC: The U.S. Army ARDEC intends to enter into a sole source contract with Olin Ordnance, St. Petersburg, FL to fabricate 52,042 lbs. loose spheroidal propellant, including 4 options @ 299,920 lbs. maximum per option, manufactured by the water-borne ball owder process for use in a 120mm mortar propelling charge. The propellant composition shall consist mainly of energetic material such as nitrocellulose and nitroglycerin, possess a maximum flame temperature of 3000 degress Fahrenheit, and possess physical roperties such that nominal grain size is 0.030 inches with a nominal web thickness of 0.022 inches. This propellant will be utilized in the M233/M234 propelling charges as a direct replacement for the M230 propelling charge. This solicitation will be available for downloading from the World Wide Web Electronic Commerce Home Page available at: http://procnet.pica.army.mil. See numbered note 22. CITE: (I-358 SN014849) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--SCREEN ASSEMBLY, LEF SOL SP0460-97-Q-D974 DUE 021097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement contact Cynthia Sumner /BT964/804-279-5990 contracting officer Alexander stua RT/804-279-3504 DESC: PR-NO: YPG96285000771 NSN 1560-01-213-2163, screen assembly, lef Boeing helicopters CAGE 77272 P/N A02P5610-14 Dwg Rev "D" sources: srm Mfg Co CAGE 23227 8 -EA Del to Stockton CA 95296 Del 60 DARO unrestricted. Solicitation will be made in writing and orally. 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-357 SN014511) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--STRUT, AIRCRAFT SOL SP0460-97-Q-CA50 DUE 021397 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: YPG96327000357 NSN 1560-01-350-1627, strut, aircraft McDonnell Douglas Corp. CAGE: 88277 P/N 17P3A8564-1 6 -EA Del to Robins AFB GA 31098-1887 Del by 274 days ARO. Specs, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 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-357 SN014515) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--WINDOW PANEL, AIRCRAFT SOL SP0460-97-Q-B673 DUE 020897 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copy of RFQ/solic itation contact buyer/ LT Jim Martin/BV418/804-279-494 9/FAX 804-279-6078/or X4300/contracting officer/Barb ARA Stansbury/804-279-3416 DESC: PR-NO: YPG96339000636 NSN 1560-01-173-8699, window panel, aircraft, Rockwell Intl, CAGE 43999, P/N L3051180-022 Rev A. sources: Rockwell Corp/Tulsa FAC., CAGE 18441, Pilkington aerospace, CAGE 86175. item shall be IAW mil-std 130H DTD 1 Dec 93 sierracin Corp, CAGE 12035, P/N 169700-02. origin inspec tion required. DSCR does not currently have an approved Tech data pkg. 6 -EA Del to Richmond VA 23297-5900 Del by 90 DARO. QPL NOTE 23. unrestricted. sole source. Solicitation will be made in writing. 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-357 SN014519) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--CAP, ASSEMBLY SOL SP0460-97-Q-CA49 DUE 021397 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: YPG96351000481 NSN 1560-01-182-8708, cap, assembly Grumman Aerospace Corp. CAGE: 26512 P/N 123CSP10006-602 10 -EA Del to Richmond VA 23297-5900 Del by 580 DARO. Specs, plans, or drawings relating to the procurement described are not available and cannot be furnsihed by the government. Duration of contract period: 1 year. The final contract award period 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. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014521) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 15--STABILATOR ASSEMBLY SOL DAAJ09-97-Q-0400 DUE 020797 POC Fleurelle Humphrey, Contract Specialist, AMSAT-A-PLBB, 314-263-2985 or Carol M. Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263- 0779 or DATAFAX on 314-263-9012. DESC: NSN: 1560-01-179-7264, Part Number IAW McDonnell Douglas Pat Number 7-311123600, Quantity 75 each. Applicable to the AH-64 aircraft. FOB Origin to Texarkana, Tx 75507-5000 and New Cumberland, PA 17070-5001. Required delivery with First Article Testing is 25 each 510 DACA and 25 each per month thereafter, First Article Test Report due 360 DACA. Required delivery without First Article Test is 25 each 360 DACA and 25 per month thereafter until completion. This procurement requires prequalification. All responsible sources may submit a proposal which shall be considered by the agency. Justification for other than full and open competition is FAR 6.302-1, Only One Source or Only a Limited Number of Responsible Sources. This proposed contract action is for supplies for which the Government does not have specifications and drawings to permit full and open competition. Approved Source is: Teledyne Ryan Aeronautical, San Diego, CA 92138. The time required for approval of new supplies is such that award and delivery cannot be delayed pending approval of a new source. Information on meeting qualifications may be obtained from ATCOM, ATTN: AMSAT-R-EB. It is anticipated that the award will be made via a delivery order to an existing Basic Ordering Agreement. Subject to availability of funds. No telephone requests will be accepted. You may fax your request ATTN: AMSAT-A-PLBB, Fleurelle Humphrey, Contract Specialist, on 314-263-9012. See Numbered Note(s): 22. CITE: (I-358 SN014731) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 15--SUPPORT STRUCTUAL SOL DAAJ09-97-R-0183 DUE 020797 POC Ernestine Small, Contract Specialist, AMSAT-A-PLBB, 314-263-0775 or Carol M. Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263-0779 or DATAFAX 314-263-9012. DESC: NSN: 1560-00-571-3675, IAW ATCOM Spares Technical Data Package, 81996/204-030-061-1, Rev D. Applicable to the UH-1 aircraft. The Government intends to issue a Indefinite Delivery Indefinite Quantity, Firm Fixed Price Type Contract with five consecutive ordering periods. The minimum quantity is 600 and the maximum quantity is 3,000 each. FOB Destination for the first ordering period to Texarkana, TX 75507-5000 and FOB Origin for the subsequent ordering periods. Required delivery with First Article Testing is 10 each 480 DACA and 10 each per month thereafter, First Article Test Report due 348 DACA. Required delivery without First Article Test is 10 each 360 DACA and 10 each per 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, Ernestine Small, 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-358 SN014732) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: ASC/YCK, Bldg 558, 2590 Loop Road West, Wright-Patterson AFB, OH 45433-7142 SUBJECT: 15--CORRECTION: C-17 INTERIM CONTRACTOR SUPPORT WITH FLEXIBLE SUSTAINMNET PROGRAM SOL F33657-97-R-0008 DUE 010697 POC Contracting Officer, Roger Mullins, (937) 255-1079. DESC: CORRECTION: In reference to CBD Announcement, Issue No. PSA - 1736, the date for receipt of the Statement of Capability is revised to 06 Jan 1997, versus 02 Jan 97 which was stated in the first paragraph of the synopsis. In addition, the CBD now states, "Perform Sustaining Engineering including: airworthiness support, support engineering, Reliability Based Logistics (RBL) software planning and execution, failure investigations, and Configuration Management." It should read, "Perform Sustaining Engineering including: airworthiness support, support engineering, Reliability Based Logistics (RBL), software planning and execution, failure investigations, and Configuration Management." The offeror must perform Reliability Based Logistics functions as well as software management and change control for the C-17 weapon system. CITE: (I-358 SN014958) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: 16--AIRCRAFT COMPONENTS AND ACCESSORIES SOL DTCG38-97-Q-100019 DUE 011797 POC Contact Linda Hutzler, Contracting Officer, (919)335-6143 DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends to issue a purchase order to AlliedSignal Engines of Phoenix AZ for the purchase of 20 EA NSN 2840-01-074-7226, P/N: 3002369-14, VANE STAGE, and 8 EA 2840-01-HS1-1187, P/N: 3003277-2 used on the U.S. Coast Guard HU25 aircraft. These parts are determined to be "Flight Critical" and will require airworthiness certification. The standard industrial classification (SIC) code for this acquisition is 3724. Delivery to ARSC, Elizabeth City, NC is required within 365 days after receipt of order. The Coast Guard does not own, nor can it provide the proprietary specifications for this item. Facismile requests for the RFQ may be submitted to (919) 335-6496 not later than 1500 on 10 Jan 1997 and should include prices, delivery data, and technical data to sufficiently determine capability. 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, please call the OSDBU at (800) 532-1169.. See Notes 22 and 26. CITE: (I-357 SN014469) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: 16--AIRCRAFT COMPONENTS AND ACCESSORIES SOL DTCG38-97-Q-100020 DUE 011797 POC Contact Linda Hutzler, Contracting Officer, (919)335-6143 DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends to issue a purchase order to AlliedSignal Engines of Phoenix AZ for the purchase of 05 EA NSN 2840-01-HR2-1945, P/N: 3001410-9, LINER OUTER TRANSIT, used on the U.S. Coast Guard HU25 aircraft. These parts are determined to be "Flight Critical" and will require airworthiness certification. The standard industrial classification (SIC) code for this acquisition is 3724. Delivery to ARSC, Elizabeth City, NC is required within 365 days after receipt of order. The Coast Guard does not own, nor can it provide the proprietary specifications for this item. Facismile requests for the RFQ may be submitted to (919) 335-6496 not later than 1500 on 10 Jan 1997 and should include prices, delivery data, and technical data to sufficiently determine capability. 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, please call the OSDBU at (800) 532-1169.. See Notes 22 and 26. CITE: (I-357 SN014470) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--PANEL, CONTROL, ELECT SOL 3P0460-97-Q-CA51 DUE 021397 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: YPG96340000402 NSN 1680-01-364-2126, panel, control, elect McDonnell Douglas CAGE: 88277 P/N 17P1E1146-1 3 -EA Del to Robins AFB GA 31098-1887 Del by 270 days ARO. Specs, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 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. Soliciation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014520) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--PILOT CHUTE, 90 INCH, AIRCRAFT DECELERATION SOL SP0460-97-Q-B695 DUE 020897 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copy of RFQ/solic itation contact buyer/ LT Jim Martin/BV418/804-279-494 9/FAX 804-279-6078/or X4300/contracting officer/Barb ARA Stansbury/804-279-3416 DESC: PR-NO: YPG96351000493 NSN 1670-00-809-3427, pilot chute, 90 inch, aircraft deceleration, Boeing Defense and Space Group, CAGE 82918, P/N 25-5871-509, Rev H. source: Mills Mfg Corp CAGE 02693. Origin inspection required. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 105 -EA Del to Richmond VA 23297-5900 Del by 90 DARO. QPL NOTE 23. unrestricted. sole source. Solicitation will be made in writing and orally. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014522) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--FILTER ELEMENT, FLUID SOL SP0740-97-Q-0676 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)Karl Hinch/ADAA1/(61 4)692-3277 DESC: PR-NO: YPC96303000657 NSN 1650-01-340-5255, CAGE 13160 Part No 7572555-002 CAGE 18350 Part No AC-7031F-1297Y8 CAGE 18350 Part No AD-7031F-1297Y8 filter element, fluid Delco electroics Corp P/N 7572555-002, or Pall aerospace Corp P/N AC-7031F-1297Y8. 69 -EA Del to Richmond VA 23297-5900 Del 30 days after award. Solicitation not available until 15 days after published in the CBD. this acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). approved sources are: PAL aeropower Corp(18350) Delco Electronics Corp (13160). Automated best value model(ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. delivery evaluation factor(DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated best value model(ABVM) and delivery evaluation factor(DEF) apply. while price is a significant factor in the evaluation of offers, the final award decision Wil be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014568) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--BLADE ASSEMBLY SOL N0038397QA080 DUE 013097 POC Contact Point, K. Hall, 0223.03, (215)697-6548, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Lisa A Lax, 0223, (215)697-2587 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-1610-00-887-0115-BP, SPEC NR TDP VER 002, Qty 119 EA , Delivery FOB Origin--DRAWINGS NOT AVAILABLE ---, See Note 22 CITE: (I-358 SN014649) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--HUB ASSEMBLY,ROTARY SOL N0038397QN082 DUE 013097 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 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-1615-01-125-6948-LU, SPEC NR TDP VER 001, Ref Nr 65123-11310-043, Qty 5 EA, Delivery FOB Origin----- NO DRAWINGS, See Note 22 CITE: (I-358 SN014650) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--VALVE ASSEMBLY,FAIL SOL 963060238 DUE 021097 POC Contact Point, Katherine R Rachubinski, 0221.06, (215)697-2813, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven C Lackatos, 0221.01, (215)697-3723 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-1650-01-143-5655-GF, Ref Nr 287870-1001, Qty 201 EA, Delivery FOB Origin, Approx Due Date O/A Feb 10 97----- The estimated award date is 140 days after date of synopsis. Due to the unavailability of drawings or other data this requirement will be restricted to Parker Hannifin., See Note 22 CITE: (I-358 SN014651) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 16--DRIVE ARM/R ASSY SOL F42620-97-R-24720 DUE 021197 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 1650-01-059-6387WF P/N: 3833166-1, 18" X 5" X 5" WT: 15 LBS. STEEL/ALUM. 73ea. Applicable to: F-16 A/B/C/D Acft. Destn: FMS Countries. Delivery: 30 Sep 97 5 ea 30 May 97 18 ea 30 Jun 97 15 ea 31 Dec 97 35 ea Item 0002 NSN 1650-01-059-8026WF Cylinder Assembly, Rudder P/N: 3834045-1, This item is a cylinder assembly used as part of the rudder servo actuator for the F-16. 3ea. Applicable to: F-16. Destn: FMS Countries. Delivery: 29 Aug 97 3 ea Item 0003 NSN 1650-01-060-9835WF Flap Cylinder Assy P/N: 3833045-1, This part is a actuator cylinder designed for the flight control systems on the F-16 10ea. Applicable to: F16a/B/C/D. Destn: FMS Countries. Delivery: 31 Dec 97 10 ea Item 0004 NSN 1650-01-084-8397WF Feed Back Shaft Assy P/N: 3833213-1, 4.481 in. lg one shaft; 1.163 in 2nd shaft. 6ea. Applicable to: F-16a/B/C/D Acft. Destn: FMS Countries. Delivery: 31 Dec 97 1 ea 30 Jun 97 5 ea Item 0005 NSN 1650-01-106-9139WF Servoactuator P/N: 3833193-3, This item is for the horizontal flaperon on the F-16. 22ea. Applicable to: F16 A/B/C/D. Destn: FMS Countries. Delivery: 30 Jun 97 5 ea 31 Oct 97 17 ea Item 0006 The approximate issue/response date will be 09 Jan 97. To: Abex/Nwl Aerospace, Kalamazoo Mi 49001-4165. 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-358 SN014701) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--BEARING CAN SOL F42630-97-Q-21824 DUE 012997 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Landing Gear/Photo/Likl/[801]777-6501 DESC: Item 0001 NSN 1630-01-080-4295 P/N: 2606047, Steel bearing that holds the outer wheel bearing seals & cup bearing in place on the inbd half of the wheel assy & provide axle seating area. Dim: 3.5" OD X 9.0" lg. 156ea. Applicable to: F15 C&D Acft. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 30 Sep 98 156 ea The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 29 Jan 97. Written procedure will be used for this solicitation. To: Coltec Industries Inc, Euless Tx 76040-7012. 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 does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. See Note (s) 26. CITE: (I-358 SN014705) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--MANIFOLD SUB-ASSEMBLY, SOL F42630-97-Q-25812 DUE 012997 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Landing Gear/Photo/Likl/[801]777-6501 DESC: Item 0001 NSN 1620-00-873-6326 P/N: 220277-3, Dim 2" thick 8" around. Mat: Alu. Function supply fluid to power unit. 42ea. Applicable to: F-4. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 31 Oct 97 42 ea The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 29 Jan 97. Written procedure will be used for this solicitation. To: Ozone Industries Inc, East Lyme Ct 06333-. 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 does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. See Note (s) 26. CITE: (I-358 SN014709) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--ACCUMULATOR HYDRAULIC SOL DAAJ09-97-R-0192 DUE 021097 POC Fleurelle Humphrey, Contract Specialist, AMSAT-A-PLBB, 314-263-2985 or Carol M. Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263- 0779 or DATAFAX on 314-263-9012. DESC: NSN: 1650-01-120-7512, Part Number IAW Boeings Source Controlled Drawing 145HS203, Quantity 12 each. Applicable to the CH-47D aircraft. FOB Destination to Texarkana, TX 75507-5000. Required delivery is 150 DACA. This procurement requires prequalification. All responsible sources may submit a proposal which shall be considered by the agency. Justification for other than full and open competition is FAR 6.302-1, Only One Source or Only a Limited Number of Responsible Sources. This proposed contract action is for supplies for which the Government does not have specifications and drawings to permit full and open competition. Approved sources are: Arkwin Industries Inc., Westbury, NY 11590-5018 and Boeing Defense and Space Group, Philadelphia, PA 19142-0858. The time required for approval of new supplies is such that award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for future solicitations IAW the instructions contained in Section L of the solicitation. Information on meeting of qualifications may also be obtained from ATCOM, ATTN: AMSAT-R-EB. Subject to availability of funds. No telephone requests will be accepted. You may fax your request ATTN: AMSAT-A-PLBB, Fleurelle Humphrey, Contract Specialist, on 314-263-9012. See Numbered Note(s): 23. CITE: (I-358 SN014733) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 16--GRIP ASSY SOL F42620-97-Q-22176-01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Karen M. Kelly/Lfke/[801]777-6037 DESC: Amended. Add requirements to solicitation F42620-97-R-22168. As a result of this action, solicitation F42620-97-Q-22176 is canceled. CITE: (I-358 SN014811) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 16--GRIP ASSY SOL F42620-97-R-22168-01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Karen M. Kelly/Lfke/[801]777-6037 DESC: Amended. Add requirements of solicitation F42620-97-Q-22176. Extend approximate issue/response date to 16 Dec 96. Anticipate award date 6 Jan 97. As a result of this action, F42620-97-Q-22176 is canceled. CITE: (I-358 SN014812) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 16--CAP SLINE HEATSHIELD SOL F41608-97-Q-74301 DUE 021097 POC For copy, FAX TO LCK AT (210)925-9020, For additional information contact Wynne, P./lck2636/[210]925-6837 DESC: Item 0001 NSN 1680-ND-057-429P P/N: 2612619, SIZE/DIMENSIONS: Approximately 8" X 20 ' FORM, FIT and FUNCTION: Assists in preventing friction. PREDOMINANT MATERIAL OF MANUFACTURE: Aluminum. 166EA. Applicable to: C-17 Airccraft. Destn: Kelly Afb, Texas 78241-6425. Delivery: 28 Feb 97 166 ea No Drawings/Specifications Available The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 18 Feb 97. Written procedure will be used for this solicitation. To: Allied-Signal Inc, South Bend In 46628-1373. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 22,26. CITE: (I-358 SN014881) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St Louis, MO 63120-1798 SUBJECT: 16--CASE ASSY SOL DAAJ09-97-Q-0502 DUE 011597 POC L. Anderson-Samuel, Procurement Technician, 314-263-0789, Pamela Moran, Contracting Officer, 314-263-0782, fax 314-263-9012. DESC: NSN: 1615-01-164-6734, P/N: 406-040-406-101, Quantity: 15 each applicable to the OH-58. FOB origin with delivery of 15 each to Red River Army Depot by 98 Feb 10. This procurement requires pre-qualification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract is for supplies for which the Government does not own specifications and drawings, however, it is restricted to the following approved source: Bell Helicopter Textron INc, 600 E. Hurst Blvd, Ft Worth, TX 76101 (FSCM: 97499). Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-358 SN014961) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Department of Transportation, National Highway Traffic Safety Administration, Vehicle Research and Test Center, P.O. Box 37, East Liberty, OH 43319 SUBJECT: 17--SOURCES SOUGHT FOR LEASE OF ASPHALT DE-ICER AND DRYER SOL DTNH22-97-Q-08028 DUE 010397 POC Robin Esser, Contracting Officer, (937) 666-4511 DESC: The National Highway Traffic Safety Administration (NHTSA), Vehicle Research and Test Center (VRTC), needs to lease a de-icing and drying apparatus. The fixture must be capable of de-icing and drying an existing 1400 ft long, 12ft wide lane of asphalt during inclement weather. Anticipated lease period is four (4) months beginning in January 1997. The purpose of this announcement is to invite the makers of devices that can accomplish the requirement to notify NHTSA if they are interested in leasing their product during the time period stated. Because of the planned schedule, responses should be submitted so that they are received by NHTSA by January 3, 1997. Responses may be submitted by FAX to (937) 666-3590. Please call Jim Hague at (937) 666-4511 for more information. No solicitation document is available. CITE: (I-355 SN014419) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Code 410, P.O. Box 215, Portsmouth, Virginia 23705-0215 SUBJECT: 19--USS STUMP (DD-978), SSP 518-97, ESRA SOL N62678-97-R-0045 DUE 021397 POC Phillip Fields, Contract Specialist, (757) 396-5041 ext 449! DESC: Miscellaneous mechanical, electrical, structural, and electronic repairs. To qualify for an award under this solicitation, the offeror must execute a current NAVSEA Agreement for Boat Repair (ABR). If not previously done, adequate time must exist to allow proper assessment of the contractor's data. The inspection dates are tentatively set for 1/21/97 through 1/24/97 with the inspection to be held at the U. S. Navy Base, Norfolk, Va. The availability dates are tentatively set for 4/14/97 through 6/20/97 with the work to be done at the contractor's plant. The place of performance is restricted to the homeport area. CITE: (I-358 SN014830) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Port Hueneme Division (Code 5F00), Naval Surface Warfare Center, 4363 Missile Way, Port Hueneme, CA 93043-4307 SUBJECT: 20--NAVY STANDARD EQUIPMENT SOL N63394-97-R-2203 DUE 021897 POC Contract Specialist, LORRAINE ARCINIEGA, (805) 982-9147, Contracting Officer, NANCY G. ALPAY, (805) 982-0411 DESC: THE PORT HUENEME DIVISION NAVAL SURFACE WARFARE CENTER ANTICIPATES AWARDING A FIRM-FIXED PRICE CONTRACT FOR THE FABRICATION AND ASSEMBLING OF UNDERWAY REPLENISHMENT NAVY STANDARD EQUIPMENT IN ACCORDANCE WITH NAVSEA DRAWINGS: COMPONENTS FOR CARGO STATON A0E 4 USS DETROIT AND AOE 3 USS SEATTLE FAST COMBAT SUPPORT SHIPS. THE DELIVERY SCHEDULE FOR THE EQUIPMENT IS 12 MONTHS AFTER CONTRACT AWARD FOR AOE 4, OPTIONS FOR AOE 3 DUE 12 MONTHS AFTER EXERCISE OF OPTION. FOB DESTINATION. THE RFP WILL BE AVAILABLE PPROXIMATELY 24 JANUARY 1997. INTERESTED PARTIES SHALL SUBMIT THEIR REQUEST FOR RFP VIA FAX (805) 982-5746 OR BY MAIL TO THE ADDRESS ABOVE. THE DEADLINE FOR SUBMITTING THE PROPOSALS WILL BE 30 CALENDER DAYS AFTER THE EFFECTIVE DATE OF THE RFP. NOTE 1, 9 AND NOTE 26 APPLIES. ALL RESPONSIBLE PARTIES MAY SUBMIT A PROPOSAL WHICH WILL BE CONSIDERED. CITE: (I-358 SN014863) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 23--OVERHAUL AND REPAIR OF HEMTT SOL DAAE0797RX021 DUE 022096 POC For a solicitation copy or for information on this procurement, Call Iley Givens (810) 574-7012 DESC: Overhaul and repair. HEMTT M985 without winch. Qty: 18; HEMTT M978. Qty: 13; HEMTT M985 with winch. Qty: 8; HEMTT wrecker. qty: 5. Three (3) year requirements type contract. Minimum 3 year qty. 44. Maximum 3 year qty. 333. FOB: origin. see NOTE: 22. The offer due date is on or about 022096 (see solicita tion for actual offer due date). CITE: (I-355 SN014451) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: 901 M Street, S.E., Washington Navy Yard, Building 166, Washington, DC 20374-5095 SUBJECT: 23--16 FOOT STAKE TRUCK SOL N68925-97-M-A605 DUE 020397 POC Carol Labanowski, Contract Specialist, 202-433-2462. DESC: The contractor is to provide all labor, supplies, equipment, transportation and supervision necessary for the purchase and delivery of a 16 foot stake truck with a gross vehicle rating of approximately 30,000 lbs while not exceeding 33,000 lbs in accordance with the specification. Vehicle is to be delivered to the Norfolk, Virginia vicinity with exact location given at time of award. No telephone solicitations will be accepted. FAX requests will be accepted on 202-685-8237. Specifications will be available on or about 30 December 1996. CITE: (I-358 SN014782) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: SCANG, 169LGC, McEntire ANG Station, 1325 South Carolina Road, Eastover, SC 29044-5004 SUBJECT: 23--ACQUISITION OF ALL TERRAIN VEHICLE, HONDA OR EQUAL SOL DAHA3897T5297 DUE 011597 POC Jim Griggs, (803) 695-6255, Contracting Officer. DESC: SOURCES SOUGHT: The South Carolina Air National Guard proposes to procure All Terrain Vehicles Honda TRX400 or equal--4 ea. 395cc Air Cooled OHV single-cylinder four stroke engine. Solid state CD ignition with electronic advance. Five-speed transmission with automatic clutch, reverse and super-low first gear. Direct front and rear driveshafts with limited-slip front differential. Independent double-wishbone 4.3 inch travel front suspension. Swingarm with dual show hydraulic shock, 4.3 inch travel rear suspension. Dual hydraulic drum front brakes and sealed mechanical drum rear brakes. 76.5 inches long, 45.5 inches wide. Ground clearance: 7.3 inches, seat height: 30.9 inches, wheel base: 48.8 inches, dry weight: 550.0 lbs, fuel capacity: 3.2 gal, including 0.7 gal reserve. Optional accessories: speedometer, hourometer, 12 volt DC connector, flag kit. Color: Olive; SPARE PARTS: Brake shoe set--2 ea; inner tube for rear tires--4 ea; reverse shift cable--1 ea, hand brake cable--2 ea; rear wheel (drive) rim--1 ea; foot brake cable--2 ea; left hand brake lever--1 ea; inner tube for front tire--2 ea; tire plug kit--2 ea; bead breaker--2 ea; throttle cable assembly--2 ea; spark plug--8 ea; idle screw kit--1 ea; oil filter--4 ea; air filter--4 ea; assorted fuses--16 ea; tail light bulb--2 ea; neutral/reverse--2 ea; left hand brake/master cylinder perch--1 ea; right hand brake/master cylinder perch--1 ea; front wheel rim--1 ea; right hand brake lever--1 ea; brake shoe kit--2 ea; fuel filter--4 ea; headlight unit--1 ea; tail light--1 ea; headlight lamp--2 ea; ignition key switch--2 ea; full face helmet x large--2 ea, medium--2 ea. Telephone requests will not be honored. Fax request to (803) 695-6487. Request to include CAGE Code. All responsible sources may submit an offer. CITE: (M-358 SN014997) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: Missouri Air National Guard, Contracting and Acquisitions, 10800 Lambert Int'l Blvd., Bridgeton, Missouri 63044-2371 SUBJECT: 23--EMERGENCY RESPONSE AND TRANSPORTATION TRAILERS SOL DAHA2397T5001 DUE 010297 POC TSgt. Darian Vomund, Purchasing Agent, (314) 263-6238. DESC: The Missouri Air National Guard intends to place an order for the following items: (1) Trailer, Emergency Response, this trailer will be used as a Mobile Command Post. Size: 24'L x 8'W x 8'9"H; (2) Trailer, Cargo, this trailer will be used for storage and transportation of Air Force band equipment. Size: 27'6"L x 8'W x 8'6"H; (3) Trailer, Crash Recovery, this trailer will be used to respond to aircraft accident sites. Size: (interior) 24'L x 8'W x 7'H. All sources that wish to submit an offer may call the number listed above, or FAX their request to (314) 263-6118. Once a request is made a detailed Request for Quotation will be sent. All responses will be considered. CITE: (M-358 SN015003) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 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--M9 ACE MOUNTING RING SOL DAAE0797QX004 DUE 022097 POC For a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Judy Busha (810) 574-7294 DESC: Item: M9 ACE mounting ring. PN: 12466265. Item: M9 ACE mounting ring. PN: 12466265. see NOTE: 01. All responsible sources may submit an offer which will be considered. The offer due date is on or about 022097 (see solicitation for actual offer due date). CITE: (I-355 SN014450) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--FRAME, SEAT, VEHICULAR. ON AM GENERAL M998 (HMMWV) SERIES TRUCKS. USE ARMY DRAWING 12369003 SOL SP0750-97-Q-0512 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Lori spang, (614)692-4214. DESC: PR-NO: YPC96274001218 NSN 2540-01-188-3229, CAGE 19207 Part No 12340051 CAGE 34623 Part No 12340051 frame, seat, vehicular. I/A/W U.S. Army TACOM drawing 12340051. used on M998 HMMWV vehicle. 660 -EA Del to New Cumberland PA 17070-5001 Del by 90 days after date of award. 700 -EA Del to Lathrop CA 95330 Del by 90 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military, and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014591) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 26--Tires and Tubes OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 26--TIRE, PNEUMATIC SOL DAAE0796RT089 DUE 021997 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Ara Hall (810) 574-8379 DESC: NSN: 2610002757995, qty:, FOB: destination, opt: none item: tire, pneumaitc, ZZ-T-381/GP3, style X, tbyyclr/ T/T/9.00-20/E/TBHR. two (2) year requirements contract DVD/EDI contract. Estimated annual requirements 547/ 570. see NOTE: none. All responsible sources may submi T an offer which will be considered. The offer due dat E is on or about 021997 (see soliciation for actual off er due date). CITE: (I-355 SN014456) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Department of Transportation, National Highway Traffic Safety Administration, Vehicle Research and Test Center, P.O. Box 37, East Liberty, OH 43319 SUBJECT: 28--SOURCES SOUGHT FOR LEASE OF ASPHALT DE-ICER AND DRYER SOL DTNH22-97-Q-08028 DUE 010397 POC Robin Esser, Contracting Officer, (937) 666-4511 DESC: The National Highway Traffic Safety Administration (NHTSA), Vehicle Research and Test Center (VRTC), needs to lease a de-icing and drying apparatus. The fixture must be capable of de-icing and drying an existing 1400 ft long, 12ft wide lane of asphalt during inclement weather. Anticipated lease period is four (4) months beginning in January 1997. The purpose of this announcement is to invite the makers of devices that can accomplish the requirement to notify NHTSA if they are interested in leasing their product during the time period stated. Because of the planned schedule, responses should be submitted so that they are received by NHTSA by January 3, 1997. Responses may be submitted by FAX to (937) 666-3590. Please call Jim Hague at (937) 666-4511 for more information. No solicitation document is available. CITE: (I-355 SN014420) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Naval Undersea Warfare Center, Division Keyport, 610 Dowell Street, Keyport, WA SUBJECT: 28--HYDRAULIC PROPULSION THRUSTER LEASE SOL N00253-97-R-0009 DUE 021297 POC Victor Angkico, 360/396-5671 DESC: The Naval Undersea Warfare Center (NUWC) Division Keyport intends to acquire via a lease with option to purchase, two diesel powered outboard hydraulic propulsion units. The units shall be radiator cooled, 360 degree rotation, skid mounted with fork lift pads, foot print no larger than 6 ft. by 14 ft., and is suitable for direct welding and/or bolting to the deck. The units shall be fitted with noise attenuating enclosures and hospital grade mufflers. The units are to be equipped with government furnished, rebuilt, Detroit 8V71 diesel engines (Model # 7082-7000, 275 H.P., 1800 RPM) which drive a hydraulic pump package providing the power for propulsion, steering and 180 degree kick-up of the outdrive. Delivery will be required no later than 02 June 97. Lease will be for a minimum of 6 months with the option to extend monthly for an additional 12 months. The acquisition shall be procured in accordance with FAR Part 12, Commercial Acquisition. This acquisition will be a 100 percent small business set-aside. The solicitation will be issued on or about 13 Jan 97 with a 3-4 week closing. All responsible sources may submit an offer. No telephone requests for the solicitation package will be accepted. Requests can be faxed to (360) 396-2333. Numbered Note 1 applies. CITE: (I-355 SN014436) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 28--HOUSING ASSEMBLY SOL DAAE0797RT197 DUE 022097 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Linda Finnell (810) 574-6119 DESC: NSN: 2835011538270, qty:, FOB: origin, opt: none item: housing assembly. PN: 12302428. Qty: guarant eed minimum: 48, ES see NOTE: none. All responsible S ources may submit an offer which will be considered. T HE offer due date is on or about 022097 (see soliciatio N for actual offer due date). CITE: (I-355 SN014455) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--LINER, SEGMENT SOL SP0480-97-R-0386 DUE 021097 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, contact the buyer at 804-279-5232 or by FAX to 804-279-3123. buyer, Martha Gay/BL370/804-279-5232; contracting officer Stephen ma son, 804-279-3724 DESC: PR-NO: YPG96312000950 NSN 2840-01-174-5670, liner, segment General Electric Co., CAGE 07482 P/N 9945M30G01 500 -EA Del to Tinker AFB OK 73145-9013 Del by 200 days FOB origin unrestricted, other than full and open it is anticipated award will be made against existing basic ordering agreement. 100% option quantity applies. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014484) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--COUPLING ALLIEDSIGNAL INC CAGE 99193 SOL SP0480-97-R-0554 DUE 021897 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JLP Richmond VA 23297-5876 AC (804)279-5372. Buyer Heidi Bradbury/BL470, contracting officer Martha Gay/804-279-5232. DESC: PR-NO: YPG96318000320 NSN 2835-00-113-4532, Allied Signal (99193) P/N 698248-1 100% option applies other than full and open. it is anticipated that the award will be made against the BOA. 70 -EA Del to New Cumberland PA 17070-5001 Del within 120 days ARC. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014486) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--SHROUD, STAGE 1 SOL SP0480-97-R-0327 DUE 021097 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 or by FAX to 804-279-4165. buyer, Martha gaybl 370/804 -279-5232; contracting officer Stephen Mason, 804-279- 3724 DESC: PR-NO: YPG96304000996 NSN 2840-01-147-0559, shroud, stage 1 General Electric Co., CAGE 07482 P/N 9992M65G06 Rev "AG" DTD 24 Aug 93 acceptable source: Tool Sales and Service CAGE 28884 adequate data for evaluation of alternate offers is not available at the procurement agency. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. 648 -EA Del to New Cumberland PA 17070-5001 Del by 124 days FOB origin/139 days FOB destination 481 -EA Del to Tracy CA 95376-5000 Del by 124 days FOB origin/139 days FOB destination 766 -EA Del to Tinker AFB OK 73145-9013 Del by 124 days FOB origin/139 days FOB destination contractor first article testing applies-3 samples due 90 days after receipt of contract. Unrestricted, other than full and open competition. 100% option quantity applies. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014513) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--SUPPORT,NOZZLE SOL N0038396X8308 DUE 021097 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-393-1180-TN, Ref Nr 6025T29G05, Qty 24 EA, Delivery FOB Origin, RFQ N0038396X8308, Approx Due Date O/A Feb 10 97-----. NO Drawings. NAVY SOURCE APPROVAL PROCEDURES APPLY>, See Note 22 CITE: (I-358 SN014652) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--DAMPER,STG2 BLADE SOL N0038397X0108 DUE 021097 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-396-8510-TN, Ref Nr 4108T25P01, Qty 12943 EA , Delivery FOB Origin, RFQ N0038397X0108, Approx Due Date O/A Feb 10 97-----. NO drawings. Navy source approval procedures apply.cORRECT QTY IS 7575 EA., See Note 22 CITE: (I-358 SN014653) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 28--TURBINE POWER UNIT SOL F41608-97-R-40019 DUE 021097 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Robbins, J./ldkj/[210]925-8845 DESC: Item 0001 NSN 2835-01-263-9440 P/N: 16VH003001-11, P/N 581750-11-1 2ea. Applicable to: F-16 Aircraft. Destn: Kelly Afb, Texas 78241-6449. Delivery: 31 DEC 97 2 ea The approximate issue/response date will be 10 Jan 97. To: Alliedsignal Inc, Torrance Ca 90509-2960. 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. See Note (s) # 26.. CITE: (I-358 SN014684) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 28--28--LINER ASSMBLY SOL FD2050-97-Q-39509 01 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Thomas, S./ldkj/[210]925-8845 DESC: NSN: 2835-00-076-6465 - LINER ASSMBLY APPL GTCP 85-106A/C141 APU EXEMPT GFM SCREENING-COMMERCIAL PICA Synopsis is amended as follows: FROM TO RFQ RFP 21 ea Best Est Quan: 50 ea Min Order: 8 ea Max Order: 25 ea Contract will be a 3 year requirements contract - firm fixed price. Point of contact is Sean Thomas, SA-ALC/LDKJ, (210) 925-8845, or fax (210) 925-1058 SYN NR: 97-39509!! CITE: (I-358 SN014690) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--ILC CORE MODULES SOL F41608-96-R-3HK01 02 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Lopez, J./lpkah/[210]925-6385 DESC: ADDITIONAL INFORMATION/CLARIFICATION: The government plans to solicit one or more indefinite delivery indefinite quantity (IDIQ) contracts for a period of one year. The overall minimum quantity to be ordered by the Government will be repair/overhaul of six core modules, and the overall maximum quantity to be ordered will be repair/overhaul of 38 core modules. If more than one contract is awarded, the minimum quantity to be ordered under each contract will be repair/overhaul of three core modules, and the maximum quantity for each contract will be repair/overhaul of 38 core modules. CITE: (I-358 SN014876) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--ILC CORE MODULES SOL F41608-96-R-3HK01 03 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Lopez, J./lpkah/[210]925-6385 DESC: ADDITIONAL INFORMATION: The period of performance for this ILC Core Module (IDIQ) contract is changed from: one year, to: 18 months. All other terms and conditions shall remain. CITE: (I-358 SN014877) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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 SEGMENT SOL F41608-97-R-0108 DUE 021097 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Heckler, N./lpkah/[210]925-6385 DESC: Item 0001 NSN 2840-01-365-7935PT P/N: 4076127, SIZE:12 IN X. 10 IN:MATL:STEEL AND PWA279:FIT/FORM:RING SEGMENT WITH ABRADABLE MATERIAL WHICH MAINTAINS THE PROPER CLEARANCE. MISC: THE GOV'T INTENDS TO SOLICIT A ONE YEAR REQUIREMENTS CONTRACT. THE BEQ FOR THE SINGLE YEAR IS 104 EA. DELIVERY IS 20 PER MONTH STARTING 7 MONTHS ARO. QUALIFICATION REQUIREMENTS FOR THIS ITEM ARE AVAILABLE AND WILL BE IDENTIFIED IN THE SOLICITATION. 104EA. Applicable to: F100/Pw229 Engine. Destn: Kelly Afb, Texas 78241-6318. Government furnished drawings and specifications are not available The approximate issue/response date will be 13 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) 22,23,26. CITE: (I-358 SN014883) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 28--SHROUD ASBLY SOL F41608-97-R-34520 DUE 021097 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Robbins, J./ldkj/[210]925-8845 DESC: Item 0001 NSN 2835-01-037-8441 P/N: 3826041-1, Size: APPROX 7.5 IN DIA X 3 IN. Predominant material: Inconel/Aluminum Alloy Used on GTCP 36-50 APU Engine, A-10A Aircraft. Function: Directs inlet airflow towards the copressor rotor. 14EA. Applicable to: Gtcp 36-50 (A10a Eng. Destn: Kelly Afb, Texas 78241-6449. Delivery: 31 Dec 97 14 ea DRAWINGS & SPECIFICATIONS ARE NOT AVAILABLE The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Allied Signal Inc, Phoenix Az 85072-2181. 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. CITE: (I-358 SN014885) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--SEAL SOL F41608-97-R-45074 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 2840-01-420-2818PT P/N: 4081566, SIZE/DIMENSIONS: Approximately 36 inches in diameter by 6 inches wide PREDOMINANT MATERIAL OF MANUFACTURE: AMS 4928, Titanium alloy with rubber FORM/FIT/FUNCTION: One of three round outer airseals designed to provide containment for the first stage blades on the F100PW229 aircraft engine. 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. 120ea. Applicable to: F100pw229 Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery: 28 Nov 97 40 ea 31 Dec 97 40 ea 30 Jan 98 40 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. 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. 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-358 SN014886) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt Road, Kelly Afb, Texas 78241-6427 SUBJECT: 28--KIT,INSTALLATION SOL F41608-97-R-46123 DUE 021097 POC For copy, Fax request to LPKBC at (210)925-8780, For additional information contact Wilkerson, D./lpkbc/[210]925-4607 DESC: Item 0001 NSN 2840-01-414-8928RW P/N: 23056957, Size: different sizes Predominate Material: different materials Function: Subject turbine module installation kit is used by field activities to repair different parts of the turbine module. To include light house, scavanger oil pump. 200EA. Applicable to: C130 Acft/T56 Engine. Destn: Kelly Afb, Texas 78241-6427. Delivery: 31 Dec 97 100 ea 31 Dec 98 50 ea 31 Dec 99 50 ea A 3 yr requirements contract is anticipated BEQ = 200 ea. The approximate issue/response date will be 13 Jan 97. To: Kitco Inc, Springville Ut 84663-0900. To: Kit Pack Co, Las Cruces Nm 88005-5830. To: Pacific Sky Supply Inc, Sun Valley Ca 91352-3218. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1,9,26. CITE: (I-358 SN014887) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 28--SEAL, VAPOR SOL F41608-97-R-49107 DUE 021397 POC For copy, Fax request to LPKBD at 210-925-2398, For additional information contact Capers, O./lpkbd/[210]925-8731 DESC: Item 0001 NSN 2840-00-111-5739PS P/N: 9672M33P05, P/N S19098-P02 USED ON RIGHT SIDE ENGINE PIPING APPL TO TF-39 ENGINE DELIVERY: 40 EA 120 DAYS ARO PER 3 YEAR REQUIREMENT FAX: 210-925-2398 257ea. Applicable to: Tf39 Engine. Destn: Kelly Afb, Texas 78241-6015. 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 not available. The approximate issue/response date will be 14 Jan 97. The anticipated award date will be 13 MAR 97. Written procedure will be used for this solicitation. To: General Electric Co, Cincinnati Oh 45215-6303. To: Kirkhill Rubber Co, Brea Ca 92621-4007. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 23,26. CITE: (I-358 SN014888) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components--Potential Sources Sought OFFADD: SA-ALC/BC, 303 S. Crickett Dr., Ste. 4, Kelly AFB, TX 78241-6025 SUBJECT: 28--BEVEL GEAR SOL JT17 POC Joe Torres, 303 S. Crickett Dr., Ste. 4, Kelly AFB, TX 78241-6025. DESC: SOURCE QUALIFICATION NOTICE: THIS IS NOT A SOLICITATION. This notice is to publicize the availability of Qualification Requirements for a Bevel Gear applicable to the T56 Engine, NSN: 3020-00-326-7484RW; P/N: 6731183. Copy of the Qualification Requirements can be obtained by submitting a written or FAX request to the attention of Mr. Joe Torres; SA-ALC/BC; 303 S. Crickett Dr., Ste. 4; Kelly AFB, TX 78241-6025; FAX: (210) 925-0235. Reference JT17 on all requests. CITE: (M-358 SN014911) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--FLOAT VALVE SOL SP0480-97-R-0388 DUE 021097 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 or by FAX to 804-279-4165. buyer, Martha Gay/BL370/804 -279-5232; contracting officer Stephen Mason, 804-279- 3724. DESC: PR-NO: YPG96313000357 NSN 2915-01-231-7736, float valve McDonnell Douglas Corp, CAGE 76301 P/N 74-550056-203 "Rev" C "DTD 12/07/83 acceptable sources: Whittaker Corp, CAGE 79318, P/N 232445-1; TAT Aero equipment Ind LTD, P/N 5170-1 200 -EA Del to New Cumberland PA 17070-5001 Del by 85 days FOB origin/100 days FOB destination 300 -EA Del to Tracy CA 95376-5000 Del by 85 days FOB origin unrestricted, other than full and open competition all responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014485) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--DETECTOR, METALLIC PARTICLE SOURCE CONTROL ITEM SOL SP0480-97-R-0387 DUE 021097 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 or by FAX to 804-279-4165. buyer, Martha Gay/BL370/804 -279-5232; contracting officer Stephen Mason, 804-279- 3724. DESC: PR-NO: YPG96305000490 NSN 2995-01-263-8725, detector, metallic particle Sikorsky Aircraft Corp. CAGE 78236 P/N 70351-08249-103 Rev "E" DTD 9 Aug 83 approved source: Vickers Inc, CAGE 97484 P/N G5034EA P/N 70351-08249-103, critical source control item, used on SH/UH-60 helicopter, vendor substantion required 400 -EA Del to New Cumberland PA 17070-5001 Del by 186 days FOB origin 100 -EA Del to Tracy CA 95376-5000 Del by 186 days FOB origin unrestricted, other than full and open competition all responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014514) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--VALVE, FUEL SYSTEM SOL SP0770-97-Q-MH86 DUE 012997 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Cheryl Offenburger/ PCCRBA3/614-692-7363 DESC: PR-NO: RPC96312001289 NSN 2910-01-086-8265, CAGE 06848 Part No 2540478 valve, fuel system. Alliedsignal P/N 2540478. 186 -EA Del to Anniston AL 36201 Del 180 days after date of award. Solicitation not available until 15 days after published in the CBD. This acquisition is for supplies for which the government does not possess ccomplete, unrestrctive 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: Alliedsignal, Inc. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014586) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--SWITCH, SAFETY, NEUTRAL START, 28 VOLT DC. SOL SP0750-97-Q-0504 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Aaron brahosky, (614)692-4704. DESC: PR-NO: YPC96205000685 NSN 2920-01-249-3492, CAGE 19207 Part No 12338434 CAGE 34623 Part No 05597263 CAGE 34623 Part No 12338434 CAGE 60602 Part No 10107-12 switch, safety, neutral start, 28 volt DC. The fluorocarbon Co. P/N 10107-1-2. 835 -EA Del to Lathrop CA 95330 Del by 60 days after date of award. 1,240 -EA Del to New Cumberland PA 17070-5001 Del by 60 days after date of award. See NOTE 22. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans, or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014587) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 29--PARTS KIT ANTI-ICING VALVE SOL F41608-97-Q-0079 DUE 021397 POC For copy, Fax request to LPKAF at (210)925-8496, For additional information contact Shepherd, F./lpkaf/[210]925-6566 DESC: Item 0001 NSN 2995-01-368-3451PT P/N: 43497, Size: Various sizes Pred. Matl: Various Compositions/Combinations Function: Used to repair anti-icing value on F100 Engine. Contains parts required for upgrade to F100PW229 Configuration. No Bid Sets Available. Delivery: 30 Jun 97. 117EA. Applicable to: F100pw100/200/220/220. Destn: Kelly Afb, Texas 78241-5443. Delivery: 30 JUN 97 117 ea Knowledge and techniques do not exist in published specification detail. The approximate issue/response date will be 14 Jan 97. The anticipated award date will be 20 Feb 97. Written procedure will be used for this solicitation. To: Whittaker Corp, North Hollywood Ca 91605 0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. 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. See Note (s) 22, 26. CITE: (I-358 SN014880) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--CONNECTING LINK, RIGID. STEEL, 2.500 INCHES NOMINAL OVERALL LENGTH, 1.793 INCHES NOMINAL SOL SP0740-97-Q-0682 DUE 020597 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Anna Crooks 614/692 -2594 DESC: PR-NO: YPC96277001466 NSN 3040-01-286-2060, CAGE 30003 Part No 1500AS240-1 connecting link, rigid. steel, 2.500 inches nominal overall length, 1.793 inches nominal effective length, 0.570 inches nominal width, 0.355 inches nominal thickness. I/A/W Naval Air Systems Command drawing number 1500AS240. 12 -EA Del to Richmond VA 23297-5900 Del 120 days after award. PR-NO: YPC96054001109 3 -EA Del to Richmond VA 23297-5900 Del 120 days after award. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/IFB/RFP/RFQ number, opening/ closing date, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final contract award decision will be based upon a C combination of price and past performance, as described in the solicitation. Whild price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014563) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEARSHAFT, MULTIPLE GEARS. ON TRANSFER GEARBOX. SOL SP0740-97-Q-0637 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) John Lidonnice(614) 692-4711 DESC: PR-NO: YPC96292000862 NSN 3040-00-986-7698, CAGE 07482 Part No 577C329G3 gearshaft, multiple gears. IAW General Electric Co P/N 577C329G3. technical data at DCSC not adequate for manufacture. 7 -AY Del to (Call contracting office) Del 60 days after award solicitation not available until 15 days after published in the CBD. Specifications, plans or drawing are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). approved sources are: General Electric Co (07482) Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014566) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--COUPLING HALF, SHAFT. (JAW ASSEMBLY-STARTER, DRIVESHAFT COUPLING). SOL SP0770-97-Q-MJ24 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Cheryl Offenburger/ PCCRBA3/614-692-7363 DESC: PR-NO: YPC96310002845 NSN 3010-01-397-5300, CAGE 09552 Part No 103-2033-7 coupling half, shaft. (jaw assembly-starter, driveshaft coupling) Atec Inc P/N 103-2033-7 10 -EA Del to Lathrop CA 95330 Del 120 days after date of award. 5 -EA Del to New Cumberland PA 17070-5001 Del 120 days after date of award. Solicitation not available until 15 days after published in the CBD. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). Approved sources are: Atec Inc., Stafford, TX. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014569) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 30--CAM,CONTROL SOL N0038397QN083 DUE 013097 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 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-3040-01-412-1853-LU, SPEC NR TDP VER 001, Ref Nr 65391-11366-041, Qty 4 EA, Delivery FOB Origin----- NO DRAWINGS, See Note 22 CITE: (I-358 SN014654) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 30--GEAR SET,MATCHED SOL N0010497RDB94 DUE 021097 POC Contact Point, Nick D Stellhorn, 02112.14, (717)790-1457, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James A Komaromy, 02112, (717)790-2854 DESC: NSN 7H-3020-01-142-8553-D3, SPEC NR TDP VER 001, Ref Nr 14-080-0047, Qty 2 SE, Delivery FOB Origin--Mfgd. by Philadelphia Gear Corp., King of Prussia, PA (CAGE 17454). Complete data is not available. Notice is given that specifications, plans, or drawings relating to the items described are not available and cannot be furnished by the Gov't. All responsible sources may submit a proposal which shall be considered by this agency. All requests should include CAGE code., See Notes 9,22 CITE: (I-358 SN014658) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 31--BEARING, SLEEVE SOL DAAE0797QT186 DUE 022097 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Mary Lou McCullough (810) 574-320 DESC: NSN: 3120011645842, qty: 319, FOB: destination, opt: 100% item: bearing, sleeve. Mfg PN: RG38637-2 (Crane CO.). see NOTE: 22. The offer due date is on or about 0220 97 (see soliciation for actual offer due date). CITE: (I-355 SN014454) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 31--BUSHING OVERSIZE SOL F42630-97-Q-21871 DUE 012997 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Leah Fowers/Likw/[801]777-6452 DESC: Item 0001 NSN 3120-01-053-9968LE P/N: 4G13490-117A, Dim: ID 10.010", OD 10.625",. 190" X 2" X 8". Material: AMS 5515 annealed. 51ea. Applicable to: C-5a/B. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 27 Feb 98 51 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 09 Jan 97. The anticipated award date will be 29 Jan 97. Written procedure will be used for this solicitation. To: Derosa Engineering Inc, Upper Marlboro Md 20772-4481. To: Yeager Mfg Co Inc, Anaheim Ca 92806-1229. 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. This proposed procurement is under a 100 percent small business set aside, the size standard for which is 1,000 employees. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 1. CITE: (I-358 SN014706) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 35--Service and Trade Equipment 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: 35--MAINTENANCE OF LASER FAX SOL N00600-97-Q-9176 DUE 011697 POC For information call Pat Holmes on (703) 697-3160. For additional information, contact Wanda Willis on (703) 697-3258. DESC: I. The Fleet and Industrial Supply Center Norfolk Detachment Washington (FISCNORVADETPENT) has a requirement for maintenance of the following items prepared in accordance with the format in FAR SUPART 12.6, Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. II. This solicitation number N00600-97-Q-9176 is issued as a request for quotation (RFQ). All references to "offers" are understood to be "quotations". III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Aquisition Circular (FAC).37. IV. A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable) are: CLIN 0001. Maintenance on Canon Laser Class 5500 plain paper faxes, qty. 40, 09 mos., CLIN 0002. Maintenance on Canon fax-1700 plain paper faxes, qty. 18, 09 mos., CLIN 0003. Maintenance on Canon fax-T400 facsimiles, qty. 16, 09 mos., CLIN 0004. Maintenance on Canon fax-410 facsimiles, qty. 2, 10 mos., CLIN 0005. Maintenance on Canon fax-270S facsimiles, qty 13, 09 mos., CLIN 0006. Maintenance on Canon fax-270 facsimiles, qty.34, 09 mos., CLIN 0007. Maintenance on Konica 800L plain paper faxes, qty. 11, 09 mos., CLIN 0008. Maintenance on Ricoh SFX-2800 secure paper faxes, qty. 3, 09 mos.. V. Period of Maintenance Inspection: The equipment cited shall be inspected on a yearly basis. Location of equipment and request for service will be provided bya the point of contact (POC) shown below: Arlington Navy Annex, Room 1411, Mr. Steven Norris on 703-695-5611 or Mr. Angelo West on 703-693-4974. Services: 1. Contractor shall perform all emergency services and preventive maintenance inspections Monday thru Friday during normal working hours after receipt of notification of equipment failure. 2. Contractor shall only be responsible for repairs on equipment due to wear and tear resulting from normal usage. 3. Preventive maintenance shall include as a minimum a complete examination of the equipment's functional conditional including, but not limited to: a. Inspection of all electrical wiring, all movable parts for possible damage; b. Operational check of each item listed; c. Verification of manufacture's specification relevant to the instrumentation of electronic, electromechanical, mechanical and chemical functions; d. Adjustment, cleaning, calibration (if required), lubrication and replacement of worn out parts as necessary; e. An inspection ticket shall be provided to the POC shown above after each preventive maintenance has been performed. Repair Parts: Repair parts shall be included as a separate item and billed at manfacture's current list price. Loaner unit/back-up units: Contractor shall provide loaner unit/back-up units as necessary, if available. Inspection Report: Contractor shall be required to submit an inspection report along with the invoice for that month. Reports must show proof that inspection was performed. Invoicing: Invoice shall contain the order number, the period covered, serial number(s) of machine(s) covered, the amount and total amount due, in addition to requirements under clause entitled invoice. VI. Location of equipment and requested for services to: Bureau of Naval Personnel, PERS-016E, Columbia Pike South Gate Road 22205, period of performance 01 January 1997 through 30 September 1997. Acceptance shall be made at destination. VII. FAR 52.212-1, VIII. Evaluation. (a) The Government will award a purchase order resulting from this solicitation/request for quotation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: (i) technical capability of the item/service offered to meet the Government requirements and (ii) price. Technical is approximately equal to price in terms of evaluation. (b) Option(s). (Applies only if an option(s) is included in the list of contract line items). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The following terms and conditions are added as an addendum to this clause: Type of purchase order. The resulting purchase order will be a firm-fixed-price purchase order. FAR 52.232-18 electronci funds transfer payment (APR 1984) (Some additional clauses from the following may apply because of the nature of the requirement - select as applicable). CITE: (W-358 SN014990) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: Department of Transportation, National Highway Traffic Safety Administration, Vehicle Research and Test Center, P.O. Box 37, East Liberty, OH 43319 SUBJECT: 38--SOURCES SOUGHT FOR LEASE OF ASPHALT DE-ICER AND DRYER SOL DTNH22-97-Q-08028 DUE 010397 POC Robin Esser, Contracting Officer, (937) 666-4511 DESC: The National Highway Traffic Safety Administration (NHTSA), Vehicle Research and Test Center (VRTC), needs to lease a de-icing and drying apparatus. The fixture must be capable of de-icing and drying an existing 1400 ft long, 12ft wide lane of asphalt during inclement weather. Anticipated lease period is four (4) months beginning in January 1997. The purpose of this announcement is to invite the makers of devices that can accomplish the requirement to notify NHTSA if they are interested in leasing their product during the time period stated. Because of the planned schedule, responses should be submitted so that they are received by NHTSA by January 3, 1997. Responses may be submitted by FAX to (937) 666-3590. Please call Jim Hague at (937) 666-4511 for more information. No solicitation document is available. CITE: (I-355 SN014418) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: General Services Administration, FSS, AUTOM0TIVE center - fcap-s Washington, DC 20406 SUBJECT: 38--PART I, SECTION A: CONSTRUCTION AND HIGHWAY MAINTENANCE EQUIPMENT SOL FCAP-S5-950038-2-N DUE 122796 POC Jacqulin M. Draughn (703) 305-5918, Brenda Sajous (703) 308-4665 or christy morrison (703) 305-5840 DESC: The General Services Administration, Automotive Center will be issuing a second open Season for FSC group 38, part I, section a, construction and highwaymaintenance equipment. The solicitation will issue on or about January 6, 1997 and close on or about February 20, 1997. This is the second open Season solicitation and is amended to incorporate new clauses delete clauses no longer applicable, and to revise clauses to convert this shcedule to a worldwide federal supply schedule to provide for delivery to overseas customers. Overseascoverage, by the contractor is optional. Contractor's may offer domestic and overseas converage, domestic coverage only, or overseas coverage only. The special item number that was offered under the international federal supply schedule was B38 - Road maintenance, clearing, and cleaning equipment is now incorporated into one of the special item numbers under FSC 38 part I, section a. This is a three year (3) contract period (June 1, 1997 or date of award - whichever is later - through September 30, 2000). All interested parties who wish to obtain a copy must send a request on company letter head to the above address or by fascimile (703) 305-3034 by COB 4:30 PM on December 27, 1996. Allprevious responses to the pre-invitation notice need not re-submit. Current contractors will automatically be sent a copy of the solicitation. This is a non-mandatory indefinite quantity indefinite delivery contract. CITE: (I-357 SN014635) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: NASA, JSC White Sands Test Flight, RE, P.O. Drawer MM Las Cruces, NM 88004 SUBJECT: 38--PURCHASE/DELIVERY OF A NEW, USED OR RECONDITIONED 150 TON ALL-TERRAIN HYDRAULIC CRANE WITH TRADE-IN SOL 9-WSRE-W10-7-6P DUE 011397 POC Contract Specialist: Linsey Irby, (505) 524-5139 Contract Officer: Vernon Brown, (505) 524-5134 DESC: Modification -- NASA/JSC plans to issue a Request for Offer (RFO) for purchase of a new, used or reconditioned commercial model hydraulic all-terrain Crane with a minimum capacity of 150 tons. Used or reconditioned crane will be a 1987 or later model. The Crane must be capable of lifting 22 tons at a minimum radius of fifty feet, meet all current OSHA safety requirements, have a boom length of at least 140 feet and be equipted with anti-two block protection and an electronic overload safety system and will include operator training. Less trade-in of a P&H mobile 100 ton crane,mfg. 1964,s/n M20A-596,with approxmately 150 feet of boom. This procurement is being conducted under the NASA/JSC MidRange Pilot Test Program approved by the Office of Federal Procurement Policy on April 16, 1993. All responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed to hear concerns from offers and potential offerors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the ajudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Brian Duffy at (281) 483-6050. Concerns, issues, and disagreements which cannot be resolved at the installation may be referred to the NASA ombudsman, Tom Luedtke at (202) 358-2090. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in RTF format and will reside on a World-Wide Web (WWW) server, which may be accessed using client browsers, such as, MOSAIC or NETSCAPE. The WWW address, or URL, of the JSC Procurement home page is: "http://www.jsc.nasa.gov/bd2/" It is the offeror's responsibility to monitor this site for solicitation release. Potential offerors will be responsible for downloading their own copy of the solicitation. The RFO will be released on or about 01/13/97. If there are any questions, the contract specialist may be contacted via E-mail at lirby@wstf.nasa.gov or by phone at (505) 524-5139 or the contracting officer may be contacted via E-mail at vbrown@wstf.nasa.gov or by phone at (505) 524-5134. CITE: (I-358 SN014749) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: _P/USDA ARS MWA, 1815 N. University St, Peoria IL61604 SUBJECT: 38--RESPIROMETER SOL 5114-7-0348 DUE 012796 POC Jerry L. King, 309-681-6611 DESC: The U.S. Department of Agriculture, Agricultural Research Service, Midwest Area, has a requirement to purchase (one each) Micro-Oxymax O2 & CO2 Respirometer with accessories for the USDA-ARS-MWA, Peoria, IL. This is a combined synopsis/solicitation for commerical items prepared in accordance with the format outlined in FAR Subpart 12.6, as supplemented with additional information in this notice. This announcement consititutes the only solicitation; offers are being requested and a written solicitation will not be issued. Solicitation number is 5114-7-3048. This solicitation is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect as a Request for Quotation. This solicitation is set-aside for small business. Applicable SIC code is 3829 and size standard is 500 employees. CLIN 0001, ( 1 Each) Micro-Oxymax O2 & CO2 Respirometer, Columbus Instruments International Model No. 7395(20)-D-34 or equal. CLIN 0002, (2 Each), 10 Chamber Condensing Air Drier, Columbus Instruments International Model No. 7395-4-D-34 or equal. CLIN 0003, (1 Each), CO2 Extended Range (0-15%) Sensor, Columbus Instruments International Model No. 7395-82-D-34 or equal. CLIN 0004, (30 Each), 250 ML Flask W/3 Fittings, Columbus Instruments International Model No. 7395-113-D-34 or equal. CLIN 0005, (2 Each), 1/8" Plastic Tubing (50 Ft Lengths), Columbus Instruments International Model No. 7395-30-D-34 or equal; and CLIN 0006, (1 Each), CO2/CH4 Gase Calibration Unit, Columbus International Model No. 7395-3C-D-33 or equal. The salient characteristics that an approved or equal must meet are as follows: Respirometer must be able to determine the biodegradability of organic substrates in soils, compost, or aqueous solutions in a laboratory setting under controlled termperature and sample gas phase composition. Equipment must be able to operate in a fully automated mode (i.e. without operator intervention), making periodic measurements at operator schedule time intervals of sample vessel headspace carbon dioxide and oxygen concentrations (simultaneous determination of CO2 and O2 levels in sample chamber), along with an initial determination vessel headspace volume. The equipment must provide options for headspace volume. The equipment must provide options for headspace gas replacement at periodic intervals (operator selectable) from atmosphere or gas tank, with full retention of sample moisture content. Data from carbon dioxide and oxygen sensor must be logged automatically to an electronically accessible storage device (computer or data logger). System must be capable of providing user-assisted calibration of gas sensors and real-time display of sample chamber gas composition changes (CO2 and O2 evolution/comsumption rates). Equipment component dismensions must not exceed 1 m by 0.5m by 0.5m (h,w,d). Minimum Sensor Specifications: Carbon Dioxide Sensor: Range 0-15% (Vol/Vol); Sensitivity (for 1 liter sample chamber, 1 h accumulation interval), microliter/hour. Oxygen Sensor: 19-21% (Vol/Vol); Sensitivity (for 1 liter sample chamber, 1 h accumulation interval), 20 microliter/hour. Minimum Sample Chamber Specifications: Independent sample chambers: 20; Sample chamber volume: 250 to 1000 ml; Sample chamber headspace (exchangeable or active volume) determination precision: 2%. FOB Destination to Peoria, IL. Delivery to be within 90 days after receipt of order to USDA-ARS-MWA, 1815 N. University Street, Peoria, IL 61604. FAR 52.212-1, Instruction to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items, FAR 52.213-3, Offeror Representations and Certifications - Commercial Items, and FAR 52.212-4, Contract Terms and Conditions - Commercial Items apply to this acquisition. Quotations will be evaluated on price and price related factors. Multiple awards will not be made. Awards will be made all or none. Offerors providing an or equal respirometer must provide Descriptive Data for the equipment they are offering. Offers are to be received by 4:00 P.M., Central Time, 27 January 1997 at USDA-ARS-MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604. The POC for this Request for Quotation is Jerry L. King, (309)-681-6611. CITE: (I-358 SN014795) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 39--EDGEBANDER SOL 1PI-R-0665-97 DUE 010397 POC Contracting Officer, TURNER, KYLE, 202-508-8503 DESC: CORRECTION: CBD was originally published 12/13/96 and is hereby amended to read Holzher Model 1435SE. The date/time for receipt of proposals is changed to read Jan 3, 1997 at 2:00 pm. The Fax number to submit offers is 202/508-8498. CITE: (I-358 SN014853) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 41--FAN, VENTILATING SOL DAAE0797RT225 DUE 022097 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Arthur Aigeltinger (810) 574-8136 DESC: NSN: 4140011350998, qty: 72, FOB: destination, opt: none item: fan, ventilating. Style desginator 32 fixed length 4.940 IN. Nominal. Housing inside dia. 6.000 in nominal. Mfg PN: M5921P-1C (dynamic air eng). NOTE TDP will only be see NOTE: 22. The offer due date is on or about 022097 (see soliciation for actual offer due date). CITE: (I-355 SN014453) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FME), Rock Island , IL 61299-7630 SUBJECT: 41--FAN, VANEAXIAL SOL DAAE20-97T0064 DUE 021497 POC Contract Specialist: Jimmie Connell (309) 782-7293, PCO: Allen J. Hale (309) 782-6736 DESC: 4140-01-112-8519, Part Number 12308376. Electric powered single-step vaneaxial type fan used to exhaust gasses. Performance 460 cubic feet per minute with 27 vdc applied. Max weight 12 lbs. Statistical process control and light phosphate coating required. Requirements are 82 ea Fan, Vaneaxial. For use on the BFVS. FOB is Destination. Estimated issue date of this solicitation is 011496. The proposed contract is a 100 percent small business set-aside. A License Agreement requires the items procured to be manufactured in the US & Territories. US means the 50 states and the District of Columbia. The successful offeror under this solicitation agrees to manufacture the items being procured under this contract, within the US & Territories. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE) (if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309)782-7428. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. CITE: (I-358 SN014944) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 42--INFLATABLE LIFE RAFT SOL N0038397R0031 DUE 021097 POC Contact Point, E. D'imperio, 0222.02, (215)697-6530, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 1R-4220-01-011-7478-LX, Qty 70 EA, Deliver to Defense Distribution Depot (sb3106) Norfolk VA , Defense Distribt'n Depot San Diego San Diego CA , Contract 50 Percent Small Business Set Aside--QPL 9131-26 DATED 12/20/94 APPLIES. CITE: (I-358 SN014655) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: Panama Canal Commission, Logistical Support Division, APO Miami, FL 34011-5000 SUBJECT: 42--OPEN CIRCUIT, SELF CONTAINED BREATHING APPARATUS SOL CNP-84570-QN-29 DUE 011797 POC Elis A. Vargas, Contract Specialist, (507) 272-3024, Luz M. de Pinzon, Contracting Officer, (507) 272-4687 DESC: Positive Pressure, with dual cylinders, backplate style assembly, 4500 PSI and a complete spare air cylinder set. Quantity: fourteen (14) each. Delivery: 30 days FOB Destination Jefferson, LA or 60 days CIF/FOB Destination Panama, Panama Canal Commission, Logistical Support Division, Section C, Balboa, Republic of Panama, after receipt of notice of award. When soliciting a Request for Quotation (RFQ) state name address and the RFQ number. Requests will be accepted by Facsimile at 011-507-272-7661. All responsible sources may submit a quotation which if timely received shall be considered by the Commission. CITE: (I-358 SN014834) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: Panama Canal Commission, Logistical Support Division, APO Miami, FL 34011-5000 SUBJECT: 42--OPEN CIRCUIT, SELF CONTAINED BREATHING APPARATUS SOL CNP-84570-QN-29 DUE 011797 POC Elis A. Vargas, Contract Specialist, (507) 272-3024, Luz M. de Pinzon, Contracting Officer, (507) 272-4687 DESC: Positive Pressure, with dual cylinders, backplate style assembly, 4500 PSI and a complete spare air cylinder set. Quantity: fourteen (14) each. Delivery: 30 days FOB Destination Jefferson, LA or 60 days CIF/FOB Destination Panama, Panama Canal Commission, Logistical Support Division, Section C, Balboa, Republic of Panama, after receipt of notice of award. When soliciting a Request for Quotation (RFQ) state name address and the RFQ number. Requests will be accepted by Facsimile at 011-507-272-7661. All responsible sources may submit a quotation which if timely received shall be considered by the Commission. CITE: (I-358 SN014836) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: SCANG, 169LGC, McEntire ANG Station, 1325 South Carolina Road, Eastover, SC 29044-5004 SUBJECT: 42--ACQUISITION OF PURIFIED BREATHING SYSTEM SOL DAHA3897T5416 DUE 012797 POC Jim Griggs, (803) 695-6255, Contracting Officer. DESC: The South Carolina Air National Guard proposes to procure a Purified Breathing System, life support, self contained, compressor, storage and distribution system. Explosive proof, government approved. Provides air purification for Self Contained Breathing Apparatus (SCBA). Holds four 6000 lbs bottles. Must be compatible with Interspiro breathing apparatus. Telephone request will not be honored. Fax request to (803) 695-6487. Request to include CAGE Code. All responsible sources may submit an offer. CITE: (M-358 SN014909) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 UNIT, ROTARY. SOL SP0770-97-Q-MJ23 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Rick Miller, X1149. DESC: PR-NO: YPC96302002110 NSN 4320-00-631-4859, CAGE 79318 Part No 115715 pump unit, rotary. Whittaker Corp (CAGE-79318); P/N 115715. Ontic Engineering and Mfg Inc (CAGE-45394); P/N 123488-010-01. Crane Co Hydro-Aire Div (CAGE-81982); P/N 60-551. 13 -EA Del to Columbus OH 43216-5000 Del by 15 Jun 99. 120 days delivery after award. Solicitation not available until 15 days after published in the CBD. specifications plans or drawings are not available. this is an unrestricted acquisition with a 10% preference for SDB concerns. this acquisition is for supplies for which the GOVT. does not possess complete, unrestrictive technical data; therefore, the GOVT. intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304 (C)(1). approved sources are: Crane, Hydro-Aire and ontec engineering. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in this solicitation. Delivery Evaluation Factor, (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery and past performance, as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014567) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 SUBJECT: 43--STORM WATER PUMPS POC Contract Administrator, Robert G. Dempsey, (504)862-1487, Contracting Officer, Audrey A. Tilden, (504)862-2865 DESC: The U.S. Army Engineer District, New Orleans is performing a market survey to locate sources for the manufacture of seven horizontal axial-flow pumps with a minimum capacity of 1050 cfs. Engines are to be skid mounted, 2 or 4 stroke cycle, diesel engines naturally aspirated or turbo charged, mechanical injection, compressed air started, operated on No. 2 diesel fuel. Speed reducers are to be double reduction enclosed helical gears with pressure oil lubrication. Engine controls are to be NEMA 12 enclosed cabinet type control and instrument panelboard mounted adjacent to the engine which shall contain all required starter, relays, etc. for the engines and its auxiliaries, electric supply 120 volt, 60 hertz. The manufacturer shall furnish the services of one or more Erection Engineers who will have the responsibility to provide instructions to a separate erecting contractor. Government prepared specifications and drawings (hard copy or CD-Rom) are available and will be furnished upon written request. Written comments will be accepted through 1/30/97. Firms requesting copies of this information must give pertinent information demonstrating their capabilities to perform this potential contract. The Government after review of comments will issue a Request for Proposal (RFP) approximately April 1997 with proposals due May 1997. A cost reimbursement - fixed fee type contract is being considered as the contractual instrument for this action. E-mail addresses for R. Dempsey (dempseyr@smtp.lmn.usace.army.mil) or A. Tilden (tildenau@smtp.lmn.usace.army.mil). No telephone request will be honored. CITE: (I-358 SN014664) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 43--DRYTEL 31 MICRO DRAG PUMP SOL F04699-97-T-1148-01 POC For copy, contact the info office indicated., For additional information contact Siozon-Ptrsen.K5e/Pkocd/[916]643-4095 DESC: This is a modification to change the response date from 30 Dec to 23 Dec 96. Delivery is changed from 31 Dec 96 to 15 days ARO. CITE: (I-358 SN014827) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 44--AUTOCLAVE SOL F09650-96-R-0069 DUE 021397 POC For copy, WR-ALC/PKOC, For additional information contact Sandra Womack/Pkoca/912-926-5220 DESC: Item 0001 NSN 4430-P9-7R0-069 P/N: N/A, Desc: Autoclave IAW performance spec to be furnished at time of RFP. 1ea. Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery: TBA 1 ea Fax 912-926-3569 The approximate issue/response date will be 14 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. CITE: (I-358 SN014870) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment OFFADD: PHS, IHS, Alaska Area Native Health Service, Division of Extramural Awards and Agreements, 250 Gambell Street, Anchorage, Alaska 99501 SUBJECT: 46--WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT SOL 243-IFB-97-5029 POC Geraldine Moeller, Contract Specialist, (907) 257-1069. DESC: The Alaska Area Native Health Service is soliciting invitation for bids for a factory direct, full service vertical pressure water filter built according to specified plans and specifications. If needed, the successful bidder shall provide on-site warranty repair. Written requests shall be mailed to the above address or faxed to (907) 257-1144. No telephone requests for the IFB package will be accepted. CITE: (M-358 SN014983) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, METAL ON J85 ACFT ENGINE. SOL SP0740-97-Q-0636 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) John Lidonnice (614 ) 692-4711 DESC: PR-NO: YPC96290000809 NSN 4710-01-285-6407, CAGE 99207 Part No 5061T15G01 tube assembly, metal 103 -EA Del to Tracy CA 95376-5000 Del 170 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014565) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE METALLIC. PER FEDERAL SPEC TITLED "TUBE, ALUMINUM ALLOY, SOL SP0740-97-Q-0685 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mark Strahl 614/692 -1354 DESC: PR-NO: YPC96319000842 NSN 4710-01-422-8381, CAGE 81348 Part No WW-T-70016 6061-T4 1.500OD 0.035 @ITEM nametube, metallic @CROSS-SECTIONAL shape STYLE1 plain round @WALL THICKNESS0.035 inches nominal @DIAMETER1.500 inches nominal @CONSTRUCTIONSEAMLESS @MATERIALALUMINUM alloy, WW-T-700/6, type 1 15 -Ft Del to see Preface to Navy address Co Del 120 days after award. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluaiton of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014594) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE, METALLIC. I/A/W SPEC TITLED "TUBE, ALUMINUM ALLOY, DRAWN, SOL SP0740-97-Q-0681 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mark Strahl 614/692 -1354 DESC: PR-NO: YPC96331000646 NSN 4710-01-409-2490, @ITEM nametube, metallic @CROSS-SECTIONAL shape STYLE1 plain round @WALL THICKNESS0.049 inches nominal @DIAMETER3.000 inches nominal @CONSTRUCTIONSEAMLESS @MATERIALALUMINUM alloy, WW-T-700/6 36 -Ft Del to Dover AFB DE 19902-6639 Del 120 days after award. Solicitation not available until 15 days after published in the CBD. written requests for drawings are to B submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43215-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RF1 number, opening/closing, NSN, YPC/ZPC or NPC number, buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluaiton of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014595) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, METAL. SOL SP0740-97-Q-0633 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) John Lidonnice (614 )692-4711 DESC: PR-NO: YPC96332000761 NSN 4710-01-129-3975, CAGE 99207 Part No 5033T88G01 tube assembly, metal. I/A/W General Electric, P/N: 5033T88G01. 120 -EA Del to Mechanicsburg PA 17055-0789 Del 120 days after award solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014596) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SAFETY RELIEF SOL SP0770-97-Q-MJ20 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Cheryl Offenburger/ PCCRBA3/614-692-7363 DESC: PR-NO: YPC96311001086 NSN 4820-00-295-0778, CAGE 59364 Part No 3162389-5 valve, safety relief. Alliedsignal Aerospace part number 3162389-5. 544 -EA Del to Tinker AFB OK 73145-9013 Del 90 days after date of award, solicitation not available until 15 days after published in the CBD. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10U.S.C.2304(C)(1). Approved sources are: Alliedsignal, Inc, Tempe, AZ. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014592) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE ASSEMBLY, MANIFOLD. SOL SP0760-97-R-4506 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Brenda G Owens, 614 -692-3707 DESC: PR-NO: YPC96312001444 NSN 4820-01-415-7409, CAGE 99657 Part No 283145-0006 valve assembly, manifold. Marotta Scientific Controls Inc, CAGE 99657 part number 283145-0006. 1 -AY Del to Philadelphia PA 19112-5083 Del by 272 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014593) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves--Potential Sources Sought OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 48--VALVE PACKING SYSTEM - SOURCES SOUGHT SOL N00189-96-R-0039 POC Bill Shearer, Contract Specialist (757) 444-4659;; Paulette Spruill, DESC: The U.S. Navy is seeking sources who can provide a valve packing system that offers long-term protection against leakage and valve stem deterioration. The following areas are of interest for a valve packing system and should be addressed by potential sources: (1) must have a passive inhibitor, (2) pre-measured and pre-cut packing, (3) must be easy to install and remove, (4) longevity of packing, (5) reduction in: (a) feed water and fuel consumption, (b) ambient temperature/humidity in space(s), (c) the level of effort required to adjust and to repack valves and, (d) wet lagging; (6) training, (7) support, and (8) removal/installation procedures. Potential contractors are to submit technical, and descriptive literature to support above requirements. The descriptive literature many be printed matter, and/or, video tape (VHS). The above requested information is to be submitted to: Fleet & Industrial Supply Center, Hampton Roads Detachment, Code 02H1E, 1968 Gilbert Street STE 600, Norfolk, VA 23511-3392, no later than 4:00 P.M. (local time), January 8, 1997. EMAILADD: andrea@compusearch.com EMAILDESC: CITE: (W-358 SN014637) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--FIXTURE, AIRCRAFT MAINTENANCE SOL F41608-97-R-13150 DUE 021097 POC For copy, Fax request to LDKS at (210)925-1073, For additional information contact Rogers, C./ldksf/[210]925-6603 DESC: Item 0001 NSN 4920-00-542-4943 P/N: 68D320034-1001, Predominatnt Material: Steel Size/Dimensions: 43"L X 12" W X 12" H, 200 lb Form, Fit & Function: Used to provide a means of cycling the damper during testing. 2ea. Applicable to: F-15 Aircraft. Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 Jun 97 2 ea No Specification/Drawnings available The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 28 Mar 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Saint Louis Mo 63166-0516. 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. CITE: (I-358 SN014676) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--ENVIRONMENTAL TEST SET SOL F41608-97-R-13355 DUE 021097 POC For copy, Carter, R./ldksg/[210]925-4348, For additional information contact Carter, R./ldksg/[210]925-4348 DESC: Item 0001 NSN 4920-01-387-6124 P/N: H301-4, FUNCTION: Used to functionally test and isolate malfunctions of the enviornmental control system. PREDMOINANT MATERIAL: Steel and electronics DIMENSIONS: 24" L X 22" W X 22" H 2Ea. Applicable to: F-16 Acft. Destn: Egypt. Delivery: 31 Mar 98 2 Ea There are no Government-furnished drawings or specifications. Fax requests to Ron Carter/LDKSG at fax # 210 925 1073 are acceptable. The approximate issue/response date will be 13 Jan 97. To: Howell Instruments Inc, Fort Worth Tx 76107-5722. 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. CITE: (I-358 SN014677) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--TEST SET, ENGINE WARNING SOL F41608-97-R-13379 DUE 021097 POC For copy, Fax request to LDKS at (210)925-1073, For additional information contact Rogers, C./ldksf/[210]925-6603 DESC: Item 0001 NSN 4920-01-194-3772 P/N: 16U23510-3, Predominent Material: Steel/Electronic Components Size/Dimensions: 13" L X 9" W X 13" H, Wt 12 lbs Form, Fit, & Function: Provides checkout capabilities for the F-16 Aircraft Engine Control Unit. GFM SCREENING NOT REQUIRED F-16 5EA. Applicable to: F-16 Acft. Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 Oct 97 5 ea No specifications/drawnings available The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 28 Mar 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. CITE: (I-358 SN014678) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--TEST FIXTURE, CANOPY SOL FD2050-97-Q-0011 DUE 020797 POC For copy, Diaz, R./ldksg/[210]925-4706, For additional information contact Diaz, R./ldksg/[210]925-4706 DESC: Item 0001 NSN 4920-01-070-2722 P/N: X-239460, DIMENSION: APPROX 56"H x 60"L x 24"W; PREDOMINANT MATERIAL: METAL; FORM, FIT, AND FUNCTION: THIS FIXTURE IS USED TO TEST THE CANOPY ACTUATOR'S FUNCTIONAL OPERATION AFTER OVERHAUL. 1ea. Applicable to: F-16 A/B Acft. Destn: SHIP TO: DTK002; MARK FOR DTKA00. Delivery: 30 MAY 97 1 ea POC: R. DIAZ/SA-ALC/LDKSG, 485 QUENTIN ROOSEVELT RD, STE 7, KELLY AFB, TX 78241-6426, PH: (210)925-4706; FAX: (210)925-1073 The approximate issue/response date will be 10 Jan 97. The anticipated award date will be 28 FEB 97. Oral procedure will be used for this solicitation. To: The Talley Corporation, Oxnard Ca 93030-0000. 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. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. CITE: (I-358 SN014689) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--STORES MANAGEMENT SYSTEM TEST SET SOL F42620-97-R-24721 DUE 021197 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Aircraft Services/Lfks/[801]777-5870 DESC: Item 0001 NSN 4920-01-424-5685WF P/N: 16U75501-877, Dim: 20.5" L x 14.5" D x 18.7" H. 3ea. Applicable to: F-16. Destn: FMS Countries. Delivery: 30 Jun 98 3 ea The approximate issue/response date will be 09 Jan 97. 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. 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-358 SN014702) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--VARIABLE REMOTE CONTROL SOL FD2050-97-13078 DUE 021497 POC For copy, Fax request to LDKS at (210)925-1073, For additional information contact Rosales, R./ldksg/[210]925-4348 DESC: Item 0001 NSN 4920-00-001-2166 P/N: 9413M40G01, NHA C-5A/B REMOTE TRIMMER Size/Dimension: 5" long - cylinder Form, Fit and Function: measures vane angle of engine Predominant Material: Steel 4EA. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31 Jul 97 4 ea Government drawings and specifications are not available. The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 07 Apr 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. CITE: (I-358 SN014890) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--49 ESSENTIAL REPAIR/TEST STD,HYDRAU SOL F41608-97-R-13119-02 POC For copy, Kreutzkamp, N.L./ldksg/[210]925-4340, For additional information contact Kreutzkamp, N.L./ldksg/[210]925-4340 DESC: This requirement is for teardown analysis and essential repair of hydraulic test stands with various NSNs and P/Ns in suppport of the F-100. A 3-year firm fixed price requirements contract with two one-year priced options are contemplated. Appendix "A", "B", and "C" are applicable. Quantities are based on Best Estimated Quantities (BEQs) the Air Force expects to order over the life of the contract. BEQs are 14 ea for the basic contract period (1 yr); 14 ea for Option Yr 1; 14 ea for Option Yr 2. Some Government Furnished materials (GFM) will be furnished. All other information as cited in the original synopsis on 18 Nov 96, and see note (s) 1. CITE: (I-358 SN014978) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--49 ESSENTIAL REPAIR/TEST STD,HYDRAU SOL F41608-97-R-13119-01 POC For copy, Kreutzkamp, N.L./ldksg/[210]925-4340, For additional information contact Kreutzkamp, N.L./ldksg/[210]925-4340 DESC: Quantities for subject requirement are based on Best Estimated Quantities (BEQs). BEQ for the basic year: 14 ea; option year 1: 14 ea; option year 2: 14 ea. See Note (s) 1. CITE: (I-358 SN014994) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--ESSENTIAL REPAIR TEST/STAND, HYDRAU SOL F41608-97-R-13119 DUE 021097 POC For copy, Kreutzkamp, N.L./ldksg/[210]925-4340, For additional information contact Kreutzkamp, N.L./ldksg/[210]925-4340 DESC: This is for teardown analysis and essential repair for hydraulic test stands with various NSNs and P/Ns for which some GFM will be furnished. The approximate issue/response date will be 10 Jan 97 to: Teague Technical Services Inc, Teague TX; to: Texas Aerospace Services Inc, Abilene TX; to: Saxon Corp, San Antonio TX. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note 1. CITE: (I-358 SN014996) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: General Service Administration, General Products Center, Stock Contracting Div., (7FXIS-J6) 819 Taylor St., RM 6A24 Fort Worth, TX 761026114 SUBJECT: 51--SHOVEL, FOREST FIRE SOL S-W-DP460-1 DUE 011797 POC Jennifer Marshall, Contract Specialist, 817/9784135 DESC: 1. NSN 5120-00-965-0609 2. shall be in accordance with the latest revision of Forest service specification 5100-326B and medc drawing 705. first article samples are required. quotes must be submited in writing. the anticipated award date is 1/22/97. 6. (quantity) 3760 7. EA (unit of issue) 8. destination delivery to GSA supply depot-stockton, CA 9. 60 days ARO (delivery scheduled) 13. all responsible sources may submit an offer which will be considered. CITE: (I-357 SN014631) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: General Service Administration, Business Service Center, (7FXI-K5)819 Taylor St., RM 6A24, Fort Worth, TX 761026195 SUBJECT: 53--PACKAGING MATERIAL SOL 7FXIS-K5-96-5312-S DUE 022597 POC John Bell, Contract Specialist, 817/9787391 DESC: Preinvitation notice scheduled to issue on or about 01/07/97. Solicitation scheduled to issue on or about 01/25/97. 1. 9 NSNS 11. see NOTE 12 (trade agreement) 13. all responsible sources may submit an offer which will be considered. CITE: (I-357 SN014629) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53--SEAL,AIR,STATIONARY SOL N0038397RM147 DUE 013097 POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-5330-01-157-8473-TN, SPEC NR TDP VER 002, Ref Nr 5031T03G07, Qty 93 EA, Delivery FOB Origin----- NO DRAWINGS AVAILABLE., See Note 23 CITE: (I-358 SN014656) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt Road, Kelly Afb, Texas 78241-6427 SUBJECT: 53--RING,RETAINING SOL F41608-97-R-46124 DUE 021097 POC For copy, Fax request to LPKBC at (210)925-8780, For additional information contact Almanza, A./lpkbc/[210]925-4607 DESC: Item 0001 NSN 5365-00-871-6103RW P/N: 6859039, size: 12" diameter pred material: steel alloy function: to retain the 2nd stage turbine blades in position. A 3-year requirements type contract solicitation will be issued. Total Best Estimated Quantity (BEQ) is 1116 each. Delivery: 12 months aro. 1116EA. Applicable to: T56-7b Engine. Destn: Kelly Afb, Texas 78241-6427. 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 not available. The approximate issue/response date will be 10 Jan 97. The anticipated award date will be 30 Apr 97. Written procedure will be used for this solicitation. To: Allison Engine Company, Indianapolis In 46206-0420. To: Abdite Industries Inc, Taylor Mi 48180-2031. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 9, 23, 26. CITE: (I-358 SN014685) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue Bldg 1289 Se, Hill Air force Base, Ut 84056-5816 SUBJECT: 53--PACKING PREFORMED SOL F42610-97-Q-25182 DUE 012997 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Spares/Repairs/Lmka/[801]777-5666 DESC: Item 0001 NSN 5330-01-386-7131AI P/N: C0557TVQ0041-4072, Packing element, critical, molded (o-ring) used on the peacekeeper ICBM. Inner dia.. 414 + or -. 005 Thickness. 072 + or -. 003. 343ea. Applicable to: Lgm118a. Destn: Hill Air Force Base, Ut 84056-5816. Delivery: 31 Jan 97 343 ea Item 0002 NSN 5330-01-386-7144AI Packing Preformed P/N: N0525TVQ0030-1070, P/N AV0843-004 P/N: N0525TVQ1181-2070, Packing element, critical, molded (o-ring) used on the peacekeeper ICBM. Inner dia. 11.812 + or -. 070thickness. 070 + or -. 003. 260EA. Applicable to: Lgm0118a. Destn: Hill Air Force Base, Ut 84056-5816. Delivery: 31 Jan 97 260 ea Item 0003 NSN 5330-01-396-1560AI Packing Preformed P/N: N0525TVQ0030-1070, Packing element, critical, molded (o-ring) used on the peacekeeper ICBM. Inner dia.. 301 + or -. 005, thickness. 070 + or -. 003. 753ea. Applicable to: Lgm118a. Destn: Hill Air Force Base, Ut 84056-5816. Delivery: 31 Jan 97 753 ea Item 0004 NSN 5330-01-396-1561AI Packing Preformed P/N: N0525TVQ0548-7062, Packing element, critical, molded (o-ring) used on the peacekeeper ICBM. Inner dia. 5.487 + or -. 035 thickness. 062 + or -. 003. 783ea. Applicable to: Lgm118a. Destn: Hill Air Force Base, Ut 84056-5816. Delivery: 31 Jan 97 783 ea Item 0005 NSN 5330-01-396-1562AI Packing Preformed P/N: N0525TVQ0248-9070, Packing elements, critical, molded (o-ring) used on the peacekeeper ICBM. Inner dia. 2.489 + or -. 018, thickness. 070 + or -. 003. 65ea. Applicable to: Lgm118a. Destn: Hill Air Force Base, Ut 84056-5816. Delivery: 31 Jan 97 65 ea Item 0006 NSN 5330-01-396-1563AI Packing Preformed P/N: N0674TVQ0023-7103, Packing elements, critical molded (o-ring) used on the peacekeeper ICBM. Inner Dia.. 237 + or -. 005, thickness. 103 + or -. 003. 94ea. Applicable to: Lgm118a. Destn: Hill Air Force Base, Ut 84056-5816. Delivery: 31 Jan 97 94 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 Items must meet all requirements of AV0843 cage 22915 The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 29 Jan 97. Written procedure will be used for this solicitation. To: Parker-Hannifin Corp, Lexington Ky 40509-1056. 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 must be acquired from a manufacturing sources(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. Suitable technical data, government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the intended application. Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. See Note (s) 26. CITE: (I-358 SN014692) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--RING, RETAINING SOL F42630-97-Q-21777 01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Debbie Allred/Likl/[801]777-6011 DESC: Amended, Add requirements to solicitation F42630-97-R-21898. As a result of this action solicitation F42630-97-Q-21777 is cancelled. CITE: (I-358 SN014704) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--RING, RETAINING SOL F42630-97-Q-21899 01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Debbie Allred/Likl/[801]777-6011 DESC: Amended, Add requirements to solicitation F42630-97-R-21898. As a result of this action solicitation F42630-97-Q-21899 is cancelled. CITE: (I-358 SN014707) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--PACKING, PREFORMED SOL F42630-97-Q-21900 01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Debbie Allred/Likl/[801]777-6011 DESC: Amended, Add requirements to solicitation F42630-97-R-21898. As a result of this action solicitation F42630-97-Q-21900 is cancelled. CITE: (I-358 SN014708) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--RING, RETAINING SOL F42630-97-R-21898 01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Debbie Allred/Likl/[801]777-6011 DESC: Amended, Add requirements of solicitations F42630-96-Q-21899, F42630- 97-Q-21777 and F42630-97-Q-21900. Delete CBD not 26. As a result of this action solicitations F42630-96-Q-21899, F42630-97-Q-21777 and F42630-97-Q- 21900 are cancelled. CITE: (I-358 SN014710) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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 SOL F41608-96-Q-45424 01 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Arriaga, R./lpkah/[210]925-6385 DESC: This modification to solicitation Q-45424 is hereby issued to reflect an increase in quantity from 10842 ea to 19277 ea. CITE: (I-358 SN014992) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: 28th Contracting Squadron, 2704 George Drive, Suite 1, Ellsworth AFB, SD 57706-4910 SUBJECT: 54--STRUCTURE, PREFABRICATED, SIMULATOR, FIRE FIGHTING, BURN BUILDING SOL F39601-96T2912 DUE 012197 POC Point of Contact - Edward C. Rice, Contract Administrator, 605-385-1729,Contracting Officer James Johnson 605-385-1721 DESC: Ellsworth Air Force Base intends to procure 1 each, structure, simulator, Fire Fighting, 2 story with adjacent single level structure. Stairwells, Jacobs Ladder, guard rails, repelling deck, supplier to provide 4 sets of drawings, specifications, 4 sets erection drawings, two assembly manuals. Structure shall withstand 85MPH winds, load live weights and dead weights to specifications. Simplified acquistion procedures will be used Faxed Bids or requests for solicitation will be accepted 605-385-1726. Anticipated award date is 31 Jan 1997. See Numbered Note 1. CITE: (W-358 SN014804) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 54--DOME SHELTER SOL F09603-97-R-71014-01 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Robert Vanzant/Lvka/[912]926-6279 DESC: This solicitation F09603-97-R-71014 is amended to delete the following: This acquisition may/does involve technologies that has military or space applications. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certificate, write to the Cmdr, Defense Logistics Services Center, Attn: DLSC/FEB, Federal Center, Battle Creek MI 49071-3084 and request a copy of Dept of Defense Form 2345 or call DLSC at the above number. Solicitation/data package will be mailed to Data Custodian identified in block 3 of DD Form 2345. The extent of foreign participation has not yet been determined. MOU countries sources must contact the contracting officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU countries sources received after 15 days or from non-MOU countries sources. CITE: (I-358 SN014819) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: 452 Operational Contracting Office/LGCS; 820 Baucom Ave., NW., Ste. 101; March ARB, CA 92518-2260 SUBJECT: 54--MOBILE BLEACHERS SOL F04605-97-B0002 DUE 011097 POC Sandy Grauel, Contract Specialist, (909) 655-5386, Contracting Officer--Marilyn G. Jackson, (909) 655-2048. DESC: March ARB, CA is soliciting bids on a small business set-aside basis to qualified small businesses for four each mobile bleachers which are self-contained seating systems capable of highway transport and fast set-up. Bleachers shall unfold to offer 10 row bleacher seating with guardrails and shall be equipped with hydraulic actuator permitting one person set-up. Bleachers shall have rugged galvanized steel support structure with aluminum seat and footboards. They shall be designed with standard seat slope for safety and shall fold to 96" width for highway towing. Handrails shall fold and unfold with bleacher structure and shall not require additional assembly. Leveling jacks shall be provided for bleacher leveling and support and shall be secured to mainframe to prevent loss. Seating capacity shall be 180 people. Bleacher system shall be engineered to UBC code requirements and weather resistant materials and components shall be used throughout. Written or facsimile requests only, telephone requests will not be accepted. Facsimile number (909) 655-3772. All responsible small business sources may submit a bid which shall be considered. CITE: (M-358 SN014901) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: Saint Lawrence Seaway Development Corporation, P.O. Box 520, Massena, New York 13662-0520 SUBJECT: 54--DESIGN, FABRICATE, ASSEMBLE AND DELIVER FOUR METAL ENCLOSURES/BUILDINGS TO REPLACE THE EXISTING STIFFLEG DERRICK ENCLOSURES AT BOTH EISENHOWER AND SNELL LOCKS SOL DTSL55-97-Q-C0312 DUE 021297 POC Linda MacDonald, (315) 764-3236/Contracting Officer, Linda M. Harding, (315) 764-3244. DESC: Furnish all plant, labor, equipment and materials, and perform all work for designing, fabricating, assembling and delivering four (4) prefabricated metal enclosures/buildings approximately 12 ft. wide by 20 ft. long (3.7 m. by 6.1 m.) with minimum 9 ft. (2.7 m.) eaves to house stiffleg derrick operating equipment at the Corporation's Eisenhower and Snell Locks, near Massena, New York. The enclosures shall be designed and fabricated as complete units (i.e. one piece) for placement and removal by crane on existing foundations and shall include framing, insulated roofs and walls, hollow metal doors, sliding glass windows, lifting eyes, removable wall sections, and electric wiring and light fixtures. The first enclosure shall be delivered by June 1, 1997 with the remaining units by August 1, 1997. There is a $50.00 nonrefundable fee for drawings and specifications. Purchase order award will be dependent upon availability of funds. Requests for solicitation package must be received no later than 15 days after CBD publication and shall be requested by mail. No telephone requests. Final date for receipt of quotations shall be approximately February 12, 1997. All responsible sources may submit a quote which will be considered. THIS NOTICE IS FOR INFORMATION PURPOSES FOR MINORITY, WOMEN-OWNED AND DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the Contracting Official listed above. CITE: (M-358 SN014906) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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, SOUND, HOOD TOP. URETHANE FILM AND OPEN CELL FOAM. SOL SP0750-97-Q-0547 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Kenneth Cotton (614 ) 692-2532 DESC: PR-NO: YPC96344001421 NSN 5640-01-318-2812, CAGE 19207 Part No 12277367 insulation, sound, hood top. Urethane film and open cell foam. I/A/W U.S. Army TACOM drawing 12277367 and related documents. 567 -EA Del to Tracy CA 95376-5000 Del by 180 days from date of award. 467 -EA Del to Mechanicsburg PA 17055-0789 Del by 180 days from date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military, and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-357 SN014597) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: 355 Contracting Squadron, 3180 S. Craycroft Rd., Davis-Monthan AFB, AZ 85707-3522 SUBJECT: 56--95-POLYESTER FABRIC SOL F0260197RA001 DUE 012397 POC Jean Militti, Contract Specialist, 520-228-2213 or J.L. Dantzler, III, Contract Officer, 520-228-3598 DESC: Vinyl coated polyester fabric barrier to cover an area approximately 66'W x 20'L x 30'H. Contractor is responsible for removal and disposal of old fabric, installation of new fabric to include any clips and attaching devices required. A pre-bid site visit is tentatively scheduled for 15 Jan 97. This is a 100% small business set-aside. This is classified under SIC code 2394 and specific descriptions and drawings are contained in the specifications. No telephone requests will be honored. Only written or faxed (520-228-5284) requests will be accepted. CITE: (I-358 SN014727) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: Field Command, Defense Special Weapons Agency, Acquisitions Office (FCA), Kirtland AFB, NM 87117-5669 SUBJECT: 56--PRECAST REINFORCED CONCRETE BUILDING COMPONENTS SOL DSWA02-96-B-0032 DUE 013197 POC JoAnn B. Carroll, (505) 853-0865/Contracting Officer Patricia M. McDaniel, (505) 846-8799. DESC: Furnish 1 set of precast reinforced concrete components, to consist of approximately 12 wall panels, 16 columns, 48 beams, 17 floor panels, and 18 roof panels. Delivery will be to the Permanent High Explosive Test Site (PHETS), Northern Range of White Sands Missile Range, Socorro County, NM. Request for this IFB must be made by letter (by mail or FAX NO. (505) 846-4246). Telephone requests will not be honored. All responsible sources may submit an offer which will be considered for award. CITE: (M-358 SN014916) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Contracts Group, Naval Air Warfare Center Aircraft Division (NAWCAD), Bldg. #8110, St. Inigoes MD 20684-0010 SUBJECT: 58--RT-490B SURROGATE SATELLITE TRAINING AND SPARE KITS SOL N00421-97-R-1122 DUE 010697 POC Carnell M. Mosley, Contract Specialist, (301)862-6037 William A. Case, Jr., Contracting Officer, (301)862-8641. DESC: This is a notice of intent to negotiate with Cincinnati Electronics (CE), 7500 Innovation Way, Mason, Ohio 45040-9699 on an other than full and open competitive basis for the procurement of (11) each RT-460B Spare Kits to support the RT-460B Systems (P/N: 629960), (1) lot of RT-460B Training Course Customizing/ Tailoring, and (2) lots of RT-460B Training Course to support the Rt-460B Surrogate Satellite Systems. The Government intends to negotiate on a sole source bases with Cincinnati Electronics because CE possesses the proprietary data necessary to manufacture the spare kits and train government personnel. See numbered Note 22. CITE: (I-355 SN014406) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--PANEL, CONTROL, ELECT SOL SP0970-97-Q-A121 DUE 013097 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: YPE96295001037 NSN 5895-01-433-6699, CAGE S8828 Part No 21-09957 CAGE 0H7R3 Part No 21-09957 3 -EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 1-2, 3-4, 5-9, 10-15. PR quantity: 3 each. Line 1 quantity 3 - Mechanicsburg PA 17055-0789. Delivery schedule: 3 each within 30 days. Set-aside: unrestricted (sole source/single source) (no preference) size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-357 SN014527) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--BEACON, SONAR SOL SP0970-97-Q-A125 DUE 020797 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: YPE96340000404 NSN 5845-01-433-3387, CAGE 94970 Part No DK120 164 -EA Del to Mechanicsburg PA 17055-0789 Del by 31 Jan 97. 95 - EA Del to Lathrop CA 95330 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 100-199, 200-299, 300-399. PR quantity: 259 each. Line 1 quantity 164 -SW3100 Mechanicsburg PA 17055-0789. Line 2 quantity 95 -W62G2T Stockton CA 95296-0130. Delivery schedule: all IN 120 days. Set-aside: unrestricted(sole source/single source) (no preference) size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-357 SN014549) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--DIGITAL PROCESSOR AND I/U SOL F09603-96-R-80370-01 POC For copy, Janice Carroll/Lykb/[912]926-7299, For additional information contact Janice Carroll/Lykb/[912]926-7299 DESC: Subject requirement is amended to add Rockwell Intl Corp, Collins Avionics & Communication Div, Cedar Rapids IA as a source. CITE: (I-358 SN014718) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: HQ Space and Missile Systems Center (AFMC) SMC/CIKC, 2420 Vela Way, Suite 1467-A8, Los Angeles AFB, CA 90245-4659 SUBJECT: 58--PRODUCTION OF SMALL TACTICAL TERMINALS FOR THE DEFENSE METEOROLOGICAL SATELLITE PROGRAM SOL F04701-94-C-0019 POC Contact: Gary Cegalis,Capt,(310)336-4458/Contracting Manager, Matthew Stevens, Capt, (310)336-4597/Buyer. DESC: NOTICE OF CONTRACT ACTION, PRODUCTION OF METEOROLOGICAL SATELLITE (METSAT) SMALL TACTICAL TERMINALS (STT). The Defense Meteorological Satellite Program (DMSP) Office indicated intent to purchase STTs by publishing a CBD notice on 19 and 23 July, 1996. The program office will be issuing an RFP for the production of 66 Basic Systems, 80 Enhancement kits and 9 Joint Task Force Satellite Terminal (JTFST) kits. A previous contract for 143 Basic systems, 84 Enhancement kits and 1 JTFST was awarded to Harris Corporation , Melbourne, Florida. The candidate Basic STT , Enhancement kits and JTFST kits shall meet or exceed all physical, environmental, and performance requirements included in the Technical Requirements Document for the Small Tactical Terminal, TRD-DMSP-3033, dated 3 Aug 92, amended 13 Oct 93 and Small Tactical Terminal (STT) Meteorological Satellite (METSAT) System Specification dated 5 December 1995. The candidate STT units shall possess the following characteristics: (1) receive, process, display, and store low resolution meteorological satellite data, DMSP Real-Time Data Smooth (RDS), Automatic Picture Transmission (APT), and Weather Facsimile (WEFAX), (2) weigh less than 500 pounds, (3) Use POSIX compliant, UNIX based operating System, and (4) Use SPARC station compatible processing equipment. With an enhancement kit, the candidate STT shall possess the following characteristics: (1) receive, process, display and store high resolution meteorological satellite data, DMSP Real-Time Data (RTD), and High Resolution Picture Transmission (HRPT) and (2) Weigh less than 1200 pounds. With a JTFST kit, the candidate STT shall possess the following characteristics: (1) receive, process, display, and store high resolution geostationary meteorological satellite data, GMS, GOES, GOES-NEXT, METEOSAT, (3) compatible with Harris Small Tactical Terminal with enhancement kit. The Harris STT software is proprietary and the source code will not be available to potential offerors. All sources responding to the solicitation must have a COMSEC account and SECRET facility clearance established. In accordance with national security requirements, this acquisition will have restrictions on foreign owned company participation. The foreign design, manufacture, assembly, or test of hardware or software strictly are prohibited. Foreign teaming, licensing, and subcontracting will be allowed, however, all cryptographic related tasks must be totally accomplished by a clearance qualified U.S. owned company and all cryptograph components and elements must be clearly separated and be able to be audited. One Fixed Price Award Fee Supplemental Agreement is anticipated to be awarded on a sole source basis. Period of performance is 32 months, commencing on or about 1 April 1997. Direct responses to Capt Gary Cegalis or Capt Matthew Stevens at SMC/CIKS, 2420 Vela Way Suite 1467-A8, Los Angeles Air Force Base, CA 90245-4659. CITE: (I-358 SN014744) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: HQ Electronic Systems Center, Director of International Programs (ESC/IAK), 50 Griffis Street, Hanscom AFB, MA 01731-1618 SUBJECT: 58--AIR SOVEREIGNTY OPERATING CENTER PROGRAM SOL N/A POC Glen Townsend, Program Manager, 617-271-8344; Christine E. Baron, Contracting Officer, 617-271-7903; Robert Phenecie, Contract Specialist, 617-271-2055. DESC: Reference Air Sovereignty Operations Center CBD Announcement, dated 7 Nov 96, issue number PSA 1770, located on page 26. ESC issued the solicitation 13 Dec 96. CITE: (I-358 SN014772) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 58--TACTICAL UNMANNED AERIAL VEHICLE RADAR (TUAVR) SOL DAAB07-97-R-J047 DUE 032897 POC Contact Point, Irene Andrews, Contract Specialist, (908) 532-3507; William H. Applegate, Contracting Officer, (908) 532-3506. DESC: This is a competitive, Best Value Solicitation No. DAAB07-97-R-J047 for Synthetic Aperture Radar to be carried by the Outrider unmanned aerial vehicle. The initial TUAVR acquisition is a 30 month effort for the design, fabrication, test and delivery of two (2) Synthetic Aperture Radar/Moving Target Indicator (SAR/MTI) payloads, two sets of radar Ground Control Station (GCS) elements, and one set of spares. There is an option for: five (5) radars; five (5) sets of GCS elements; and one (1) set of spares. Options will be included for engineering support and maintenance on a time and materials basis. The radars will each be integrated and flight tested in a contractor furnished testbed aircraft prior to integration into the Tactical Unmanned Aerial Vehicle (TUAV) OUTRIDER. The radar should provide, at a minimum, four modes of operation: a fully focused coarse resolution (3 foot) SAR search/strip map mode; a fully focused coarse resolution (3 foot) SAR spotlight mode; a high resolution (1 foot) SAR spotlight mode: and a MTI mode. The radar shall be able to operate in day/night all weather conditions and provide a target detection, recognition, and identification capability to tactical commanders. This effort will provide the Army, Navy and Marines with a low cost, light weight, modular, adverse weather, day/night, image intelligence, real time, high resolution payload integrated onto the TUAV platform. Draft documents will be posted on the CECOM Electronic Bulletin Board (EBB). All interested parties wishing to do business with CECOM are invited to access, operate, send and receive data from the CECOM EBB system. For directions on how to request a users identification code, password, and instructions call the EBB System Operator at (908) 532-3820, or FAX your request to (908) 532-6020. A final solicitation will be issued O/A Feb 28, 1997. An award will be made O/A Jun 18, 1997. CITE: (I-358 SN014776) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Television-Audio Support Activity (T-ASA), 3116 Peacekeeper Way, McClellan AFB, CA 95652-1068 SUBJECT: 58--MOBILE RADIO SOL MDA112-97-R-0003 DUE 010797 POC Brigitte Bryant, Contract Specialist, (916) 364-4299 Contracting Officer, Rich Talbert, (916)364-4299 DESC: This is a combine synopsis/Request for Proposal (RFP) 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. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 90-41. The Television Audio Support Activity (T-ASA) intends to procure the following items: One hundred sixty-seven (167) each Portable Radio, two way, VHF; 16 channel; 5 watt, FCC modulation; 25-30 KHZ; Freq range: channel 1, 142.375; channel 2, 150.425; channel 3, 139.299; channel 4, 141.199; channel 5, 141.299; channel 6, 141.499; channel 7, 143.725; channel 8, 143.655; priority scan; signaling: quick call 2; programmed internal VOX; PWR RQMTS: one (1) each nickel-cadmium rechargeable battery; Part number GP300. Forty-five (45) each Mobile Radio; two-way, VHF; 16 channel; 25 watt, FCC modulation; 25-30 KHZ; Freq range: channel 1, 142.375; channel 2, 150.425; priority scan; signaling quick call 2; programmed internal VOX; includes magnetic mount antenna; PWR RQMTS: one (1) each nickel-cadmium rechargeable battery; Part number GM300. Offeror shall also provide all labor and materials required, to include quick release brackets and cigarette lighter adapters, for the installation of mobile radios in 45 Government owned vehicles; upon completion of the installations, contractor will provide all training necessary for operation and programming; date, time and location for installation and training will be provided at time of award. Date of delivery is within 30 days after contract award. Ship to: Ft. McClellan, AL. The Government anticipates negotiating and entering into a contract on a sole source basis with Motorola, Inc. or its authorized dealers, 1307 E. Algonquin Road, Schaumburg, IL 60196 under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirement. All responsible sources may submit a proposal which shall be considered by the agency. Responses to this notice should be provided in writing. Offers may be mailed to Television Audio Support activity, Directorate of Contracting, ATTN: T-ASA/DOC/SC (Brigitte Bryant), 3116 Peacekeeper Way, McClellan AFB, CA 95652-1068, or if using courier services deliver to: Television Audio Support Activity, ATTN: T-ASA/DOC/SC (Brigitte Bryant), 10481 Armstrong Ave., Bldg. 2500, RM 113, Mather, CA 95655. Facsimile responses are acceptable, FAX number is (916) 643-4032. All responses to this notice should make reference to Request for Proposal MDA112-97-R-0003. The provisions at FAR 52.212-1 Instructions to offerors-commercial Items, and 52.212-2, Evaluation-commercial Items apply to this acquisition. The evaluation criteria for this solicitation will consist of technical capability of offered items to meet agency requirement, price and past performance. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Notifications-Commercial Items, with their offer. Clauses 52.212-4, Contract Terms and Conditions-Commercial Items and 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, apply to this acquisition. DFARS 252.212-7000 and the following subclauses under DFARS 252-212-7001 also apply: 252.225-7001, 252.225-7036, 252.227-7015 and 252.247-7024. Standard commercial warranty is required. Offers must be submitted not later than 15 days from the date this notice is published. Point of contact in this office is Brigitte Bryant, (916) 364-4299. CITE: (I-358 SN014780) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--CONTROL ASSY SOL F09603-97-Q-80056 DUE 021397 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Jane A. Greathouse/Lykb/[912]926-7127 DESC: Item 0001 NSN 5821-01-077-4102 P/N: 637-6440-001, Func: Provides frequency select switches and memory to contain up to 20 preset frequencies. Matl: Aluminum and various electronic components. 1ea. Applicable to: Arc-186. Destn: DKSH5V63450196. Delivery: 30 Jul 99 7 ea Fax Nr 912-926-7572 The approximate issue/response date will be 14 Jan 97. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Rockwell International Corp, Cedar Rapids Ia 52498-0001. 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-358 SN014867) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--TURRET FLIR UNIT&SYS ELECTRONICS UN SOL F09603-97-R-62624 DUE 021097 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Lenora J. Meadows/Luka/[912]926-2408 DESC: Item 0001 NSN 5855-01-435-1581 P/N: 3833410-121/6280600-101, Dim: 16.25 X 13.80/15 X 5.75 X 6". Mat: Multiple Material. Func: Collects and converts infrared radiation to electronic signals. 14ea. Applicable to: Hh-60g. Destn: Ship to will be furnished at time of award.. Delivery: 29 May 98 14 ea Item 0002 NSN 5980-01-435-2608 Multifunction Control Unit P/N: 3897090-110, Dim: 3 X 3 X 6". Mat: Multiple Material. Manual Control for mode selection and system diagnostics. 14ea. Applicable to: Hh-60g. Destn: Ship to will be furnished at time of award.. Delivery: 29 May 98 14 ea Item 0003 NSN 5855-01-391-9334 System Control Unit P/N: 3897080-111, Dim: 5 X 5.75 X 6". Mat: Multiple Material. Func: Controls turn-on and internal test functions. 14ea. Applicable to: Hh-60g. Destn: Ship to will be furnished at time of award.. Delivery: 29 May 98 14 ea Item 0004 NSN 5855-01-435-1578 Display Electronics Unit P/N: 3897060-112, Dim: 5 X 9 X 16". Mat: Multiple Material. Func: Provides the display video to the panel display unit. 9ea. Applicable to: Hh-60g. Destn: Ship to will be furnished at time of award.. Delivery: 29 May 98 9 ea Item 0005 NSN 7025-01-435-1579 Panel Display Unit P/N: 3897003-111, Dim: 15 X 15 X 10". Mat: Multiple Material. Func: Provides image of the infrared system. 19ea. Applicable to: Hh-60g. Destn: Ship to will be furnished at time of award.. Delivery: 29 May 98 19 ea Fax 912-926-7572 The approximate issue/response date will be 13 Jan 97. To: Hughes Aircraft Co, El Segundo Ca 90245-0902. 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. CITE: (I-358 SN014869) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--PORTABLE REPEATER SOL F09650-96-T-9835 DUE 021397 POC For copy, WR-ALC/PKOC, For additional information contact Debbie Scarborough/Pkoca/912-926-5151 DESC: Item 0001 NSN 5820-PP-182-1 P/N: N/A, Desc: Repeater, Portable with the following options: H391; H388; Q660; Q661; YVN4051; RVN4001; 30-80369 871; 30-80369872; TKN8531; TRN7414; RLN4008; and 01-80857A57. 13 1/4" H X 19 3/4" W X 7 3/4" D. Synopsis will serve as solicitation. 2ea. Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611. Delivery: TBA 2 ea Fax 912-926-3569 The approximate issue/response date will be 14 Jan 97. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Motorola Inc, Hanover Md 21076 0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22. CITE: (I-358 SN014871) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 58--UNCOOLED THERMAL IMAGER SOL N68936-97-Q-0656 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 an Uncooled Thermal Imager on a competitive basis. The sensor head of the imaging infrared radiometer shall have a microbolometer or pyroelectric staring focal plane array having at least a 320 wide by 240 high pixel array density. The pixel pitch size shall be between 45 and 52 micrometers in size in the horizontal and vertical dimensions. The nominal geometrical fill factor shall be greater than 45%. The sensor shall scan the Field-of-View (FOV) at a 30 Hz frame rate. Each field must have at least 240 active, unique, displayed lines. The aspect ratio (horizontal FOV divided by the vertical FOV) shall be between 1.25 and 1.40. Additional specifications will be distributed with the Request for Quote. All request shall be in writing and may be faxed to 619-939-4290, or sent by mail to NAWCWPNS, Code 230000D, Attn: Phyllis Jenkins, China Lake, CA 93555-6100. Your request shall include your firm's Tax Identification Number (TIN) including your Corporation Status, and Commercial and Government Entity (CAGE) Code if one has been assigned. Telephone requests may not be honored if not followed up in writing. Request for Quote will be available on or about 13 Jan 97. Award is expected to be made 31 Jan 97. All responsible sources may submit a quote which will be considered by the agency. CITE: (I-358 SN014933) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Television-Audio Support Activity (T-ASA), 3116 Peacekeeper Way, McClellan AFB, CA 95652-1068 SUBJECT: 58--AUDIO/VIDEO KIT SOL MDA112-97-Q-0103 DUE 011397 POC Janet Janes, Contract Specialist, (916) 364-4220 or Richard Talbert, Contracting Officer, (916) 364-4232 DESC: The Television-Audio Support Activity (T-ASA) intends to purchase twenty-one (21) each Featurepak-101 Audio/Video Kit; model PCS-V2 desktop audio/video peripheral; includes: PC video board, Sony PCD5 color camera, microphone, and Sony PC30 speakers; features a microphone mute and privacy shutter control, volume control, and auto-iris with tilt adjustments; f/u/w Minx Model 2004 Network Video System. The intended source is Datapoint Corporation, Bethesda, MD, Model Number 2105-101. FOB Destination McClellan AFB, CA. Estimated issue date is on or about 06 Jan 97 and will only be on the street for one week. The Government anticipates entering into a contract on a sole source basis with Datapoint Corporation, 7272 Wisconsin Avenue, Bethesda, MD under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirement. All responsible sources may submit a proposal which shall be considered by the agency. Requests for solicitation package must be in writing. Facsimile requests will be accepted. Send your fax to the attention of Janet Janes at (916) 643-4032. CITE: (I-358 SN014934) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703- 5008 SUBJECT: 58--EXTENSION OF SERVICES FOR ARS-6 PERSONNEL LOCATOR SOL DAAB07-92-C-P254 POC Diane Grim, Contract Specialist (908)532-1735, Bruce Kueller, Contracting Officer (908)532-1257. DESC: US Army CECOM Proposes to issue a Sole Source Modification to Cubic Defense Systems under contract DAAB07-92-C-P254 to extend the Depot Level Maintenance for this system thru Sep 96. This synopsis is issued for information purposes only. The U.S. Army Communications Electronics Command (CECOM) has established an Electronic Bulletin Board (EBB) to provide electronic transmittal of Request for Proposals (RFPs) and Invitations for Bids (IFBs) from Government to Industry. All interested parties wishing to do business with CECOM are invited to access, operate, send and receive data from the CECOM EBB system. To become a user of the EBB, you will need an identification code and password in addition to a computer terminal equipped with the necessary hardware and software to interface with the EBB system. A user's identification code and password will be issued upon request along with instructions for downloading the EBB User's Manual. All requests must include (1) company name, (2) point(s) of contact name(s) and title(s), (3) return address(es) and (4) telephone number(s). Please send your request in writing to ebb system operator, U.S. Army CECOM, AMSEL-AC-SB-AA, Attn: EBB, Ft. Monmouth, New Jersey 07703-5000. Fax #: (908)-532-6020, Commercial #: (908)-532-3820. Contractors may request aperture cards and notice of revision(s) via EBB, e-mail, or by written request to the Contracting Officer at the address set forth in paragraph 11 above. Bids shall be submitted in hard copy at the time and place specified in the solicitation. No bid responses shall be submitted to the Contracting Office. See Numbered Note(s): 1. CITE: (I-358 SN014972) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 59--RF AMPLIFIER SOL F09603-97-Q-50956 01 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Brenda White/Lnkb/[912]926-2607 DESC: This solicitation number, F09603-97-Q-50956, is hereby being amended to delete Martin Marietta Corp, Utica NY 13502-5993 from this synopsis since this is a small business set aside. CITE: (I-355 SN014426) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 59--CIRCUIT CARD ASSEMB SOL DAAE0797QT177 DUE 022097 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Robert humann (810) 574-8135 DESC: NSN: 5998013890651, qty: 34, FOB: destination, opt: 100% item: circuit card see NOTE: none. All responsible S ources may submit an offer which will be considered. T HE offer due date is on or about 022097 (see soliciatio N for actual offer due date). CITE: (I-355 SN014452) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ATTENUATOR, VARIABLE SOL SP0970-97-Q-A123 DUE 011697 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: YPE96304000055 NSN 5985-01-243-3728, CAGE 83332 Part No 850-CT2W 51 -EA Del to Mechanicsburg PA 17055-0789 Del by 21 Dec 96. 20 - EA Del to Lathrop CA 95330 other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited: 1-24, 25-99, 100-250. PR quantity: 71 each. Line 1 quantity 51 -SW3100 Mechanicsburg PA 17055-0789. Line 2 quantity 20 - W62G2T Stockton CA 95296-0130. Delivery schedule: 60 days. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-357 SN014528) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--CIRCUIT CARD ASSEMB SOL SP0960-97-Q-A070 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: YPE96310000052 NSN 5998-01-043-5009, CAGE 18876 Part No 10292390 CAGE 32306 Part No 10292390 128 -EA Del to Mechanicsburg PA 17055-0789 Del by 09 Oct 97. Other than full and open competition: part numbered item products offered clause applies various increments: 1-99 100-199 200-300 delivery schedule: 128 each within 200 days, balance of 50 each evrey 30 days thereafter size standard: 3672 set-aside type: g-unrestricted (sole source/single source) (no preference) no drawings available all responsible sources may submit offer which DESC shall consider. CITE: (I-357 SN014529) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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-A124 DUE 020797 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: YPE96340000478 NSN 5985-00-100-7901, CAGE 85226 Part No 261D1005-1 @DESIGN type blade single antenna element @FREQUENCY rating 116.000 megahertz minimum and 152.000 megahertz maximum single antenna element @POWER rating 125.000 Watts average single anten na element 272 - EA Del to Memphis TN 38114-5210 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 100-199, 200-299, 300-399. PR quantity: 272 each. Line 1 quantity 272 -UY8593 Memphis TN 38114-5210. Delivery schedule: all IN 150 days. Set-aside: unrestricted (sole source/single source) (no preference). Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-357 SN014532) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE DESC FORM 239 DTD 10/SEP/93 APPLIES. SOL SP0960-97-Q-A072 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: YPE96318000391 NSN 5960-00-866-3443, CAGE 85599 Part No GL7399 CAGE 97151 Part No 65B49030 envelope material: ceremic. Manufacturers classification: power amplifier, tetrode. 18 -EA Del to eglin AFB FL 32542 Del by 06 Nov 96. Full and open competition: competition unrestricted data package available various increments: 18 each delivery schedule: 18 each every 90 days set-aside type: d-total SDB set-aside siz standard: 750 no drawings available all responsible sources may submit offer which DESC shall consider. CITE: (I-357 SN014546) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--HANDSET SOL SP0970-97-Q-A122 DUE 021397 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: YPE96327000537 NSN 5965-00-064-8209, CAGE 12763 Part No 65025-015 CAGE 62989 Part No 176000-100 power source: sound powered earphone element type: dynamic microphone element type: dynamic 269 - EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 100-199, 200-299, 300-399, 400-499, 500-599. PR quantity: 269 each. Line 1 quantity 269 -SW3100 Mechanicsburg PA 17055-0789 delivery schedule: all IN 90 days. Set-aside: total small business set-aside. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-357 SN014547) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--EARPHONE ELEMENT SOL SP0970-97-Q-A126 DUE 020797 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: YPE96331000384 NSN 5965-00-933-6897, CAGE 33708 Part No SM-C-544262 earphone element type: dynamic body style: 3 earphone element, circular impedance rating in ohms: 1000.0 nominal 2,438 -EA Del to Mechanicsburg PA 17055-0789 Del by 14 Jan 97. 1,207 -EA Del to Lathrop CA 95330 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 2000-2999, 3000-3999, 4000-4999, 5000-5999. PR quantity: 3645 each. Delivery schedule: all IN 120 days. Line 1 quantity 2438 -SW3100 Mechanicsburg PA 17055-0789 line 2 quantity 1207 -W62G2T Stockton CA 95296-0130. Set-aside: total small business set-aside. Size standard: 500. All responsible sources may submit offer which DESC shall consider. CITE: (I-357 SN014548) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue Bldg 1289 Se, Hill Air force Base, Ut 84056-5816 SUBJECT: 59--CONNECTOR SOL F42610-97-Q-25179 DUE 012997 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Spares/Repairs/Lmka/[801]777-5666 DESC: Item 0001 NSN 5935-01-119-0862AH P/N: 010208-2002, P/N 10-22450-2, Connecting point for rf elec. Cableto antenna assembly. Fig a 7-50 13ea. Applicable to: Lgm30. Destn: Hill Air Force Base, Ut 84056-5816. Delivery: 29 Aug 97 13 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 09 Jan 97. The anticipated award date will be 29 Jan 97. Written procedure will be used for this solicitation. To: Sabritec, Irvine CA. 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 must be acquired from a manufacturing sources(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. Suitable technical data, government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the intended application. Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. See Note (s) 26. CITE: (I-358 SN014691) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 59--TUBE UNIT SOL F42620-97-Q-24643 DUE 012997 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 5960-99-513-3481WF P/N: 229-029554-03, Glass material that converts analog elect signals into rep symbology by means of illuminating phosporescent on the face of the tube. Weight 4 lbs. Dim: 11" l x 4.5 w x 4.5" h. 2ea. Applicable to: F-16 C/D. Destn: FMS Countries. Delivery: 30 Apr 98 2 ea The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 29 Jan 97. Written procedure will be used for this solicitation. To: Gec-Marconi Avionics Inc, Atlanta Ga 30366-1999. 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). See Note (s) 26. CITE: (I-358 SN014694) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 59--CIRUCIT CARD SOL F42620-97-Q-24710 DUE 012997 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Aircraft Spares/Lfke/[801]777-5777 DESC: Item 0001 NSN 5998-01-253-5084WF P/N: 7461402003, Approx 6.25" x 4.63". Consists of laminated circuits with various electronic components. Decodes bus traffic and interfaces with microcomputer unit. 4ea. Applicable to: F16 A/B/C/D. Destn: FMS Countries. Delivery: 31 Dec 97 4 ea The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 29 Jan 97. Written procedure will be used for this solicitation. To: Fairchild Defense, Germantown Md 20874-1182. 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). See Note (s) 26. CITE: (I-358 SN014695) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 59--SWITCH, PUSH-PULL; CIRCUIT CARD ASSEMBLY SOL DAAJ09-97-Q-0499 DUE 013197 POC Evelyn Kelley, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784; Datafax (314) 263-9012. DESC: NSN: 5930-01-280-4431, P/N: 8001848-902, QTY: 54 , with delivery of 2 each 180 days ARO to Stockton, CA; delivery of 52 each 180 days ARO to New Cumberland, PA. NSN: 5998-01-414-2763, P/N: 8520665-901, QTY: 15 Each, with delivery of 15 each 180 days ARO to New Cumberland, PA. Applicable to the OH-58 Program. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, Honeywell, Inc. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. CITE: (I-358 SN014730) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 59--DIPLEXER SOL F42620-97-Q-22166-01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Tsgt Burt Petkus/Lfke/[801]775-4013 DESC: Amended. Issue/response date should be as follows: 31 Dec 96. CITE: (I-358 SN014809) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Port Hueneme Division (Code 5F00), Naval Surface Warfare Center, 4363 Missile Way, Port Hueneme, CA 93043-4307 SUBJECT: 59--PROCUREMENT OF SPARE/REPAIR COMPONENT PARTS FOR THE MK 678 MOD 0/1 TEST SET. SOL N63394-97-R-1103 DUE 012497 POC Contract Specialist, JAMES E. HALL, (805) 982-5084 DESC: Port Hueneme Division, Naval Surface Warfare Center intends to procure spare/repair component parts for the MK 678 Mod 0/1 Telemetry Test Set from Microdyne Corporation, 491 Oak Rd,m Ocala, FL., on a "Sole Source" basis pursuant to 10 U.S.C. 2304 (c)2), "Unusual and compelling urgency". The required components were manufactured by Microdyne Corporation and are identified by NAVSEA CITE: (I-358 SN014862) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 59--CONNECTOR PLUG ELEC SOL F09603-97-R-47316 DUE 021097 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Vicky Sykes/Lkkb/(912)926-9111 DESC: Item 0001 NSN 5935-01-325-3919 P/N: 44094-30S-315, P/N 654477-2 Dim: 1.714" X 2.750; Matl: CRES ASTM A582 3035E COND A cold finish ring & shell w/gaskets & inserts for connector pins. Func: Connects AIM-120 missile to launcher. 200ea. Opt 01 240 ea, Opt 02 240 ea Applicable to: Lau-128a/129a. Destn: Robins Air Force Base Ga 31098-1611. Delivery: 16 Jun 97 200 ea Alternate delivery quantities: Alt A To obtain a copy of solicitation package send a written request or a FAX (912) 926-7572. The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. 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. nnnn All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve you concerns. Offers in response to solicitations under ten million dollars may be evaluated using the competition for performance program as follows: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and Past performance factors as detailed in the solicitation. This acquisition will be processed in accordance with AFMC FAR Sup 5352.217-9018 (Mission Essential Quantity): If a proven source is not the low offeror, the basic quantity may be split into a First Article quantity, for award to the low unproven offeror, and a Minimum Essential Quantity, for award to the proven source, with the balance of the requirement established as options in both contracts. Authority 10 U.S.C. 2304(c)(1), "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" may apply. Numbered Note 22 applies only to the quantity identified as the mission essential quantity in the solicitation. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). The Data Package for this requirement is available on CD-ROM only. Aperture Cards are not available for this procurement. The minimum set-up requirements to view this data package are as follows: 386 DX/33; 4 Megabytes RAM; VGA Monitor; Mouse; 2X (Dual Speed) CD ROM Drive; Microsoft Windows, Version 3.1 or Later; MS DOS, Version 5.0 or Later. See Note (s) 26. CITE: (I-358 SN014868) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies, and Accessories OFFADD: Naval Research Laboratory, 4555 Overlook Ave., S.W., Washington, D.C. 20375-5326 SUBJECT: 60--FIBER OPTICS MATERIALS, COMPONENTS, ASSEMBLIES, AND ACCESSORIES SOL N00014-97-R-MP02 POC Mary Pardo, Contract Specialist, Code 3230.MP (202) 767-0666 Helen Paul, Contracting Officer, Code 3230.HP (202) 767-0666. DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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, N00014-97-R- MP02, is issued as a request for proposal (RFP). This acquisition is a total 100% Small Business Set-Aside. The small business size standard for this acquisition is 500 and the SIC code is 3826. The Naval Research Laboratory (NRL) has a requirement for nine (9) EA Wavelength Tunable Lasers that will be used to directly support the Advanced Technology Demonstration(ATD) program. The lasers will be used as an optical source in a true time-delay beamformer in the ADT program. These shall meet or exceed the following specifications. (1)Center wavelength of 1550nm +/- 1nm (2)Tuning range of >25nm (3)Wavelength resolution of <0.1nm over the tuning range (4) Wavelength stability of <0.05nm over the tuning range (5) Wavelength tuning speed <300 ns(any two wavelengths) (6)Output power: 1.0mW (7)Laser linewidth <50 Mhz (8)Linearly polarized optical output (9)Internal 60 dB optical isolator (10)Threshold current <30 mA (11)Tuning currents <100 mA (12)Side mode suppression ratio of >35 dB (13)Internal thermistor/thermoelectric cooler (14)Pigtailed with >2m of PM PANDA fiber (15)SC(PM) type connector (16)Package size less than 70x50x20 mm (excluding pigtail) (17)The required delivery schedule is 120 days from date of contract award. (18) Delivery and acceptance shall be NRL, 4555 Overlook Ave., SW, Washington, DC, FOB destination. The abbreviations in the above specifications are industry standards, however, the following legend is provided: ADT = Advanced Technology Demonstration, nm = nanometers, ns = nanoseconds, mW = milliwatt, db = decibel, mA = milliamp, m = meter, PM = polarization-maintaining, mm = millimeter, Mhz = megahertz. The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition regulation (FAR) through Federal Acquisition Circular 90-42 and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Acquisition Circular 91-11. The FAR and DFARS clauses cited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision at FAR 52.212-1, Instructions to Offerors-Commercial Items. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation-Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) technical capability of the item offered to meet NRLs need (2) price (3) past performance. Technical and past performance when combined, are of equal importance compared to price. The following FAR clauses apply to this acquisition. FAR 52.215-43, Audit-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The additional clauses cited under FAR 52.232-5, that are applicable to this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-18 and FAR 52.247-64. The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited under DFARS 252.212-7001, that are applicable to this acquisition are: DFARS 252.225-7001 and DFARS 252.2233-7000. Any contract awarded as a result of this solicitation will be a DO Rated Order certified for national use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700). Note 1 applies. Offers must be delivered to Contracting Officer, Code 3230.MP, Bldg. 222 Rm 115A, Naval Research Laboratory, 4555 Overlook Ave., SW, Washington, DC 20375-5326 and received no later than 4:00 P.M. EST on 18December1996. The package should be marked RFP N00014-97-R-MP02, Closing Date:18Dec96. For information regarding this solicitation contact Mary L. Pardo, Contract Specialist at (202)767-0666. All responsible sources may submit a proposal which shall be considered by the agency.*** CITE: (I-355 SN014427) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies, and Accessories OFFADD: Federal Bureau of Prisons, 320 First Street, N.W., Suite 5005, Washington, D.C. 20534 SUBJECT: 60--CABLING SOL ADP-97-002 DUE 010897 POC Phyllis Barnes-Pickett, Contracting Officer (202) 616-6150. 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. This solicitation is issued as a Request for Quote (RFQ) reference no. ADP-97-002. The solicitation document and incorporated clauses and provisions are those in effect through the latest edition of the Federal Acquisition Regulation. The contractor is responsible for all material and labor associated with the installation of a fiber optic network link and subsequent service for the Central Office of the Federal Bureau of Prisons (FBOP), at four locations in Washington, D.C. as follows: HOLC Bldg., 320 First Street, NW, WDC, National Association of Letter Carriers Building (NALC) 100 Indiana Ave., NW, WDC, 500 First Street NW, WDC, and the (Department of Justice) Main Justice, 10th & Constitution Ave., NW, WDC. A breakdown of pricing shall be given for installation of fiber optic cable at the 4 specified locations and for 9 months of subsequent service for fiber network system, token ring environment at the same locations. The contractor will provide the BOP access to the Fiber Distributed Data Interface (FDDI) Network Services (FNS) network via an IEEE 802.5 interface. The FNS FDDI backbone is implented using ANSI X3T9 based technology to the 4 previously identified locations. The FBOP is responsible for the identification and provisioning for a clear intra building path (as approved by the Contractor) for placement of the FNS inner duct, fiber, and equipment. The contractor shall povide a dedicated fiber connection to a token ring MAU and guarantee data privacy by using specialized screening software. The contractor shall provide to the FBOP access to the FNS system via contractor provided dedicated lines with a minimum of 16 Mbps., Token Ring capacity including any necessary contractor source routing equipment as provisioned according to the FNS tariff, P.S.C.-D.C.-No. 203, Section 15A. A 24 hour, 7 day per week system of network management, including fault monitoring and diagnostics, performance and network configuration and manual monitoring when necessary. In the event that the system malfunctions the contractor shall make every effort to restore lost service within four hours. The contractor shall terminate fiber optic network connection for the FBOP LAN interface at the following locations: HOLC Building-370 computer room (NOTE: Contractor shall allow approximately 200' for connection to owner equipment in 370 computer room). Exact length to be confirmed by contractor prior to installation. NALC Building-Second Floor telco closet, 500 First Street-Ninth floor telco closet, and MAIN Justice-Sixth Floor Command Center. The contractor shall ensure that the FNS network backbone, using FDDI technology, shall provide redundancy through counter rotating fiber optic rings. (A) All work performed shall be in accordance with all State, Local and Federal Building and safety regulations. The BOP shall provide to the contractor copies of all applicable governmental policies and regulations upon award. (B) During the term of the contract, the contractor shall be responsible for the retention of any and all specialists and the successful completion of all work done by any of these indviduals and or firms. (C) One primary contact person and his/her alternate shall be identified within 3 calendar days after notification of contract award. (D) The Contractor shall be responsible for cleaning debris from work areas daily. (E) The contractor and his employees shall perform in a professional manner keeping noise and disturbances to a minimum, while at all FBOP sites. (F) The contractor shall be responsible for assuring all persons associated with the project comply with all BOP and governmental policies and regulations while working on site. (G) The contractor and all personnel directly or indirectly employed by the contractor shall submit to a Security Check in accordance with the BOP Program Statement 3000.2. (1) NCIC (National Crime Information Center Check), (2) DOJ-99 (Name Check), (3) FD-258 (Fingerprint Check), (4) OPM-328 (Authority for Release of Information) and (5) Urinalysis. The contractor shall be responsible for furnishing the FBOP with the name, date of birth, and social security number of any employee or sub-contractor who will be working on the project no less than two (2) working days prior to coming on site for the purpose of the security check. The FBOP reserves the right to deny building access to any and all individuals. (H) The contractor shall be advised that the only elevator authorized to carry supplies, materials, and or work carts shall be the cargo/freight elevator. If this elevator is unavailable, Building Management will designate another elevator which may be utilized. (I) The contractr shall be advised that the HOLC Building has been found to contain asbestos in certain areas. Surveys have been completed to help establish the actual location and extent of contamination. The contractor shall confirm areas of intended work with Management Services prior to any installation. This task shall be performed to ensure safety and proper procedures for working in these areas. J) The Contracting Officer's Technical Representative (COTR) for this project will be Mike Norman (202) 307-0858. All work to be completed in accordance with FAR Clause 52.222-41 "Service Contract Act of 1965 as amended (41 U.S.C. 351, et. seq) reference U.S. Department of Labor Wage Determination # 95-0819 Revision # 1 dated 11/18/96 for the states of MD, DC and VA. FAR clauses incorporated by reference are as follows: 52.246-20 -- Warranty of Services" (APR 1984) effective for a period of not less than two years (from date of acdepted completion). 52.222-6 -- "Equal Opportunity (E.O. 11246)", 52.222-3 -- "Affirmative Action for Special Disabled and Vietnam Era eterans (38 U.S.C. 4212)", 52.222-36 -- "Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37 -- "Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212)", The provision at FAR 52.212-1 -- "Instruction to Offerors - Commercial Items", applies to this acquisition. Offers are advised that inclusion of a completed copy of the provision at FAR 52.212-4, -- "Contract Terms and Conditions - Commercial Items" applies to this acquisition. Provision at FAR 52.212-5 -- "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" applies to this acquisition. Questions regarding this solicitation may be directed to Phyllis Barnes-Pickett, Contracting Officer, at (202) 616-6150. Quotes are due no later than 4:00 p.m. Eastern Standard Time, 01/08/97. Quotes may be mailed to FBOP, 320 First St., NW, Suite 5005, Washington D.C. 20534, Attn: Phyllis Barnes-Pickett, Contract Specialist, or faxed to (202) 616-6007 CITE: (I-358 SN014784) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: 61--ELECTRIC WIRE, AND POWER AND DISTRIBUTION EQUIPMENT SOL N66001-96-Q-0412 DUE 010697 POC POC Ms. Claudine Huggins, Code D221, Purchasing Agent, (619)524-3671. Cindy Frison, Contracting Officer. POC for copy, Mr. J.C. Norris, (619)553-4331. DESC: 60KVA Uninterruptible power supply with 30 minute backup unit and a 5 year extended warranty per specifications; A. Electrical Charateristics Input: Input voltage: 120/208VAC 3 phase, Frequency: 60Hz, Current Distortion: <5% at full load B. Electrical Characteriestics Output: Output Voltage: 120/208VAC, Power rating: 60KVA/48KW field expandable, Voltage Regulation: Steady state +/-2%, Efficiency: 95% AC-AC at full load, Overload Capability: 125% for 20 minutes. C. Controls: AC Input Circuit Breaker, DC Battery Circuit Breaker, Alarm Silence, Emergency Shutdown, Manual Bypass, Keyboard or other device for complete systems control. D. External Interface: RS232 Serial Interface. E. Physical: Operating Temperature: 32F to 104F, UPS to weigh <1650 pounds uncrated. Dimensions not to exceed 32"W x 32"D x 55"H uncrated. F. Battery Backup System: 150 amp/hour batteries able to sustain load for 30 minutes, Battery Backup Unit to weigh <4500 pounds uncrated, Dimensions not to exceed 40"W x 32"D x 77"H uncrated. Solicitation document to be issued on or about 12/27/96. "Note 22 applies, however, all offer received within 15 days (in lieu of 45 days) after date of publication of original synopsis will be considered by the Government. The applicable Standard Industrial Code SIC and size standard is 3679/500. Facsimile letters are acceptable at (619)553-6976. For copies of solicitation(s) only written requests will be honored. CITE: (I-355 SN014414) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, SERVO SOL SP0430-97-Q-P372 DUE 021397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitations, contact the buyer: Dorothy Forbes/ZZ885 /804-279-3850. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96323000782 NSN 6105-00-827-7308: motor, servo. Allied Signal Inc. Government electronics systems. Inerpial sensor products. Courter operations. CAGE 017N4. P/N 3562101-0004. Tech data package availability. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 6 -EA Del to Tracy CA 95376-5000 Del by 180 days. Other than full and open comp. Total quantity shipped: 6. Option to Inc qty: N. Option to ext term of contract: no. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: N. Orally: N. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014487) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--POWER SUPPLY SOL SP0430-97-Q-Q313 DUE 012797 POC Contact: for copies of RFQ solicitations, contact the buyer. contact: Myra Severt/ZY187/804-279-4286. contracting officer: Michael Kuszmaul/804-279-5800. DESC: PR-NO: YPG96323001277 NSN 6130-01-094-3222, power supply. Telephone and telegraph Corp, CAGE 24930, P/N G300355-4. penrill Corp, CAGE 13850, P/N 227-7721. 8 -EA Del to San Diego CA 92132-5044 Del by 120 days. Incremental quantities: min-8, max-17. See NOTE 1. 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-357 SN014488) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--STATOR, MOTOR-TACHOMETER SOL SP0430-97-Q-P371 DUE 021397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies or RFQ solicitations, contact the buyer: Dorothy Forbes/ZZ885 /804-279-3850. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96325000514 NSN 6105-01-407-2284: stator, motor-tachometer. McDonnell Douglas Corp. McDonnell Douglas ASTRONAUTICS. CAGE OFC43. P/N ID49513-503. Critical item application. Origin inspection required. Tech data package availability. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. Critical application item. 12 -EA Del to Richmond VA 23297-5900 Del by 105 days. See NOTE 23. Total quantity shipped: 12. Option to Inc qty: N. Option to ext term of contract: N. Unrestricted: Y. Intended source: McDonnell Douglas corporation. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: N. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014489) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--STATOR, MOTOR SOL SP0430-97-Q-P370 DUE 021397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitations, contact the buyer: Dorothy Forbes/ZZ885 /804-279-3850. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96326000906 NSN 6105-00-457-7063: stator, motor. Sundstrand Corp. CAGE 45153. P/N 11937-1. Critical item application. Origin inspection required. Technical data package available for this NSN. Please do not submit request to DSCR-VABA. Critical application item. 8 -EA Del to Tracy CA 95376-5000 Del by 90 days. Other than full and open comp. See NOTE 23. Unrestricted: Y. Incremental quantities - max: 14, min: 5. See NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: N. Orally: N. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014490) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR-TACHOMETER GENERATOR SOL SP0430-97-Q-P332 DUE 021397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitations, contact the buyer: Dorothy Forbes/ZZ882 /804-279-3850. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96326000907 NSN 6105-00-730-9921: motor-tachometer generator. To be in accordance W/ASTRONAUTICS Corp of America Dwg No. 10126 Rev E dated 9 June 1969 except under NOTES page 1 marking to be be type eleven per ES 75, also under es-24 Para 1.1.2 fixed phase excitation voltage is 40 vrms and not 400 vrms. Motor to have one lead exit only delete paragraph 1.1.5 C in its entirety. First article/preproduction/approval, contractor inspection required. The first article test report shall be IAW MIL-STD-831. Critical item application. Origin inspection required. Use of ozone D epleting substances: Tech data package availability: an unrestricted technical data package is available at DSCR for this NSN. To obtain a copy, submit request to dgsc-vaba, via mail, FAX, or phone. Mailing address: degense Supply Center richmind, Attn: DSCR-VABA, Richmond, VA 23297-5615; FAX number: (804)279-4946, phone number: (804)279-3356. Critical application item. Input 40 volts AC, 400 Hz, single phase no load speed 6200 RPM Tech data package availability: 253 -EA Del to McClellan AFB CA 95652-1621 Del by 94 days. See NOTE 23. First article test required: Y. Drawing approval required: Y. Total quantity shipped: 253. Option to Inc qty: N. Option to ext term of contract: N. Unrestricted: Y. Intended source(S): Aeroflex, QMC Technologies, Inc., ARC Systems Inc., neotech Inc., SL Montevideo Montevideo technology Inc. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014491) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPEC SOL SP0451-97-Q-H622 DUE 021097 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. SA ndra Archer/BG632/804-279-3602. contractingofficer/L. McCormick. DESC: PR-NO: YPG96351000771 NSN 6150-01-407-0410, cable assembly, spec, P/N 7-T20452-002. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. unrestricted. See NOTE 22. the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitatio 8 -EA Del to Richmond VA 23297-5900 Del by 90 DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014492) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-97-Q-H624 DUE 021097 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. SA ndra Archer/BG632/804-279-3602. contractingofficer/L. McCormick. DESC: PR-NO: FPG96346000576 NSN 6150-01-206-5304, cable assembly, special purpose, electrical. P/N 47741-1. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. see NOTE 22. intended source - Simmonds precision engine system. the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. 11 - EA Del to Tracy CA 95376-5000 Del by 90 DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014508) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--BATTERY, STORAGE SOL SP0430-97-R-0442 DUE 021097 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. Contact: Brenda Coleman/ZY180/ 804-279-3227. Michael E. Kuszmaul/804-279-5800. DESC: PR-NO: YPG96281001019 NSN 6140-01-391-8649, Battery, storage. I/A/W spec NR MIL-B-8565/9, DTD 10/29/93, type number P/N D8565/9-1. I/A/W spec NR MIL-B-8565J, DTD 07/01/87. Nominal voltage 24.0 overall width 256.6 MM max. Overall length 271.7 MM max. Overall height 227.0 MM max. MED. rate, type 1, 24 ampere-hour 450 -EA Del to Crane IN 47522-5001 Del by 120 days FOB dest/105 days FOB origin. See NOTE 12, 9 & 23. Qualifying activity: the Naval Air Systems Command, AIR53632, Washington, DC 20361. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014510) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, TORQUE SOL SP0430-97-Q-P332 DUE 021397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitations, contact the buyer: Dorothy Forbes/ZZ885 /804-279-3850. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96330001576 NSN 6105-00-313-2519: motor, torque. Ametek Aerospace Products Inc. CAGE 97424. P/N 8541W15G713. Use of ozone depleting substances: 6 -EA Del to Norfolk VA 23511-3392 Del by 117 days. 2 -EA Del to San Diego CA 92132-5044 Del by 117 days. Incremental quantities - max: 5. Min: 2. Option to Inc quantity: N. Option to ext term of contract: N. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014516) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--STATOR ASSEMBLY SOL SP0430-97-Q-P378 DUE 021397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, or for copies of RFQ solicitations, contact the buyer: Dorothy Forbes/ZZ885 /804-279-3850. Judith H. Hawthorne/804-279-4905. DESC: PR-NO: YPG96331000617 NSN 6105-00-317-5643: stator assembly. " Source control item". Lucas Western Inc. Electro Systems Div. CAGE 00562. P/N 21545-2. Tech data package availability. DSCR does not currently have an approved technical data package available for T his NSN. Please do not submit request to DSCR-VABA. I/A/W Dwg NR (59875) Dwg 214225 Rev K. Basic DTD 82 Sep 06. Amend NR DTD. Type number (59875) 214225-2. Acquisition of this part is restricted to source(S) specified on the source control drawing. An alternate offer cannot be accepted without prior approval by the congnizant design activity. Partial data is available in DSCR form 407. I/A/W spec NR source control item "basic DTD 94 Mar 30. Amend NR DTD. The technical/quality/test requirements for above P/N will be in conformance with the listed drawing. 70 -EA Del to McClellan AFB CA 95652-1621 Del by 180 days. Other than full and open comp. See NOTE 23. Total quantity shipped: 70. Option to Inc qty: N. Option to ext term of contract: N. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: N. Orally: N. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014517) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--POWER SUPPLY SOL SP0430-97-Q-Q315 DUE 012797 POC Contact: for copies of RFQ solicitations, contact the buyer. contact: Myra Severt/ZY187/804-279-4286. contracting officer: Michael E. Kuszmaul. DESC: PR-NO: YPG96338001263 NSN 6130-00-204-2472, power supply. Electronic research associates Inc, CAGE 96762, P/N MS205V25R. Overall length 10.620 inches nominal overall width 6.940 inches nominal overall height 6.840 inches nominal 37 -EA Del to Richmond VA 23297-5900 Del by 120 days. Incremental quantities: min-37, max-52. 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-357 SN014518) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 61--CABLE THOF-500 SOL N00189-97-R-0004 DUE 011597 POC Ms. Marchetta Smith, (747) 445-4505, Ralph Powell, Contracting Officer, (757) 445-4509 DESC: Cable, Type THOF-500, 3 conductor 500 MCM copper 600 volt. A suitable non-hygroscopic polypropylene filler shall be used in the valley to form a round cable. Each conductor shall be insulated with an ultraviolet resistant black EPR compound, heavy duty neoprene jacket shall be applied over the assembly. Low smoke insulation is not acceptable. Cable to be delivered in increments of 510 feet reel on returnable wood or steel reel. Holes in reels should be at least 3.4 inches wide. Quantity required is 10,200 feet. Delivery within 30 days of effective date of contract award to Navy Public Works Center, 9742 Maryland Avenue, Norfolk, Virginia 23511-3095. Delivery to be F.O.B. destination. To receive a copy of the solicitation, submit a request citing the solicitation numer to the attention of the bid clerk, facsimile no. (757) 445-1761. Offerors are encouraged to download the solicitation which will be available for review approximately 02 January 1997 from the Hampton Roads Detachment 24 hour operation automated electronic bulletin board (BBS) at (747) 445-9130 or 445-1299 using N.8.1 at 9600 baud. Specific questions concerning utilization of the BBS should be directed to the sysop at (757) 445-4516. LINKURL: N/A LINKDESC: EMAILADD: HRDET9@MINDSPRING.COM EMAILDESC: CITE: (W-358 SN014646) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 61--CABLE ASSEMBLY SET SOL F41608-97-R-37509 DUE 021097 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Dupree, R/Ldkaa/[210]925-8461 DESC: Item 0001 NSN 6150-01-337-3478DQ P/N: PWA56113, APPL U/O COMPUTER SYSTEM PWA56102 I/E F100-PW-ENG 220SERIES INTERCONN ECT CABLES FROM TEST SET TO EDU 25EA. Applicable to: U/O Computer System. Destn: Kelly Afb, Texas 78241-5947. Delivery: 30 JUN 97 25 ea Based upon market research the Government is not usingthe policies contained i n Part 12, Acquisition of Commercial Items. The approximate issue/response date will be 13 Jan 97. To: United Technologies Corp, East Hartford Ct 06108-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. 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. This acquisition will be processed in accordance with AFMC FAR Sup 5317.7590 (Insurance Policy); portions of the requirement may be restricted for award to a proven source. Numbered Note 22 applies only to the quantity identified as the mission essential quantity in the solicitation. CITE: (I-358 SN014682) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 61--CABLE ASSEMBLY SET SOL F41608-97-R-37510 DUE 021097 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Dupree, R/Ldkaa/[210]925-8461 DESC: Item 0001 NSN 6150-01-337-3479DQ P/N: PWA56114, APPL:PWA56118-2;U/O COMPUTER PWA561-02: E/I F100-PW ENG 220 SERIES STANDARD ELECTRICAL EQUIP INTERCONNECT FROM TEST TO EDU 10EA. Applicable to: Common Support. Destn: Kelly Afb, Texas 78241-5947. Delivery: 30 MAY 97 10 ea Based upon market research the Government is not using the policies contained in Part 12, Acquisition of Commercial items. The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: United Technologies Corp, East Hartford Ct 06108-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. 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-358 SN014683) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 61--POWER SUPPLY SOL F42620-97-Q-24715 DUE 012997 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 6130-01-343-1930WF P/N: 1419000G4, Approx 7.9" x 5.7" x 4.8". Provides exdeeu with conditioned power. Weighs Approx 5 lbs. 7ea. Applicable to: F-16 C/D. Destn: FMS Countries. Delivery: 31 Oct 97 7 ea The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 29 Jan 97. Written procedure will be used for this solicitation. To: Lambda Novatronics Inc, Pompano Beach Fl 33061-0878. 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). See Note (s) 26. CITE: (I-358 SN014696) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 61--POWER DISTRIBUTION UNIT SOL F09650-96-T-9726-01 POC For copy, WR-ALC/PKOC, For additional information contact Sharon Broughton/Pkoca/[912]926-5151 DESC: This solicitation F09650-96-T-9726 is amended to correct from full and open competition to sole source to: Lowe Electric & Plumbing Supply Co, Macon GA 31201. There are no available specifications. Also to delete the line that says: Written procedures will be used for this solicitation. See Note 22. CITE: (I-358 SN014719) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 SUBJECT: 61--CABLE THOF-500 SOL N00189-97-R-0004 DUE 011597 POC Marchetta Smith, (757) 445-4505, Ralph Powell, Contracting Officer, (757)445-4509 DESC: Modification to announcement which will appear on or after Dec. 23, 1996 for Cable, Type THOF-500 3 Conductor 500 MCM copper 600 volt. This requirement is 100% Set Aside for Small Business. LINKURL: N/A LINKDESC: EMAILADD: hrdet9@mindspring.com EMAILDESC: CITE: (W-358 SN014826) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 61--CONVERTER UNIT SOL F09650-97-R-0105 01 POC For copy, WR-ALC/PKOC, For additional information contact Sharon Broughton/Pkoca/[912]926-5151 DESC: This solicitation F09650-97-R-0105 is amended to change from full and open competition to sole source to: FCX Systems, 4800 Taylors Court, Marrietta, Georgia 30068. Everything else remains the same. See Note (s) 22. CITE: (I-358 SN014872) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment--Potential Sources Sought OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 61--BATTERY RELATED EQUIPMENT SOL DAAB07-97-R-G003 POC Marc Gietter, AMSEL-LC-CCS-P-PS, Fort Monmouth, NJ 07703, (908) 532- 6764. DESC: A Market Survey is issued for sources sought for a complete battery test system, on site installation, and training of personnel. This system will be required, at a minimum to perform capacity tests, performance and operational safety tests on various rechargeable and nonrechargeable battery chemistries. The system, at a minimum, must be capable of performing electrical tests on the following nonrechargeable battery technologies; carbon zinc, mercuric oxide, alkaline, lithium suflur dioxide, lithium manganese dioxide and magnesium. The system shall also, at a minimum, be capable of performing electrical tests on the following rechargeable batteries: nickel cadmium, nickel metal hydride and rechargeable lithium (i.e. lithium ion). The specific battery tests to be conducted are contained in the following specifications, and associated specification sheets: (i) MIL-B-18, "Batteries, Dry", (ii) MIL-B-49430C(ER), "Batteries, Non-Rechargeable, Lithium Sulfur Dioxide", (iii) MIL-PRF-49471(ER), "Batteries, Non-Rechargeable, High Performance" and (iv) MIL-B-49458(ER). The system shall be a Nondevelopmental Item (NDI) as defined in the clause at FAR 202-1. Installation of completely operational system shall be within 6 months of award. Projected solicitation release is January 1997. This is not a request for proposals. A written description of your current capabilities, along with a point of contact should be submitted NLT 10 January 1997 to U.S. Army CECOM, Attn: AMSEL-LC-CCS-P-PS (M. Gietter), Fort Monmouth, New Jersey 07703-5008 CITE: (I-358 SN014786) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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, NAVIGATIONAL, SOL SP0441-97-Q-S020 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, of RFQ solicitations, contact the buyer. Ruth Gullette/BW201/804-279-3068 C arolyn D. Altizer/contracting officer/804-279-3527 DESC: PR-NO: YPG96264000325 NSN 6220-01-159-0441, Tech data package availability: 42 -EA Del to Mechanicsburg PA 17055-0789 Del by 01 May 97. See NOTES 9, 22, drawing number: I/A/W Dwg NR (02731) 7-211B12034 Rev F basic DTD91 Feb 05. Amend NR DTD type number P/N 7-211B12034-2. drawings interim procurement descriptions and deviation lists may be examined or obtained from Defense Supply Center Richmond. Automated Best Value Model: the final contract award decision may be based upon a combination in the solicitation. Additional remarks: this requirement is being RE-ISSUED- original quaantity has increased to 42 each. Solictation between $25,000-50, 000. solitation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014509) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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, ELECTROLUMINESCENT SOL SP0441-97-Q-S136 DUE 012497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, of RFQ solicitations, contact the buyer. Ruth Gullette/BW201/804-279-3068 C arolyn D. Altizer/contracting officer/804-279-3527 DESC: PR-NO: YPG96299000631 NSN 6220-01-306-5378, 20 -EA Del to Mechanicsburg PA 17055-0789 Del by 15 Dec 96. 5 -EA Del to Tracy CA 95376-5000 Del by 15 Dec 96. Part number: 3488-16-7229-10. specifications, plans or drawing relating to the procurement described are not available and cannot be furnished by the government. 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) (sole source) all responsible sources may submit offer which DGSC shall consider. CITE: (I-357 SN014512) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Panama Canal Commission, Logistical Support Division, Unit 2300, APO, AA 34011-2300 SUBJECT: 62--55 WATT LOW PRESSURE SODIUM LIGHT FIXTURES SOL CSC-84329-JR-29 DUE 011797 POC Edgardo E. Espinosa, Contract Specialist, (507) 272-3643, Luz M. de Pinzon, Contracting Officer, (507) 272-4687 DESC: 55 Watt Low Pressure Sodium Light Fixture with the following characteristiscs: Ballast 120/240 VAC 60 Hz, Non magnetic stainless steel with finish seam welded 16 gauge, type T-12 diffuser/gasket: clear flat 1/8 inch policarbonate V.V. latches stainless steel quick release with positive locking feature type 316 reflector: aluminum lighting sheet cable entry: non-metallic heat shrinkable cable entry # CES 2A75 FR. mounting brakets: stainless steel 1 inch with 3/8 inch hole. Quantity:100 ea. Same or equal to Pauluhn Electric SX55 S/PC. Delivery 30 days FOB/CIF Destination Jefferson, LA. 60 days Destination Panama Republic of Panama. When requesting solicitation state name, address and solicitation number. Requests will be accepted by Facsimile at 011-507-272-7661. All responsible sources may submit an offer which shall be considered by the Commission. CITE: (I-358 SN014837) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 63--Alarm and Signal, and Security Detection Systems OFFADD: U.S. Information Agency Office of Contracts, M/KC 330 C Street, SW, Room 1611 Washington, DC 20547 SUBJECT: 63--SECURITY DETECTION SYSTEM SOL IA2121-S7234722--EP DUE 020797 POC EDWARD S. PRITCHARD, Tele: 202-205-8411 DESC: 63--Notice of intent to contract: The United States Information Agency/International Bureau of Broadcasting (USIA/IBB) has a requirement for proprietary Taut Wire Perimeter Security System manufactured by Safeguard Technology Inc., integrated with fence mounted flex sensor equipment, CCTV Equipment, and speaker/addressing equipment for the USIA/IBB Radio Relay Station in Sri Lanka. USIA/IBB intends to issue a sole source purchase (FAR PART 13) with Safeguard Technology Inc., 300 Hudson Street, Hackensack, NJ 07601-6700. Please reference Solicitation No. IA2121-S7234722-EP on all correspondence regarding this proposed procurement. This synopsis is not an IFB or RFP. Request for a copy of this solicitation must be submitted in writing (or faxed request -- Fax No. 202-205-5466), to the contracting officer at the above - listed address. See Numbered Note 22. CITE: (I-358 SN014661) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 63--Alarm and Signal, and Security Detection Systems OFFADD: U.S. Information Agency Office of Contracts, M/KC 330 C Street, SW, Room 1611 Washington, DC 20547 SUBJECT: 63--SECURITY DETECTION SYSTEM SOL IA2121-S7234722--EP DUE 020797 POC EDWARD S. PRITCHARD, Tele: 202-205-8411 DESC: 63--Notice of intent to contract: The United States Information Agency/International Bureau of Broadcasting (USIA/IBB) has a requirement for proprietary Taut Wire Perimeter Security System manufactured by Safeguard Technology Inc., integrated with fence mounted flex sensor equipment, CCTV Equipment, and speaker/addressing equipment for the USIA/IBB Radio Relay Station in Sri Lanka. USIA/IBB intends to issue a sole source purchase (FAR PART 13) with Safeguard Technology Inc., 300 Hudson Street, Hackensack, NJ 07601-6700. Please reference Solicitation No. IA2121-S7234722-EP on all correspondence regarding this proposed procurement. This synopsis is not an IFB or RFP. Request for a copy of this solicitation must be submitted in writing (or faxed request -- Fax No. 202-205-5466), to the contracting officer at the above - listed address. See Numbered Note 22. CITE: (I-358 SN014662) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Overton Brooks VA Medical Center, 510 E. Stoner Avenue, Shreveport, LA 71101-4295 SUBJECT: 65--COST PER TEST WITH LOAN OF EQUIPMENT AND CONSUMABLES SOL RFQ 667-10-97 DUE 011097 POC Dennis R. DeYoung, Contracting Officer (318) 424-6084 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented, with the 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 RFQ 667-10-97; award will be made using the simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. This acquisition is unrestricted. The standard industrial classification (SIC) is 2835 and the small business is 500 employees. The acquisition is for a loan/contractor provided, of an automated stand-alone tabletop instrument (Behring Nephelometer 100 or equal), on a cost per test basis, that is interfacable with the Decentralized Hospital Computer Program (DHCP) and that will perform nephelometric procedures. The procedures and yearly estimates are as follows: Haptoglobin, 100 procedures; I G G, 435 procedures; I G A, 462 procedures; I G M, 450 procedures; I G E, 50 procedures; C3, 128 procedures; C4, 98 procedures; and Prealbumin, 100 procedures. 1. The Contractor shall provide and maintain all equipment to perform the above procedures, including training, at no additional cost to the Government. The Government agrees to purchase the reagents associated with the test described above for an agreed specified term. 2. The equipment must be required to perform the following functions: fully automatic in random access mode for measuring all types of samples; multi-constituent testing (range 75 - 100 test per hour); fully automatic assay run for all procedures; reagent volumes must be in the microliter range for most analytes; and fully capable of analyzing all parameters of a sample before processing the next sample. Also, fully automated to accomplish the following procedures to decrease workload and streamline processes: Prepare the sample dilutions required for the procedure to enable samples to be placed into the machine without prior processing; Pipette the diluted samples and dispense the reagents into the assay cuvette; Measure the scattered light intensity and calculate the concentration of analyte; and clean the reusable cuvettes is automatic. 3. This cost per test acquisition is for a period of one (1) year from the date of award with the option to renew for one (1)additional year option, pending availability of funds. Delivery is to be made to Chief, A&MMS, Overton Brooks VA Medical Center, 510 East Stoner Avenue, Shreveport, LA 71101-4295. Delivery is desired between January 15 and February 28, 1997. Inspection and acceptance is at the Overton Brooks VA Medical Center, Shreveport, LA. Quotes shall specify FOB, Overton Brooks VA Medical Center, Shreveport, LA (Destination). The provisions at FAR 52.212-1, Instructions of Offeror--Commercial Items (Oct 95) applies to this acquisition. There is not an addenda to these provisions. The clauses at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Aug 96) applies to this acquisition. There is an addenda to this clause. Add the following clauses: FAR 52.252-2, Clauses Incorporated by Reference (Jun 1988); This contract incorporates one or more clauses by reference, within the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Clause); FAR 52.217-8, Option to Extend Services (Aug 1989); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 1989), paragraph (a)"..30 days..", paragraph "..2 years.."; FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984), "..September 30, 1997 for the base year and September 30, 1998 for the option year.."; VAAR 852.210-77, Brand Name or Equal (Nov 1984) and VAAR 852.237-7, Indemnification and Medical Liability Insurance (Oct 1996), paragraph (a) "..$1,000,000.00..". The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Aug 1996) applies to this acquisition. The following FAR clauses are cited in clause FAR 52.212-5(b) are applicable to this acquisition: 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 Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-3, Buy American Act--Supplies. Additional contract requirements: This is a cost per test on reagents with the equipment being provided which includes maintenance, labor, parts,transportation and consumables at no additional charge. The vendor responding to this acquisition should provide this office with the following information: a cost per test price for the reagents on company letterhead (equipment and consumables supplied at no additional charge), stated unit price (for base and option year), extended price (for base and option year), FOB, prompt payment terms, correct remittance address, and a completed copy of FAR 52.212-3 (Jun 1996), Offeror Representations and Certifications--Commercial Items. A company not in possession of FAR 52.212-3 may contact this office and a copy will be faxed to you. Quotes must be in writing and accompanied by a completed Representations and Certifications or they will be rejected. Facsimile quotes will be accepted; oral quotes will not be accepted. Award will be made to the offeror whose quote conforms to the requirements of the solicitation, best meets the minimum needs of the Government and has the lowest price, all factors being considered. Award made be made without discussions. Please submit technical information on the products and equipment for which the bid is being submitted. For information regarding this solicitation, contact Denny DeYoung (90C), Overton Brooks VA Medical Center, 510 East Stoner Avenue, Shreveport, LA 71101-4295; phone: (318) 424-6084; fax: (318) 424-6078. Quotations are due by 4:30 pm CST, January 10, 1997. Please reference the solicitation number, RFQ 667-10-97, on your quotation.erence the solicitatio CITE: (I-358 SN014773) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: NAVAL MEDICAL CENTER CODE BCA, MATERIAL MGMT DEPT ACQUISITIONS DIV, SAN DIEGO, CA 92134-5000 SUBJECT: 65--MEDIA SOL N00259-97-Q-0030 DUE 010697 POC Purchasing Agent, CAROL EBERHARD, (619)532-8098, CONTRACTING OFFICER, MIKE NYE, (619)532-8088 DESC: THIS NOTICE IS PROVIDED ON A SOLE SOURCE BASIS, WITH INTENT TO AWARD A FIRM FIXED PRICE ORDER WITH THIS COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS, PREPARED IN ACCORDANCE WITH FAR SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS AR BEING REQUESTED AND A WRITTEN SOLICITATION, NUMBER N00259-97-Q-0030 QUOTATIONS (RFQ), THE SOLICITATION DOCUMENT AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFET THROUGH FAC 90-42. ITEMS TO BE ACQUIRED: (01) 456 CN JEMBEC MODIFIED THAYER-MARTIN II AGAR; P/N 4321806; 12 CT PER DEL (02) 38 CN ENRICHED THIOGLYCOLLATE MEDIUM W/ VIT; P/N 4321788; 01 CT PER DEL (03) 10 CN TRYPTICASE SOY AGAR W/ 5% RABBIT BLOOD; P/N 4321356; 01 CT PER DEL (04) 30 CN MYCOBACTOSEL L-J MEDIUM SLANTS P/N 4396086; 03 CN PER DEL (05) 30 CN MIDDLEBROOK & COHN 7H10 AGAR SLANT; P/N 4397396; 03 CN PER DEL 06) 30 CN LOWENSTEIN JENSEN AGAR SLANTS; P/N 4321388; 03 CN PER DEL (07) 30 CN SABOURAUD DEXTROSE AGAR SLANTS; P/N 4321827; 03 CN PER DEL (08) 30 CN MYCOSEL AGAR SLANTS; P/N 4397456; 03 CN PER DEL (09) 30 CN MYCOBIOTIC SLANTS W/ CC & 5% SHEEP BLOOD; P/N 437139; 3 CN PER DEL (10) 10 PG STARCH AGAR W/ BROM CRESOL PURPLE; P/N 4395911; 01 CT PER DEL (11) 6 PG McCONKEY AGAR WITHOUT CRYSTAL VIOLET; P/N 4397349; 01 CT PER DEL (12) 10 PG CIN AGAR; P/N 4321848; 01 CT PER DEL (13) 10 PG BRUCELLA AGAR W/ 5% SHEEP BLOOD HEMING AND VITAMIN K1; P/N 4397848; 02 PG PER DEL (14) 10 PG EGG YOLK AGAR; P/N 4397873; 01 PG PER DEL (15) 10 PG MACCONKEY W/ SORBITOL; P/N 4397953; 0 PG PER DEL (16) 10 PG ENTEROCOCCOSEL AGAR SLANT; P/N 4321382; 01 PG PER DEL (17) 10 CN TRYPTICASE SOY BROTH W/ 6.5% SODIUM CLORIDE; P/N 4321351; 01 CN PER DEL (18) 10 BX SABOURAUD DEXTROSE AGAR; P/N 4321180; 04 CN PER DEL (19) 20 PG BORDET GENGOU BLOOD AGR; P/N 4397876; 02 PG PER DEL (20) 20 PG BORDET GENGOU W/ METHICILLIN; P/N 4397877; 02 PG PER DEL (21) 40 PG FLO AGAR SLANT; P/N 4396003; 04 PG PER DEL (22) 10 BX COAGULASE PLASMA REAGENT; P/N 40848; 01 BX PER DEL (23) 20 CN BHI BROTH W/ FILDES; P/N 4397782; 02 CN PER DEL (24) 10 PG DNASE AGAR; P/N 4321856; 01 PG PER DEL(25) 40 PG TECH AGAR SLANTS; PN 4396004; 04 PG PER DEL. THIS IS A STANDING ORDER WTH FIRST DEL DATE OF 9 JAN 96. DELIVER FREE ON BOARD (FOB) POINT. DESTINATION TO NAVAL MEDICAL CENTER, RECEIVING DIVISION, LOADING DOCK ONE, SAN DIEGO, CA 92134-5000. THIS ACQUISITION INCORPORATES THE FOLLOWING FAR CLAUSES: 52.212-1, INSTRUCTION TO OFFEROR-COMMERCIAL ITEMS (OCT 95), FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS (OCT 95) IS INCORPORATED BY REFERENCE WITH THE FOLLOWING ADDENDA: IN PARAGRAPH (A) THE GOVERNMENT WILL EVALUATE PROPOSALS BY THE COST TO THE GOVERNMENT; A COMPLETED COPY OF FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 95) MUST BE COMPLETED AND SUBMITTED ALONG WITH THE PROPOSAL (A COPY CAN BE OBTAINED BY ONTACTING CAROL EBERHARD 532-8089). IN ACCORDANCE WITH FAR CLAUSE 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 96) - THE FOLLOWING FAR CLAUSES ARE HEREBY INCORPORATED BY REFERENCE IN PARAGRPH (B) 52.222-26 EQUAL OPPORTUNITY (E.O. 11246); 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM VETERANS (38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (29 U.S.C. 793); AND 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS OF THE VIETNAM ERA (38 U.S.C. 4212). OFFERS ARE DUE NO LATER THAN FIFTEEN (15) DAYS FROM THE DATE PUBLISHED IN THE COMMERCE BUSINESS DAILY (CBD). CITE: (I-358 SN014860) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA, COB, Procurement Section, 6701 Rockledge Dr., RKL2 Rm 6150, Bethesda, MD 20892-7902 SUBJECT: 65--HIGH VOLTAGE BIPOLAR PULSE GENERATOR SOL NHLBI-PS-PS-97-367 DUE 011097 POC Deborah Coulter, Purchasing Agent, (301) 435-0368 Fax number (301) 480-3345. DESC: The National Heart, Lung, and Blood Institute intends to purchase one (1) each High Voltage Bipolar Pulse Generator with the following mandatory specifications: (1) able to operate normally in a static magnetic field up to 50 Gauss; (2) able to generate bipolar (positive-negative or negative-positive) electrical pules into a 60ohm to 100ohm resistive or slightly capacitive load, with peak voltages exceeding +- 4000 volts, and an overall pulse duration of 1 microsecond; (3) able to generate the above described pulses at a repetition rate of up to 1000Hz, with external trigger capability; (4) the duration and voltage level is adjustable; (5) provide monitoring ports for pulse shape and level monitoring; and (6) two each (2) 5KV, Power Supply. The National Institute Of Health, must be allowed to test the central components of the designs in the magnetic environment area, and make necessary modifications. The Company must be willing to spend the initial research effort to design and construct a pulser in accordance with the government specific requirements. The standard Industrial classification (SIC) Code 3825, Size Standard 500 employees will be used for this requirement. Interested vendors capable of furnishing the government with the equipment specified in this synopsis should submit a Quotation, to the below address. The quotation shall include the itemized price, the period of delivery, prompt payment discount terms, taxpayer identification number (TNN), Dun & Bradstreet Number (DUNs), and descriptive literature of the equivalent product quoted identifying all of the specifications. The quotation must reference "Request for Quotation (RFQ) number #NHLBI-PS-SP-97-367. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood, Institute, Contracts Operation Branch, Procurement Section, Rockledge Building 2, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms. Deborah Coulter. Fax quotations will only be accepted if dated and signed by an authorized representative. CITE: (I-358 SN014941) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: 66--CONTRACTOR WILL BUILD QUALIFICATION UNITS AND PERFORM QUALIFICA- TION TESTING PER REQUIRED GSFC QUALIFICATION AND SCREENING GUIDELINES. SOL RFQ735-19644/902 DUE 012497 POC Deborah A. Martin, Contract Specialist, Code 217, 301-286-4240. DESC: NASA Goddard Space Flight Center intends to issue RFQ735-19644/902 on a sole source basis to Austin Semiconductor, 8701 Cross Park Drive, Austin, TX 78754, for the purchase of: (1) Implementation Plan to outline the development of qualification units; detailed schedule with milestones for qualification unit development and delivery; detailed cost estimate for qualification units development and delivery; 25 each wafer segments (based on TI TMS416400) qualification units; and 10 each full assembly (stack on ceramic base) qualification units (AS7D16M32BGA). The manufacturer must be able to meet a February 1997 qualification test date and an April 1997 delivery date of 100 screened units. "THIS PROCUREMENT IS CONDUCTED UNDER SIMPLIFIED ACQUISITION PROCEDURES." The Standard Industrial Classification (SIC) Codes are not required for Small Purchases." Any other firms desiring consideration must provide a written technical narrative statement of their capability, including detailed technical information and other technical literature, demonstrating their ability to meet the specifications within 15 calendar days of the publication of this notice to the address above, or via facsimile at 301-286-1720. Responsiblity of verifying receipt of faxed quotations rest solely with the interested party. The response shall be sufficient to permit agency analysis to establish bona fide capability to meet all requirements. No collect calls will be accepted. See Numbered Note(s): 22. CITE: (I-355 SN014412) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--DETECTOR, RADIO FREQ AN IDC CONTRACT APPLIES. 8 SEP 93 SOL SP0920-97-Q-A105 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: YPE96311000762 NSN 6625-01-047-9121, detector, radio freq Thomson (F6481) P/N 91391084; Thomson (F6481) P/N 91560045; (H0G34) P/N CU7226; RF circuits (0T0G3) P/N 089315-4; RLC (12598) P/N m-2964; Wiltron (20944) P/N 75N50P; hewlett-packard (28480) P/N 423B-003; hewlett-packard (28480) P/N 8470BOPT0120PT003; microwave distributors (52335) P/N MDC1087-NR; mecronetics Inc (54487) P/N 423B-003; Herotek Inc (67297) P/N DZM185NBP part numbered item. Products offered clause applies. PR quantity: 391 each various increments solicited from 100 to 750 each. 250 EA Del to Stockton CA 95296-0130 141 EA Del to Mechanicsburg PA 17055-0789 delivery schedule: 391 IN 90 days and 200 every 30 days thereafter. Set-aside type: C total small business set-aside size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-357 SN014531) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--SYNCHRONIZER,SOLID - AND SIMILAR REPLACEMENT PART SOL N0038397RA076 DUE 021097 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 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-6615-01-136-5040-FP, Ref Nr 431336-14-01, Qty 25 EA, Delivery FOB Origin----- DRAWINGS NOT AVAILABLE. Due to the unavailability of drawings or other data, this requirement will be restircted to (07690) Lear Astronics Corp. Also being procured are 28 each Synchronizer, Attitude, Ref Nr. 431336-05-01. Requests for copies of solicitation should be FAXED to (215) 697-3161. Estimated Award Date is 9 MAY 1997., See Note 22 CITE: (I-358 SN014657) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 66--ANALYZER,VIDEO INTE SOL F41608-97-R-31588 DUE 021097 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Dupree, R/Ldkaa/[210]925-8461 DESC: Item 0001 NSN 6625-01-388-8725 P/N: 8981B, COMMON/NCRT/NCMPLX/COMMON 2EA. Applicable to: Common. Destn: Kelly Afb, Texas 78241-5947. Delivery: 28 FEB 97 2 ea Based on market research the Government is not using the policies contained in Part 12, Acquisition of Commercial Items. The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 10 MAR 97. Written procedure will be used for this solicitation. To: Hewlett-Packard Co, San Antonio Tx 78232-2310. 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. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. 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-358 SN014679) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 66--SYNTHESIZER, FREQUENCY SOL F41608-97-R-36581 DUE 021097 POC For copy, Fax request to Buyer at (210)925-1054, For additional information contact Mcconnell, J./ldkac/[210]925-4651 DESC: Item 0001 NSN 6625-01-417-3234DQ P/N: HP83630A-001-006-008-700-H43, SIZE/DIMENSIONS: 17"W X 6"H X 17"D PREDOMINANT MATERIAL: Electronic, Electrical Components FORM/FIT/FUNCTION: Rack mounted synthesized sweeper 3ea. Applicable to: F-15 Tiss. Destn: Kelly Afb, Texas 78241-5947. Delivery: 31 OCT 97 3 ea The approximate issue/response date will be 10 Jan 97. To: Hewlett-Packard Co/Corporate Hq, Palo Alto Ca 94304-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. 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. See Note (s) 26, 22. CITE: (I-358 SN014681) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: 66--AMPEX DIGITAL TPAE SYSTEMS SOL F42650-97-R-0034 DUE 011497 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 F42650-96-0034. 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 5065 ; and the small business size standard is 100. This solicitation is not set aside for small business. Clin 0001; Item 6625PADTS ; Qty 0001 ; U/I SY ; Ampex Digital Tape System. Must have continuously variable recording rate of 0-15 mbytes/sec, built in SCSI-2I/O interfaces, IRIG-B time code input, 25, 75, and 165 gigabyte DD-2 tape cartridges, and be field upgradable to 50, 125, and 330 gigabytes. The recorder must also be able to record four separate telemetry streams at one time. Must be identical to other SMIC data recorders and interchangeable. Date of delivery 97 Mar 01 ; Place of delivery OOALC/LMSI DAVID FISHER, 7874 CONNECTICUT DR, HILL AFB UT 84056-5814 ; Acceptance Dest; FOB Dest Clause 52.212-1, Instructions to Offerors - Commercial applies to this acquisition. Clause 52.212-2, Evaluation - Commercial Items does applies 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. For copy contact Debbie Sparks (801)777-4299. 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: 52.203-6; 52.203-10;52.219- 08;52.222-35;52.222-36; 52.222-37; 52.225-09. 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: 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 14, time 2:00 PM MST, offers are due at the Directorate of Contracting/OO- ALC/PKOC DEBBIE SPARKS, 6038 Aspen Ave, Bldg 1289NE, Hill AFB, UT 84056-5805. For information regarding this acquisition, please contact Debbie Sparks, PH: 801-777-4299, FAX: 801-777-4899. Automated statements in this synopsis regarding availability of written solicitations do not apply to this acquisition. Please ensure solicitation number is on your mailing label. The approximate issue/response date will be 24 Dec 96. To: Ampex Data Systems Corp, Morrison CO 80465. 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-358 SN014713) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C. 20375 SUBJECT: 66--MILLIMETER WAVE POWER MODULE SOL N00173-97-Q-0018 POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202) 404-8158. DESC: Naval Research has a requirement for one each millimeter wave power module with an output power of at least 30 watts CW from 18 to 37 GHz and at least 20 watts from 37 to 40 GHz. Oral request will not be accepted. CITE: (I-358 SN014751) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C. 20375 SUBJECT: 66--TRAVELING WAVE TUBE AMPLIFIER SOL N00173-97-Q-0019 POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202) 404-8158. DESC: Naval Research Laboratory has a requirement for 1 each 1.0 to 2.8 GHz 200 watt CW traveling wave tube amplifier and 1 each 2.5 to 7.5 GHz 200 watt CW traveling wave tube amplifier. Oral request will not be accepted. See Numbered Note(s): 1. CITE: (I-358 SN014752) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 66--CONVERTER SOL F41608-97-R-0107 DUE 021397 POC For copy, FAX TO LCK AT (210)925-9020, For additional information contact Wynne, P./lck2636/[210]925-6837 DESC: Item 0001 NSN 6625-01-423-5287LD P/N: 7-7PIN229, CAPABILITY OF TRANSLATING A TX/RX FREQUENCY. PER MIL-STD-1568/1587 14EA. Applicable to: C-17 Acft. Destn: Kelly Afb, Texas 78241-6425. Delivery: 29 Aug 97 14 ea Drawings and Specifications are unavailable. The approximate issue/response date will be 14 Jan 97. The anticipated award date will be 21 Feb 97. Written procedure will be used for this solicitation. To: Chelton Inc, Lewisville Tx 75067 4824. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 22,26. CITE: (I-358 SN014882) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 66--FIBERSCOPE SOL F41608-97-R-20074 DUE 021097 POC For copy, Carter, R./ldksg/[210]925-4348, For additional information contact Carter, R./ldksg/[210]925-4348 DESC: Item 0001 NSN 6650-01-135-3127 P/N: IF6C5-20_(CAGE 32212), P/N FS-236HR-80/RA236_(CAGE 052B7) P/N: F775059_(CAGE 2K570), DIMENSIONS: Approximately 36'' long FUNCTION: Used to inspect stage 1 HPT shrouds in the TF39/T56 engines PREDOMINANT MATERIALS: Metal and optics 17EA. Applicable to: Tf39/T56 Engines. Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 Apr 97 17 Ea There are no Government-furnished drawings. Fax requests to Ron Carter/LDKSG at fax # 210 925 1073 are acceptable. The approximate issue/response date will be 13 Jan 97. To: Everest Imaging, Austin Tx 78758 0000. To: Applied Fiberoptics, . To: Olympus America Inc, Melville Ny 11747-3157. 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. CITE: (I-358 SN014884) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 66--VIDEO ANALYZER SOL FD2050-97-Q-20184 DUE 021097 POC For copy, Diaz, R./ldksg/[210]925-4706, For additional information contact Diaz, R./ldksg/[210]925-4706 DESC: Item 0001 NSN 6650-01-412-8471 P/N: IW-2 W/ OPTIONS, Function: Used to perform measurements on internal damage to aircraft engines through use of programmed software. Application: Multi Dimensions: 19" X 8" X 20" Predominant Material: Computer Components Destination: EY9486 Delivery: 31 Mar 1997 3EA. Applicable to: Common Support. Destn: Destination: Pratt & Whitney, Jupiter, FL 33478. Delivery: 31 Mar 97 3 ea POC: R. Diaz, SA-ALC/LDKSG, 485 Quentin Roosevelt Rd, STE 7, Kelly AFB, TX 78241-6426. PH: (210)925-4706; FAX: (210)925-1073. The approximate issue/response date will be 13 Jan 97. The anticipated award date will be 28 Feb 97. Oral procedure will be used for this solicitation. To: Olympus America Inc, Melville Ny 11747-3157. 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. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. CITE: (I-358 SN014891) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA, COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150, Bethesda, MD 20892-7902 SUBJECT: 66--CELL PHARM SYSTEM 2000 SOL NHLBI-PS-SP-97-365 DUE 011097 POC Cecilia Morales, Purchasing Agent, (301) 435-0369, FAX # 301-480-3345. DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends to negotiate on a sole source basis with Unisyn Technologies Inc., 25 South Street, Hopkinton, Ma. 01748-2217, to purchase one (1) each, Cell Pharm System 2000, this system must include: Temperature Monitoring and Control System, Medium Feed Rate Control, Recirculation Rate Monitor and Control, pH Monitoring System, Optional Bioreactor Inlet DO2 Monitoring Capability, Optional Bioreactor outlet DO2 Monitoring Capability, Autoclavable Fluid Path and the ability to record all channels of data on an internal six pen recorder; one (1) each Cell Pharm Auto Harvester; one (1) each Cell Pharm System 2000 pH Controller Module; five (5) each 30K MWCO 35 sq. ft. Bioreactor; five (5) each Oxygenator 25 sq. ft.; five (5) each tubing Set for Cell Pharm 2000 System and a one year Extended Warranty Coverage. The warranty must include Pre-scheduled preventive maintenance inspection visit, On-site Service within 48 hours response time, all parts and labor. Interested parties may identify their interest and capabilities to respond to this requirement or submit a quotation. This notice of intent is not a request for competitive proposals. However, all quotations received within fifteen (15) days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the government. Quotations received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses referencing solicitation number NHLBI-PS-SP-97-365, may be sent to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, Rockledge Building II, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20892-7902, attention: Cecilia Morales, Purchasing Agent. "All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. CITE: (I-358 SN014938) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Commanding Officer (B340), Marine Corps Logistics Base, Contracting and Purchasing, Box 110340, Barstow, CA 92311-5039 SUBJECT: 68--ANTI-FREEZE, BULK SOL M6220497Q0024 DUE 011397 POC Carol S. Ray, Contract Specialist, (619) 577,6313, FAX (619) 577- 6313. DESC: NSN 6850-HZ-B03-6569, Ethylene, glycol, inhibited, heavy duty, single package in accordance with MIL-A-46153C; two deliveries of 5,000 gallons to be delivered to Marine Corps Logistics Base, in a Government owned above ground tank, to meet delivery requirements for the period of 1 February 1997 through 30 September 1997. This is a combined synopsis/quote for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. CITE: (I-358 SN014747) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: National Imagery & Mapping Agency, PCS/D-88, 4600 Sangamore Rd. Bethesda, MD 20816-5003 SUBJECT: 70--THIRD PARTY PERIPHERAL EQUIPMENT SOL NMA10097Q5008 POC Lynn Brannan, Contract Specialist, Lynn Martin, Contracting Officer 301-227-2295, FAX 301-227-2218/5573 DESC: Correction. This action was originally publicized in the CBD dated 11/22/96 and amended 12/11/96 to extend due date for proposals until 12/30/96. This amendment is to clarify some issues concerning these items. CLIN 0001 (GXTRA/3 Stereo Color Stereo SBus Card, QTY 3) must interface with SUN Ultra 1 System, mfr is TECH-SOURCE; no other known driver meets compatibility requirements. CLIN 0002 (Color Stereo Monitor, QTY 3) size is 19 - 21 , must be compatible with CLIN 0001. Monitor must display color stereo (3D). CLIN 0003 (Cables for interface to GXTRA/3, QTY 6), these cables will be used with CLINs 0001 and 0002. CLIN 0004 (110 volt Color Laser Printer, QTY 2), must be capable of printing 8.5 x 11 and must be compatible with CLINs 0001, 0002, and 0003. This procurement is not all or none. Vendors may submit quotes for some but not all CLINs. All other information publicized in the original and amended synopses are correct. CITE: (I-355 SN014404) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 70--CORE MEMORY UNIT SOL SP0970-97-R-A032 DUE 021297 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: YPE96310001504 NSN 7025-01-397-4293, CAGE 32562 Part No 4000-23000-03 CAGE 80058 Part No MU-1101/A 5 -AY Del to Tinker AFB OK 73145 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 1-4, 5-9, 10-18, 19-24, 25-49. PR quantity: 5AY line 1, quantity 5, FB2037 Tinker AFB OK 73145-9100 delivery schedule: 5AY within 30 days, any balance 5 AY every 30 days thereafter. Set-aside: unrestricted (sole source/single source) (no preference). Size standard: 1000 all responsible sources may submit offer which DESC shall consider. CITE: (I-357 SN014530) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244 SUBJECT: 70--CONVERT WANG VS PACE, CRIS & OSCAR TO ORACLE/POWERBUILDER SOL N/A POC Helen Hirshon, Procurement Agent, (703) 875-6033 DESC: Cancellation: The above subject announcement advertised in the Commerce Business Daily, Issue No. PSA-1725 on November 20, 1996, page 23, is canceled in its entirety. CITE: (W-358 SN014640) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244 SUBJECT: 70--CONVERT WANF VS PACE, CRIS & OSCAR TO ORACLE/POWERBUILDER SOL N/A DUE 010397 POC Helen Hirshon, Procurement Agent, (703) 875-6033 DESC: It is our intent to make an award under Schedule 70 1 A, General Purpose Commercial Automatic Data Processing Equipment. The purpose of this project is to convert to existing WANG VS PACE database applications, the Crisis Reporting Information System (CRIS) and the Overseas Case Activity and Reporting System (OSCAR), to an Oracle/Powerbuilder environment for the Consular Systems Division (CA/EX/CSD) of the Bureau of Consular Affairs, Department of State. The database and application components must be converted from PACE to Oracle/Powerbuilder with no change in design or functionality. The only changes that will be considered are those deemed necessary for the converted applications to operate in the Oracle/Powerbuilder environment. Converting CRIS and OSCAR to Oracle and Powerbuilder complies with the existing Consular Systems Division standard software development environment (Oracle 7.x, Powerbuilder 5.0, and Windows NT/AS 3.51 (or higher) on the server and NT/WS 3.51 (or higher) on the clients). The conversion of CRIS must be completed by 90-120 days after date of award, and the conversion of OSCAR must be completed 180-210 days after date of award. Fax requests for detailed Statement of Work to the attention of Helen Hirshon, (703) 875-6085 CITE: (W-358 SN014643) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 70--CARTRIDGE, PROGRAMMA SOL F42620-97-Q-24717 DUE 012997 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 7045-01-406-3579WF P/N: 3961000001-12, Dim: 7.5" x 4.7" x 1.6". Provides mission data load and in-flight data recording, performance of DTS functions. Contains 2 circuit cards. 2ea. Applicable to: F-16. Destn: FMS Countries. Delivery: 30 Jan 98 2 ea The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 29 Jan 97. Written procedure will be used for this solicitation. To: Fairchild Defense, Germantown Md 20874-1182. 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). See Note (s) 26. CITE: (I-358 SN014697) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 70--NAVIGATION WEAPON SOL F42620-97-R-24716 DUE 021197 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 7025-01-196-3702WF P/N: 7461000002, P/N 16VE122001-3 Approx 8.63" x 4 5" x 5 75". Supports exchange of information between itself and the aircraft avionics system. 5ea. Applicable to: F-16. Destn: FMS Countries. Delivery: 30 Jan 98 5 ea The approximate issue/response date will be 09 Jan 97. To: Fairchild Defense, Germantown Md 20874-1182. 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-358 SN014700) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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-0067 DUE 010897 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-0067 is being issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-38. CLIN 1. Basic TX3-Redundant 115/VAC, TX3-B1R+, Qty. 4; CLIN 2. 19" (49CM) Expansion mainframe, TX3-M1R+, Qty. 4; CLIN 3. Timing Generator 3/3 Module, TX3-TM33, Qty. 7; CLIN 4. OC-3 Service Module, TX3-OC3S, Qty. 7; CLIN 5. OC-3 LIU (Unprotected), TX3-LOC3/U+, Qty. 7; CLIN 6. 3/1 Crossconnect Module (DCS31V), TX3-C3/1V, Qty. 14; CLIN 7. DS-3 L1U (Unprotected), TX3-L3U+, Qty. 14; CLIN 8. Multimegabit I/O Module w/ EIA 530, V.35 Interface, TX3-MMIOV, Qty. 10; CLIN 9. MMIO L1U (Unprotected), TX3-LM/U+, Qty. 10; CLIN 10. 1/1 Crossconnect Module (DCS11V), TX3-C1/1V, Qty. 16; CLIN 11. DS-1 L1U (1:4 Protection) w/ DS-1 Cables, TX3-L1/4+, Qty. 4; CLIN 12. DS1/E1 Termination Panel, TX3-JP1, Qty. 4; CLIN 13. T1 Test Access Module, TX3-TA, Qty. 2; CLIN 14. RS 530 Cable fro MMIO, TX3-530 50', Qty. 10; CLIN 15. OC3 Service Module STS-1/DS3 Port to DS3 L1U or DS3 Patch Panel, TX3-SMB 6', Qty. 21; CLIN 16. Workstation to TX3 cable, 31', TX3-RJ, Qty. 3; CLIN 17. LCSU to TX3 Jack Panel, TX3-LCSU 15', Qty. 18; CLIN 18. Customer Craft Interface Device (CID) Software, SA-CID, Qty. 2; CLIN 19. Automatic Alternate Routing Platform and Enclosure, 19" version, TX3-AAR/P-19, Qty. 1; CLIN 20. Automatic Alternate Routing Software, TX3-AAR/S, Qty. 1; CLIN 21. Controller Module, TX3-CM, Qty. 1; CLIN 22. Alarm Relay, TX3-AR+, Qty. 1; CLIN 23. Power Converter (115/230 VAC) TX3-PS, Qty. 1; CLIN 24. LIU Blank Faceplate (1 Slot) TX3-LB, Qty. 20; CLIN 25. Service Module Blank Faceplate , TX3-CB, Qty. 10; CLIN 26. Two Mainframe Redundant System with NCL+/SL to provide soft load, L2030-E/SL, Qty. 4; CLIN 27. Interlink Module for soft load, INC and X.50, ILC.2/SL, Qty. 18; CLIN 28. Bipolar framing module, ANSI BFM, Qty. 18; CLIN 29. Asymmetrical interlink module with satellite buffer (RS-422), ILC.3S/SL, Qty. 3; CLIN 30. 4-Port Sync Polling Module, QSP.5 Standard, Qty. 11; CLIN 31. 4-Port Sync Data Module (RS-422), QSC.2, Qty. 10; CLIN 32. 4-Port Voice Module, Foreign Exchange Station, FXS.3, Qty. 7; CLIN 33. FXO.3, Qty. 5; CLIN 34. 48V. DC Power Supply for voice type, 48V. Voice P/S, Qty. 4; CLIN 35. T/V-2000I, Qty. 2; CLIN 36. SUN20A, Qty. 2; CLIN 37. 97234-2, Qty. 6; CLIN 38. Dual Chassis Cabinet (Blue), TX3-CAB2-B Standard, Qty. 6; CLIN 39. 70" Blue Cabinet, 97258-6, Qty. 2. Delivery 30 days ARO. All items are FOB Tinker AFB, OK. Please indicate FOB destination or include shipping charges if applicable. 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 8, 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-358 SN014835) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential Sources Sought OFFADD: Office of Naval Intelligence, 4251 Suitland Rd., Washington, D.C. 20395-5720 SUBJECT: 70--WIDEBAND FILTER AND SPECTRUM ANALYZER SOL N/A POC Kristie Sears, Purchasing Agent, 301/669-4018. DESC: In order that potential sources may learn of the interest in a specific requirement, an advanced notice is published here. The Office of Naval Intelligence has a requirement to procure Wideband Filter and Spectrum Analyzer with the following specifications: Wideband Filter--Input Level 10 Vp-p max, Impedance 50 Ohms, Output Level 10 Vp-p max, into 50 Ohms, Dynamic Range 60 dB min from full output. Attenuation rate greater than 47 dB/octave from 10 Hz to 1MHz and greater than 42 dB/octave from 1 MHz to 10MHz. Attenuation Band Rebound Response is less than 40 dB from 2.5 to 20 MHz, less than 50 dB from 10 HZ to 2.5 MHz. Tuning resolution 3 significant digits, accurancy better than 3 percent and cutoff range 10 Hz to 10 MHz. Passband dc to 20 MHz. Passband ripple less than 2.0 dB. Passband Group delay Delta less than 0.02 usec at full bandwidth. Insurtion loss less than 0.5 dB. Operating Modes, Bypass, Lowpass, High Pass, Band Pass, and Band Reject. Internal Memory (set-up) capacity 10 presettable configurations, type Volatile, battery backup. Control Local-front Panel remote IEEE-488 compatible bus or RS-232-C. Signal Connections, female BNC for signal input and signal output rear panel. No RFQ will be prepared or made available for distribution. Award will be based on evaluation of responsive, responsible quotations received in response to this CBD advertisement. Firms having the capabilities necessary to meet the above requirements are invited to submit quotes and/or any information deemed necessary to complete this requirement. 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 via fax to Kristie Sears, 301/669-5905. In responding reference L0060. CITE: (I-358 SN014971) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 71--COT, FOLDING, ALUMINUM FRAME NO. OF STITCHES PER INCH-8 TO 10, 1/32 IN. DIA SOL SP0451-97-R-0148 DUE 033197 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. DESC: PR-NO: ARG96262052001 NSN 7105-00-935-0422, the previous announcement is modified to reflect a revised closing date of this solicitation; to 31 Mar 1997. CITE: (I-357 SN014507) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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-0315-01 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 change from full and open to sole source to: Leslie's Swimming Pool Supplies, Chatsworth CA 91311. Everything else remains the same. See Note 22. CITE: (I-358 SN014820) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: 45CONS, 1201 Minuteman St, MS 7200, Patrick AFB, FL 32925-3237 SUBJECT: 71--ACCESSORIES FOR CONTEXT WORK STATIONS SOL F0850-97-T-6637 DUE 011397 POC Laura West, Purchasing Agent (407) 494-5682/Doris Hitchens, Contracting Officer (407 494-5206 DESC: The government has a requirement for context work stations consisting of 48" slatwall, letter trays/personal shelves, double square dish/marker board/pen/pencil cup/footrest, bracket-context stanchion for slatwall installation. This acquisition is unrestricted. The applicable SIC code and size standard are 2522/500 employees. Response date of 13 Jan 97 is tentative. Requests for solicitation must be faxed to (407) 494-2983 or mailed to 45 CONS/LGS, Attn: Laura West, 1201 Minuteman St MS 7200, Patrick AFB FL 32925-3237. Phone calls will not be accepted. All responsible sources may submit an offer which will be considered by the 45th Space Wing. CITE: (W-358 SN014825) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: General Services Administration, mid-atlantic region, FSS General Procurement Branch (3FBG), the Wanamaker Building, 100 Penn squareeast, room 883, Philadelphia, PA 19107-3396 SUBJECT: 72--HOUSEHOLD AND COMMERCIAL FURNISHINGS SOL GS-03F-95-AYC-0002 DUE 022896 POC Patricia Longo, contracting officer, (215)656-3837; Denise Furtak, Contract Specialist, (215)656-3833 DESC: GSA FSS multiple award schedule, group 72, part V. Open Season amendment to solicitation No. GS-03F-95-AYC-0002. This solicitation includes FSC classes 7210 and 7230, household and commercial furnishings (including draperies, coordinating bedspreads, drapery hardware, venetian blinds, cubicle curtains, vertical blinds, and window shades). For new offerors the contract period will be July 1, 1997 (or date of award, whichever is later) through June 30, 1999. The open Season solicitation amendment will be incorporating the following: maximum order, option, and GSA advantage. Maximum order: all resulting contracts will contain a maximum order (M0). Thislevel will be established under each contract to assist the customer agencies in determining when they should seek a price decrease. When an agency order exceeds this amount, it is recommended that the agency contact the vendor for a reduced price. The vendors will not be obligated to accept these orders in accordance with FAR 52.216-19. Option: all resulting contractswill include an option to extend the term of the contract for an additional five-year period. Offers on identical items will be considered. When two or more suppliers offer an identical item, award will be made competitively to onlyone offeror on the basis of the lowest net price offered. GSA advantage: all resulting contracts will require contractors to submit electronic contract data in a prescribed format for addition to GSA advantage, an on-line electronic database. Federal stock numbers not applicable; no samples required. Place of delivery to be shown on orders issued under the contract. Seven of the Nine special item numbers (SINS) are 100% set-aside for small business; the standard industrial classification code (SIC) is 2391, the small business size standard for which is 500 employees. Amendment to solicitation GS-03F-95-AYC-0002 will be issued on or about February 28, 1997, with a closing date for receipt of offers thirty days thereafter. Requests for solicitation must be in writing to the above address or by FAX to (215)656-3841. Telephone requests will not be honored. See NOTE 12. CITE: (I-355 SN014417) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: General Service Administration, Business Service Center, (7FXI-K5)819 Taylor St., RM 6A24, Fort Worth, TX 761026195 SUBJECT: 72--BEDSPREADS AND BLANKETS SOL 7FXI-K5-96-7241-S DUE 030597 POC John Bell, Contract Specialist, 817/9787391 DESC: Preinvitation notice scheduled to issue on or about 01/07/97. Solicitation scheduled to issue on or abour 01/31/97. 1. 4 NSNS 10. contract period-july 1, 1997 through June 30, 1999. 11. see NOTE 12 (trade agreement) 13. all responsible sources may submit an offer which will be considered. CITE: (I-357 SN014630) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 75--Office Supplies and Devices OFFADD: General Services administration/FSS Business Service Center - room 18-130, New York, NY 10278-0090 SUBJECT: 75--30 - PAPER GRAPH TRACING SOL 2FYP-DQ-970001 POC MS. marcee bruton, Contract Specialist, 212-264-2686 DESC: This solicitation for FSC class 7530 - paper, graph, tracing to be issued 1/7/97, include various stock numbers for delivery to the various GSA supply centers. The method of purchase will be a definite quantity contract. NOTE: this solicitation contains an option to increase the quantities to be supplied at no change in unit price. CITE: (I-355 SN014415) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste 3, Wright-Patterson Afb Oh 45433-5309 SUBJECT: 76--SUBSCRIPTIONS SOL F33600-97-R-0019-01 POC For copy, S. Carter/Pkwrm/[937]257-8344, For additional information contact S. Carter/Pkwrm/[937]257-8344 DESC: This corrects the year from 1995 to 1997 in the description of the original CBD announcement, to read as follows: Standard and Poor's Subscription for AF Libraries Worldwide. This is a notice of intent of ASC/PKWRM to purchase subscriptions for Standard & Poors Library Reference Materials for 1997. Total of 8 different titles varying quantities for each subscription and multiple ship-to lists of AF libraries worldwide. Also the previous listed Note #1 is hereby deleted in its entirety. Ths Ombudsman information and rest of description remains unchanged. CITE: (I-358 SN014823) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste 3, Wright-Patterson Afb Oh 45433-5309 SUBJECT: 76--SUBSCRIPTIONS SOL F33600-97-R-0021 DUE 013197 POC For copy, S. Carter/Pkwrm/[937]257-8344, For additional information contact S. Carter/Pkwrm/[937]257-8344 DESC: Item 0001 NSN 7600-0 - - Renewal of 1997 Subscriptions for Bureau of National Affairs. . Destn: Wright-Patterson Afb Oh 45433-5309. Item 0002 17. This is a notice of intend of ASC/PKWRM to purchase subscriptions for Bureau of National Affairs library reference materials for 1997. "DIRECT ALL REQUESTS FOR SOLICITATIONS AND ROUTINE COMMUNICATION CONCERNING THIS ACQUISITION TO ASC/PKWRM, ATTN: Sam Carter, Contract Negotiator, (937) 257-8344), FAX (937) 257-6390, BUILDING 1, AREA C, 1940 ALLBROOK DRIVE, SUITE 3, WRIGHT-PATTERSON AFB OH 45433-5309." 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 proposed development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman, Daniel L. Kugel, ASC/sy, Bldg 52, 2475 K Street, Ste 1, Wright-Patterson AFB OH 45433-7642, at (513) 255-3855, with serious concerns only. The approximate issue/response date will be 02 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. See Note(s) 22. CITE: (I-358 SN014893) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA, COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150, Bethesda, MD 20892-7902 SUBJECT: 81--BAGS, PLASTIC, IMPRINTED SOL NHLBI-PS-SP-97-369 DUE 011097 POC Cecilia Morales, Purchasing Agent, (301) 435-0369, FAX # 301-480-3345. DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends to purchase one (1) lot of 450,000 plastic bags, with the following specifications: 12 inches wide by 15 inches tall by .00175 inches plastic thick with 5 color imprint. The standard color matching systems are: PMS 479, PMS 1235, PMS 362, warm red and reflex blue text. Vendors interested in this requirement should request a copy of the Artwork design from the Purchasing Agent. Delivery of the bags is required not later than 02/20/97. This requirement is set aside for small business under the Standard Industrial Classification (SIC) code 3089, Size Standard 500 employees. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis. The quotations shall include an itemized price quotation, the period of delivery, prompt payment discount terms, the business size and specifications describing the product quoted. Quotations will be evaluated on comformance to the government's specifications, price, quality, and delivery period. All responsible sources may submit a quotation, which if timely received shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, Rockledge Building 2, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms. Cecilia Morales, Fax (301) 480-3345. Fax quotations will only be accepted if dated and signed by an authorized company representative. CITE: (I-358 SN014939) [Commerce Business Daily: Posted December 21, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--US AIR FORCE GUIDON SOL SP0100-97-R-4020 DUE 022497 POC Contact: DPSC-FOTM-2 buyer-william Kaufman 215/737-2434 DESC: This solicitation is designed to satisfy the air force's annual requirements for guidons. The contract will be for a minimum of 400 each and a maximum of 1000 each. Deliveries will be made directly to customers. All materials will be furnished by the successful offeror. Offerors will be required to submit a technical proposal (past performance, manufacturing plan, EDI and quick response). Solicitation will be total set aside for small business firms. Requests may be faxed to 215-737-8143. All responsible sources may submit offer which DPSC shall consider. CITE: (I-356 SN014465) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--HEATHER GRAY JERSEY KNIT FABRIC SOL 1PI-R-0673-97 DUE 020897 POC Contract Specialist, MCPHERSON, CHYREL, (202)508-3942 DESC: UNICOR, Federal Prison Industries, Inc., intends to enter into a one (1) year Firm Fixed Price Requirements Type Contract for Heather Gray Tubular Material and Heather Gray Rib Knit Collarette Material. Line item 0001, 18", estimated quantity 6,000 Y; Line item 0002, 20", estimated quantity 12,000 YD; Line item 0003, 22", estimated quantity 225,000 YD; Line item 0004, 24", estimated quantity 400,000 YD; Line Item 0005, 26", estimated quantity 250,000 YD; Line item 0006, 28", estimated quantity 100,000YD; Line item 007, Heather Gray, Poly/cotton 1" Rib, estimated quantity 23,000. Heather Gray, 467 in color, in compliance with MIL-T-44214 dated 1-26-89. A certificate of compliance and laboratory test report shall accompany or proceed each shipment of material. This requirement will constitute "source sample inspection". The vendor who receives this award will be responsible for all requirements of the source sample clase. Required delivery is 45 days after receipt of delivery order. Delivery is FOB Destination to FCI Jesup, Georgia. Past Performance will be part of the evaluation criteria for determining award. All responsible sources may submit a bid which shall be conidered. Telephone request will not be honored. You may fax your request to (202)508-8498. Your request must be on company letterhead, include size status (large or small), telephone CITE: (I-358 SN014854) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--HEATHER GRAY FLAT FABRIC SOL 1PI-R-0674-97 DUE 021097 POC Contract Specialist, MCPHERSON, CHYREL, (202)508-3942 DESC: UNICOR, Federal Prison Industries, Inc., intends to enter into a one (1) year Firm Fixed Requirements type contract for Fabric, flat, heather gray, APECS number FAB1012, knitted fabric, 50 percent cotton, plus/5 percent with the remaining percentage eing polyester, 60" wide, 5.8 ounce per square yard, Color: Heather Gray #467. Required delivery is 45 days after receipt of delivery order. FOB Destination to FCI Jesup, Georgia. A certificate of compliance and laboratory test report shall accompany or prceed each shipment of fabric. Past Performance will be part of the evaluation criteria for determining award. All responsible sources may submit a bid which shall be considered. Telephone request will not be honored. You may fax your request to (202)508-8498. Your request must be on company letterhead, include CITE: (I-358 SN014855) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 84--KIT,GOGGLES SOL F41608-96-R-10163 DUE 012797 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Nalls, V/Ldktk/[210]925-5898 DESC: Item 0001 NSN 8475-00-133-3742 P/N: 63D4236, APPL HGU-28P. USED ON OLD FLASHBLINDNESS GOGGLES. 174EA. Applicable to: Hgu-28p. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31 MAR 97 174 ea FOR A COPY OF SOLICITATION F41608-96-R-10163, FAX REQUEST TO VERNE NALLS/LDKTK 210-925-1059. FOR INFORMATION CALL 210-925-5900. The approximate issue/response date will be 27 Dec 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. 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. See Note (s) 1 26. CITE: (I-358 SN014875) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 84--LATCH ASSY TOP POWER CABLE SOL F41608-97-R-10006-01 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Sanders, Alice P./ldktk/[210]925-5898 DESC: This synopsis amends the BEQ to 2264 ea. Sealed offers will be received at teh issuing office until 3 PM 10 Jan 97. CITE: (I-358 SN014896) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 84--VISOR LENS, CLEAR SOL F41608-97-R-10019-01 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Sanders, Alice P./ldktk/[210]925-5898 DESC: This synopsis changes the BEQ from 5619 to 8641. Sealed offers will be received at the issuing office until 3 PM on 20 Jan 97. CITE: (I-358 SN014898) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA, COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150, Bethesda, MD, 20892-7902 SUBJECT: 84--PROTECTIVE CLOTHING SOL NHLBI-PS-SP-97-368 DUE 011097 POC Cecilia Morales, Purchasing Agent, (301) 435-0369, FAX # 301-480-3345. DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends to purchase 2500 of each size of Tyvek Coveralls. The sizes are XL, 2X, 3X and 4X with the following specifications: elastic wrist and ankles, zipper front, front entry, without hood and without booties. This requirement is under the Standard Industrial Classification (SIC) code 2295, size 1000 employees. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis. The quotation shall include an itemized price, period of delivery, prompt payment discount terms, the business size and descriptive literature of the product quoted indentifying all of the specifications. Quotations will be evaluated on comformance to the government's specifications, price, quality, and delivery period. All responsible sources may submit a quotation, which if timely received shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood institutes, Contracts Operations Branch, Procurement Section, Rockledge Building 2, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms. Cecilia Morales (FAX 301-480-3345). Fax quotations will only be accepted if dated and signed by an authorized company representative. CITE: (I-358 SN014940) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: 84--FOOTWEAR, MENS SOL N00140-97-0740 POC Terri McCleary, Contractor Negotiator, (215)697-9624. DESC: The Fleet and Industrial Supply Center Norfolk Detachment Philadelphia, intends to acquire through other than full & open competition, on a SOLE SOURCE BASIS with Bates Shoe company for shoes required for testing by the Navy Clothing and Textile Research Facility. It is intended to award a firm fixed price purchase order to Bates Shoe company. This notice of intent is NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties may identify their interests and technical capability to respond to this requirement. The applicable Standard Industrial Classification Number is 3149. SYN 071 CITE: (I-358 SN014969) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91--BITUMINOUS COAL SOL SP0600-97-R-0056 DUE 022497 POC Contact J. Gherardini, Contract Specialist, (703) 767-8522/D. Frankel, Contracting Officer, (703) 767-8524 DESC: Bituminous coal delivered to U. S. Capitol Power Plant, Washington, DC; Naval Surface Warfare Center, Indian Head, MD; and the Navy Public Works Center, NAB Little Creek, VA. Total quantity 81,000 tons. Delivery period is 01 Aug 97 through 31 Jul 98. Except for Norfolk Naval Shipyard, Portsmouth, VA, which will be solicited on an unrestricted basis, the solicitation will be a 100% small business set-aside. Offers may be submitted via facsimile, (703) 767-8506. Hard copy must be received within 10 days of closing date. All responsible sources may submit a proposal which shall be considered. CITE: (I-358 SN014833) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: 95--FUEL METERING UNIT TEST STAND SOL N00140-97-R-0832 POC Greg Seifried, Contract Negotiator, (215)697-9736. DESC: 17. Fuel Metering Unit Test Stand in support of Rolls Royce F402-RR-406A/B and F402-RR-408A jet engines. The solicitation will be issued on an unrestricted, full and open competitive basis. Offerors will be required to submit a cost proposal, technical proposal and past performance. The Government intends to award to the single, responsible offeror whose offer, conforming to the solicitation is determined most advantageous to the Government price and past performance considered. The contemplated contract type is a Firm Fixed Price contract. All responsible sources may submit a proposal which shall be considered by the agency in response to this solicitation. The request for proposals will be issued on/about 15 Jan 97. Request for solicitation should be made by letter or fax (215)697-9738. Syn 068. CITE: (I-358 SN014785) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: Fish and Wildlife Service, 1875 Century Blvd., Suite 310, Atlanta, Georgia 30345 SUBJECT: 96--FURNISH, DELIVER AND TAILGATE CLAY GRAVEL SOL FWS-4-97-4024 DUE 011097 POC Contact Demetria Wilson, Procurement Technician; Fran Thacker, Contracting Officer DESC: Furnish, deliver and tailgate spread clay gravel at designated sites for Mississippi Wetland Management District, Grenada, MS. Estimated issue date: 12/20/96. Only written or faxed request for RFQ package will be accepted. Please use fax number 404/679-4057. CITE: (I-355 SN014421) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Fish and Wildlife Service, 1875 Century Blvd., Suite 310, Atlanta, Georgia 30345 SUBJECT: 99--FABRICATE, FURNISH AND DELIVER METAL CULVERTS SOL FWS-4-97-4023 DUE 010997 POC Contact Demetria Wilson, Procurement Technician; Fran Thacker, Contracting Officer DESC: Fabricate, furnish, and deliver galvanized corrugated metal culverts and accessories to Mississippi Wetland Management District in Grenada, MS. Estimated cost range: between $25,000 and $50,000. SIC Code 3499. Estimated issue date: 12/20/96. Only written or faxed requests for solicitation package will be accepted. Please use fax number 404/679-4057. CITE: (I-355 SN014422) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: DIRECTOR SUPPLY DEPT., NAVAL TRAINING CENTER, BLDG 3200 CODE N23, 2701 SHERIDAN ROAD, GREAT LAKES, IL 60088-5001 SUBJECT: 99--TRAINING SOL N00210-97-Q-0205 DUE 011597 POC CONTACT: ESTRELLA B. SODSOD 847-688-6977/FAX 847-688-3914 CONTRACTING OFFICER: Dorothy E. Ellis, 847-688-5906 DESC: Three phase decision skills training project to be held at Naval Training Center, Great Lakes, IL. The period 97 February 15 through 97 July 15 to include Phase I Preparation, Phase II Symposium and Phase III Decision Skills Training Unit Implementation. Solicitation N00210-97-Q-0205 will be issued on or about 15 days following this publication with a bid closing of 96 February 07. All responsible sources may submit an offer which will be considered by the agency. Only fax requests for copies of the solicitation are acceptable CITE: (I-355 SN014442) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 99--VARIOUS ADP EQUIPMENT SOL N0010497QQA29 DUE 122796 POC Contact Point, David A. Mcleod, 0272.20, (717)790-4239, Fax, (717)790-4600, Twx, Not-avail DESC: , Qty 1 EA, Delivery FOB Origin--The Government intends to place a purchase order with LandMark Systems Corporation for the purchase of one (1) LandMark systems products (The Monitor for CICS/MVS, The Monitor for CICS/ESA and MNT for 12 months) for the HOST05. Interested firms must reply in writing within four (4) calendar days after publication of this notice. Written responses shall include pricing data, descriptive literature and a GSA schedule number (if applicable). All responses from responsible sources will be fully considered. As a result of analyzing responses to this synopsis of intent, the Contracting Officer may determine that a solicitation will be issued. If a solicitation is issued, no additional synopsis will be issued. If a solicitation will be issued to the intended vendor and all firms that respond to this synopsis of intent or otherwise request a copy of the solicitation. The estimated award date is 31 Dec 96., See Note 22 CITE: (I-358 SN014659) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: U.S. Fish and Wildlife Service, Bishop Henry Whipple Federal Building, 1 Federal Drive, Fort Snelling, Minnesota 55111-4056 SUBJECT: 99--FWS3, FISH TAGGING EQUIPMENT SOL FWS3-97-RFP-34 DUE 021097 POC Contact Richard L. Schreifels, Contracting Officer at 612-725-3580, extension 277 DESC: Provide three (3) MK IV Automatic Fish Tagging Units and credit for the trade-in of three (3) MK II Automatic Fish Tagging Units. The fish tagging equipment is used to insert very small diameter Binary Coded Metal Wire Fish Tags into the snout of lake trout fingerlings for identifying purposes. Delivery to Iron River, Wisconsin National Fish Hatchery 30 days ARO. Sole Source. See Numbered Note 22. Specifications, plans or drawings related to the procurement described are not available and cannot be furnished by the Government. Intended source: Northwest Marine Technology, Inc., Shaw Island, Washington. Solicitations may be ordered by Fax, 612-725-1717, or in writing to the above address. Telephone requests will not be accepted. CITE: (I-358 SN014838) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Cdr, U.S. Army Chemical and Biological Defense Command, Procurement, Attn: AMSCB-PCB, Aberdeen Proving Ground, MD 21010-5423 SUBJECT: 99--MID-SIZE RIOT CONTROL DISPERSER SOL DAAM01-97-R-0004 DUE 031997 POC Contract Specialist George Hunt (410) 671-4192 (Site Code DAAM01) DESC: The US Army Chemical and Biological Defense Command (USA CBDCOM) is seeking qualified sources of existing equipment that may be used to disperse current and developmental riot control agents. CBDCOM intends to award one firm-fixed price contract for 23 units with an option to produce up to an additional 2722 Mid Size Riot Control Disperser (MCRD) systems and up to 908 associated refill and repressurization kits and initial spare and repair parts. The required delivery for Phase I (23 Units) will be approximately 82 days after contract award. This requirement is a 100% set-aside for a small business with no more than 500 employees. As part of their proposal, contractors will be required to furnish two (2) prototypes at no cost to the Government, which will be returned to the contractor in post evaluation condition at the contractor's request. Prototypes that do not meet the following four critical criteria will not be subject to any evaluation: -The maximum weight of the fully loaded disperser shall not exceed 23 pounds, -The range of the first 3 second burst from a fully loaded and pressurized disperser shall not be less than 8 meters, -The number of 3 second bursts from a fully loaded and pressurized disperser shall not be less than 5; and, -The disperser shall be pressurized using organic or on-board vehicle compressors. Candidate equipment should be lightweight, easily carried, field refillable, and operable by only one person. The military riot control agent CR, which consists primarily of an 80% propylene glycerol and 20% water mixture, will be disseminated with the disperser. See the RFP for specific details on the requirements. It is anticipated that the RFP will be released on or about 17 Jan 97. Proposals are to be forwarded to the address specified in this paragraph no later than 19 Mar 97. (Note 1 applies.) Telephone requests for this solicitation will not be accepted, however, interested firms may submit a request by telefax to (410) 612-7128, ATTN: Mr. Hunt EMAILADD: grhunt@cbdcom.apgea.army.mil EMAILDESC: CITE: (W-358 SN014979) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: A--TANK AUTO ENG D CNT DAAE0789CR080P00023 AMT $500,000 DTD 121696 TO General Dynamics Land Systems, 38500 Mound Rd Sterling Hts, MI483103260 CITE: (I-355 SN014458) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria, VA 22310-3398 SUBJECT: A--EXERCISE OF OPTION - SOW PARAGRAPH 3.5.3 POC Michael Jackson, Negotiator, (703) 325-9211, Edward Archer, Contracting Officer, (703) 325-5028. CNT DNA001-94-C-0157-P00008 AMT $345,962.00 LINE N/A DTD 121896 TO Mission Research Corporation, P.O. Drawer 719, 735 State Street, Santa Barbara, CA 93102-0719 CITE: (I-358 SN014756) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: DHHS,PHS,Centers for Disease Control and Prevention, Program Acquisition Branch (Washington), 6525 Belcrest Road, Room 1170, Hyattsville, MD 20782 SUBJECT: B--SECOND LONGITUDINAL STUDY OF AGING POC Sharon Gayle, Contract Specialist, Ronald Atherholt, Contracting Officer, Centers for Disease Control and Prevention, (301) 436-7007 CNT 200-97-7001 AMT $1,299,729.00 DTD 091196 TO National Opinion Research Center, University of Chicago, 1155 E. 60th Street, Chicago, Illinois 60637 CITE: (D-358 SN014993) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: GSA, Public Buildings Service (7PMC),Property Management Div,819 Taylor Stre et,Fort Worth,TX 76102-6105 SUBJECT: C--SUPPLEMENTAL A/E SERVICES FOR THE STATE POC Contact,Jan Elizondo,817/978-3508,Contracting Officer,Janice M. Elizondo,81 7/978-3508 CNT GS-07P-96-HUD-0042 AMT $0 DTD 122096 TO Waggoner & Moses, JV,909 Poydras St., Suite 2150,New Orleans,LA 70112-1034! ! 17. N/A CITE: (I-355 SN014445) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Army Corps of Engineers, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107 SUBJECT: C--INFINITE DELIVERY OF ARCHITECT-ENGINEER DESIGN SERVICES FOR CIVIL WORKS POC Stephanie McGowan, Contract Specialist, (215) 656-6776. CNT DACW61-97-D-0001 AMT NTE: $500,000.00 DTD 121296 TO Modjeski & Masters, Incorporated, Rossmoyne Business Center, 4909 Louise Drive, Mechanicsburg, Pennsylvania 17055 CITE: (M-358 SN014985) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Defense Reutilization and Marketing Service, drms-ph contracting, 74 Washington Avenue, North, Battle Creek, MI 49017-3092 SUBJECT: F--DISPOSAL SERVICES AND OPERATIONAL SUPPORT POC Contact point: Mr. Jim Wofford, contracting officer, DRMS-PHE, (616)961-5965/(fax)(616)961-4417 CNT SP4400-97-D-0051/SOLICITATION SP4400-96-R-0027 AMT $2,188,675.00 DTD 121196 TO OMEGA environmental services, Inc., 4661 hammermill Road, Suite B, Tucker, GA 30084 CITE: (I-355 SN014437) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: U.S. Army Space Command, ATTN: MOSC-SC, 1670 N. Newport Rd., Suite 211, Colorado Springs, CO 80916-2749 SUBJECT: J--DEFENSE SATELLITE COMMUNICATION SYSTEM OPERATION CONTROL SYSTEM SUPPORT SERVICES (DOCS3) CNT DASG62-97-C-0001 AMT $73,857,861 LINE All Line Items DTD 122096 TO Stanford Telecommunications, Inc., SATCOM Ground Systems, (SGS), 5009 Centennial Blvd, Colorado Springs, CO 80919-2401 CITE: (I-355 SN014429) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: J--SERVICES IAW ATTACHED PWS CNT F41650-97-C-7000 AMT $1,498,000 DTD 111996 TO Record Systems Inc, 11 Burwood Ln, San Antonio Tx 78279 0905 CITE: (I-358 SN014688) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Department of Veteran Affairs Medical Center, Contracting Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199 SUBJECT: J--PM&E-ELEVATORS POC Susan Newton, Contracting Officer CNT V586P-3152 AMT $44,750 LINE 1-18 DTD 121996 TO MONTGOMERY-KONE, INC. 197 INTERSTATE DR SUITE E, RICHLAND,MS 39218 CITE: (I-358 SN014765) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT, 1300 E AVENUE, FORT LEE VA 23801-1800 SUBJECT: J--PROVIDE UNLIMITED, UNSCHEDULED MAINTENANCE/REPAIR OF ALL HOBART BRAND (AND SOME MISCELLANEOUS) FOOD PROCESSING EQUIPMENT AT VARIOUS COMMISSARIES LOCATED IN THE SOUTHWEST REGION. POC Contract Specialist ROBYN P. BARKLOW (804) 734-8391 Contracting Officer JOHN P. LAVINUS III (804) 734-8547 (Site Code DECA01) CNT DECA01-97-C-0004 AMT $329,058 DTD 122096 TO HOBART CORPORATION, EXECUTIVE OFFICES, 701 RIDGE AVENUE, TROY, OH 45374-0001 CITE: (I-358 SN014844) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: General Services Administration, Emmett J. Bean Finance Center, 8899 East 56th Street, Column 123D, Indianapolis, IN 46249 SUBJECT: J--CARPET INSTALLATION, EMMETT J. BEAN FINANCE CENTER, 8899 EAST 56TH STREET, INDIANAPOLIS, IN 46249 POC Beverly J. Fundersol, (317) 542-2169; or Pete Stankiewicz, (317) 542-2028. CNT GS05P97SRC0005 AMT $16,994.00 DTD 121396 TO J.R. Floorcovering, 7667 Continental Dr., Indianapolis, IN 46158 CITE: (M-358 SN014900) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: J--GENERAL REPAIRS BARGE POC R. Spalding CNT N00406-97-M-E619 AMT $72,882 LINE N/A DTD 120696 TO giannottr corp 401 alexander ave tacoma wa 98421 CITE: (I-358 SN014953) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: J--PROGRAMMING SUPPORT POC Sharon Phillips, Contract Negotiator, (215)697-9687. CNT N0014097CG225(N0014096R2913) AMT $74,483.00 LINE 0001-0002 DTD 122096 TO Advanced Communications Systems Inc 10089 Lee Highway Fairfax Va 22030 SYN 069. CITE: (I-358 SN014973) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: K--ALR-67 RADAR WARNING RECEIVER KITS FOR F-14 AIRCRAFT POC Contact, MICHAEL SMITH, Phone (703)604-6100 CNT N00019-96-G-0089 (Synopsis no. 20197-96) AMT $4,080,996 LINE N/A DTD 122096 TO NORTHROP GRUMMAN CORPORATION, SOUTH OYSTER BAY ROAD, BETHPAGE, NY 11714 CITE: (I-358 SN014964) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: U.S. Department of Labor, Office of Job Corps, Region V, 230 S. Dearborn, Chicago, Illinois 60604 SUBJECT: M--OPERATION OF THE FLINT/GENESEE JOB CORPS CENTER POC Contracting Officer, Cato W. Howard, Jr., for information contact Lynn D. Owens at (312) 353-2773. CNT RFP No. 5-JC-964-26 AMT $11,065,767.00 DTD 121896 TO Vinnell Corporation, 12150 E. Monument Drive, Fairfax, Virginia, 22033-4053 CITE: (M-358 SN014988) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Chief, A&MMS (90), VA Outpatient Clinic, 543 Taylor Avenue, Columbus, OH 43203-1278 SUBJECT: Q--SPECIALIZED MEDICAL RESOURCES - HEMODIALYSIS TREATMENTS POC Contracting Officer: Greg Hanks, 614.257.5522; Additional Contact: Don Anderson, 614.257.5524 CNT V757P-0317 AMT $227,401 LINE All DTD 122096 TO The Ohio State University, University Medical Center, 168 Doan Hall, University Hospital, 450 W 10th Street, Columbus,OH 43210 CITE: (I-355 SN014413) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth, KS 66048 SUBJECT: Q--MEDICAL SERVICES POC Stefanie Kongable, Contract Specialist, (913) 682-8700, ext. 613. CNT J164c-307, RFP 164-0203 AMT $19,760.00 LINE 5 DTD 121096 TO Transitions, 20320 Crawford Avenue, Matteson, Illinois 60443 CITE: (I-358 SN014766) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth, KS 66048 SUBJECT: Q--MEDICAL SERVICES POC Stefanie Kongable, Contract Specialist, (913) 682-8700, ext. 613. CNT J164c-308, RFP 164-0203 AMT $7,670.00 LINE 10 DTD 121096 TO Nurses, Inc., d/b/a NI Health Care Services, 2 Mid America Plaza, Suite 1070, Oak Brook Terrace, Illinois 60181 CITE: (I-358 SN014767) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth, KS 66048 SUBJECT: Q--MEDICAL SERVICES POC Stefanie Kongable, Contract Specialist, (913) 682-8700, ext. 613. CNT J164c-310, RFP 164-0203 AMT $4,200.00 LINE 9 DTD 121096 TO Bone and Joint Surgeons, Ltd., 20303 S. Crawford Avenue, Olympia Fields, Illinois 60461 CITE: (I-358 SN014768) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth, KS 66048 SUBJECT: Q--MEDICAL SERVICES POC Stefanie Kongable, Contract Specialist, (913) 682-8700, ext. 613. CNT J164c-312, RFP 164-0203 AMT $10,712.92 LINE 2, 4, 8 DTD 121096 TO National Medical Staffing, Inc., 1224 Coloma Way, Roseville, California 95661 CITE: (I-358 SN014769) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of HUD, Atlanta ASC, Atlanta Contracting Branch 4AACO 75 Spring St., Richard Russell Fed. Bldg., Atlanta, GA 30303-3388 SUBJECT: R--REAL ESTATE CLOSING AGENT SERVICES POC Charles Lipthrott or Michael Swan. CNT H04C97001109000 from RFP: DU204-R-96-0026 AMT $20,000.00 LINE B-3(A) (AREA 4) DTD 122096 TO Stewart Title of Mobile, 740 Hillcrest Road - Bldg E, Mobile, AL 36695 CITE: (I-358 SN014725) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: R--PATRIOT SUPPORT SERVICES (OPTION EXERCISE) POC (PCF) Queen Miller, Contract Specialist, AMSMI-AC-CFHA, (205) 842- 7409, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA, (205) 876-7321. CNT DAAH01-94-C-A007/P00010 AMT $89,115.40 LINE N/A DTD 122396 TO CAS Incorporated 650 Discovery Drive, P O Box 11190, Huntsville, AL, 35806 CITE: (I-358 SN014970) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: GSA Property Mgmt. Center Contracts Br.,Atrium West, Suite 121,7771 West Oak land Pk Blvd,Sunrise,FL 33351 SUBJECT: S--PROVIDE JANITORIAL SERVICE FOR THE POC Contact,Norman Washington,954/356-7688,Contracting Officer,Pamela D. Kelley ,954/356-7685 CNT GS-04P-96-LCC-0033 AMT $38400 DTD 120296 TO BSI of New York, Inc.,P.O. Box 443,Newtown,PA 18940 CITE: (I-355 SN014444) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration (8PM),Public Buildings Service,P. O. Box 255 46,Denver,CO 80225-0546 SUBJECT: S--CUSTODIAL SERVICES, PEMBINA, ND POC Contact,Alison B. Sullivan,303/236-1770,Contracting Officer,Alison Sullivan ,303/236-1770 CNT GS-08P-96-JCC-0512 AMT $82812 DTD 122096 TO Clean Sweep, Inc.,2863 S. Mabbett Avenue,Milwaukee,WI 53207 CITE: (I-355 SN014447) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration, PBS, Service Contracts (GPMF-S), 1500 E Bannister Rd., Rm 2201, Kansas City, MO 64131-3088 SUBJECT: S--SOLID WASTE DISPOSAL POC Theresa L. Wells or Katherine R. Miles, (816) 926-7078 CNT GS06P96GXC0146 AMT $59,678 DTD 121896 TO Waste Management of St. Louis, 11937 Dorsett, Maryland Heights, MO 63043 CITE: (W-358 SN014663) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Department of the Treasury, Internal Revenue Service, (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745 SUBJECT: T--IRS MULTIMEDIA COMMUNICATIONS SERVICES POC Contracting Officer, Steven G. VanderLinden, 202-283-1379 CNT TIRNO-97-D-00003 /IRS-96-0025 AMT $31,864,972 LINE ALL DTD 122096 TO EMMERLING POST, 415 MADISON AVENUE, 2nd FLoor, NEW YORK,, NY 10017 CITE: (I-358 SN014840) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C474-S AMT $85,513.00 DTD 121996 TO Potomac Printing, Inc., 84 S. Early Street, Alexandria, VA 22304 CITE: (M-358 SN014982) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 421-669 etc. AMT $66,103.00 DTD 121996 TO Gateway Press, Inc., 4500 Robards Lane, Louisville, KY 40218 CITE: (M-358 SN014999) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C486-S AMT $438,069.00 DTD 121296 TO Gateway Press, Inc., 4500 Robards Lane, Louisville, KY 40218 CITE: (M-358 SN015000) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd., S.E. Atlanta, GA 30315 SUBJECT: U--DRAFTING INSTRUCTOR POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX (404) 331-4409. CNT 05-0216, RFQ 452-0057 AMT $27,348.00 LINE Instructor 2 DTD 120296 TO Donald Sutherland CITE: (M-358 SN014918) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd., S.E. Atlanta, GA 30315 SUBJECT: U--BUILDING TRADES VT INSTRUCTOR POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX (404) 331-4409. CNT 05-0211, RFQ 452-0055 AMT $26,712.00 LINE Instructor 1 DTD 120296 TO Wayne Sarvis CITE: (M-358 SN014919) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd., S.E. Atlanta, GA 30315 SUBJECT: U--BUILDING TRADES VT INSTRUCTOR POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX (404) 331-4409. CNT 05-0212, RFQ 452-0055 AMT $25,440.00 LINE Instructor 2 DTD 120296 TO Glennis Brown CITE: (M-358 SN014920) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd., S.E. Atlanta, GA 30315 SUBJECT: U--BUSINESS EDUCATION VT INSTRUCTOR POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX (404) 331-4409. CNT 05-0213, RFQ 452-0056 AMT $26,712.00 LINE Instructor 1 DTD 120296 TO Paul Maddox CITE: (M-358 SN014921) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd., S.E. Atlanta, GA 30315 SUBJECT: U--BUSINESS EDUCATION VT INSTRUCTOR POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX (404) 331-4409. CNT 05-0214, RFQ 452-0056 AMT $26,712.00 LINE Instructor 2 DTD 120296 TO Kimberley Westbrook CITE: (M-358 SN014922) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd., S.E. Atlanta, GA 30315 SUBJECT: U--DRAFTING INSTRUCTOR POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX (404) 331-4409. CNT 05-0215, RFQ 452-0057 AMT $25,440.00 LINE Instructor 1 DTD 120296 TO Carol Ann Moyes CITE: (M-358 SN014923) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDA Forest Service, Pacific Northwest Region, 333 SW First Avenue, PO Box 3623, Portland, Oregon 97208-3623 SUBJECT: Y--ROAD 70 RELOCATION, WHITE RIVER RANGER DISTRICT, PIERCE COUNTY, WA POC Contact, Procurement & Property Management, 503/326-3581 CNT 50-04H1-7-8350 AMT S1,147,126.76 LINE N/A DTD 121996 TO Southworth and Sons, Inc., 50620 Enumclaw-Chinook Highway, Enumclaw, WA 98022-2015 CITE: (I-358 SN014770) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY CORPS OF ENGINEERS, CONTRACTING DIVISION, P. O. BOX 1229, GALVESTON TX 77553-1229 SUBJECT: Y--MITIGATION AREA TERRACING, CORPUS CHRISTI SHIP CHANNEL (45 FOOT PROJECT) NEUCES COUNTY, TEXAS POC Contracting Officer Mary A. Monnell (409) 766-3851 (Site Code DACW64) CNT DACW64-97-C-0006 AMT $245,388 DTD 122096 TO KING FISHER MARINE SERVICE INC, PO BOX 108, PORT LAVACA, TX 779790108 CITE: (I-358 SN014846) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USPFO For Missouri, Purchasing and Contracting, 7101 Military Circle, Jefferson City, Missouri 65101-1200 SUBJECT: Y--REPAIR ROOF, BUILDING 1 POC Contract Specialist, Kerrey Renkemeyer, (573) 526-9550. CNT DAHA23-97-C-0001 AMT $304,975.00 DTD 121096 TO KAW Roofing and Sheet Metal, Incorporated, 2105 North 13th Street, Kansas City, Kansas 66104 CITE: (M-358 SN015002) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, PBS,Property Management-6PMT,1500 E Bannist er, Rm 2135,Kansas City,MO 64131-3088 SUBJECT: Z--DFAS OFFICE CONVERSION POC Contact,Peggy Jewett,816/926-5317,Contracting Officer,Peggy S. Jewett,816/9 26-5317 CNT GS-06P-96-GYC-0036 AMT $1468036 DTD 121796 TO CW Luebbert Const. Co., I,8422 South 7 Highway,Blue Springs,MO 64014 CITE: (I-355 SN014446) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Directorate Of Contracting/Oo-Alc Pko, Oo-Alc 6038 Aspen Avenue Bldg 1289 Ne, Hill Air Force Base, Ut 84056-5000 SUBJECT: Z--REPAIR BASEBALL LIGHTS CNT F42650-97-M-2715, F42650-96-T-B119 AMT $41,803 DTD 121896 TO Schoonmaker Electro Mechanical, 2671 West 1900 North, Ogden Ut 84404-9757 CITE: (I-358 SN014711) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Z--UST/AST MONITORING AT THE USMC LOGISTICS BASE, BARSTOW, CALIFORNIA POC Contract Specialist, Julie Torres/Contracting Officer, Alice Barker. CNT N68711-95-C-7767 AMT $74,970.00 LINE N/A DTD 122096 TO A.E. Schmidt Environmental, 16509 Saticoy Street, Van Nuys, CA 91406 CITE: (I-358 SN014746) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer In Charge Of Construction, 632Laguna Street, Code 831000E, Naval Air Weapons Station (NAWS) Point Mugu, Ca, 93042-5031 SUBJECT: Z--REPAIR AIRFIELD PAVMENTS FOR THE NAVAL AIR WEAPONS STATION, POINT MUGU, CA POC Tom George, Contract Specialist, (805) 989-8154 CNT N62474-96-C-9541 AMT $391,720.02 DTD 111996 TO To: Universal Asphalt, Co., Inc., 10610 S. Painter Avenue, Santa Fe Springs, Ca 90670 CITE: (D-358 SN014818) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer In Charge Of Construction, 632Laguna Street, Code 831000E, Naval Air Weapons Station (NAWS) Point Mugu, Ca, 93042-5031 SUBJECT: Z--REPAIR AIRFIELD PAVMENTS FOR THE NAVAL AIR WEAPONS STATION, POINT MUGU, CA POC Tom George, Contract Specialist, (805) 989-8154 CNT N62474-96-C-9541 AMT $391,720.02 DTD 111996 TO To: Universal Asphalt, Co., Inc., 10610 S. Painter Avenue, Santa Fe Springs, Ca 90670 CITE: (D-358 SN014821) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U. S. ARMY CORPS OF ENGINEERS, CONTRACTING DIVISION, P. O. BOX 1229, GALVESTON TX 77553-1229 SUBJECT: Z--DREDGING ENTRANCE CHANNEL, BRAZOS ISLAND HARBOR, TEXAS IN CAMERON COUNTY, TEXAS POC Contracting Officer Mary A. Monnell (409)766-3851 (Site Code DACW64) CNT DACW64-97-C-0007 IFB NO. DACW64-97-B-0002 AMT $2,864,900 DTD 121996 TO GULF COAST TRAILING COMPANY, PO BOX 20116, NEW ORLEANS, LA 70141-0116 CITE: (I-358 SN014845) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: COMMANDER, USA WHITE SANDS MISSILE RANGE, STEWS-DOC, WSMR NEW MEXICO 88002-5201 SUBJECT: Z--MODERNIZATION OF INTERIOR/EXTERIOR OF COMMERCIAL BUILDINGS POC Edna T. Hakenson, Contract Specialist, at (505) 678-4936 or Norbert F. Dupre, Contracting Officer, (505) 678-5134. (Site Code DAAD07) CNT DAAD07-97-D-0101 AMT $3,000,000 LINE 0001 through 2662 DTD 122096 TO SAUCEDO BROTHERS INC, ATTN ALFREDO SAUCEDO, 7124 N MESA, EL PASO, TX 79912 CITE: (I-358 SN014856) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8, PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890 SUBJECT: Z--MAINTENANCE DREDGING IN MOREHEAD CITY HARBOR (OCEAN BAR) & WILMINGTON HARBOR, NC (OCEAN BAR) (IFB DACW54-97-B-0004) POC Contracting Officer SHERREL SHOLAR-JACKSON (910) 251-4866 (Site Code DACW54) CNT DACW54-97-C-0012 AMT $4,241,500 DTD 121996 TO NATCO LIMITED PARTNERSHIP, 2122 YORK ROAD, OAK BROOK, IL 60521 CITE: (I-358 SN014858) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC Guantanamo NAVFACENGCOM Contracts, NAVBASE, PSC 1005, Box 37, FPO AE 09593-0137 SUBJECT: Z--REMOVE AND REPLACE UNDERGROUND STORAGE TANKS, U.S. NAVAL STATION, GUANTANAMO BAY, CUBA POC Contact the Overseas Operator and ask for U.S. Naval Base, Guantanamo Bay, Cuba, Ext. 4162, or direct dial 011-53-99-4162 and ask for Mrs. Jeanette Sweeting, Contract Specialist or FAX to 011-53-99-4896. CNT N62470-96-C-6833 AMT $2,889,387.00 DTD 120496 TO Islands Mechanical Contractor, Incorporated, 526 Stockton Street, Jacksonville, FL 32204 CITE: (M-358 SN014984) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC ROICC GUANTANAMO NAVFACENGCOM Contracts, NAVBASE, PSC 1005, Box 37, FPO AE 09593-0137 SUBJECT: Z--AIR CONDITIONING SYSTEM, W.T. SAMPSON ELEMENTARY SCHOOL, U.S. NAVAL BASE, GUANTANAMO BAY, CUBA POC Contact the Overseas Operator and ask for U.S. Naval Base, Guantanamo Bay, Cuba, Ext. 4162, or direct dial 011-53-99-4162 and ask for Mrs. Jeanette Sweeting, Contract Specialist or FAX to 011-53-99-4896. CNT N62470-94-C-1542 AMT $899,700.00 DTD 120496 TO Islands Mechanical Contractor, Incorporated, 526 Stockton Street, Jacksonville, FL 32204 CITE: (M-358 SN014987) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--DISK, OUTER. SOL 96TQ78-02-P-0700 CNT SP0750-97-W-5613 AMT $26,821.08 LINE 0001 THROUGH 0002 DTD 122096 TO Rockford Powertrain Inc 1200 Windsor Rd P O Box 2908 Rockford IL 61132-2908 CITE: (I-357 SN014553) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WVP), Rock Island , IL 61299-7630 SUBJECT: 10--RIFLE, COLT MODEL R0705 & M203 G.L., COLT COMMERCIAL POC Contract Specialist: Addy Tkatch (309) 782-5313, PCO: Brian W. Schmidt (309) 782-8490 CNT DAAE20-97C0029/P00001 AMT $996,167 LINE N/A DTD 122096 TO Colt's Manufacturing Company, Inc., P. O. Box 1868, Hartford, CT 06144-1868 CITE: (I-358 SN014783) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA), Attn: AMSTA-AC-PCC (WWI), Rock Island, IL 61299-7630 SUBJECT: 10--BRUSH AND BAG ASSEMBLY POC Contract Specialist: Elizabeth Langdon (309) 782-6807, PCO: Barry R. Hartleben (309) 782-7116 CNT DAAE20-97C0065 AMT $39,332 LINE N/A DTD 121996 TO Break-Free Inc., 1035 S. Linwood Ave., Santa Ana, CA 92705 CITE: (I-358 SN014943) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center Redstone Arsenal, AL 35898-5280 SUBJECT: 12--BASIC CONTROL UNIT POC Wanda Baker, AC-CDC, 6-3046, Contract Specialist. CNT DAAH01-92-G-0001/0082/01 AMT $156,276.00 LINE N/A DTD 122096 TO Hughes Technical Services 1665 Hughes Way Bldg A2 Long Beach, CA 90810-1835 CITE: (I-358 SN014937) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--COVER, ACCESS SOL SP0460-96-X-6177 CNT SP0460-97-M-4551 AMT $51,640.00 LINE 0001 DTD 122096 TO H A C Corp 537 Camden Dr P.O.Box 531166 Grand Prairie TX 75053 CITE: (I-357 SN014471) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--CABLE GUIDE, LIFE RA SOL SP0460-96-Q-XW49 CNT SP0460-97-M-4514 AMT $30,659.00 LINE 0001 DTD 122096 TO Orlotronics Corp 401 E 4TH St Bridgeport PA 19405-1815 CITE: (I-357 SN014477) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--WEDGE ASSY, TRAILING SOL SP0460-97-Q-C090 CNT SP0460-97-M-4565 AMT $25,905.00 LINE 0001 DTD 122096 TO Ellcott Mfg Co Vernon Industrial Pk Bldg 2 P O Box 2415 Vernon CT 06066 CITE: (I-357 SN014499) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--MANUAL INPUT ASSEMB SOL SP0460-96-X-4214 CNT SP0460-97-M-2443 AMT $44,799.56 LINE 0001 DTD 122096 TO Talley Corp the DBA Teleflex control systems 1950 Williams Dr Oxnard CA 93030 CITE: (I-357 SN014481) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--DEFLECTOR, BALL SOL SP0460-97-Q-C024 CNT SP0460-97-M-4531 AMT $68,672.00 LINE 0001 DTD 122096 TO Thomson Saginaw Ball Screw Co Inc 628 N Hamilton St Saginaw MI 48602-4301 CITE: (I-357 SN014505) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--SHELL, BLADE, PROPELLER. SOL 97T546-52-P-0700 CNT F09603-94-G-0038-UB56 AMT $93,675.70 LINE 0001AA THROUGH 0003 DTD 122096 TO United Technologies Corp Hamilton Standard Div 1 Hamilton Rd Windsor Locks CT 06096-1010 CITE: (I-357 SN014551) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--CAM, ANTI-FLAP, ROTARY WING HEAD. STEEL CASTING SOL SP0740-96-Q-GD01 CNT SP0740-97-M-4008 AMT $44,000.25 LINE 0001 THROUGH 0002 DTD 122096 TO Boggs and associates 3555 E Fulton St Columbus OH 43227-1126 CITE: (I-357 SN014562) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--CYLINDER BLOCK, HYDRAULIC SOL SP0740-96-X-S330 CNT SP0740-97-M-9044 AMT $39,583.89 LINE 0001 DTD 122096 TO Kampi Components Co., Inc. 210 Route 13 Bristol, PA 19007 CITE: (I-357 SN014572) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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 ELEMENT, FLUID. SOL SP0740-97-Q-0151 CNT F09603-95-G-0013-UB6H AMT $49,243.50 LINE 0001AA THROUGH 0001AB DTD 122096 TO Pall Aeropower Corp Sub of Pall Corp 6301 49TH St N Pinellas Park FL 34665-5798 CITE: (I-357 SN014575) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--RING, OIL SEAL. END ITEM C118, C123, C131, T29 SOL SP0740-97-Q-0162 CNT SP0740-97-M-1554 AMT $57,752.26 LINE 0001 THROUGH 0003 DTD 122096 TO Campbell Industries 1604 E Harding Way Stockton CA 95205 CITE: (I-357 SN014583) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--STATOR ASSEMBLY, ACTUATOR. SOL SP0750-96-Q-9791 CNT SP0750-97-M-7160 AMT $56,833.26 LINE 0001 THROUGH 0002 DTD 122096 TO Gec-Marconi Aerospace Inc 110 Algonquin Pky Whippany NJ 07981-1640 CITE: (I-357 SN014584) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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 63120-1798 SUBJECT: 16--PUSH ROD ASSY, DAAJ09-96-R-0420 POC ATTN: AMSAT-A-PLBA, Thelma Collins, Contract Specialist (314)263- 2048, or June Tharp, Contracting Officer, (314)263-0800; FAX (314)263- 9012. CNT DAAJ09-97-D-0045, 0001, Firm Fixed Price 5 Year Indefinite Delivery/ Quantity contract, Min/Max Qty 81/722. The dollar amount below is based on the minimum quantity. AMT $52,974.00 LINE N/A DTD 121896 TO TEK Precision Co., Ltd, 205 W. Industry Ct, P.O. Box 9020, Deer Park, NY 11729-9020 CITE: (I-358 SN014757) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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 63120-179 SUBJECT: 16--CUFF ASSEMBLY, NSN: 1615-01-099-2341, P/N: 70150-09109-041 POC Mary Deutschmann, Contract Specialist, 314-263-0515, or June P. Tharp, Contracting Officer, 314-263-0800, FAX No. x9012. CNT DAAJ09-97-D-0067, Sol DAAJ09-96-R-0421, 3 year Indefinite Delivery- Indefinite Quantity (IDIQ), Min/Max 590/1722 each. The dollar amount below is based on the minimum quantity. AMT $2,943,510.00 LINE 0001AA DTD 122096 TO Sikorsky Aircraft Corp., 6900 Main St., P. O. Box 9729, Stratford, CT 06497-9129. CITE: (I-358 SN014758) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U. S. Army ATCOM, ATTN: AMSAT-A-PLBA, 4300 Goodfellow Blvd., St. Louis, MO 63120-179 SUBJECT: 16--CYLINDER ASSY, NSN: 1615-01-085-5319, P/N: 70106-08001-042 POC Anglea Clark, Contract Specialist, (314)263-0799 or Daniel Fuller, Contracting Officer, (314) 263-2555. CNT DAAJ09-97-C-0071, sol DAAJ09-96-R-0626 AMT $69,015.00 LINE 0001AA AND 0002 DTD 122196 TO Wil-Nic, Inc., 112-37 Roosevelt Avenue, Corona, New York 11368-2623 CITE: (I-358 SN014779) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--LOCK, AIRCRAFT GROUND SAFETY, EJECTION SEAT. SOL SP0740-96-Q-0378 CNT SP0740-97-M-6609 AMT $30,222.00 LINE 0001 THROUGH 0005 DTD 122096 TO Laumann Mfg Corp 155 Comac St Ronkonkoma NY 11779 CITE: (I-357 SN014558) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--LEG EXTENSION KIT. EXCEPTION DATA AS FOLLOW: SOL SP0770-97-Q-MA46 CNT SP0770-97-M-EA48 AMT $33,000.00 LINE 0001 DTD 122096 TO Regent Mfg. Inc. 11905 regentview Ave P O Box 39721 Downey CA 90241-5587 CITE: (I-357 SN014559) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 17--ADAPTER ASSY ENGINE/APPL F15 ACFT --1730001556078 CNT F41608-97-C-0161, F41608-96-R-0252 AMT $99,925 DTD 121896 TO Sunbelt Design & Development, 731 Perez, San Antonio Tx 78207-0000 CITE: (I-358 SN014673) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box 215,Portsmouth,VA,23705-0215 SUBJECT: 19--USS SHREVEPORT (LPD-12), SSP 092-97, TAV CNT Job Order 7044 AMT $51,242.00 LINE 0001, 0002, 0003 DTD 122096 TO Dreadnought Marine, Inc., 3200 E. Princess Anne Road, Norfolk, VA 23504 CITE: (I-358 SN014717) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 20--WINDOW, MARINE SOL SP0490-97-X-K178 CNT SP0490-97-M-AE49 AMT $26,583.00 LINE 0001 THROUGH 0005 DTD 122096 TO Gec-Marconi Electronic Systems Corp ES Marine Div 550 S Fulton Ave Mount Vernon NY 10550-5010 CITE: (I-357 SN014480) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 23--M1022A1 DOLLY S CNT DAAE0793DJ0010009 AMT $5,166,180 DTD 121696 TO Engineered systems Co, 2550 market St Aston, PA190143426 CITE: (I-355 SN014457) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, automotive commodity, acquisitiondivision (FCAPX), Washington, DC 20406 SUBJECT: 23--LIGHT TRUCKS SOL FCAP-X2-CHOICE-N POC Denise Banks (703) 308-4148 CNT GS-30F-97031 AMT $94,392,110.00 LINE VARIOUS DTD 111896 TO Ford Motor Company, Ford Division, 300 Renaissance Center, detroitmi 48243 CITE: (I-357 SN014632) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, Automotive Center, acquisition, Division (FCAPX), Washington, DC 20406 SUBJECT: 23--LIGHT TRUCKS SOL FCAP-X2-CHOICE-N POC Denise Banks (703) 308-4148 CNT GS-30F-97032 AMT $79,529,867.00 LINE VARIOUS DTD 111896 TO General Motors Corporation, fleet operations-bid center, 30007 van Dyke Avenue, Warren, MI 48090 CITE: (I-357 SN014633) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, Automotive Center, Acquisition Division (FCAPX), Washington, DC 20406 SUBJECT: 23--LIGHT TRUCKS SOL FCAP-X2-CHOICE-N POC Denise Banks (703) 308-4148 CNT GS-30F-97030 AMT $74,834,667.00 LINE VARIOUS DTD 111896 TO Chrysler corporation, 1401 H Street, n.w., Suite 700, Washington, DC 20005 CITE: (I-357 SN014634) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--FAN DUCT, RIGHT SIDE OIL COOLER. ON FULL SOL SP0750-96-Q-9803 CNT SP0750-97-M-7188 AMT $29,900.00 LINE 0001 THROUGH 0002 DTD 122096 TO Lakewood Mfg Co DBA lmc 25100 Detroit Rd Westlake OH 44145-2533 CITE: (I-357 SN014556) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--SHAFT, AXLE, AUTOMOTIVE. SOL SP0750-97-Q-0003 CNT SP0750-97-M-4332 AMT $38,990.40 LINE 0001 DTD 122096 TO Military trucks and parts Inc Rd 5 P.O.Box 109 Somerset PA 15501 CITE: (I-357 SN014574) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--SEAL, AIR, AIRCRAFT SOL SP0480-96-Q-W753 CNT F34601-97-G-0002-TY15 AMT $25,248.24 LINE 0001 THROUGH 0002 DTD 122096 TO General Electric Supply Co Support Services Section 158 Gaither Drive Mt Laurel N J 08054-1716 CITE: (I-357 SN014497) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--SEAL ASSEMBLY, SHAFT SOL SP0480-96-Q-W671 CNT SP0480-97-M-F394 AMT $39,514.80 LINE 0001AA THROUGH 0003 DTD 122096 TO Magnetic seal Corp 365 market St P O Box 445 P O Box 445 Warren RI 02885 CITE: (I-357 SN014502) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--SEAT, EXTAUST VALVE. SOL SP0760-96-R-2683 CNT SP0760-97-C-4326 AMT $67,504.85 LINE 0001 DTD 122096 TO Coltec Industries Inc Fairbanks Morse engine Div 701 white Ave beloit WI 53511-5447 CITE: (I-357 SN014555) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--PISTON, INTERNAL COMBUSTION ENGINE. SOL SP0770-97-Q-MC28 CNT SP0770-97-M-AP11 AMT $81,306.75 LINE 0001 THROUGH 0002 DTD 122096 TO Minowitz Mfg Co 27941 Groesbeck Hwy Roseville MI 48066-2756 CITE: (I-357 SN014557) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--RING, PISTON. SOL SP0740-96-Q-GC92 CNT SP0740-97-M-3988 AMT $34,456.00 LINE 0001 THROUGH 0003 DTD 122096 TO Cook Airtomic A Dover Resources Co. 916 S 8TH St P O Box 1038 Louisville KY 40201-1038 CITE: (I-357 SN014560) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--RING, PISTON SOL SP0770-96-X-MM33 CNT SP0770-97-M-AP06 AMT $29,899.44 LINE 0001 THROUGH 0004 DTD 122096 TO E S Components Co. 1922 S Smithville Rd. P.O.Box 20565 Dayton OH 45420-2854 CITE: (I-357 SN014579) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 28--OUTER SHELL/J69 ENGINE --2840011922385PE CNT F09603-94-G-0026SA54, F41608-97-R-49017 AMT $2,203,026 DTD 122096 TO Teledyne Ryan Aeronautical, Tcae Turbine Engine Unit, 1330 Laskey Rd, P O Box 6971, Toledo Oh 43612-0971 CITE: (I-358 SN014873) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 28--VANE; APPL: J85 ENGINE --2840001601692RX CNT F41608-96-C-1168, F41608-96-R-49621 AMT $124,250 DTD 121796 TO Kerns Mfg Corp, 37-14 29th St, Long Island City Ny 11101-2612 CITE: (I-358 SN014874) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 28--DIESEL ENG REPAIR PARTS POC J. Gregg CNT N00406-97-D-5001 AMT $465,210 LINE N/A DTD 122096 TO coltec industries inc 18926 13th pl so seattle wa 98148 CITE: (I-358 SN014945) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--PISTON, PRIMARY PUMP SOL SP0480-97-Q-J239 CNT SP0480-97-M-F427 AMT $31,356.00 LINE 0001 THROUGH 0002 DTD 122096 TO Carter J C Co Inc 671 W 17TH St Costa Mesa CA 92627 CITE: (I-357 SN014474) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--PISTON SOL SP0480-97-Q-J045 CNT SP0480-97-M-F335 AMT $49,500.00 LINE 0001 DTD 122096 TO Arkwin Industries Inc 686 Main St Westbury NY 11590-5018 CITE: (I-357 SN014496) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--VALVE, FUEL-AIR MIXTURE SOL SP0480-97-Q-J004 CNT SP0480-97-M-F424 AMT $43,015.40 LINE 0001 THROUGH 0002 DTD 122096 TO Eaton Corp Valve and Actuator Div 2338 Alaska Ave El Segundo CA 90245-4896 CITE: (I-357 SN014504) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--AIR CLEANER FILTER KIT. CONSISTS OF FILTER AND CNT SP0750-97-C-2803 AMT $185,966.00 LINE 0001 THROUGH 0003 DTD 122096 TO TDC-UAC Inc sub of TDC Filter Mfg Inc 1331 S 55TH CT Cicero IL 60650 CITE: (I-357 SN014550) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--BOX, PROTECTIVE CONTROL (REVERSE POLARITY SOL SP0750-97-Q-0082 CNT SP0750-97-C-2109 AMT $104,238.60 LINE 0001 THROUGH 0004 DTD 121896 TO Prestolite Electric Inc 2100 Commonwealth Blvd Suite 300 Ann Arbor MI 48105 CITE: (I-357 SN014571) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--NOZZLE, FUEL INJECTION. SOL SP0750-96-Q-0463 CNT SP0750-97-M-0211 AMT $70,885.36 LINE 0001 THROUGH 0002 DTD 122096 TO Southern Specialty Products, Inc. 3822-D Commercial Court Martinez, GA 30907 CITE: (I-357 SN014578) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 29--CAM ASSEMBLY SOL SP0500-96-Q-1087 CNT SP0500-97-M-U666 AMT $58,235.00 LINE 0001 DTD 122096 TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015 CITE: (I-357 SN014602) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 29--HANDLE, LEVER, THROTTLE SOL SP0500-96-Q-ED53 CNT SP0500-97-M-V327 AMT $40,438.65 LINE 0001 DTD 122196 TO Adams Rite sabe IN "TL Inc 540 W Chevy Chase Dr Glendale CA 91209 CITE: (I-357 SN014606) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 29--PARTS KIT, PUMP, OVER SOL SP0500-97-Q-B901 CNT N00383-93-G-M111-TZGD AMT $28,586.26 LINE 0001 DTD 122096 TO Sundstrand Aerospace 4747 Harrison Ave Rockford IL 61125-7002 CITE: (I-357 SN014610) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 29--BUTTERFLY ASSEMBLY, APPL: C-141, P/N: 42262 --2915012308565 CNT F41608-97-C-0130, F41608-96-R-38501 AMT $93,060 DTD 122096 TO Jc Carter Co Inc, 671 W 17th St, Costa Mesa Ca 92627-3605 CITE: (I-358 SN014879) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--SHAFT, SHOULDERED SOL SP0770-97-Q-MB90 CNT SP0770-97-M-HP19 AMT $73,630.70 LINE 0001AA THROUGH 0002AB DTD 122096 TO Leland Electrosystems Inc 740 E National Rd Vandalia OH 45377-3062 CITE: (I-357 SN014554) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--GEAR, BEVEL SOL SP0740-96-Q-0437 CNT SP0740-97-M-6580 AMT $26,358.70 LINE 0001 THROUGH 0002 DTD 122096 TO General Electric Supply Co support services OPNS sub of General Electric Co 158 Gaither Dr Mount Laurel NJ 08054-1702 CITE: (I-357 SN014573) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--CONNECTING LINK, RIGID SOL SP0740-96-R-0212 CNT N00383-93-G-B417-UBBB AMT $99,518.30 LINE 0001 THROUGH 0002AB DTD 122096 TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert St Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516 CITE: (I-357 SN014577) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--SHAFT, SHOULDERED SOL SP0770-96-Q-VG89 CNT SP0770-97-M-HP17 AMT $30,745.00 LINE 0001 THROUGH 0003 DTD 122096 TO Austin continental Industries Inc 3636 N talman Ave Chicago IL 60618-4711 CITE: (I-357 SN014580) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--SHAFT ASSEMBLY, FLEXIBLE. SOL 97T260-42-P-0700 CNT SP0740-97-M-4011 AMT $25,662.42 LINE 0001 THROUGH 0002 DTD 122096 TO Elliott B W Mfg Co Inc 37 Milford St P O Box 773 Binghamton NY 13902 CITE: (I-357 SN014585) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3, Kelly Afb, Texas 78241-5443 SUBJECT: 31--BEARING OPTION --3120012211132PT CNT F34601-94-G-0028SATZ AMT $45,555 DTD 120296 TO United Technologies Corp/Pratt And, Whitney Acft Group Govt Prod Div, P O Box 109600, West Palm Beach Fl 33410-9600 CITE: (I-355 SN014440) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL SOL SP0500-97-Q-C499 CNT SP0500-97-M-T238 AMT $70,062.00 LINE 0001 DTD 122096 TO Lipe-Rollway Corp Rollway Bearing Div 7600 Morgan Rd Liverpool NY 13088-3433 CITE: (I-357 SN014599) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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 SP0500-96-Q-ME67 CNT SP0500-97-M-W044 AMT $83,520.00 LINE 0001 THROUGH 0002 DTD 122096 TO Kaydon Corp 2860 McCracken St P O Box 688 Muskegon MI 49443 CITE: (I-357 SN014607) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, ANNULAR CNT SP0500-97-M-U745 AMT $51,180.00 LINE 0001 THROUGH 0004 DTD 122096 TO Barden Corp the Precision Bearings Div 200 Park Ave Danbury CT 06810-7505 CITE: (I-357 SN014608) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--BUSHING, SLEEVE CNT F34601-97-G-0002-TZ05 AMT $271,745.60 LINE 0002AA THROUGH 0003AD DTD 122296 TO General Electric Supply Co Support Services Section 158 Gaither Drive Mt Laurel N J 08054-1716 CITE: (I-357 SN014612) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, NEEDLE SOL 96TDN2-62-P-0500 CNT SP0500-97-M-R744 AMT $99,647.00 LINE 0001 THROUGH 0003 DTD 122096 TO Roller Bearing Co of America 400 Sullivan Way P.O.Box CN 77430 Trenton NJ 08628-7430 CITE: (I-357 SN014617) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL ANNULAR SOL SP0500-97-Q-7241 CNT SP0500-97-M-V364 AMT $72,228.00 LINE 0001 DTD 122196 TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New York 14701 CITE: (I-357 SN014618) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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, DOOR ASSEMBLY SOL SP0500-96-R-A055 CNT SP0500-97-M-U611 AMT $49,290.00 LINE 0001 THROUGH 0009 DTD 122096 TO Esta products 16 Missouri Dr Warwick RI 02886-8117 CITE: (I-357 SN014619) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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 SP0500-96-Q-PH33 CNT SP0500-97-M-U729 AMT $36,427.00 LINE 0001 DTD 122096 TO MPB Corp Miniature Precision Bearings Div Precision Pk P O Box 547 Keene NH 03431 CITE: (I-357 SN014623) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 31--BEARING ROLLER POC M. Balahadia CNT N00406-97-M-D446 AMT $48,000 LINE N/A DTD 120696 TO arizona airfraft supply co 2643 w ivanhoe st chandler az 85224 CITE: (I-358 SN014946) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: 38--CRANE ARTICULATING POC Clarence Campbell, Purchasing Agent, (904)234-4853 Mark Ross, Contracting Officer, (904)235-5624. CNT N61331-97-M-6099/N61331-97-Q-6008 AMT $48,290.00 LINE 0001 DTD 120996 TO Jim Hardee Equipment Company, Tampa FL, 33675 CITE: (I-358 SN014959) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 39--STORAGE AND RETRIEVER SOL SP0500-97-Q-J077 CNT SP0500-97-M-V410 AMT $54,890.80 LINE 0001 THROUGH 0004 DTD 122196 TO Stanley Storage Systems Inc 11 Grammes Rd P.O.Box 1151 Allentown PA 18105-1151 CITE: (I-357 SN014601) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 39--PALLET, MATERIAL HANDLING SOL SP0500-97-Q-C714 CNT SP0500-97-M-V264 AMT $35,750.00 LINE 0001 THROUGH 0004 DTD 122096 TO Mount valley farms and lumber 1240 nawakwa Rd biglerville PA 17307-9728 CITE: (I-357 SN014616) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 40--CHAIN ASSEMBLY, SLING SOL SP0500-97-Q-D538 CNT SP0500-97-M-W009 AMT $39,560.00 LINE 0001 THROUGH 0002 DTD 122196 TO Systems and electronics Inc transport and load management systems 201 Evans Ln Saint Louis Mo 63121-1126 CITE: (I-357 SN014624) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 43--TURBINE MAIN FEED PUMP POC M. Klose CNT N00406-97-C-4026 AMT $217,050 LINE N/A DTD 121796 TO coffin turbo pump 326 south dean street englewood nj 07631 CITE: (I-358 SN014947) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 44--COOLER FLUID POC R. Jacobson CNT N00406-97-M-E824 AMT $32,890 LINE N/A DTD 121996 TO itt standard 175 stanard park way cheektowaga ny 14227 CITE: (I-358 SN014948) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 45--SINK, SCULLERY SOL SP0500-96-Q-PM66 CNT SP0500-97-M-U392 AMT $47,000.00 LINE 0001 DTD 122196 TO Delta Industries Inc 1490 lindsay Blvd Idaho Falls ID 83405 CITE: (I-357 SN014611) [Commerce Business Daily: Posted December 20, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 47--TUBE ASSY --4710002217159 CNT F09603-95-G-0015SA23, F41608-96-R-16236 AMT $222,240 DTD 121196 TO Abex/Nwl Aerospace, Div Of Pneumo Abex Corporation, 2220 Palmer Ave, Kalamazoo Mi 49001-0000 CITE: (I-355 SN014449) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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 SP0750-96-R-0624 CNT SP0750-97-M-7187 AMT $58,981.50 LINE 0001 DTD 122096 TO Titeflex Corp sub of Bundy Corp 603 Hendee St P.O.Box 90054 Springfield MA 01139 CITE: (I-357 SN014561) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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. SOL SP0740-97-Q-0077 CNT F09603-95-G-0027-UBBK AMT $50,808.80 LINE 0001 DTD 122096 TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI 49203-1972 CITE: (I-357 SN014576) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--AIR DRIER AND COOLER, PIPELINE. WITH SPECIAL SOL SP0750-97-Q-0099 CNT SP0750-97-M-1245 AMT $61,440.00 LINE 0001 THROUGH 0008 DTD 122096 TO Windward enterprises 8049 Saddle Run Powell OH 43065 CITE: (I-357 SN014581) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 47--TUBE ASSY --4710002217159 CNT F41608-97-M-0474, F41608-97-R-16072 AMT $53,100 DTD 122096 TO Precision Mold & Tool Inc, 941 Isom Rd, San Antonio Tx 78216 4136 CITE: (I-358 SN014894) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--MANIFOLD ASSEMBLY, VALVE. SOL SP0740-97-Q-0004 CNT SP0740-97-M-7755 AMT $76,725.00 LINE 0001 DTD 122096 TO Whittaker Corp Whittaker Controls Div 12838 Saticoy St P O Box 3951 North Hollywood CA 91605 CITE: (I-357 SN014552) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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, SOLENOID. 110 VOLTS AC, COPPER ALLOY BODY SOL SP0760-97-Q-0057 CNT SP0760-97-M-3972 AMT $49,575.28 LINE 0001 DTD 122096 TO R P M supply Corp 5071 Brand Rd Dublin OH 43017-9530 CITE: (I-357 SN014582) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 48--BUTTERFLY VALVE --4810012537542 CNT F41608-97-M-0580, F41608-97-R-16032 AMT $44,438 DTD 121796 TO Itt Fluid Technology Corp, Itt Aerospace Controls Div, 28150 Industry Drive, Valencia Ca 91384-0000 CITE: (I-358 SN014895) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 49--CABLE ASSEMBLY, SPECIAL SOL SP0450-96-Q-SL03 CNT SP0450-97-M-K531 AMT $28,716.66 LINE 0001 DTD 122096 TO Power plus Inc 550 parque Dr ormond Beach FL 32174-7530 CITE: (I-357 SN014493) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center Redstone Arsenal, AL 35898-5280 SUBJECT: 49--KEYBOARD AND FI POC Terry Boone, 205-876-2170, Contract Specialist, Denise L. Owens, 205- 842-6517, Contracting Officer. CNT DAAH01-92-G-0001, Order 0098 AMT $58,800.00 LINE N/A DTD 121196 TO Hughes Technical Services Co 1665 Box 9399 M/S 1C270 Long Beach, CA 90810-1835 CITE: (I-358 SN014936) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 51--SPANNER WRENCH/APPL TF39 ENGINE --5120006782222PS CNT F41608-97-C-0134, F41608-96-R-0261 AMT $98,000 DTD 121896 TO Wayne Trail Tool & Die Co, 203 E Park St, Fort Loramie Oh 45845-9303 CITE: (I-358 SN014672) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--WASHER, NOZZLE-OVERHEAD SOL SP0500-96-Q-ND01 CNT F42600-94-G-7559-TZ5B AMT $85,477.50 LINE 0001 THROUGH 0004 DTD 122096 TO Boeing Co, The Defense and Space Group PO Box 3999 7755 E. Marginal Way Seattle WA. 98124-2499 CITE: (I-357 SN014600) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL RING, METAL CNT SP0500-97-M-U451 AMT $98,430.00 LINE 0001AA THROUGH 0001AB DTD 122096 TO Cook Airtomic A Dover Resources Co. 916 S 8TH St P O Box 1038 Louisville KY 40201-1038 CITE: (I-357 SN014604) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--GASKET SOL 96AA93-62-P-0500 CNT SP0500-97-M-V395 AMT $44,325.12 LINE 0001 THROUGH 0002 DTD 122196 TO R-way gasket and supply Co 1950 E sedgley Ave Philadelphia PA 19124-5622 CITE: (I-357 SN014605) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--RING, PISTON INSERT SOL SP0500-96-R-0366 CNT SP0500-97-C-0032 AMT $70,500.00 LINE 0001 DTD 122096 TO Electro-Methods Inc 330 Governors Hwy P.O.Box 54 South Windsor CT 06074-2422 CITE: (I-357 SN014609) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SPRING, HELICAL, COMPRESSION SOL SP0500-96-Q-SX93 CNT SP0500-97-M-N412 AMT $29,415.00 LINE 0001 THROUGH 0002 DTD 122296 TO Capital spring Co an affil of chestnut group Inc 515 bonham Ave Columbus OH 43211 CITE: (I-357 SN014614) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--PARTS KIT, SEAL REPL CNT SP0500-97-M-U578 AMT $41,000.00 LINE 0001 THROUGH 0002 DTD 122096 TO Tailored Logistics Corp 9517 Sugar Mill Dr Fort Wayne IN 46835 CITE: (I-357 SN014620) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--BOLT SHEAR SOL SP0500-97-Q-E777 CNT SP0500-97-W-1132 AMT $32,760.00 LINE 0001 DTD 122196 TO Tps aviation Inc 1515 Crocker Ave Hayward CA 94544-7038 CITE: (I-357 SN014621) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SPACER, SLEEVE SOL SP0500-97-Q-B308 CNT SP0500-97-W-1152 AMT $99,000.00 LINE 0001 DTD 122196 TO APEX Mfg Co Inc 7358 Radford Ave North Hollywood CA 91605 CITE: (I-357 SN014622) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--PACKING ASSEMBLY SOL SP0500-96-Q-TA82 CNT SP0500-97-M-K059 AMT $34,300.00 LINE 0001 DTD 122196 TO Claremont sales Corp the 174 State St P.O.Box 952 Meriden CT 06450-0952 CITE: (I-357 SN014626) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, DRIVESHAFT SOL SP0500-97-Q-7072 CNT SP0500-97-M-T432 AMT $34,716.00 LINE 0001 THROUGH 0002 DTD 122196 TO CR Industries Chicago Rawhide Mfg 900 North State Street Elgin Illinois 60123 2193 CITE: (I-357 SN014627) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--NUT SELF-LOCKING SOL SP0500-97-Q-7032 CNT F34601-94-G-0029-TZ15 AMT $51,147.50 LINE 0001 THROUGH 0002 DTD 122196 TO Kitco Inc 1625 N Mountain Springs Pkwy P O Box 900 Springville UT 84663-0900 CITE: (I-357 SN014628) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 53--FASTENERS STUOS BOLTS POC D. Grimes CNT N00406-97-M-E784 AMT $32,745 LINE N/A DTD 121996 TO gky industries 379-383 eighth st jersey city nj 07302-1881 CITE: (I-358 SN014949) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--LUMBER, SOFTWOOD, BOARD; IN ACCORDANCE SOL SP0500-97-Q-C976 CNT SP0500-97-M-V308 AMT $39,920.00 LINE 0001 THROUGH 0004 DTD 122196 TO Miller M C lumber Co 304 E 3RD St P.O.Box 280 cle elum WA 98922-1212 CITE: (I-357 SN014603) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 55--PLYWOOD POC Contracting Officer, ROBINSON, DARLENE, 202/508-3964 CNT 1PI-C-2804-97 AMT $1,247,097 LINE 0001B - 0009B DTD 121896 TO A LEAL TRADING COMPANY, LTD, 3035 DIRECTORS ROW #202, MEMPHIS, TN 38131 CITE: (I-358 SN014850) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 55--PLYWOOD POC Contracting Officer, ROBINSON, DARLENE, 202/508-3964 CNT 1PI-C-2805-97 AMT $1,374,082 LINE 0001B - 0009B DTD 121896 TO Bill Haley & Associates, P.O. Box 37250, HWY 27 N at S.R. 270, Tallahassee, FL 32303 CITE: (I-358 SN014851) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 55--PLYWOOD POC Contracting Officer, ROBINSON, DARLENE, 202/508-3964 CNT 1PI-C-2806-97 AMT $1,326,526 LINE 0001B - 0009B DTD 121996 TO Weyerhaeuser Co., P.O. Box 367, Plymouth, FL 32768-0367 CITE: (I-358 SN014852) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 56--KIT TERRAZZO POC M. Balahadia CNT N00406-97-M-D047 AMT $25,160 LINE N/A DTD 120596 TO american safety tech 565 eagle rock ave roseland nj 07068 CITE: (I-358 SN014950) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: 58--COMMUNICATION EQUIPMENT POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent, Robert S. Kay, Contracting Officer CNT N00604-96-M-F568 AMT $48,582 LINE 0001-0006 DTD 092796 TO Watkins-Johnson Co., 700 Quincy Orchard Rd., Gaithersburg, MD 20878(L) CITE: (I-358 SN014750) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--FILTER, RADIO FREQUENCY INTERFERENCE SOL SP0905-96-R-A051 CNT SP0905-97-C-0001 AMT $110,657.33 LINE 0001 THROUGH 0002AC DTD 122196 TO Amphenol Corp Bendix connector OPNS 40-60 Delaware St sidney NY 13838-1395 CITE: (I-357 SN014523) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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-0001 AMT $969,388.14 LINE 0001AA THROUGH 0001AM DTD 122096 TO Zeus Electronics 8200 Washington Villiage Dr Centerville OH 45458 CITE: (I-357 SN014524) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE SOL 97T196-72-P-0900 CNT SP0960-97-M-1494 AMT $34,762.00 LINE 0001 DTD 122096 TO Thomas electronics Inc 100 riverview Dr Wayne NJ 07470-3104 CITE: (I-357 SN014525) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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 SOL SPO970-96-Q-3898 CNT SP0970-97-M-0960 AMT $55,944.00 LINE 0001 DTD 122196 TO Datron/Transco Inc 200 W Los Angeles Ave Simi Valley CA 93065-1650 CITE: (I-357 SN014526) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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, DIGITA SOL SP0900-97-Q-0098 CNT SP0900-97-M-0054 AMT $81,645.44 LINE 0001 THROUGH 0003 DTD 122196 TO Zeus Electronics 8200 Washington Villiage Dr Centerville OH 45458 CITE: (I-357 SN014533) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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-0093 CNT SP0900-97-M-0057 AMT $32,978.33 LINE 0001 THROUGH 0010 DTD 122096 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-357 SN014534) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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 SP0900-97-M-1572 AMT $96,400.00 LINE 0001 THROUGH 0001AB DTD 121996 TO American nucleonics Corp 696 Hampshire Rd thousand oaks CA 91359 CITE: (I-357 SN014535) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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, DIGITA CNT SP0900-97-M-1590 AMT $28,618.00 LINE 0001 DTD 122096 TO Zeus Electronics 8200 Washington Villiage Dr Centerville OH 45458 CITE: (I-357 SN014536) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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, DIGITA CNT SP0900-97-M-1591 AMT $81,396.00 LINE 0001 DTD 122096 TO Zeus Electronics 8200 Washington Villiage Dr Centerville OH 45458 CITE: (I-357 SN014537) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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-0083 CNT SP0900-97-M-0056 AMT $30,378.78 LINE 0001 DTD 122096 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-357 SN014539) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--GASKETING MATERIAL, CNT SP0920-97-M-1540 AMT $29,800.00 LINE 7001 THROUGH 7002 DTD 122096 TO Foxtronix 2240 E central Ave miamisburg OH 45342-3629 CITE: (I-357 SN014540) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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-M-1695 AMT $41,250.00 LINE 0001 THROUGH 0002 DTD 122096 TO Dorne and Margolin Inc 2950 veterans Memorial Hwy Bohemia NY 11716-1023 CITE: (I-357 SN014541) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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, VARIABLE, N SOL 96TW24-82-P-0900 CNT SP0905-97-M-1204 AMT $93,060.00 LINE 0001 DTD 122096 TO BFGoodrich Co the ice protection system 1555 Corporate Woods Pky Uniontown OH 44685-8799 CITE: (I-357 SN014542) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONNECTOR, PLUG, ELEC CNT SP0935-97-M-1686 AMT $33,862.50 LINE 0001 THROUGH 0002 DTD 122096 TO Amp Inc 2800 Fulling Mill Rd. P.O.Box 3608 Harrisburg PA 17105-3608 CITE: (I-357 SN014543) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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 CNT SP0930-97-M-2460 AMT $40,736.56 LINE 0001 THROUGH 7002 DTD 122096 TO Deutsch Co the Deutsch relays Inc Div 65 daly Rd East northport NY 11731-6304 CITE: (I-357 SN014544) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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-W311 CNT SP0930-97-M-2433 AMT $26,430.85 LINE 7001 THROUGH 7004 DTD 122096 TO Electro air Corp Div of Avnet Inc 500 Lake Ridge Dr SE Smyrna GA 30082 CITE: (I-357 SN014545) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Department of the Air Force, ASC, Precision Strike System, PSO, (ASC/YGK), 102 West D Ave, Suite 168, Eglin AFB FL 32542-6807 SUBJECT: 59--WEAPON DATA LINKS PRODUCTION FOR AGM-130 AND TECHNICAL SUPPORT POC Becky Kirk, Contract Specialist, (904) 882-8515, ext 2242 or Ms. F. Jean Lavoie, Contracting Officer, (904) 882-8515, ext 2117. CNT F08626-97-C-0115 AMT $8,869,000.00 LINE N/A DTD 121396 TO Hughes Aircraft Company, Radar Systems Business Unit, PO Box 92426, Los Angeles Ca 90009-2426 CITE: (I-358 SN014962) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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, AC SOL SP0430-96-R-0677 CNT SP0430-97-C-0166 AMT $49,932.00 LINE 0001 THROUGH 0003 DTD 122096 TO Talley Corp the DBA Teleflex control systems 1950 Williams Dr Oxnard CA 93030 CITE: (I-357 SN014482) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 61--WIRE, ELECTRICAL CNT SP0500-94-G-0009-8067 AMT $28,224.00 LINE 0001 THROUGH 0002 DTD 122296 TO Philatron Intl 15315 cornet Ave Santa Fe Springs CA 90670-5577 CITE: (I-357 SN014613) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO 63120 SUBJECT: 61--POWER SUPPLY POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. CNT DAAJ09-96-G-0036, D.O. 0001 AMT $ 293,733.00 LINE 0001AA DTD 121396 TO Honeywell, Inc., Defense Avionics Systems Division, 9201 San Mateo Blvd., NE, Albuquerque, NM 87113-2227 CITE: (I-358 SN014960) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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 EMITTING DIODE ASSEMBLY SOL SP0441-96-Q-GQ32 CNT SP0441-97-M-V518 AMT $39,495.00 LINE 0001 THROUGH 0002 DTD 122096 TO S W Electronics and Mfg Corp 619 Hollywood Ave Cherry Hill NJ 08002-2822 CITE: (I-357 SN014503) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 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--AWARD POC Sandra Perkins, 708/786-4958 CNT V797P-5010X AMT $125,000 LINE 65 DTD 122396 TO Internatoinal Enzymes, Inc., 1432-B S. Mission Rd., Fallbrook, CA 92028 CITE: (I-358 SN014753) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Department of Veteran Affairs Medical Center, Contracting Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199 SUBJECT: 65--SCHEDULE II NARCOTICS-MEPERIDINE & MORPHINE SULFATE INJECTIONS POC Susan Newton, Contracting Officer CNT V586P-3153 AMT $66,576 LINE 1-2 DTD 122096 TO BAXTER HEALTHCARE CORP.GOVERNMENT SALES OPERATION, ONE BAXTER PARKWAY DF3-2E, DEERFIELD, IL 60015 CITE: (I-358 SN014764) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: U.S. Agency for International Development, (USAID) Mission to Jordan, Unit 70206, APO AE 09892-0206 SUBJECT: 65--JORDAN COMPREHENSIVE POSTPARTUM PROJECT POC Celeste Fulgham, Regional Contracting, USAID/Jordan, Tel. 962-6- 820101, Extension 2654, Fax 962-6-820143. CNT Contract No. 278-C-00-97-00009-00 AMT $17,154.00 LINE N/A DTD 121896 TO ARJ-MED, Inc. 125 N.Gale Dr., Suite 207, Beverly Hills, CA 90211, Tel. 213-852-0300, Fax 213-852-9050 CITE: (I-358 SN014975) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37, Hines, IL 60141 SUBJECT: 65--M3-Q4-94, OPEN SEASON I, WHEELCHAIRS POC Marsha D. Jeffries, Contracting Officer, (708) 786-5198 CNT V797P-3395k AMT $50,000 LINE N/A DTD 122396 TO Wheelcare Inc., 3883-E Via Pecador, Camarillo, CA 93012 CITE: (I-358 SN014977) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--TRANSMITTER, PRESSURE SOL SP0440-96-R-3037 CNT SP0440-97-C-0153 AMT $67,735.00 LINE 0001 DTD 122096 TO Kulite Semiconductor Products Inc 1 Willow Tree Lane Leonia NJ 07605 CITE: (I-357 SN014473) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--TRANSMITTER, LIQUID SOL SP0440-96-R-2564 CNT SP0440-97-C-0161 AMT $88,272.00 LINE 0001 THROUGH 0002 DTD 122096 TO Parker-Hannifin Corp Aerospace Group Customer Support Military Div 16666 Von Karman Ave Irvine CA 92714-4917 CITE: (I-357 SN014476) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--COMPENSATOR, LIQUID SOL SP0440-97-R-0092 CNT SP0440-97-C-0159 AMT $91,560.00 LINE 0001 THROUGH 0002 DTD 122096 TO Lambda signatics Inc 9176 Independence Ave Chatsworth CA 91311 CITE: (I-357 SN014479) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--METER, VOLUMETRIC POSITIVE DISPLACEMENT, LIQUID SOL SP0440-96-Q-T006 CNT SP0440-97-M-X625 AMT $31,607.40 LINE 0001 DTD 122096 TO Hlt Inc 12954 a stonecreek Dr NW pickerington OH 43147 CITE: (I-357 SN014494) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--TIMER INTERVAL SOL SP0440-96-Q-HZ05 CNT SP0440-97-M-X521 AMT $62,300.00 LINE 0001 THROUGH 0002 DTD 122096 TO Faraday Inc. 805 S. maumee St. Tecumseh MI 49286-2056 CITE: (I-357 SN014495) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--THERMOCOUPLE, IMMERSION SOL SP0440-96-R-3036 CNT SP0440-97-C-0151 AMT $56,860.20 LINE 0001 THROUGH 0002 DTD 122096 TO Harco laboratories Inc 186 Cedar St branford CT 06405-2624 CITE: (I-357 SN014498) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--COMPENSATOR, LIQUID SOL SP0440-96-R-3130 CNT SP0440-97-C-5062 AMT $115,500.00 LINE 0001AA THROUGH 0002AB DTD 122096 TO Lambda signatics Inc 9176 Independence Ave Chatsworth CA 91311 CITE: (I-357 SN014506) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--INDICATOR, FAULT LOC SOL SP0920-97-Q-A004 CNT SP0920-97-M-1672 AMT $48,303.04 LINE 0001 THROUGH 0005 DTD 122096 TO Dutch Valley Supply Co 955 hurricane shoals Road Suite 103 Lawrenceville, GA 30243 CITE: (I-357 SN014538) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS 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--CORROSION PREVENTIVE, AIRCRAFT ENGINE SOL SP0450-96-Q-PE55 CNT SP0450-97-M-M422 AMT $35,540.00 LINE 0001 THROUGH 0002 DTD 122096 TO Castrol industrial North America Inc specialty products Div 1001 W 31ST St Downers Grove IL 60515 CITE: (I-357 SN014478) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS 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--DESICCANT, ACTIVATED SOL SP0450-97-X-B104 CNT SP0450-97-M-M419 AMT $51,350.00 LINE 0001 THROUGH 0002 DTD 122096 TO Engelhard Corp 600 E McDowell Rd Jackson MS 39204 CITE: (I-357 SN014501) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 68--REAGENTS/ANALYZER EQUIPMENT POC K. Palmer CNT N00406-97-C-4002 AMT $30,468 LINE N/A DTD 122096 TO abbott laboratoires diagnostics diviaion dept 943 blsg ap6c 100 abbott park road abbott park il 60064-3500 CITE: (I-358 SN014951) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--TABLE, HOT FOOD, ELECTRIC SOL SP0500-96-Q-RT16 CNT SP0500-97-M-T899 AMT $33,065.00 LINE 0001 DTD 122296 TO Bayonne stainless products 98 Ave E Bayonne NJ 07002-2526 CITE: (I-357 SN014615) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 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--SANITIZER SOL SP0500-97-Q-4959 CNT SP0500-97-M-U903 AMT $51,260.00 LINE 0001 DTD 122196 TO National sanitizer Inc 2120 metro CIR Huntsville AL 35801 CITE: (I-357 SN014625) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 81--TRAY AND COVER, ISU SOL 97T034-82-P-0400 CNT SP0413-97-M-0521 AMT $26,765.18 LINE 0001 THROUGH 0006 DTD 122096 TO Aar Mfg Inc Aar Cadillac Mfg Div 201 Haynes St P.O.Box 550 Cadillac MI 49601 CITE: (I-357 SN014475) [Commerce Business Daily: Posted December 21, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--GLOVES, TOXICOLOGICAL AGENTS PROTECTIVE CNT SP0100-97-C-5027 AMT $77,709.50 LINE 0001AA THROUGH 0003BA DTD 122096 TO Charleston rubber Co. Box 4367 Charleston, S. C. 29405 CITE: (I-356 SN014460) [Commerce Business Daily: Posted December 21, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--SERVICE RIBBON, TYPE I SOL SP0100-96-R-0088 CNT SP0100-97-C-5005 AMT $141,942.70 LINE 0001AA THROUGH 0023AA DTD 122096 TO Green IRA Inc 177 Georgia Ave Providence RI 02905 CITE: (I-356 SN014461) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Sa-Alc/Directorate Of Aerospace Fuels, Sfk Building 1621, 1014 Andrews Rd., kelly Afb, Texas 78241-5603 SUBJECT: 91--PROPELLANT, LIQUID NITROGEN --9135009652526 CNT F41608-97-D-0171, F41608-96-B-0015 AMT $5,835,316 DTD 080197 TO Air Products And Chemicals Inc, 7201 Hamilton Blvd, Allentown Pa 18195-1501 CITE: (I-358 SN014674) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Sa-Alc/Directorate Of Aerospace Fuels, Sfk Building 1621, 1014 Andrews Rd., kelly Afb, Texas 78241-5603 SUBJECT: 91--PROPELLANT LIQUID OXYGEN --9135009652527 CNT F41608-97-D-0172, F41608-97-B-0015 AMT $3,203,563 DTD 080197 TO Boc Gases, 12941 I-45 North Suite 333, Houston Tx 77060 0000 CITE: (I-358 SN014675) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--PLASTIC SHEET SOL SP0441-97-Q-R078 CNT SP0441-97-M-T746 AMT $61,632.00 LINE 0001 THROUGH 0002 DTD 122096 TO Lustro Plastics Co 4000 W Harmon Ave Las Vegas NV 89103 CITE: (I-357 SN014472) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--CASTABLE MIX REFRACTORY SOL SP0441-97-Q-R067 CNT SP0441-97-M-T519 AMT $45,475.00 LINE 0001 THROUGH 0002 DTD 122096 TO France J H refractories Co 1956 France Rd snow shoe PA 16874 CITE: (I-357 SN014483) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--BARRIER, SAFETY CNT SP0441-97-M-T742 AMT $27,823.50 LINE 0003 DTD 122096 TO Safety barrier systems 77 E market St Wilkes Barre PA 18701-3116 CITE: (I-357 SN014500) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: U.S. Postal Service, Topeka Purchasing Center, 500 SW Montara Pky, Topeka, KS 66624-9402 SUBJECT: 93--PAPER SLIP, WHITE, UNGUMMED POC Michael Schoenfeld, (913) 861-2852, FAX, (913) 861-2862. CNT 198525-97-B-0269 AMT $1,856,400.00 DTD 121796 TO Paper Corp. of United States, 161 Ave. of Americas, New York, NY 10213-0001 CITE: (M-358 SN014981) [Commerce Business Daily: Posted December 22, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 95--PLATE, METAL CNT SP0500-97-M-U597 AMT $54,000.00 LINE 0001 THROUGH 0002 DTD 122196 TO Interstate Steel Supply Co 1800 E Byberry Rd Philadelphia PA 19116 CITE: (I-357 SN014598) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 99--LABELS POC F. Lee CNT N00406-97-M-D702 AMT $33,000 LINE N/A DTD 120996 TO advance marking systems 1912 minar ave seattle wa 98101 CITE: (I-358 SN014952) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: SPECIAL NOTICES SUBJECT: NAT'L INSTITUTE OF STANDARDS & TECHNOLOGY IT EXPO DESC: There will be a one day information technology exhibition at NIST on February 4, 1997 from 10:00 a.m. to 2:00 p.m. Requested technologies include, but are not limited to: Virtual Reality, Computer and Communications Security, Research Applications, Software Engineering, Video Teleconferencing, JAVA Applications, Modeling & Simulation and Internet/Intranet Applications. For more information on exhibiting at this exhibition, please call Stephen at (800) 878-2940 ext.208. LINKURL: http://www.clark.net/fbc LINKDESC: EMAILADD: fbcsales@erols.com EMAILDESC: CITE: (W-358 SN014792) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: SPECIAL NOTICES SUBJECT: L'ENFANT PLAZA INFORMATION TECHNOLOGY EXHIBITION DESC: There will be a one day information technology exhibition at L'Enfant Plaza on February 5, 1997 from 10:00 a.m. to 2:00 p.m. This event will be promoted to the following agencies: U.S. Postal Service, GSA, Dept. of Education, USDA, HUD, and IRS. Requested technologies include, but are not limited to: Internet/Intranet Applications, Data Warehousing, Imaging Applications, Client/Server Computing, Database Applications, Digital Technologies, Mapping Technologies, and Legacy Systems Migration. For more information on exhibiting at this exhibition, please call Tina at (800) 878-2940 ext.212. LINKURL: http://www.clark.net/fbc LINKDESC: EMAILADD: tsheehy-fbcinc@juno.com EMAILDESC: CITE: (W-358 SN014794) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: SPECIAL NOTICES SUBJECT: AVAILABILITY OF HUD SOLICITATIONS VIA THE INTERNET DESC: Effective January 2, 1997, all HUD contracting opportunities exceeding $25,000 (except for purchases made against existing GSA contracts) will be publicly announced via HUD's Internet home page contracting site at http://www.hud.gov/cts/ctsoprty.html. Solicitations and amendments to solicitations will also be available for reading and downloading from the same site. This service will offer a quick, effective way to keep informed of what HUD s procuring and to obtain copies of solicitations of direct interest to a business. There is no need to register or be placed on a standing "Solicitation Mailing List." Interested parties may simply browse the available HUD solicitations and select those that fit their particular business interests. Potential offerors are advised that they will NOT automatically receive copies of amendments to solicitations that they have downloaded from HUD's Internet home page. They are strongly encouraged to visit HUD's home page contracting site often to see if any amendments have been issued. HUD will continue to publish all required notices in the Commerce Business Daily. LINKURL: http://www.hud.gov/cts/ctshome.html LINKDESC: page. EMAILADD: fred_graves@hud.gov EMAILDESC: CITE: (W-358 SN014814) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: General Services Administration, Region 9, Phillip Burton Federal Building and U.S. Courthouse, 450 Golden Gate Avenue, San Francisco, CA 94102-3400 SUBJECT: TUNNEL BORING MACHINE POC Jack Scroggs at (415) 522-2898. DESC: Tunnel Boring Machine: CTS Gripper Shield TBM, Model 760, Electric Powered, 25 ft Dia., 18 ft/hr Advance Rate, 3,800 HP, 13 Trailing Decks, 500 ft Minimum Turn Radius, Two-row tapered roller Cutterhead Bearing (High capacity for hard rock). Location of Property: US DOE, Yucca Mountain Site Characterization Project, Nevada Test Site, NV. (Site is located approximately 65 miles northwest of Las Vegas via Hwy. 95). Location of Bid Opening: GSA PMD Sales Section (9FBPS), 450 Golden Gate Avenue, 4th Floor West, San Francisco, CA 94102-3434. CITE: (M-358 SN014986) [Commerce Business Daily: Posted December 23, 1996] [Printed Issue Date: December 26, 1996] PART: SALE OF SURPLUS PROPERTY OFFADD: National Small Business Council, Inc., 6440-E Dobbin Road, Columbia, MD 21045, (301) 596-0770 SUBJECT: NATIONAL IMAGERY AND MAPPING AGENCY (FORMALLY DMA) SPECIAL MAPPING/GIS/IMAGING TECHNOLOGY EXPO, THURSDAY, JANUARY 16, 1997 (BETHESDA, MD) POC NSBC at (800) 333-6722. DESC: Due to the huge success and attendance at this even in January 1996, the Office and Research and Technology Applications at NIMA has decided to reschedule this targeted event. The Expo will take place on site from 10:00 a.m.-2:00 p.m. and will focus on Mapping Geographical Information Systems Technologies and Applications, and Imaging, Scientist, Engineers and Contracting Personnel will be looking for the latest technological advances in this area. Companies also with plotters, Navigation Software, Drafting/Modeling Tools, and High Speed Printers are urged to exhibit. With total attendance being 350 last year, don't miss this opportunity to get into one of the most secure agency's in the country and see qualified attendees. For more information, please contact NSBC at (800) 333-6722, Lauren Fraley (X214), or e-mail us at shows @nsbc.org. Visit our web site at www.nsbc.org. CITE: (M-358 SN015005)