[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA Headquarters(HQ) Acquisition Division, 300 E. St.,SW Washington DC 20546 Attn:CWA/Donna Settles SUBJECT: A -- NASA RESEARCH OPPORTUNITIES IN SPACE LIFE SCIENCES, SOL NRA 96-HEDS-04 SOL SOL 96-HEDS-04 DUE 040197 POC Dr. Victor Schneider, Code UL, NASA Headquarters Life Sciences Division, Washington DC 20546 DESC: The National Aeronautics and Space Administration (NASA) Life Sciences Division solicits proposals for research investigations in support of Research Opportunities in Space Life Sciences. This announcement is specific to the Gravitational Biology and Biomedical Research and Countermeasures Programs within Space Life Sciences. A separate solicitation for the Advanced Human Support Technologies Program is also available (SOL #96-HEDS-05). Proposals requested by this announcement may be for ground-based research investigations, and limited types of space flight experiments designed for the Shuttle middeck or for the earliest phase of utilization of the International Space Station. This solicitation is open to US and foreign proposers in all categories of Governmental and private sector organizations, agencies, and institutions. It will be open for the period through April 1, 1997; proposals may be submitted at any time throughout the period. This solicitation is available electronically via the Internet at https://peer1.idi.usra.edu/. Paper copies of the Announcement are available to those who do not have access to the Internet by calling 202/358-4180 and leaving a voice mail message. Please leave your full name, address with zip code and telephone number with area code. Please direct questions to NASA Headquarters, Code UL/Life Sciences Division, Washington, DC 20546, Attn: Ms. Pat Southerland, tel 202/358-2207/e-mail address: Patricia.Southerland@hq.nasa.gov. LINK https://peer1.idi.usra.edu/ LINKDESC: EMAIL Patricia.Southerland@hq.nasa.gov EMAILDESC: CITE: (W-344 SN010228) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Afftc/pkae Directorate Of Contracting, 5 S. Wolfe Ave, Edwards Afb, Ca 93524-1185 SUBJECT: A--SOLAR ORBIT TRANSFER VEHICLE CONCEPTUAL DESIGN PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT (PRDA) 97-01-PKAE SOL PRDA 97-01-PKAE DUE 011797 POC Martin Baca, Contract Negotiatior, 805.277.3900, ext. 2278; Liliana Michaleski, Contracting Officer, 805.277.3900, ext. 2229; Alan Sutton, Program Manager, 805.275.5504 DESC: The previous modification to the announcement stated that the due date had changed from 31 Dec 96 to 17 Jan 97. The original due date was 3 Jan 97 instead of 31 Dec 96. The current due date remains 4:00 p.m., Pacific Standard Time, on 17 Jan 97. LINK http://cpf.edwards.af.mil/contract/rfp.html LINKDESC: Information System at Edwards AFB, CA. EMAIL bacam%pk@mhs.elan.af.mil EMAILDESC: CITE: (W-344 SN010232) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA Headquarters(HQ) Acquisition Division, 300 E. St.,SW Washington DC 20546 Attn:CWA/Donna Settles SUBJECT: A -- NASA RESEARCH OPPORTUNITIES IN SPACE LIFE SCIENCES, SOL NRA 96-HEDS-05 SOL 96-HEDS-05 DUE 040197 POC Dr. Guy Fogleman, NASA Headquarters, Code UL/Life Sciences Division, 202/358-2530 DESC: The National Aeronautics and Space Administration (NASA) Life Sciences Division solicits proposals for research investigations in support of Research Opportunities in Space Life Sciences. This announcement is specific to the Advanced Human Support Technologies Program within Space Life Sciences. A separate solicitation for the Gravitational Biology and Biomedical Research and Countermeasures programs is also available (SOL #96-HEDS-04). Proposals requested by this announcement may be for ground-based research investigations, and limited types of space flight experiments designed for the Shuttle middeck or for the earliest phase of utilization of the International Space Station. This solicitation is open to US and foreign proposers in all categories of Governmental and private sector organizations, agencies and institutions. It will be open for the period through April 1, 1997; proposals may be submitted at any time throughout the period. This solicitation is available electronically via the Internet at https://peer1.idi.usra.edu/. Paper copies of the Announcement are available to those who do not have access to the Internet by calling 202/358-4180 and leaving a voice mail message. Please leave your full name, address with zip code and telephone number with area code. Please direct questions to NASA Headquarters, Code UL/Life Sciences Division, Washington, DC 20546, Attn: Ms. Pat Southerland/tel 202/358-2207/e-mail address: Patricia.Southerland@hq.nasa.gov. LINK https://peer1.idi.usra.edu/ LINKDESC: EMAIL Patricia.Southerland@hq.nasa.gov EMAILDESC: CITE: (W-344 SN010233) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Contracting Office, National Defense University, Bldg 62, Room 203, Ft. McNair, Washington, DC 20319 SUBJECT: A--RESEARCH AND DEVELOPMENT SOL BAA96-01 POC Purchasing Agent, Msgt Tobin Gatto, (202) 685-3790. DESC: This is a Broad Agency Announcement (BAA) for research and development to support investigations into the nature of national security in the information age. The Center for Advanced Concepts and Technology (ACT) is soliciting research and development proposals that will further the process of designing, improving, and implementing mission capability packages (MCPs) to meet current and future national security challenges. MCPs consist of coherent packages of forces, command structures and arrangements, organizations, C4ISR and weapons systems, doctrine, education, and training that enhances readiness and performance in selected mission areas. ACT works together with other organizations in the U.S. Government to identify the need for MCPs; design MCPs; refine MCPs, and implement MCPs. To support these activities ACT is interested in undertaking research and development efforts, under this BAA, that contribute to the (1) design and refinement of specific MCP concepts for future national security environments, and (2) improvement of the intellectual and analytical infrastructure upon which these efforts must rest. This infrastructure consisting of analytical tools and techniques, models, experiments, wargaming, technology demonstrations, simulations, and exercises. Areas of particular interest (not in rank order) include Joint and Coalition C4I, C4I in Military Operations Other Than War (MOOTW), Information Warfare, the Revolution in Military Affairs (RMA), and Tools for assessing and evaluation of concepts and alternative investments, policies, doctrine and methods as well as C4I and C4I systems. Proposals that apply to more than one of these areas will be particularly attractive, but offerors are cautioned that ``shot gun'' papers that lack meaningful focus will not be considered favorably. (a) PAPER/PROPOSAL INFORMATION: Offerors are invited to initially submit a three to five page ``white paper'' summarizing the proposed effort explaining briefly how the project relates to ACT's needs and meets the criteria above, and a rough estimate of costs no later than 30 July 1997. All correspondence must identify BAA 96-01. Papers will be reviewed, as they are received, to identify those offerors whose initial papers are found to have clear scientific and technical merit and those on which more information is required to make an adequate judgment. Where more information is required, a second technical paper, up to 20 pages, may be requested and technical discussions may be requested. Those found to have clear scientific and technical merit will be the topic of technical discussion and are expected to result in proposals. This initial screening will save offerors the time and expense of developing a formal proposal with little chance of award. Offerors will be notified as to whether their papers have, or have not been favorably considered. Notification of a favorable review will include a request to submit an original and two (2) copies of a formal proposal consisting of separate technical and cost technical and cost volumes. These proposals will be due within 60 days of notification but in any event not later than 30 SEP 1997; the final date for proposal submission under this BAA. Proposals shall be valid for a period of not less than 180 days. Favorable review of white papers does not guarantee selection, and may not be construed as a binding commitment by the government to fund the proposed effort. The contractor's proposal (or any part thereof) may be incorporated into the resultant contract by reference. Papers and formal proposals must be typed, with type not smaller than 12 pitch. Papers and proposals will be double-spaced single sided on 8-1/2 inch by 11 inch paper. Formal proposals shall consist of a separate technical and cost volume as described below and shall reference the above BAA number. One original and two copies of the technical and cost proposal shall be submitted to National Defense University, Contracting Office, Bldg 62 Room 203 Attn: Tobin Gatto Ft. McNair, Washington, DC 20319. (b) PAGE LIMITATIONS: The technical volume shall not exceed fifty (50) pages. Pages in excess of this limitation will not be considered by the government unless the offeror requests an exception writing to the Buyer and receives written approval for the exception by the Contracting Officer. Resumes will not be included in the 50 page limit. Cost proposals have no limitation. Technical proposals must contain as a minimum: (1) Cover Page (including BAA number, area of interest addressed, proposal title, technical and administrative points of contact and their addresses with telephone and tax number) (2) Table of Contents (3) Statement of Work detailing the technical approach which includes a clear statement of the problem and the objectives of the effort, the proposed approach and methodology, how the success of the project is to be measured, a plan of action and supporting milestones, and an explicit indication of any proprietary aspects of the proposed effort (including how they might impact the use of the project's results by the U.S. Government or its coalition partners) (4) Management section to include relevant corporate expertise, experience, facilities other than relevant resources, organization of the project effort (5) current and past Government or commercial contracts, and (6) resumes of key project personnel. The cost proposal/price breakdown shall be prepared in accordance with FAR 15.804-6 and shall be submitted on a Standard Form (SF) 1411 or in a format which includes the same information to complete the SF1411, together with supporting schedules and person-hour breakdown per task. Types of contracts anticipated to be awarded for this BAA shall be firm fixed price. (c) PREPARATION COST: This announcement is an expression of interest only and does not commit the government to pay any proposal preparation cost for responding to this BAA. Responses should be forwarded at no cost to the Government. The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or other contract. It is however an allowable expense to the normal bid and proposal indirect cost as specified in FAR the normal bid and proposal indirect cost as specified in FAR 31.206-18. OFFERORS ARE ADVISED THAT ONLY CONTRACTING OFFICERS ARE LEGALLY AUTHORIZED TO CONTRACTUALLY BIND OR OTHERWISE COMMIT THE GOVERNMENT. (d) BASIS FOR AWARD: The selection of one or more sources for award will be based on an offeror's response (both technical and cost aspects) to determine the overall merit of the proposal in response to the announcement. Technical proposals will be evaluated using the following criteria in descending order of importance: (1) overall scientific and technical merit of the proposal (2) potential contribution to national security (3) the offeror's capabilities and experience and (4) cost realism and reasonableness. The following cost evaluation shall be considered: (i) The reasonableness and realism of proposed costs and (ii) the availability of funds. The technical and cost information will be evaluated at the same time. The government reserves the right to select for award any, all, part or none of the proposals received. Award decisions will be based upon the results from peer review panels assembled by ACT of managers, scientists, and operators from the U.S. Government and Federally Funded Research and Development Centers (FFRDCs) and availability of funds. Multiple awards are anticipated. Awards may be made at any time during the term of this BAA. No further evaluation criteria will be used in selecting the proposal. (e) MISCELLANEOUS: This CBD notice itself constitutes the BAA as contemplated in FAR 6.102(d)(2). The formal RFP or other solicitation regarding this announcement will be issued. The last opportunity for submitting formal proposals (after favorable paper consideration) is 30 Sep 1997. This BAA announcement is open and effective until rescinded or extended by a revised announcement, otherwise it will be valid until 30 Sep 1997. This is an unrestricted solicitation. Historically Black Colleges and Universities (HBCU), Small Disadvantaged Business Concerns, Women Owed Business Concerns, and Small Disadvantaged Business Concerns, Women Owned Business Concerns, and Small Business Concerns should identify themselves and the criteria by which they qualify in their technical proposals. Other businesses that have included small business, disadvantaged business, or HBCU elements in their proposed team should identify them in their proposals. CITE: (M-345 SN010468) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS-AL-P, 2800 Powder Mill Road, Adelphi, MD 20783-1197 SUBJECT: A -- FY97 ARL BAA AMENDED SYNOPSIS SOL DAAL01-97-R-ARL SOL DAAL01-97-R-ARL POC POC: Karen Wishnow, ARL BAA Coordinator, (301) 394-3690, kwishnow@arl.mil. DESC: FY97 ARL Broad Agency Announcement (BAA) - Amendment 3. This synopsis modifies the synopsis previously published in the CBD on 20 November 1996 (Amendment 1) and 27 November 1996 (Amendment 2). The solicitation number identified in Amendments 1 & 2 should read as follows: DAAL01-97-R-ARL. All responsible sources may submit a bid or proposal which will be considered by the Agency. No telephone requests will be honored. CITE: (I-345 SN010511) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Naval Research Laboratory, Attn:Code 3240.WH, 4555 Overlook Ave.,SW WASHINGTON DC 20375 SUBJECT: A -- TECHNICAL AND ANALYTICAL SUPPORT SERVICES SOL N00014-97-R-WH01 POC Wendy Harrison, Contract Specialist, Code 3240.WH, (202) 767-0394 Mary Ann Carpenter, Contracting Officer, Code 3240.MA, (202)767-039. DESC: CORRECTION: The synopsis previously published in the Commerce Business Daily on 15 November 1996 is revised from Full and Open Competition to an 100% Small Business Set-Aside. CITE: (I-345 SN010515) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: 101 West Eglin Blvd, Ste 337, Eglin AFB FL 32542-6810 SUBJECT: A -- ADVISORY AND ASSISTANCE SERVICES SOL MNK 97-12 POC John Hawk, Contract Specialist, (904) 882-2872, or Lorna Tedder, Contracting Officer at (904) 882-2872. DESC: A request for proposal, F08630-97-R-0025, on the Kinetic-Kill-Vehicle Hardware-in-the-loop Simulator (KHILS) Advisory and Assistance Services, is contemplated for release 26 Dec 96. All responsible sources submitting proposals shall be considered for award. It is the Governments intention to award without discussions. This effort is for the performance of all hardware-in-the-loop (HWIL) simulation design, development, validation, and utilization to support test development of guided munition system/subsystems. The effort is considered Advisory and Assistance Services (A&AS) as the follow-on effort to Wright Laboratories Scientific, Engineering, and Technical Assistance (SETA) contract for the KHILS facility, identified as Work Unit III and VI under Contract Number F08630-91-C-0001. The draft Statement-of-Work for this effort is accessible for review on the Eglin AFB Contracting Opportunities Homepage at http://eglinpk.eglin.af.mil. Proposals shall be submitted no later than (NLT) 12:00 p.m. (Noon) CST 28 Jan 96. A sources sought synopsis was published 18 OCT 96. One award is anticipated with an award date of 31 March 97. This contract will have a three year basic duration with two one year options. Performance of this contract will take place at the Eglin AFB KHILS facility within Wright Laboratory. 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 concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC Eglin's Ombudsman, Colonel Timothy R. Kinney (904) 882-9051 with serious concerns only. Routine communication concerning this acquisition should be directed to the point of contact listed below. Written requests for a copy of the RFP shall be addressed to WL/MNK, Attn: Mr John Hawk, Building 13, 101 West Eglin Boulevard, Suite 337, Eglin AFB FL 32542-6810, Telephone number (904) 882-2872 CITE: (I-345 SN010525) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 1725 Jefferson Davis Hwy, Suite 1200, Arlington, VA 22202 SUBJECT: A -- NOTIFICATION OF INTENT TO ISSUE A SOLE SOURCE CONTRACT MODIFICATION FOR RESEARCH & DEVELOPMENT WORK TO WALES, LTD FOR ISRAELI MIDDLE-EAST AND THEATER DEFENSE SA&I HQ0006-93-C-0015 POC Susan Pollack, (703) 604-4440, CBD Reference Number: 97-05. DESC: The Ballistic Missile Defense Organization (BMDO) plans to award a sole source, firm-fixed price contract modification to Wales, Ltd for Systems Architecture and Integration (SA&I). This contract modification will have a period of performance of two years, from July 1997 through July 1999. This is an extension of BMDO contract HQ0006-93-C-0015 with Wales, Ltd. Wales, Ltd. is presently performing R&D work integral to the Architecture Study for Israeli Middle-East and Theater Defense. Under this contract modification, Wales, Ltd. will provide system design updates, conformance assurance of related activities, and sensitivity studies and analyses for the Israeli Middle-East Theater Defense Architecture Study and Development Program. See Numbered Note(s): 22. CITE: (I-345 SN010542) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Advanced Research Projects Agency (DARPA), Contracts Management Office (CMO), 3701 N. Fairfax Dr., Arlington VA 22203-1714 SUBJECT: A -- TECHNICAL AND PROGRAMMATIC ADVICE AND ASSISTANCE FOR COMMUNICATIONS TECHNOLOGY SOL MDA972-97-M-0005 DUE 010597 POC Barbara Meyrowitz, Contracting Officer, (703)696-4434. DESC: The Defense Advanced Research Projects Agency (DARPA) intends to award a sole-source Purchase Order for $99,800.00 with Francis J. Schrenk, 15261 Waterwheel Terrace, Woodbridge, VA 22191 to provide consulting services which involves advising DARPA/Information Systems Office (ISO) staff in developing future program strategies. Mr. Schrenk's professional background work includes programs that are unique to the Information Systems Office such as the SPEAKeasy program, the Airborne Communications Node, the SPINNAKER program and the High Data Rate Communications Study. This special knowledge makes him an essential candidate for the continued success of the DARPA program. CITE: (I-345 SN010546) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Lockheed Idaho Technologies Company, P.O. Box 1625, Idaho Falls, ID 83415-3521 SUBJECT: A--MOBILE-BASED NONDESTRUCTIVE ASSAY SYSTEM EVALUATION SOL CBD058 DUE 010897 POC Michael E. McIlwain 208-526-8130 DESC: Lockheed Martin Idaho Technologies Company (LMITCO) is a management and operating contractor for the Department of Energy (DOE) at the Idaho National Engineering Laboratory (INEL). The DOE Characterization, Monitoring and Sensors Technology Cross-cut Focus Area, in conjunction with the LMITCO Mixed Waste Focus Area (MWFA) intends to evaluate current state-of-the-art mobile based nondestructive assay systems presently available to assay 55 and 83 gallon waste drums. The intent is to determine status of currently available commercial and governmentally developed mobile assay systems for meeting the requirements of the Department of Energy's Waste Isolation Pilot Plant (WIPP) Waste Acceptance Criteria (DOE/WIPP-069) and Quality Assurance Program Plan (CAO-94-1010). This demonstration may be used by the Carlsbad Area Office in support of selecting technologies to support mobile characterization requirements defined in the National TRU Waste Management Plan (DOE/NTP-96-1204) and needs identified in the Mobile Systems Capability Plan (DOE/NTP-96-1202). The focus of this demonstration is to select systems for test based on criteria that will be provided to those responding to this announcement and at an informational session conducted at the 5th Nondestructive Assay and Nondestructive Examination Waste Characterization Conference in Salt Lake City, Utah on January 14-16, 1997. Based on the results of the response to this criteria, systems will be selected to be tested at the INEL on surrogate and real waste drums representing waste that will be shipped to the WIPP facility for disposal. Succesful applicants will receive partial financial support for performing these tests (approximately equal to two people at $90/hour for an estimated 35 day test period). Successful applicants will also be required to meet all safety requirements of the INEL, which will be evaluated both in writing and visually prior to transferring the system to the INEL. Organizations with interest in participating in this program and receiving additional information are asked to submit a contact name and address to Michael McIlwain, LMITCO, P.O. Box 1625, Idaho Falls, ID 83415-3805, (telephone (208)526-8130). Subsequent information may be requested from respondents on their technologies in addition to information in the criteria document supplied. The preliminary plan for demonstration test calls for measurements on each of 33 real waste drums, selected randomly from the INEL waste stream inventory, and on 10 simulated "real waste" drums. This request for interested parties will close to response 30 days after publication. This call supersedes the announcement appearing in the October 21, 1996 edition of the Commerce Business Daily, issued by the Special Technologies Laboratory. LINK http://wastenot.inel.gov/mwfa LINKDESC: Program EMAIL mem@inel.gov EMAILDESC: CITE: (W-345 SN010602) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: R&D Contract, Bldg 7, 2530 C Stret WPAFB OH 45433-7607 SUBJECT: A -- ANALYSIS AND SUPPORT INITIATIVE FOR STRUCTURAL TECHNOLOGY SOL N/A POC Forrest Sandow, Project Engineer, WL/FIBA, (937) 255-5664. DESC: Notice of Contract Action for ANALYSIS AND SUPPORT INITIATIVE FOR STRUCTURAL TECHNOLOGY. The Wright Laboratory, Flight Dynamics Directorate, Structures Division (WL/FIB) is contemplating the award of a 60 month program for analysis and technical effort. The purpose of this program is to conduct quick reaction studies and research projects pertinent to four core technology areas within the Structures Division. These four areas are structural integrity of aging aircraft, structural technology integration, extreme environment structures and smart structures. A cost-reimbursable, delivery order contract is contemplated in order to conduct long/short term quick reaction studies, surveys, test planning, model fabrication/modification, testing, analyses, assessments, evaluations and research projects pertinent to the four core areas. A minimum of four sample orders covering key aspects of each core are is envisioned with the solicitation, in conjunction with an actual delivery order to be performed. Offerors will be required to demonstrate responsiveness to each sample order/core area. The contractor will require access to a broad range of technical disciplines, planning, scientific and technical expertise in order to accomplish these objectives. The contractor shall furnish the necessary personnel, material, and travel to accomplish and effectively manage work designated by means of individual delivery orders issued by the Contracting Officer. The contractor shall be required to collect, organize, evaluate and disseminate scientific, engineering and program management data and information applicable to all aspects of aerospace flight vehicle structure design, fabrication and certification testing. Responses must demonstrate the respondent's experience and knowledge of advanced structures and materials disciplines, to include proposed subcontractors, team members and other key personnel, and demonstrate how much work they would expect to be able to provide by drawing on in-house resources. A SECRET security clearance will be required in the performance of this work. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, a woman owned business, a historically black college or university, or minority institution. For this item the general definition to be used to determine whether your firm is small is as follows: "A small business concern is a concern that is independently owned and operated, is not dominant in the field of operation in which it is bidding on government contracts and with its affiliates, the number of employees does not exceed 1000 persons." SIC Code 8731 applies. "Concern means any business entity organization for profit with a place of business in the United States, its possessions, Puerto Rico, or the Trust Territory of the Pacific Islands, including but not limited to an individual, partnership, corporation, joint venture, association or corporation." The Air Force reserves the right to consider a small business set-aside based upon responses hereto. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision. Large businesses are only required to submit a statement of interest to receive a copy of the Request for Proposal (RFP). All respondents shall include in any request their assigned Commercial and Government Entity Code. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Responses should be sent to: ATTN: Genet Stewart, WL/FIKA, Bldg 7, 2530 C St, Wright-Patterson AFB OH 45433-7607. Non-technical assistance may be secured by calling the above individual at 513-255-5901. 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 concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, ASC/SY, Mr. Daniel L. Kugel, at 513-255-3855 with serious concerns only. Direct all requests for solicitations and routine communication concerning this acquisition to contracting office point of contact with name, title, address and phone. Closing date for submission of responses is thirty (30) calendar days from the publication of this notice. Firms should reference FIK 97-01 (F33615-97-R-3200) in their responses. RFP release for this program is projected for 6 March 1997. This program will not be republicized prior to solicitation. See Numbered Note(s): 25. CITE: (I-345 SN010655) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: EPA, ADP Placement Section (3805F), 401 M St. SW, Washington, DC 20460-0001 SUBJECT: B--PROGRAM SUPPORT SERVICES FOR GLOBAL CLIMATE CHANGE: METHANE, OTHER GREENHOUSE GASES, AND UTILITY PROGRAMS SOL W700023B3 DUE 021497 POC Elizabeth L. Roberts, 202-260-2243 Contracting Officer DESC: The Atmospheric Pollution Prevention Division of the U.S. Environmental Protection Agency/Office of Air and Radiation has a requirement for program support services for initiatives associated with global climate change: methane, other greenhouse gases, and utility programs. Contractor support services will be procured for tasks in the following areas: (1) general program activities, (2) analytical work, including data collection through measurement programs or site studies, (3) logistical tasks, (4) outreach activities, (5) modeling and database activities, and (6) conducting site-specific feasibility and engineering activities. A multiple award methodology is expected to be employed for this acquisition. This methodology will entail making multiple awards of indefinite quantity/indefinite delivery contracts under a single solicitation. The solicitation is expected to procure a maximum of 275,000 labor hours (including all option periods) over a five-year time frame. Task orders will issued. A presolicitation notice was issued in the Commence Business Daily on July 30, 1996. Electronic versions of the statement of work released under the presolicitation notice are located at the address shown below. Firms interested in receiving a hardcopy of the solicitation must submit a request in writing or email as shown below. The address shown above is incorrect. The correct address is US EPA, Mail Code 3803F Room 716, 401 M St. SW, Washington, DC 20460. LINK http://www.epa.gov/oamhpod1/global_change/roberts/pssfgcc/index.htm LINKDESC: related documents EMAIL Roberts.Elizabeth@epamail.epa.gov EMAILDESC: CITE: (W-345 SN010604) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: EPA, ADP Placement Section (3805F), 401 M St. SW, Washington, DC 20460-0001 SUBJECT: B--PROGRAM SUPPORT SERVICES FOR GLOBAL CLIMATE CHANGE: METHANE, OTHER GREENHOUSE GASES, AND UTILITY PROGRAMS SOL W700023B3 DUE 021497 POC Elizabeth L. Roberts, 202-260-2243 Contracting Officer DESC: The Atmospheric Pollution Prevention Division of the U.S. Environmental Protection Agency/Office of Air and Radiation has a requirement for program support services for initiatives associated with global climate change: methane, other greenhouse gases, and utility programs. Contractor support services will be procured for tasks in the following areas: (1) general program activities, (2) analytical work, including data collection through measurement programs or site studies, (3) logistical tasks, (4) outreach activities, (5) modeling and database activities, and (6) conducting site-specific feasibility and engineering activities. A multiple award methodology is expected to be employed for this acquisition. This methodology will entail making multiple awards of indefinite quantity/indefinite delivery contracts under a single solicitation. The solicitation is expected to procure a maximum of 275,000 labor hours (including all option periods) over a five-year time frame. Task orders will issued. A presolicitation notice was issued in the Commence Business Daily on July 30, 1996. Electronic versions of the statement of work released under the presolicitation notice are located at the address shown below. Firms interested in receiving a hardcopy of the solicitation must submit a request in writing or email as shown below. The address shown above is incorrect. The correct address is US EPA, Mail Code 3803F Room 716, 401 M St. SW, Washington, DC 20460. LINK http://www.epa.gov/oamhpod1/global_change/roberts/pssfgcc/index.htm LINKDESC: related documents EMAIL Roberts.Elizabeth@epamail.epa.gov EMAILDESC: CITE: (W-345 SN010605) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW, Room 4410, Washington, DC 20590 SUBJECT: B -- PARTIALLY FUND THE SOUTHERN GOVERNORS' ASSOCIATION TASK FORCE ME ETING SOL DTFH61-97-Q-00042 DUE 123196 POC Stephanie Parker, Contract Specialist, HAM-40G (202) 366-6014. DESC: The Federal Highway Administration plans to partially fund a Task Force Meeting of the Southern Governor's Association in January. This meeting will develop recommendations to Governors regarding transportation issues which will be incorporated into a Report from the Southern Governors' Task Force on Transportation. This is a Simplified Acquisition and the anticipated award date is 12/31/96. CITE: (I-345 SN010632) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St., NW, Atlanta, GA 30365-2550 SUBJECT: C--CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC)--ATLANTA, GA--NEW INFECTIOUS DISEASE LABORATORY (BUILDING 17) FOR THE CENTERS FOR DISEASE CONTROL AND PREVENTION (CDC) SOL GS-04P-97-EXC-0005 DUE 012297 POC Ronald Butler at GSA, (404) 331-4871, Michael Payne at CDC, (404) 639-0314. DESC: Construction Manager As Constructor (CMc) Services Contract for the proposed Infectious Disease Laboratory (Building 17) on the Clifton Road Campus of the Centers for Disease Control and Prevention in Atlanta, Georgia. This is an unrestricted procurement (open to large and small businesses). The scope of CM As Constructor services under this proposed contract includes Preconstruction Phase Services and Construction Phase Services. Preconstruction Phase Services shall include, but are not limited to, preliminary evaluation of design development documents, consultation during construction document production, preliminary project schedule development, recommendations on phased construction, review of cost estimates and preparation, development of subcontractor and supplier interest, establishment of a negotiated Guaranteed Maximum Price (GMP) and identification of long-lead items. Construction Phase Services shall include, but are not limited to, administration of the construction contract (whether work is performed with the CMc's own forces or subcontracted), coordination of regular construction meetings, CPM scheduling, daily logs and monthly reports, monitoring of construction costs, and other required supplemental services if so requested by the Government. The CMc for this contract will be competitively chosen using Source Selection procedures. For this contract, the evaluation of price (represented by the CMc's fee for Preconstruction Phase Services, and fee for Construction Phase Services including profit, General Conditions and other overhead costs) during the project construction and commissioning, will be given equal weight to the technical factors listed herein. Progress concept design documents will be available to all interested bidders at the Pre-Submission Conference described herein. Project Summary. The proposed Building 17 will be constructed on a southwest portion of the Clifton Road Campus site located at 1600 Clifton Road, Atlanta, Georgia. The project consists of a new laboratory building primarily to house Biosafety Levels 2 and 3 research laboratories, laboratory support space and supporting office space. Due to funding the project is being planned in two Phases. Phase I is not to exceed 182,000 gross square feet (16,910 square meters) while containing 100,000 occupiable square feet (9,290 square meters). Phase II is not to exceed 87,500 gross square feet (8,130 square meters) while containing 48,000 occupiable square meters). Phase I of the project will include some upgrades to the Central Energy Plant to support the laboratory building. The facility will be occupied by certain research branches of the National Center for Infectious Disease (NCID). The maximum ECC (Estimated Construction Cost) is $40,434,800.00. The ECC for Phase II could range from $15,000,000.00 to $22,000,000.00. Phase I is designed in such a way as to stand alone due to the pending funding status of Phase II. Occupancy is anticipated for second quarter FY 2000. Definition of Construction Manager as Constructor. A Construction Manager as Constructor, or CMc, is defined as a firm engaged under direct contract to a building owner, in this case the General Services Administration (GSA), to provide design review, cost estimating, scheduling and general construction services and management services. The CMc shall be a member of the project development team during the planning, design and construction phases, along with GSA and the CDC as owner/developer, GSA's selected A-E firm, CRSS Architects, Inc. of Greenville, SC, as architects and engineers of record and with a building commissioning firm under direct contract with the Government as commissioning agents. At the time of contract award, projected to coincide with the start of the construction document stage (35% project design complete) the CMc's firm price for pre-construction and construction phase services will form the basis of the contract. Upon completion of the 65% complete construction documents, the CMc shall guarantee a maximum project price (GMP) based on the facility described in the Government's construction documents and Request for Proposals (RFP) package. The contract will be modified to reflect the agreed upon GMP. Project development shall occur in general conformance with the process described in the American Institute of Architects Document A121/CMc (also known as AGC Document 565), ``Standard Form Of Agreement Between Owner and Construction Manager Where The Construction Manager Is Also The Constructor. The services requested of the CMc shall cover a wide range of design and construction activities, which are often performed by both Construction Managers (CMs) and General Contractors (GCs). In contrast to a CM that is not also a constructor, the CMc is responsible, through design review, involvement in the project development and administration of the construction for constructing the facility described by the Government at or below the defined ECC. Summary of Responsibilities. The CMc shall review all construction document submissions for constructibility and compliance with the project budget. The CMc shall provide independent cost estimates and recommend adjustments to the design or to the estimates prepared by the A-E to assure that the project stays within the budgeted ECC. The CMc shall provide GSA with sound management advice regarding the approach to the project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The CMc shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. Most importantly, the CMc shall have complete responsibility for construction of the facility. Project Services. As part of the construction contract, the CMc shall provide a wide range of management, professional, and construction services. Services under this contract shall consist of Preconstruction Phase Services, and Construction Phase Services. The CMc must maintain a team with the expertise and capability to manage and coordinate the timely and orderly development and construction of the proposed project. The contractual requirements of the project include, but are not limited to providing those management, administrative, and professional services to deliver: CPM scheduling; participation in all construction document production phase team meetings; review of all A-E construction document submittals; review of all A-E cost estimates; independent pricing of all A-E construction document submittals; project scope management; competitive selection and procurement of all necessary sub-contractors; provision of all coordination, supervision and direction of all sub-contractors; provision for general project construction for the entire facility; cooperation and participation with the Government's selected commissioning agent for commissioning/inspection/close-out services and turnover to designated facility management staff; participation in acquisition of Alternative Dispute Resolution/partnering consultant and maintenance of construction records and as-built drawings and specifications to be turned over to the Government. Project Staffing: The CMc shall be required to assign, as needed, a team consisting of architectural, civil, structural, mechanical and electrical reviewers, cost estimators, CPM analysts, field engineers, field support staff, construction supervisors, construction superintendents, testing engineers/technicians, and other disciplines. Source Selection Evaluation Criteria: The following criteria represents the factors which will be used by GSA's Source Selection Evaluation Board in selecting a competitive range of firms. These same factors, with appropriate sub-categories, will be used by the Source Selection Evaluation Board for the Second Stage of the source selection process. Price will also be evaluated in the Second Stage. One firm will be selected from the short-listed CMc firms at the end of the Second Stage. 1) Qualifications and Experience of Key Personnel (250 total points): Summarize the Qualifications, professional designation, experience, education, background information, specific assignments, and other significant information for key members of the CMc team (100 points). For all key personnel, identify the anticipated duties of the person as full-time or part-time, identify the person as an employee of the CMc firm, a sub-contractor, or an employee of a consulting firm, and indicate the specific geographic location in which each key team member is now based (100 points). Describe your experience with construction projects within the same geographic area as Atlanta, GA. Describe your knowledge and experience with local markets, subcontractors, the general labor market, and local government (50 points). 2) Experience in Providing Preconstruction Services on Similar Projects (250 total points): Describe your experience and past experience in providing Preconstruction Phase services on similar complex laboratory projects and with construction costs greater than $20,000,000.00. The Offeror is responsible to demonstrate how projects they deem ``similar'' are comparable in scope and complexity to this project. Provide names, addresses and telephone number of the last three clients for which you have provided or are now providing similar services (100 points). Demonstrate your experience in providing value engineering, design oversight and independent cost estimating required to maintain a guaranteed maximum price. Describe your experience working in a non-adversarial relationship with a building owner or developer as a full partner in the development team (100 points). Demonstrate your ability to maintain quality and aggressive project schedules while controlling costs when providing Preconstruction services (50 points). 3) Experience Providing General Construction Services on Similar Projects (350 total points): Describe your experience with construction of projects using CM as Constructor or CM at Risk delivery, or in which you acted as a traditional General Contractor. The Offeror is responsible to demonstrate how projects they deem ``similar'' are comparable in scope and complexity to this project Describe your record in a delivering completed projects within fixed schedules and within a guaranteed maximum price when providing general construction services (150 points). Describe your experience constructing research and containment laboratories or other similar complex laboratory projects and with construction costs greater than $20,000,000.00 (100 points). Provide reliable names, addresses and telephone number of the last three clients for which you have completed construction of laboratory projects within the past ten years (50 points). Describe your firm's use of Alternative Dispute Resolution (ADR) or arbitration to avoid litigation. Provide a complete list of any construction claims in which you and project owners/developers have been party to in the last 10 years and a synopsis of the outcome. Indicate if any of the claims were resolved using ADR or arbitration. (50 points). 4) CMc's Resources, Facilities and Technology (150 total points): Describe the resources and facilities available to the CMc. Describe in-house computer office automation capabilities, including Management Information System, such as Prologue Manager, ability to review drawings in an AutoCad Release 12 or 13 format acceptable to the Government, the ability to interface with the Government's Microsoft Excel V.5.0 and WordPerfect V.6.0 and Word for Windows V.6.0. software, and the ability to send, receive and share data electronically via desktop conferencing and white board technologies. 5) SUB-CONTRACTING PLAN (G0/NO-GO). In Stage I, each firm must indicate, in writing, their intent to submit sub-contracting plans for Stage II, in accordance with SFO requirements. This initial submission of intent will serve as one of the GO/NO-GO requirements for Stage I. In Stage II of the Source-Selection Process, each large business Offeror will be provided for participation by Small Business (SB) firms, Small Disadvantaged Business (SDB) firms, and Small Women-Owned Business (WOB) firms. This submission will serve as the GO/NO-GO requirement for Stage II. Source Selection Procedures: Qualified CMc firms expressing an interest in the project will be provided one copy of the RFP package. Firms wishing to offer must provide Stage I submissions that clearly address the rating factors identified above and described in greater detail in the SFO. Detailed cost proposals are not required with the Stage I submission, but offerors must provide a statement certifying that they can construct the facility described in the RFP narrative, drawings and specifications for the maximum ECC of $40,434,800.00 or less and submit a statement from their Bonding Company stating the CMc's ability to obtain a Performance and Payment Bond in that amount. This ECC includes all costs including CMc fees. These are GO/NO-GO requirements for Stage I. A competitive range of the most highly qualified firms will then be established. Those firms will be notified, provided with additional design documents, and asked to provide additional technical information and cost proposals for consideration under Stage II. The Stage II cost proposals shall include the Offeror's fee for Preconstruction Services and fee for Construction Phase Services (including profit, General Conditions and other overhead costs). Firms that are determined to be in the competitive range may be interviewed at the Clifton Road Campus of the CDC, and final selection will be made based on Source Selection procedures with price and the collective technical factors listed above considered equal. Contract Award: A contract will be awarded to the selected firm to provide Preconstruction Phase and Construction Phase services. At the 65% construction document submittal in the Preconstruction Services phase, the contract will be modified to reflect a negotiated mutually agreed upon Guaranteed Maximum Price (GMP). The Government shall reserve the right to terminate the contract if the offered GMP exceeds the ECC. SB, SDB and WOB Participation: Although this procurement is unrestricted, small and minority-owned firms are strongly encouraged to participate. The Government recognizes the talent existing in smaller firms and encourages their participation in the construction of Federal facilities. Short-listed firms shall provide a brief written narrative of their outreach efforts to utilize small disadvantaged and small women-owned businesses on this project in Stage II. An acceptable Subcontracting Plan shall be agreed upon prior to contract award to any large business. Large businesses shall be required to demonstrate a proactive effort to achieve the following minimum goals for all subcontracted work: SMALL BUSINESSES (20%), SMALL DISADVANTAGED BUSINESSES (5%), AND SMALL WOMEN-OWNED BUSINESSES (5%). How to Offer: Potential Offerors having the capabilities to perform the services described herein shall respond by submitting a one page letter on your company letterhead stating your interest in the project. These firms, along with others on the Government's mailing list, will be provided a copy of the RFP package, including the design program, concept level drawings and specifications, and other information needed to offer. Offerors who then wish to submit an offer will be required to submit eight (8) copies of a Stage I proposal. The proposal should be submitted in an 8-1/2 x 11 spiral bound format and should be organized to correspond with the evaluation factors listed above. The forms SF 254 and SF 255 may be utilized but are not required. If SF 254 and SF 255 are used, they must be current (reflecting a date not more than one year old from the month of this notice). Photographs may be incorporated with the text in Sections 8 and 10 of the SF 255 if desired. If SF 254 and SF 255 are not utilized, the submission must include information responsive to the data requested in each section of these forms. The total Stage I submission should not exceed 100 pages. Firms who respond to the RFP will be required in Stage I to complete a form certifying that they can construct the facility described in the SFO narrative, drawings and specifications for the maximum ECC of $40,434,800.00 or less. The SFO will provide additional information regarding the submission format. Additional information will be required of firms that are found to be in the competitive range as part of the Stage II evaluation. Participants are strongly encouraged to completely review the entire SFO package prior to submissions. Interested firms should send a letter of interest to the office and address listed below no later than 3:00 p.m. EST on December 18, 1996. Stage I submittals are to be received no later than 3:00 p.m. EST on January 22, 1997. Only technical submittals, along with the required statements, regarding the ECC, bonding and Subcontracting Plan) described above, should be submitted. Price proposals will not be considered until Stage II of the source selection process. All submittals must clearly indicate the solicitation number on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10. A follow-up listing of firms to be interviewed will be placed in this publication. A pre-submission conference will be held on January 7, 1997 at 1:00 p.m. at the General Services Administration--Summit Building, 401 W. Peachtree St., NW., 31st fl. Conference room, Atlanta, GA. The project site will be available for inspection from 3:30 p.m. to 5:00 p.m. Please indicate your desired attendance in your letter of interest, if you plan to attend this meeting. General Services Administration, 401 West Peachtree Street, Suite 2500, Atlanta, Georgia 30365, (404) 331-4871, FAX No. (404) 730-2309, Attn.: Ronald Butler. CITE: (M-345 SN010472) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: HSC/PKV, 3207 North Road, Brooks AFB, TX 78235-5363 SUBJECT: C -- WORLDWIDE FULL SERVICE ENVIRONMENTAL REMEDIAL ACTION EFFORTS WITH PARTIAL SMALL BUSINESS SET ASIDE SOL F41624-97-R-8003 DUE 012497 POC Ms. Leticia Walton, Contract Specialist, (210) 536-6507. DESC: The Environmental Contracting Division (HSC/PKV), Brooks AFB, TX in support of the Air Force Center for Environmental Excellence (AFCEE) is preparing to release a Request for Proposal (RFP) for Worldwide Full Service Environmental Remedial Action efforts. The services contemplated are for various environmental technologies necessary for compliance and restoration at sites in the Continental United States (CONUS), Alaska, Hawaii and other locations worldwide. Formal source selection procedures will be followed in accordance with Air Force FAR Supplement, Appendix BB. Multiple contract awards are anticipated with a total program value of $475 million. Specifically, four (4) worldwide contracts under full and open competition with a total program amount of $400 million and three (3) worldwide small business set aside contracts with a total program amount of $75 million will be awarded. The Standard Industrial Classification (SIC) code for this acquisition is 8744 with an applicable size standard of no more than 500 employees. This size standard applies for the establishment of eligibility as a small business. The contracts are contemplated to be Indefinite Delivery, Indefinite Quantity (IDIQ) with multiple contracting arrangements, i.e. FFP, CPAF, CPFF and T&M. For purposes of FAR 52.219-14(b)(3), "Limitation on Subcontracting," the type of effort is construed as construction, therefore, "small business concerns must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees." The RFP is projected for release on or about 24 Jan 97. The RFP will be issued via the SARAH page internet address: http://www.brooks.af.mil/HSC/PKA/programs/ra/. It would be greatly appreciated, if interested firms, would also register at this address as information concerning this acquisiftion will be updated here. Questions should be directed to Leticia Walton, Contract Specialist, (210) 536-6507. This announcement is based on the most current information available at this time. Further updates will be posted on the SARAH Page and the AFCEE Home Page. See Note 2. CITE: (I-345 SN010482) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: C -- DSN & IMPLEMENTATION OF CONTROL SYSTEM FOR INTEROPERABILITY OF ENERGY MANAGEMENT & CONTROL FOR BUILDING 444, DEFENSE FINANCE & ACCOUNTING SERVICE (DFAS) - DENVER CENTER, DENVER, COLORADO SOL DACA45-97-R-0018 POC For further information, contact John M. Miller at: (402) 221-4176 and for technical questions call Kevin Pace at (402) 221-4544. DESC: CONTRACT INFORMATION: Types of services required will include site investigations, studies, reports, final design and equipment procurement and installation services. Basic contract will involve services for one area of Building 444. Services for additional areas will be contract options. A Firm Fixed Price Contract will be negotiated for these services. Estimated completion date for the basic contract is June 1997 with anticipated start date of April 1997. Completion of contract options are expected to take up to three years. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 55% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.5% be placed with small disadvantaged businesses (SDB) and 3% be placed with women-owned small businesses (WOSB). PROJECT INFORMATION: Project consists of the evaluation of the availability, reliability, functional capability range of functions, performance and workability of LonMark compatible control devices. The selected A-E will be required to design, install and test a system to monitor and control fire detection system, lighting, heating ventilating and air conditioning equipment. This control system must be comprised of LonMark compatible components interconnected using commonly available interface technologies. The system will use components from multiple manufacturers in order to evaluate the inter-connectibility between manufacturers, installation flexibility, installation time and ease of maintenance and operation. The design will incorporate equipment operational sequences from previous drawings, specifications and design analysis for the Energy Management and Control System (EMCS) Upgrade at the DFAS - Denver Center in Denver, Colorado. The basic contract will include two multi-zone air handling units, one lighting zone, alarm system interface and central station equipment. There will be approximately 10 other areas within Building 444 which will be included as contract options. In order to implement the open protocol technologies anticipated in this phase of the project, the staff of the selected A-E must complete or have completed the following manufacturers approved system integration and software development training courses: LonWorks System Integration Course - five days, two people and Lonworks Technology course - four days, one person. The courses must be completed prior to the start of work or no later than 30 days after contract award. Previous training must have been completed within two years prior to contract award. SELECTION CRITERIA: See Note 24 for general selection process. Criteria for selection, in order of importance, are: (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) LonWorks technology (2) EMCS design and installation (3) Computer language programming (4) Design and installation of Local Area Networks (LAN) (5) Projects requiring continuous operation of facilities during design (6) Technical analysis of existing EMC Systems (7) Producing Computer Aided Drafting and Design (CADD) drawings fully compatible with AUTOCAD version 13 or later. (b) Knowledge of the locality of the DFAS - Denver Center. (c) Capability of the firm (including consultants) in project scheduling and management in the following areas: (1) Timeline development, phasing and planning of similar projects (2) Effective oversight of the project team (3) Effective management of field changes and modifications (4) Ability to maintain continuance of critical computer operations during performance of the contract (5) Effective quality control (d) Professional qualifications and specialized experience of the proposed project team staff members (including consultants) in the following areas: (1) Design and installation with LonMark compatible devices (2) Completion of LonWorks training courses (3) Control systems computer language programming (4) EMCS design and installation (5) HVAC temperature control systems design and installation (6) Lighting system design and installation (7) Fire detection system design and installation (8) Management, including analysis projects (9) On-site design and field work (e) Capacity to perform the work in the required time. (f) Past performance as described in Note 24. (g) Location in the general geographic area of the project. (h) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (i) Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration shall submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday or Sunday or a federal holiday, the deadline will be the close of business on the next business day. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The DMP should be brief and address the scheduling and management capability of the firm as listed in evaluation criterion (c). Include an organization chart showing the inter-relationship of management and various team components (including subcontractors). (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 326-3459. Personal visits for this solicitation to the Omaha District offices or the project site will not be scheduled. See Numbered Note(s): 24. CITE: (I-345 SN010543) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: John F Kennedy Center for the Performing Arts, Office of Contracts, 2700 F Street, N.W., Washington, DC 20566 SUBJECT: C -- INDEFINITE DELIVERY TASK ORDER CONTRACT FOR A/E SERVICES AT KE NNEDY CENTER AND SURROUNDING SITE SOL JFKC01-97-R-0017 DUE 121696 POC Darlene Watson, Contract Specialist, (202) 416-7928, or Valerie Veatch, Contracting Officer (202) 416-7912. DESC: Solicitation JFKC01-97-R-00017, POC Darlene Watson 202-416-7928. The announcement which appeared in the CBD on 22 October 1996 is amended as follows. The closing date for receipt of Standard Form 254 and 255 and other materials is changed to 3:30 p.m. on 17 December 1996. PROJECT INFORMATION: Title is amended to read: Indefinite delivery task order contract for architect and engineering services for continued repair to correct deficiencies in life safety, security, accessibility, visitor services, and systems at the Kennedy Center and surrounding site. Submit four (4) copies of the SF-254, SF-255 and other materials. The estimated value of each A/E contract is approximately $2,000,000 per year. The total value of the multi-award will not exceed $5,000,000 per year. CITE: (I-345 SN010636) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Dept. of Veterans Affairs Medical Center, 10000 Brecksville Road, Brecksville, Ohio 44141 SUBJECT: C -- RENOVATE AMBULATORY CARE - WADE PARK SOL 541-125-97 DUE 011097 POC Jeanelle Wright, (216) 838-6091 DESC: The Architect/Engineer shall develop preliminary plans, working drawings, specifications, cost estimate and construction period services for the above mentioned project. A/E shall have principal qualifications in design and construction, general building remodeling including hospital facilities and also experience in designing for energy conservation. Building systems including electrical, plumbing, HVAC mechanical and structural, JCAHO requirements and Life Safety Code. The A/E project team shall include a certified industrial hygienist (CIH) for asbestos survey and development of abatement/removal plans and/or lead based paint abatement plans, if necessary as well as possible monitoring of either type of abatement during construction. The estimated cost of construction is between $1,000,000 and $2,000,000. Joint venture and/or firm consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality design effort. Responses must be received no later than January 10, 1997. A/E firms which meet the requirement in the announcement are invited to submit a completed SF-254 and SF-255 (Total of two copies) to the person/address identified above. (1) Team proposed for this project; (2) Previous experience of the team proposed for this project; (3) proposed design approach for this project; (4) Location and facilities of working office; (5) Cost control; (6) Estimating effectiveness; (7) Schedule control. This acquisition is unrestricted as to business size. SIC 8712 applies. CITE: (I-345 SN010639) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: John F Kennedy Center for the Performing Arts, Office of Contracts, 2700 F Street, N.W., Washington, DC 20566 SUBJECT: C -- INDEFINITE DELIVERY TASK ORDER CONTRACT FOR A/E SERVICES AT KE NNEDY CENTER AND SURROUNDING SITE SOL JFKC01-97-R-0017 DUE 121696 POC Darlene Watson, Contract Specialist, (202) 416-7928, or Valerie Veatch, Contracting Officer (202) 416-7912. DESC: Solicitation JFKC01-97-R-00017, POC Darlene Watson 202-416-7928. The announcement which appeared in the CBD on 22 October 1996 is amended as follows. The closing date for receipt of Standard Form 254 and 255 and other materials is changed to 3:30 p.m. on 17 December 1996. PROJECT INFORMATION: Title is amended to read: Indefinite delivery task order contract for architect and engineering services for continued repair to correct deficiencies in life safety, security, accessibility, visitor services, and systems at the Kennedy Center and surrounding site. Submit four (4) copies of the SF-254, SF-255 and other materials. The estimated value of each A/E contract is approximately $2,000,000 per year. The total value of the multi-award will not exceed $5,000,000 per year. CITE: (I-345 SN010640) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: DEPT OF VETERANS AFFAIRS, 16111 Plummer St., Sepulveda, CA 91343 SUBJECT: C -- A/E SERVICES FOR FIRE ALARM PANEL REPLACEMENT SOL N/A POC Mike McGinley, 818/895-9354, Contracting Officer DESC: Original CBD ad of 12/5/96 is modified to add the requirement of including a Licensed Industrial Hygienist and a Fire Protection engineer (FPE) on the A/E Design Team. All other terms and conditions remain unchanged. CITE: (I-345 SN010654) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES FOR TOPOGRAPHIC, CADASTRAL, HYDROGRAPHIC, AND AERIAL PHOTOGRAMMETRIC SURVEYS AND MAP DIGITIZATION IN SUPPORT OF VARIOUS PROJECTS IN PACIFIC REGION SOL DACA83-97-R-0006 DUE 010997 POC HAROLD NAKAOKA (808) 438-0021 (Site Code XXCA83) DESC: Indefinite Delivery Architect-Engineer Services Contract for Topographic, Cadastral, Hydrographic, and Aerial Photogrammetric Surveys and Map Digitization in Support of Various Projects in the Pacific Region. 1. CONTRACT INFORMATION: Architect-Enginer services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various surveying and mapping (military with some civil works) projects within the Pacific Region (to include Japan and Korea). An indefinite delivery contrct will be negotiated and awarded with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed approximately $1,000,000. 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 $20,000 in services duringthe term of the base year and $10,000 in services during the term of each option year. The Government may exercise a contract option before the expiration of the base contract period or preceding an option period if the contract amount for the base period r preceding an option period has been exhausted or nearly exhausted. The contract is anticipated to be awarded in June 1997. This announcement is open to all businesses regardless of size. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: Wrk includes A-E services for preparation of topographic, cadastral, hydrographic, and aerial surveys and maps. Services may also include digitization of maps. Selected projects may be developed using the metric system of measurements. Compatibility with spcific computer-aided drafting and design (CADD) systems and format is required. 3. SELECTION CRITERIA: See Note 24 for the general selection process. The PRIMARY selection criteria in descending order of importance are: (a) professional qualifications of the firm's staff/consultants to be assigned to the projects; (b) specialized experience of the firm in performing and preparing the specified services r products listed above; (c) the firm's past performance on DoD and private sector contracts (cost control, quality of work, and compliance with schedule); (d) capacity of the firm to accomplish work in the required time (size of firm, workload, etc.); and(e) knowledge of the locality of the projects. The SECONDARY selection criteria in descending order of importance are: (a) location of the firm; (b) volume of recent DoD work; and (c) participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. Offeror must provide adequate documentation in blcks 7g and 10 of the Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, to illustrate the extent of participation with the above-mentioned groups in terms of the percentage of the total anticipated contract effor. 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% of the contractor's intended subcontract amount be placed with small business (SB), which includes small disadvantaged businesses (SDB), and 30% be placed ith 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. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 25 no 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 first workday thereafter. All responding firms must also include completed Standard Form 254s for themselves and their subconsultants, if not already on file ith the Pacific Ocean Division. Submittals will be sent to the following address: U.S. Army Engineer Division, Building 230, Room 202, Attn: CEPOD-ET-MA, Fort Shafter, Hawaii 96858-5440. Small and disadvantaged firms are encouraged to participate as prime ontractors or as members of joint ventures with other small businesses. All interested contractors 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 acquisition, telephone (808) 438-0021. Request for Poposal No. DACA83-97-R-0006 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal. CITE: (I-345 SN010577) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 2711, LOS ANGELES CA 90053-2325 SUBJECT: C--CIVIL (COASTAL) ENGINEERING FOR CIVIL WORKS PROJECTS SOL DACW09-97-R-0013 DUE 011197 POC A/E Contracting Branch, James W. Hogan, Jr. (213) 452-3244 or Maricela Zamora, (213) 452-3250, Technical Information, Chuck Mesa (213) 452-3678 (Site Code DACW09) DESC: 1. CONTRACT INFORMATION: Architect-Engineer Services (Brooks A-E Act, PL 92-582) for Indefinite Delivery Contracts for Civil (Coastal) Engineering for Civil Works Projects at Various Locations in the Los Angeles District (Southern California) (BLOCK of SF 255). The work and services will be for Civil Works projects. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontacting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 60% of the contractor's intended subcontract amount will be placed with small businesses (SB), including small disadvantaged businesses (SDB), 10%, and woman-owned businesses (WOB) 5.0%. The plan is not required with this submittal. There will be two (2) indefinite delivery contracts for rchitect-Engineer (A-E) Services. The top ranked firm will be awarded the first contract. There will be a delay, not to exceed twelve months, between the award of the first and second contract. The General Requirements (Appendix A) are similar for both conracts. Ordinarily, task orders will be placed with the top ranked firm. However, a task order may be placed first with the other contract if the top ranked contractor does not have the capacity to complete the task order in the required time period, the top ranked contractor has performed unsatisfactorily on previous task orders under the subject contract, and or significantly less work has been placedunder the other contract. Yearly cumulative amount of individual task orders per contract not to exceed $1,000,000.00. The contracts will include an option for extension for second and third year with additional amount for each optional year not to exceed 1,000,000.00. If contract amount for the base year period or preceding option year periods has been exhausted or nearly exhausted the Government has the option to exercise contract options before the expiration of the base year period or preceding option year periods. The estimated contract start date is Jun 97 for a period of 12 months (through Jun 98). Work is subject to availability of funds. Estimated onstruction cost is not applicable. 2. PROJECT INFORMATION: The work and services shall consist of coastal and oceanographic engineering studies which will require capabilities in marine field data collection, surveying, and mapping for navigation and shor protection Civil Works projects at various locations in the Los Angeles District (Southern California). Specific types of marine field data collection include: multi-beam and single beam bathymetric sonar, side scan sonar, geophysical sub-bottom profiling, beach and surf zone bathymetric profiling, tidal and water level instrumentation, ocean wave and/or current instrumentation, and sediment tracer instrmentation. The firms selected for these contracts will be expected to submit a quality control/quality assurance plan and to adhere to it during the work and services required under the contract. In Block 10 of the SF 255 describe the firm's Design QualityControl Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor(s) work. The plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. 3. SELECTION INFORMATION: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria A through E are primary. Crteria F through H are secondary and will only be used as "tie-breakers" among technically equal firms: A. Professional Qualifications in: (1) Civil Engineering including Coastal and/or Ocean Engineering, (2) Marine Geophysicist, (3) Marine and/or Land Survying. Supporting disciplines will include Digital Signal Processing. B. Specialized experience and technical competence in: (1) multi-beam and single beam bathymetric sonar applications and analysis, (2) side scan sonar applications and analysis, (3) marine geophysical interpretation and analysis, (4) kinematic Differential Global Positioning System capabilities, (5) electronic navigation control capabilitie, (6) full heave/pitch/roll motion compensation capabilities, (7) digital signal processing capabilities to reduce/decimate/analyze oceanographic field data described in this solicitation, and (8) specialized equipment typically associated with the types o marine field data collection described in this solicitation. C. Capacity to accomplish the work and services in the required time and the availibility of an adequate number of personnel in key disciplines. D. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. E. Knowledge of the locality such as hydrographic features, climtic conditions, oceanographic conditions, and ellipsoidal and geoidal differences. F. Geographic proximity (physical location) of the firm to the location of the project(s). G. Extent of participation of SB, SDB, historically black colleges and universitie, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. H. Volume of DoD contract awards in the last 12 months as described in Note 24. All firms that submit an SF 255 shall be notified with a post card acknowledging receipt of their response. The firms which are not recommended by the Pre-Selection Board to the Selection Board for further consideraton, shall also be notified with a post card. The firms which are considered by the Selection Board but are not ranked for negotiation shall be notified with a post card. The firms which are ranked for negotiation but are not selected for an award shall be otified after the award of the contract. The contract award shall be announced in the Commerce Business Daily. Consistent with the Department of Defense policy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including small, disadvantaged owned firms and firms that have not had prior DoD contracts (see Note 24), qualified small disadvantaged firm will receive cosideration during selection and all other selection evaluation criteria being equal, also participation in a joint venture may become a determining factor for selection. Therefore, all offerors' submittals should specifically identify in the appropriate potions of the SF 255 all proposed small disadvantaged firm participation in the proposed activity to be accomplished by the contractor (See Note 24). The Los Angeles District and Minority Business Development Agency are working with local Business Development Centers (BDC's) to provide assistance to Small Disdvantaged Business Concerns to participate in Government contracts. Information provided by calling he office shown. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work are invited to submit one (1) completed Standard Form (SF) 254 and 255, revised editions dated November 1992, Architect-Engineer and Related Services Qustionnaires for the prime and one (1) SF 254 for each subcontractor/consultant, by addressing a transmittal letter to the office shown. Lengthy cover letters and generic corporation brochures, or other presentations (such as BINDING of SF 254 and 255) beyond those to sufficiently present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this otice must be received within 30 calendar days from the date of issuance of this synopsis. If the 30th day is a weekend day or a Federal Holiday, the deadline is the close of business of the next business day. Include ACASS number of the office that will prform the work in Block 3b. Call the ACASS center at (503) 326-3459 to obtain a number. No other general notification will be made of this work. Solicitation packages are not provided for A-E contracts. Firms desiring consideration shall submit appropriate data as described in numbered Note 24. CITE: (I-345 SN010581) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Naval Security Station, 3801 Nebraska Avenue, Code 52, Building 18, Washington, DC 20393-5440 SUBJECT: D--AUTOMATIC DATA PROCESSING TELECOMMUNICATION SERVICES DUE 021796 POC Ms. Ermine B. Mikell, (202) 764-0780/0781 or Mr. Allison E. Friloux, Jr., Contracting Officer, (202) 764-0780/2475. DESC: Lan Support Services and Maintenance to provide on-site technical support. Network workstation, Hub/Router maintenance (labor and parts) will be provided and shall keep the equipment in good operating condition. Statement of work provided upon request. CITE: (M-345 SN010570) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: U.S. Postal Service, Purchasing Service Center, 225 N. Humphreys Blvd., Memphis, TN 38166-6260 SUBJECT: D--LICENSING AGREEMENT FOR USPS FASTFORWARD SOFTWARE SOL 475630-96-A-G382 POC Gwen Wilson, Purchasing Specialist, (901) 747-7549. DESC: The purpose of this amendment to Solicitation No. 475630-96-A-G382 for the FASTforward(SM) Licensing Agreement is as follows: Effective immediately, for the first 200 qualifying MLCOR presort mailers that are successfully licensed by the USPS prior to July 1, 1997 no license fee payment will be required until July 1, 1997. To be considered successfully licensed, all terms, conditions, and requirements of the FASTforward(SM) License must be met. This offer is valid only for the first 200 potential licensees which have: 1. Completed and submitted the Vendor Self-Certification Statement And Application Form to the USPS Contracting Officer on or before January 15, 1997. 2. Made a written commitment to their MLOCR vendor(s) requesting FASTforward(SM) interface upgrades for their equipment. 3. And, are subsequently FASTforward(SM) licensed prior to July 1, 1997. Qualification for this offer will be determined based upon the date the Vendor Self-Certification Statement and Application Form is received by the USPS Contracting Officer. CITE: (M-345 SN010588) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Department of Veterans Affairs Medical Center, 423 E. 23rd St., New York, NY 10010 SUBJECT: D -- DSS NETWORK SUPPORT SOL BIO630-02-97 DUE 010197 POC Cynthia McClarin DESC: The Department of Veterans Affairs Medical Center, New York, NY intends to negotiate a sole source contract to Integrated Strategies and Support Inc. (incumbent) for DSS network support. Closing date is 12/18/97. Interested concerns having the ability to provide equal service should submit their request by fax (212) 951-3289. CITE: (I-345 SN010634) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- STRUCTURAL ACOUSTIC OPTIMIZATION SOFTWARE SOL N/A POC NASA Langley Research Center, Industry Assistance Office, MS 144, 757- 864-2461, Hampton, VA 23681-0001. DESC: The National Aeronautics and Space Administration (NASA) seeks to transfer into commercial application software entitled "Structural Acoustics Optimization (SAOpt)" for minimizing noise transmission in structural acoustics problems. Lockheed Martin Aeronautical Systems Co. has assigned the copyright for SAOpt to NASA and it is therefore available for copyright licensing. A Technical Briefing will be held at Langley Research Center on January 6, 1997 to provide interested companies the opportunity to learn about this technology and the process that will be followed to establish licenses for commercialization. THE SAOpt SOFTWARE - The SAOpt software is designed to work with today's structural and acoustic codes for noise prediction optimizing a process to integrate acoustic considerations into the vehicle design process. The result gives designers of aircraft and land vehicles the ability to define the design relationships between structural design and low frequency noise reduction. Research using this software has shown that noise reduction can be achieved with little or no impact on weight and structural integrity. POTENTIAL COMMERCIAL USES - The algorithm and modeling codes within the SAOpt software are not restricted to interior problems. Therefore, the potential application of the technology is significantly greater than transportation vehicles, and includes the full range of consumer and commercial products where noise control or noise tailoring is a concern. BENEFITS - This software automatically seeks optimal solutions for complex designs. Previous techniques have relied on iterative and separate analyses of structural and acoustic effects. While the technology developed to date has been principally focused on reducing interior noise in aircraft, in fact, the technology is applicable to any noise reduction problem - for both interior and exterior spaces. THE TECHNOLOGY - SAOpt consists of a suite of optimization algorithms integrated with computational tools such as finite element and boundary element methods for the acoustic solution. Existing technology has been integrated to produce the computational algorithm using commercially available code including: MSC/NASTRAN (developed by MacNeal-Schwendler Corp.) as the Finite Element Method (FEM) structural tool, COMET/Acoustics (developed by Automated Analysis Corp.) as the Boundary Element Method (BEM) acoustics tool, and CONMIN as the nonlinear optimization tool. Several other optimization algorithms are currently under development to be integrated into the software, providing the ability to optimize problems when sensitivity derivatives are not available. A UNIX shell script is used to control and coordinate the iterative design process, integrating these programs. The script has been designed to allow for easy plug-in of other FEM or BEM structural or acoustic solutions, increasing the versatility of the software. This integrated design tool may represent a unique capability within the aerospace industry. General capabilities of SAOpt include optimization for minimum noise, weight, or combined noise and weight objectives. Constraints can be included as bounds on design variables, or on weight, noise or structural integrity/stress. Optimization can be performed at a single frequency or within a prescribed frequency bandwidth (called multi-frequency). OPTIONS FOR COMMERCIALIZATION - This technology opportunity is part of the NASA Technology Transfer Program. The program seeks to stimulate development of commercial applications from NASA-developed technology. The program goal is to assure that the NASA-developed software is deployed in the private sector to the benefit of U.S. industry. In addition, NASA seeks to directly benefit from the commercial versions of the code that is currently offered. There are a variety of licensing options available that will be fully explored at the briefing. INTELLECTUAL PROPERTY United States copyright in the Structural Acoustics Optimization (SAOpt) Software. COMMERCIAL OPPORTUNITY PROGRAM (COOPPR) - The Langley Research Center's Commercial Opportunity Program is designed to present government-developed technology to the private sector. It does so by integrating the combined interests and talents of Langley management, technical staff, Patent Counsel, and the Technology Applications Group to match potential firms with identified NASA proprietary technologies which are available for licensing and commercialization. 1. HOW THE PROGRAM WORKS - NASA identifies companies with experience and competence in related technologies, and a track record in commercializing similar products. Candidate companies should also be financially sound and have effective marketing organizations. After attending a technical briefing, those companies interested in joining with NASA in a Joint Space Act development Agreement, and the accompanying license agreement, will be invited to submit detailed plans for commercializing the proposed technology. Thus, Langley's Commercial Opportunity Program leads to a working partnership between industry and NASA to transfer advanced and commercially valuable technology to the private sector for commercial product applications. 2.WHAT YOU NEED TO DO - Companies interested in attending a technical briefing on January 6, 1997 to learn more about the Structural Acoustics Optimization Software should contact: NASA Technology Applications Team, Research Triangle Institute, Attn: C. Gary Hughes, P.O. Box 12194, Research Triangle Park, NC 27709, TEL: (919) 541-7205, FAX: (919) 541-6221, email: hughes@rti.org. The briefing will be held at Langley Research Center, Hampton, Virginia, from 9:00 AM to 12:00 noon on January 6, 1997. Afternoon appointments will be available for private discussion. 3. WHAT YOU NEED TO KNOW - NASA intends to commercialize this technology by copyright license and/or Joint Space Act Development Agreement. Following the briefing, companies will be invited to submit a commercialization plan for joint development and a copyright license agreement to Robin W. Edwards, Mail Stop 212, NASA Langley Research Center, Hampton, VA 23681-0001. Commercialization plans will be reviewed by an in-house evaluation team of civil service NASA employees composed of representatives from the following: Technology Applications Group, Patent Counsel, and the Structural Acoustics Branch. The evaluation team may consult with outside advisors as required. Following selection, a Federal Register notice of intent to grant license will be published. CITE: (I-345 SN010618) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: E--Purchase of Structures and Facilities OFFADD: 204 siginaka way sitka, ak 99835 SUBJECT: E -- FURNISH AND DELIVER FOUR (4) PREFABRICATED STEEL BRIDGES. SOL R10-03-97-01 DUE 021397 POC poc: linda spitzler 907-747-4277. DESC: Furnish and deliver four (4) prefabricated steel bridges with bridge railings, treated timber footings with backwalls and place in designated storage area at the log transfer facility located at Port Frederick, Alaska. Bridges are to be fabricated in accordance with specifications. One (1) prefabricated bridge is seventy feet in length; two (2) bridges are forty feet in length and one (1) bridge is fifty feet in length. IFBs may be requested by fax at (907) 747-4289, Attn: Contracting. We anticipate issuance of this solicitation on 1/13/97. CITE: (I-345 SN010491) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA - Forest Service, 4931 Broad River Road, Columbia, South Carolina 29210-4021 SUBJECT: F -- GROWING CONTAINER LONGLEAF SEEDLINGS SOL RFP-12-97-10 DUE 011597 POC Contact Contracting Officer Delia K. Heath at (803) 561-4000 for information. For solicitations and/or plans contact Ruby Little at (803) 561-4017. DESC: The Francis Marion and Sumter National Forests plan to contract for Growing Containerized Longleaf Pine Seedlings. The contractor shall furnish all labor, supervision, supplies, equipment, fertilizer, insecticides, herbicides, and other materials necessary to grow 1-0 containerized longleaf pine seedlings. The contractor shall sow seed, culture the seedlings, extract plugs from containers, pack, store and load seedlings for shipment. Contractor shall arrange shipping for containerized longleaf pine seedlings unless otherwise notified by the Contracting Officer. Shipping cost is not included in the quoted price. No materials or labor will be furnished by the Government unless specifically identified in the Government Furnished Property Clause. CITE: (I-345 SN010544) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Idaho Panhandle National Forests, 3815 Schreiber Way, Coeur d'Alene, Idaho 83814-8363 15 SUBJECT: F -- WEEDING OF TREE SEEDLINGS AND PROTECTION OF SOWN SEED/PREDATORY CONTROL SOL RFP R1-04-97-27 DUE 020597 POC Contact Contract Clerk (208) 765-7497 DESC: Weeding of Tree Seedlings (approximately 21 acres 1-0 stock and approximately 31 acres other stock) and Protection of Sown Seed/Predatory Control (approximately 20 acres) in Kootenai County, Idaho. Estimated starting date April 15, 1997. One year contract with 2 option years. No show me trip is scheduled at this time, contact Cleve Chatterton or Shelly Kimball, Coeur d Alene Nursery, Idaho Panhandle National Forests, (208) 765-7388 for additional information. See Note(s): 1. CITE: (I-345 SN010658) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: DOT--Maritime Administration, 201 Mission Street, Room 2200, San Francisco, CA 94105 SUBJECT: J--PROVIDE ENGINEERING/DRAWING SERVICES FOR THE TRAINING SHIP GOLDEN BEAR AND PERFORM ANNUAL REGULATORY SURVEYS, MAIN AND AUXILIARY PROPULSION SYSTEM REPAIRS AND HABITABILITY SPACE UPGRADES SOL DTMA94-97-Q-00001 AND DTMA94-97-B-00002 DUE 122796 POC Pat Russo, (415) 744-2593, To expedite requests use fax number, (415) 744-2576. DESC: Provide engineering services to support specification preparation for repair solicitation. The solicitation number for these services is DTMA94-97-Q-00001. Provide all labor, material and equipment necessary to perform annual regulatory surveys, main and auxiliary propulsion system repairs and habitability space upgrades. A separate solicitation will be issued for the preceding work description--DTMA94-97-B-00002. Work location will be aboard the vessel at its mooring at the California Maritime Academy, Vallejo, Ca. Any interested firm may request a copy of the solicitation for work on this vessel and all responsible offerors may submit bids which shall be considered by the agency. Please request a copy of the solicitation by letter or facsimile to (415) 744-2576. The Maritime Administration requires that to be eligible for award under this solicitation offerors must: Be holders of the Marad Master Lump Sum Repair Agreement (MLSRA) or shall apply for and agree to the terms and conditions of the MLSRA. Offerors may accept the MLSRA with their bid: non holders shall provide all annual representations and certifications as required by the MLSRA. NOTE: 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. CITE: (M-345 SN010561) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 02631H, 2531 Jefferson n Davis Hwy, Arlington, VA 22242-5160 SUBJECT: J--MAINTENANCE, REPAIR, AND RESTORATION OF A/N37U-1 MOORED MINE CLEARING SETS SOL N00024-97-G-6369 POC Ms. Janel Hradecky, SEA 02631H, (703) 602-0951, Contracting Officer, Mr. Steve Caracciolo, (703) 602-0951. DESC: The Naval Sea Systems Command intends to issue orders on multiple e occasions over the period of Basic Ordering Agreement N00024-97-G-6369 with Government Systems Segment, A Business Unit of Analysis & Technology, 258 Bank Street, New London, CT 06320. Orders will be issued for: Engineering Change Kits; Repair, Restoration, and/or Modification Services; Maintenance Support Material; Installation and Checkout Kits; and Engineering Services. Orders will be issued pursuant to 10 U.S.C. 2304(c)(1). Government Systems Segment (GSS) is the sole designer and manufacturer of the A/N37U-1 Moored Mine Clearing Set. As such, GSS is the only company which currently possesses the in-depth technical knowledge of the equipment requirement to satisfactorily perform the work under the orders contemplated herein. No other source has the technical qualifications and necessary resources to perform the work described herein, nor will any other supplies or services satisfy the Navy's requirements. Companies interested in subcontracting opportunities should contact GSS directly. CITE: (I-345 SN010567) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 622, FT STEWART GA 31314-5189 SUBJECT: J--REFURBISH PETROLEUM LABORATORY SOL W80H6M-6325-1000 POC Sandy Sanders (912) 767-1868 Contracting Officer Connie L. Skipper (912) 767-1868 (Site Code DAKF10) DESC: The Army intends to solicit and award a contract on a Sole Source basis to Engineered Air Systems, Incorporated, 1270 North Price Road, St. Louis, Missouri 63132 to Refurbish One (1) Trailer Mounted Petroleum Laboratory. The work shall be completed wthin 260 calendar days after contractor receives the laboratory at his facility. The SIC for this project is 7699. All responsible business concerns may submit a bid. There is a non-refundable fee of $10.00 for the solicitation package. Please submit by copany check, certified or cashier check or money order made payable to: TREASURER OF THE UNITED STATES. NO CASH will be accepted. All requests must be in writing to the above address. When requesting a package, please indicate the synopsis number DAKF10-97-#-0003, and give a CITE: (I-345 SN010585) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Corporate Jet Aerospace Inc, 2300 Horizon Drive, Fort Worth Tx 76177-5300 SUBJECT: J--MAJOR PEROIDIC INSPECTION & VARIOUS SERVICES ON ONE (1) LEARJET 35A SOL RFP SOL CJI-0004-FY97 DUE 010697 POC Mr. Marvin Tuomala, (817)837-2105 DESC: Corporate Jets Aerospace,Inc.,under Contract No.DEA-93-C-0001,intends to issue a subcontract for services to conduct a 300 Hour Airframe Inspection and various other services on one(1)Learjet 35A airplane owned and operated by the Federal government. All responsible sources interested in receiving this Solicitation package shall submit a written request on company letterhead that contains the following information: (1)Soliciation Number, (2)Name of the Point of Contact, (3)Point of Contact's telephone number, (4)Facsimile number, (5)a brief description on the Offeror's qualifications and certifications relating to this Solicitation package, (6)business type(small, small disadvantaged, or large), and (7)signed by a responsible company offical. Only written or faxed requests for copies will be accepted, no telephone calls please.Fax Number:(817)837-2252. LINK http://cbdnet.access.gpo.gov LINKDESC: CITE: (W-345 SN010587) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Department of Veterans Affairs Medical Center, 423 E. 23rd St., New York, NY 10010 SUBJECT: J -- BLOOD CELL COUNTERS SOL BIO630-03-97 DUE 011897 POC Kim Stevens DESC: The Department of Veterans Affairs Medical Center, New York, NY intends to negotiate a sole source contract to Coulter Electronics Inc. (incumbent) for preventive maintenance on two (2) Coulter blood cell counters. Interested concerns should submit requests via fax (212) 951-3289. Closing date 12/18/96. CITE: (I-345 SN010644) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: DOT/Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, MA 02142 SUBJECT: J -- INSTALLATION & START-UP TO CONVERT R12 REFRIGERANT TO R134A REFRIGERANT FOR COOLERS ON ARMY LSV 4 WATERCRAFT SOL DTRS57-97-Q-80055 DUE 123196 POC Karen Marino, Purchasing Agent, (617)494-2437. DESC: The Volpe Center plans to procure through Simplified Acquisition procedures the installation and start-up of prototype replacements to convert from the R-12 refrigerant to R-134A refrigerant for coolers and R-404A refrigerant for freezers. Four units of equipment in the Army watercraft LSV 4 will be retrofitted under this contract, this involves the removal and replacement of the existing R-12 condensing units with new R-134A or R-404A condensing units. The work will be performed in the watercraft dockside at Ft. Eustis, VA. Removal, modification, and start-up shall begin on or about February 3, 1997 and shall be completed within two weeks. Small Business firms under SIC Code 1711 that are interested in proposing on this requirement must request a Request for Quotation (RFQ) in writing. Quotation issuance date will be on or about December 31, 1996. A single award will result from this quotation. NO telephone requests will be accepted - only written requests for this quotation will be accepted - however, we will accept requests for this quotation via facsimile, at (617)494-3649, ATTN: Karen Marino, DTS-852. CITE: (I-345 SN010649) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Navy Public Works Center Code 826 Bldg 343 2730 McKean St. Ste 1 San Diego CA 92136-5294 SUBJECT: J -- RETROFIT TWO MCQUAY WATER CHILLERS SOL N63387-97-Q-Q040 DUE 122796 POC Tony Zamora, Purchasing Branch Supervisor, (519)545-9411, FAX: (619)545-0243. DESC: 2 EACH Retrofit two McQuay Model PEH050 centrifugal water chillers from R-12 to HFC134A non-CFC refrigerant. Copies of this solicitation will be provided in response to written or faxed requests. Telephone requests will not be honored. CITE: (I-345 SN010661) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212 SUBJECT: M--NAVAL COMMUNICATIONS STATION TECHNICAL CONTROL FACILITY SOL N00244-97-R-5062 DUE 031197 POC Fax Solicitation Request to Bid Officer (619) 532-2575, or call (619) 532-2692; Contract Specialist Gerri Thornton (619)532-2560; Contracting Officer, S.K. Wasson DESC: Operation and maintenance services for the Naval Communications Station Stockton Technical Control Facility, AN/FSC-79 SATCOM Earth Terminal, AN/WSC-5 Satellite Transceiver and Designed Assigned Multiple Access (DAMA) system. A Top Secret clearance is required. Requirement will include facility maintenance and support services. Site visit and pre-proposal conference will be announced in the solicitation (est. 2/11/97). Performance is estimated to begin with phase-in on 1 Sep 97, full performance by 1 Oct 97, for a base year and three option years. This procurement is being conducted under the Commercial Activity OMB A-76 guidelines to determine if performance by contract or government is more advantageous. Unrestricted. The solicitation is available on the internet at http://www.sd.fisc.navy. mil. Attachments will be forwarded by the Bid Officer. CITE: (I-345 SN010595) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: N--Installation of Equipment OFFADD: Office of the Architect of the Capitol, Procurement Division, Room H2-262, Ford House Office Building, 2nd and D Streets, S.W., Washington, D.C. SUBJECT: N -- MODERNIZATION OF FOUR ELEVATOR CONTROLLERS SOL IFB No. 9714 DUE 020497 POC Contact Procurement Division, (202) 226-2557 DESC: Furnish all labor, equipment and materials and perform the work for the modernization of four (4) elevator controllers in the James Madison Memorial Building of the Library of Congress, Washington, D.C. Bidders are strongly urged to perform a field inspection of the site of work and to attend a Pre-Bid Conference scheduled to be held on Tuesday, January 7, 1997 at 10:00 a.m., local time at Washington, D.C. Information concerning the meeting may be obtained by telephoning Mr. James G. Moore, Assistant Head, Elevator Engineering, at (202) 225-3988. NOTE: Requests for the solicitation package may be made via FAX by dialing Area Code (202) 225-3221. Mark the request attention "Procurement Division" and be sure request is on company letterhead containing address, telephone and return FAX numbers, and contact person. CITE: (I-345 SN010520) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: N--Installation of Equipment OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 SUBJECT: N -- IMPRESSED CURRENT CATHODIC PORTECTION SYSTEMS SOL F40650-97-Q-0013 DUE 012297 POC Sue Tate, Contract Specialist, (615)454-7801 DESC: This procurement is for the materials, labor, fabrication, and installation of an impressed current cathodic protection system for each of nine hydraulic elevator cylinders. This work will be done at Arnold Air Force Base, Tennessee. Performance period is 150 calendar days after notice to proceed. 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. CITE: (I-345 SN010638) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 East Main Street, Suite 965, Norfolk, VA 23510-9113 SUBJECT: Q -- OPTOMETRY SERVICES SOL DTCG84-97-R-3KB821 DUE 021197 POC Contact Maria Otero, Contract Specialist at 757/628-4117/Marie A. Gilliam, Contracting Officer at 757/628-4117. DESC: Provide Optometry Services for the U.S. Coast Guard ATC Mobile, Mobile AL on a routine, part-time basis each Wednesday and Friday, six (6) hours per day, to all beneficiaries referred by the professional staff of the Health Services Clinic. The contract performance period will begin approximately 01 April 1997 or date of award, whichever occurs later, through 30 September 1997 with four (4) one-year options. The SIC Code is 8042 with $5 million or less average annual receipts for small businesses within the last three (3) fiscal years. This solicitation will be issued on or about January 10, 1997. All requests for solicitations shall be submitted in writing and shall indicate that the business is a small business. Facsimile requests may be transmitted to (757) 628-4134. Any correspondence shall reference solicitation number DTCG84-97-R-3KB821. All responsible small business concerns may submit an offer which will be considered by this agency. "The Department of Transportation (DOT), Office of Small Disavantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disavantaged 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 rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169." See Note (1) CITE: (I-345 SN010513) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 East Main Street, Suite 965, Norfolk, VA 23510-9113 SUBJECT: Q -- MEDICAL LABORATORY TECHNOLOGIST SOL DTCG84-97-R-3KB899 DUE 012297 POC Contact Xiomarys Vargas, Contract Specialist at (757) 628-4118/Marie A. Gilliam, Contracting Officer at (757) 628-4109. DESC: The Maintenance and Logistics Command Atlantic intends to award a nonpersonal services contract to the qualified individual or business capable of providing non-personal outpatient Medical Laboratory Technology services to all eligible beneficiaries at the U. S. Coast Guard Training Center, Cape May, New Jersey in accordance with the established principles, practices, and ethics of the Medical and Medical Laboratory Technology profession. The Statement of Work, in addition to the specific services required, will be provided in the solicitation. The performance period will be for a base year plus four (4) twelve month option periods. The SIC Code is 8099. This solicitation will be issued on or about December 23, 1996. Request for solicitation must be in writing. Telephone requests will not be honored. Facsimile requests may be transmitted to (757) 628-4134; Attn: Xiomarys Vargas; however, the MLCLANT assumes no responsibilty for the receipt of facsimile transmissions. "This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short-Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning the acquistion, contact the contracting official listed above." Any correspondence concerning this acquistion shall reference Request For Prospal (RFP) Number DTCG84-97-R-3KB899. All responsible sources may submit an offer which will be considered by this agency. See Numbered Note(s): 1 CITE: (I-345 SN010545) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Social Security Administration, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696 SUBJECT: Q -- MEDICAL CONSULTANT SERVICES--OTOLARYNGOLOGY SOL SSA-RFP-97-2922 DUE 012697 POC Christine Nagengast Tel: (410) 965-9520 DESC: The Social Security Administration (SSA) intends to procure the services of Medical Consultants in the specialty of Otolaryngology. Consultation services shall be oral or written from the review of SSA disability case files. There will be no contact with patients. Competitive pricing will be solicited and accepted. The period of performance shall be one year from 06/01/97 or date of award, with provisions for the inclusion of two one-year option periods. SSA-RFP-97-2922 is scheduled for release on or about 12/26/96 with proposals due on or about 01/26/97. Only written requests for solicitation SSA-RFP-97-2922 will be accepted 20 days from date of this publication. Requests can be faxed to (410) 966-9310, or mailed to the address listed above. No telephone requests will be honored. This requirement is a 100% small business set-aside. Proposals received from other than small business will be deemed unacceptable and given no further consideration. This solicitation will be available for download in electronic form on the SSA Acquisition Data and Information Exchange Bulletin Board System. For access, dial (410) 966-4889 within the Baltimore, MD area or 1-800-SSA-SHELL for other access. Set your modem to 8 data bits, no parity, 1 stop bit (8-N-1), full duplex and VT-100 or ANSI terminal emulation. Further instructions are available on line. For technical assistance, call the SYSOP at (410) 965-8086. The solicitation will also be available for downloading from SSA's Acquisition Information Home Page at http://www.ssa.gov/oag/oag1.htm. Please note that the solicitation version on the bulletin board will not include the SF-33, Solicitation, Offer and Award. LINKURL: http://www.ssa.gov/oag/oag1.htm LINKDESC: CITE: (I-345 SN010593) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, Naval Sea Systems Command, SEA 0264A, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES SOL N00024-97-R-6405 POC Mike Shaffer, Contract Specialist (0264A), (703)602-7703 DESC: The announcement originally appearing on 04 November 1996, and updated on 22 November 1996 in the Commerce Business Daily under this heading is hereby indefinitely suspended. CITE: (I-344 SN010226) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: DLA Administrative Support Center (DASC), Office of Contracting (DASC-CP), 8725 John J. Kingman Rd., Suite 0119, Ft. Belvoir, VA 22060-6220 SUBJECT: R -- CONTRACTS FOR ADVISORY AND ASSISTANCE SERVICES (CAAS) FOR REENGINEERING AND OUTSSOURCING ANALYSIS SOL SP4700-96-R-0034 POC Gene Breaux, Contract Specialist, (703)767-1195, Kevin P. Conneen, Contracting Officer, (703)767-1165 DESC: Correction: This action originally publicized in the CBD dated 26 July 1996 is changedHOW THIS MODIFICATION NOTICE WILL APPEAR IN THE CBD The Defense Logistics Agency (DLA) has an ongoing need for contracts for advisory and assistance services for Headquarters DLA and primary level field activities in support of reengineering and/or outsourcing of Agency business areas. DLA's responsibilities include: inventory control management of 3.6 million consumable items; distribution services for the full range of military assets for the Department of Defense; reutilization and disposal of excess military property; and statutorily mandated stockpiles of strategic and critical materiels. The Agency is capitalizing on private sector expertise by exploiting emerging technologies and management techniques such as direct vendor delivery, prime vendor, supply chain management, flexible manufacturing, total asset visibility, electronic commerce/electronic data interchange, electronic catalogs, activity based costing and third party logistics. We have identified a need for expert guidance and analysis to advance DLA's progress in reengineering selected business areas in order to improve support to our customers and reduce overall Agency operating costs. This will include a requirement for contractor support in the areas of: identifying best commercial practices; performing business case, economic and market analysis; developing rationale for outsourcing or retaining in-house; identifying best-in-class service providers; training; developing metrics and assessing performance; facilitating conferences and studies; and recommending innovative business and financial arrangements for tapping into the private sector.The type of skills necessary to perform this work may include personnel with strong educational backgrounds who have extensive experience with Fortune 250 companies and Defense components such as: principals, senior managers, project managers, senior consultants, consultants, senior program analysts, program analysts and technical specialists. We anticipate a multiple award task order type contract for a period of one base year with four one year option periods, to be awarded using best value source selection procedures. Task orders will be issued for specific projects to successful contractors. The Defense Logistics Agency will be the primary agency supported by this solicitation. However, other DLA elements as well as other DoD activities, and Federal Civilian Agencies may also receive support. All parties desiring request for proposal SP4700-96-R-0034, must make their request via the internet to the DASC-C Homepage at http://www.dasc.dla.mil/dascc Registration is available on the Homepage under the solicitations icon. NO telephone requests will be honored. The solicitation and other pertinant information will be available on the DASC-C Home page in the near future ***** MMMM LINK http://www.dasc.dla.mil/dascc LINKDESC: EMAIL gene_breaux@hq.dla.mil EMAILDESC: CITE: (W-345 SN010467) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of Veterans Affairs, Stratton VA Medical Center, 113 Holland Avenue, Albany, NY 12208-3410 SUBJECT: R -- A/E SERVICES - PROJECT 500-201 SOL 500-AE-201 DUE 011497 POC Joseph Turton, (518)462-3311, Ext 2612 FAX (518)462-0051 DESC: Stratton V.A. Medical Center, Albany, NY 12208 is seeking qualified architect engineer firms to provide technical services for the design and development of Project 500-201, Renovate Outpatient Surgical Suite at Bldg. #1 of the VA Complex. The proposed work scope of Project 500-201 requires renovation of approximately 14,000 gross square feet in the Operating Room Suite, including demolition and replacement of existing walls, ceilings, and floors and mechanical equipment; reconfiguration ofexisting space for more efficient utilization; upgrading electrical service and lighting systems; and asbestos abatement. An industrial hygienist will be required on the proposed A/E Team for this Project. The A/E Contract will be awarded in two successive phases. Phase I shall address all issues pertaining to the renovation work, develop a scope of work, a conceptual design, and a construction cost estimate. Phase II shall consist ofthe design/development of construction drawings and specifications and construction period services. The following Evaluation Criteria will be used during the A/E selection process;(1) Specialized experience of the firm to perform the work required; (2) Capacity of the firm to perform the work within required time frames; (3) Past performance; (4) Specific experience and qualifications of the proposed personnel assigned to the Project Design Team; (5) Geographic location of the firm's working office in relation to the renovation site; (6) Demonstrated success in prescribing the use of recovered materials, and using waste reduction and energy efficiency in facility design. THIS IS NOT A REQUEST FOR PROPOSALS. Firms desiring consideration shall shall submit appropriate data described in Numbered Note 24. Submit data to: VA Contracting Officer (90C), Project 500-AE-201, Stratton VA Medical Center, 113 Holland Avenue, Albany, NY 12208. CITE: (I-345 SN010479) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 -- C2P/CDLMS LIFE CYCLE SUPPORT AND TECHNICAL DEVELOPMENT SOL N66001-97-R-0152 POC POC Ms. Maria Papet, Code D211, Contract Specialist, (619)553-3385. Ms. Melissa Cleland, Contracting Officer. DESC: R - C2P/CDLMS Life Cycle Support and technical Development Services, POC Maria Papet, D211, 619-553-3385. The Naval Command, Control and Ocean Surveillance Center Research Development Test and Evaluation Division (NCCOSC RDTE) seeks sources for and is planning to acquire Command and Control Processor (C2P)/Common Data Link Management System (CDLMS) Life Cycle Support and Technical Development services. The proposed contract is intended to provide contractor support for the maintenance and modification of the C2P computer program in both the UYK-43 and Rehost versions, and the planned product improvement of the C2P by the addition of the CDLMS. Services include Engineering Change Proposal (ECP) support for C2P; CDLMS; Network Design Aid (NDA); Communications Planning Aid (CPA); Debugging of software; system and software modification; software delivery of computer programs to ship and shore sites; software maintenance and support; software configuration management; system documentation; and technical support at tactical data link meetings. A competitive Request for Proposal (RFP) is planned for February 1997 for a four year indefinite delivery contract (including options). Potential offerors must possess a SECRET clearance. U.S. Companies Only (NOFORN). The scope of effort that is to be contracted for will require respondent to be capable of rapidly committing a team of between 30 and 50 highly skilled technical personnel with expertise in the following technical disciplines: Data Link Communications Engineers, Software Engineers, and Computer Systems Analyst Programmers with extensive CMS-2, CDS, and Tactical Data Link Implementation experience. Interested firms are invited to submit their responses to the sources sought in writing to NCCOSC RDTE DIV, Attn: Maria Papet, Code D211, 53570 Silvergate Ave., Bldg. A33, Room 1602W, San Diego, CA, 92152-5166. Respondents should submit two (2) copies of their qualification packages. Responses should include brochures, drawings, and other substantive information demonstrating the contractor's ability to provide the aforementioned requirements. Please do not upload comments to the NCCOSC Bulletin board. Proprietary data submitted in response to the synopsis will be protected when clearly identified as such. This is not a request for proposals nor does the Government intend to pay for any information solicited. The information received under this announcement will not be used to qualify any source. It is for planning purposes only. knowledgment of receipt will not be made, nor will telephone inquiries by honored. CITE: (I-345 SN010483) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: R -- CHILD WAITING CENTER SOL N00406-97-R-4034 DUE 020197 POC M. Klose DESC: Child care services in accordance with the statement of work within a solicitation document. Minimum of two care givers at seven hours a day, five days a week. Furnish weekly work schedule of child care providers for child waiting center at naval hospital, bremerton. The child waiting center will provide short-term care (approximately one two hours) child care solely for patients being seen at the naval hospital bremerton. The services specified in the contract shall be performed according to established principles and ethics of the child care services profession. The quality of child care provided shall meet or exceed the current recognized standards established by applicable federal laws and by all pertinent directives of the department of defense and department of the navy. Contractor is responsible for first aid/CPR certification of child care providers and background checks on child care provider. The service contract act requirements are applicable with wage determination no. 94-2559, latest revision. Duration of contract period-shall be effective from date of award through one year thereafter. This requirement will also include the option of one additional year for child care services. FOB destination - child waiting center, naval hospital, building HP87, boone road bremerton wa 98312-1898 all responsible sources may submit (offer/bid/quotation) which shall be considered by naval supply center puget sound. Telephone requests will not be honored. Fax requests will be honored. CITE: (I-345 SN010541) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION DIRECTORATE, ATTN AMSSC-AD, NATICK MA 01760-5011 SUBJECT: R--TASK ORDER SUPPORT SERVICES SOL DAAK60-97-R-9604 DUE 122796 POC Contract Specialist XINIA B. LLOVET-ZURINAGA (508) 233-4146 (Site Code DAAK60) DESC: In conjuction with the SBA the SIC code previously published on 25 October 1996 subject as above is changed from 8731 to 8711. This acquisition will be conducted under full and open competion; however, the goals for Small and Small Disadvantage Businss Subcontracting Plan are changed to 30 percent for Small Business and 5 percent for Small Disadvantage Business on a total value of the contract basis. Firms that have previously requested a copy of the draft solicitation package DO NOT NEED TO REQUEST AAIN as they have been included on the solicitation mailing list. New requests for copies of the draft/final RFP must be submitted in writing via facsimile (508 233-5286) or e-mail (xllovetz@natick-emh2.army.mil) requests are acceptable. The draft solicitation is scheduled to be released on or about 6 January 1997. The draft solicitation will include a copy of the solicitation mailing list. Comments on the draft slicitation are required to be received no later than two days prior to the pre-solicitation Industry Conference that is tentatively scheduled to be held on or about 21 January 1997. CITE: (I-345 SN010578) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Federal Aviation Administration, 800 Independence Avenue, S.W., Washington, D.C., 20591 SUBJECT: R -- AMENDMENT 0003 TO THE NATIONAL AIRSPACE SYSTEM IMPLEMENTATION SUPPORT CONTRACT II (NISC II) REQUEST FOR INFORMATION SOL DTFA01-96-R-340N2 DUE 013197 POC Mr. Brian Anderson, ASU-340, Federal Aviation Administration, 800 Independence Avenue, S.W., Washington, D.C. 20591, phone (202) 267-7540 DESC: The Federal Aviation Administration (FAA) will be issuing Amendment 0003 to Request for Information (RFI) DTFA01-96-R-340N2 within one week. Amendment 0003 to the RFI document provides information concerning Organizational Conflict of Interest (OCI) issues, sets a tentative date for the upcoming Bidders Conference and a general update of milestones concerning the follow-on NISC acquisition. This is NOT a request for proposals. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited. Availability of any formal solicitation will be announced separately. This synopsis is for informational purposes ONLY, and this announcement does not constitute a contract or an offer to contract by the Government of any kind. This RFI is not to be construed as a commitment by the Government. The RFI is available on the internet at URL "http://www.faa.gov/asu/asu300/nisc/rfi-nisc.htm" (lower case) where it can be read and selectively copied or downloaded. Interested parties in the NISC Program are assumed to be capable of accessing the RFI through the internet. Amendments will be posted to this internet site as they occur. Interested parties should check this site frequently for changes in that the mailing list described in Section 1.6 of the RFI will no longer be maintained. To ensure you are viewing the most recent version of the RFI, press the reload option on the toolbar of you WEB browser. A diskette version of the RFI is also available from the contracting officer. Forward any comments via E-mail to the contracting officer at "brian.anderson@faa.dot.gov", or mail to: Federal Aviation Administration, ATTN: Brian Anderson (ASU-340), Contracting Officer, 800 Independence Ave., SW, Washington, DC 20591. All comments provided will be subject to release pursuant to the provisions of the Freedom of Information Act. Do not submit any business sensitive or proprietary information. The FAA reserves the right to use or not use any specific ideas that are provided. A summary of changes to the RFI is also provided in Section 4.2 of the RFI. LINKURL: http://www.faa.gov/asu/asu300/nisc/rfi-nisc.htm LINKDESC: CITE: (I-345 SN010611) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NIH, OPM, 6120 Executive Blvd, Rockville, MD 20892-7260 SUBJECT: R -- TEMPORARY SECRETARIAL SERVICE SOL 263-97-B-(AB)-0012 DUE 122096 POC Miss Ann Bryant, Contract Specialist, National Institutes of Health, Office of Procurement Management, 6120 Executive Blvd., EPS/802, Rockville, MD 20892, 301/402-3080. DESC: Temporary Secretarial Services. Requirement shall be for Government-Wide usage, with services performed within the Washington Metropolitan Area and located within a 50-mile radius of Bethesda, Maryland. Performance period shall be for twelve (12) months, beginning o/a April 1, 1997, with options renewable for an additional four (4) one year option periods. This requirement is a small business set-aside. To enable firms to determine their size as required for this requirement and for Part VI (Reps & Certs), the small business size standard is a concern, including its affiliates, having average annual sales or receipts for its past three fiscal years not in excess of $5.0 Million. Solicitation will be issued o/a December 20, 1996, with responses due approximately 30 days thereafter. See Note Numbered 1. CITE: (I-345 SN010619) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 220000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: R -- NORTH RANGE SUPPORT SERVICES SOL N68936-97-R-0027 POC Carol Alkhafi, Contract Specialist, (619) 939-8564, or Maureena Mueller, Contracting Officer, (619) 939-8176. DESC: This action, originally publicized in the CBD dated 12/9/96, is corrected to add Numbered Note 26. CITE: (I-345 SN010623) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of the Navy, NAWCAD, Contracts Competency Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304 SUBJECT: R -- PROPERTY COORDINATION SUPPORT SOL N00421-96-R-5051 DUE 031797 POC Louise Holmes, Contract Specialist, (301) 342-1844, Ext. 110 Doris Browder, Contracting Officer. DESC: Competition limited to eligible 8(a) concerns under SIC code 8744. The Naval Air Warfare Center, Aircraft Division(NAWCAD) requires plant and minor property mangement/inventory, at the following locations: The principal place of performance is NAWCAD, Patuxent River, MD with some effort at Lakehurst, NJ and Arlington, VA. This effort will support all functions necessary for reviewing, inspecting, tagging, documenting, tracking, storing, managing, picking-up, transporting, warehousing, and disposing of controlled minor property. The period of performance shall be five years, with an estimated start date of 1 October 1997 and end date of 30 September 2002. This effort will require an estimated amount of 380,000 man hours, for the entire five years. Labor categories include Program Manager; Task Leader, General Clerk II, Stock Clerk, Material Coordinator, Shipping/Receiving Clerk, Warehouse Specialist, Forklift Operator, Material Handling, Laborer, Word Processor I and Word Processor II. The estimated man hours for the Program Manager,(10,000) will be perform at the contractor's facility, all other man hours will be performed at Government sites. It is anticipated this solicitation will be awarded as a Cost Plus Fixed Fee type contract. All requests for copies of the solicitation are preferred to be submitted in writing to the attention of Louise Holmes, code 2.5.5.2.2G. Solicitation requests may be faxed to (301) 342-1864, attention Louise Holmes. See numbered note (26) CITE: (I-345 SN010653) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 -- NON-LINE OF SIGHT PROJECT OFFICE PROFESSIONAL AND MANAGEMENT SUPPORT SERVICES SOL DAAH01-97-R-0057 DUE 021497 POC (PCF) John Caudle, Contract Specialist, AMSMI-AC-CFHA, (205) 876-8063, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA, (205) 876-7321. DESC: The U.S. Army Missile Command intends to procure an effort entitled "Non-Line of Sight (NLOS) Project Office Professional and Management Support Services." The objectives of the effort are to analyze and integrate data from logistics, product assurance, quality assurance, and configuration management functions to present project status, long range plans, and program accomplishments in relation to program objectives, budgetary performance shall be for a base year and four one-year options. The first year shall include a base effort of 28,000 man-hours plus a surge option containing up to 10,000 additional man-hours. Each of the four one-year options also contain a base of 28,000 man-hours plus a surge option containing up to 10,000 additional man-hours. This requirement has been accepted by the Small Business Administration for limited competition among eligible 8(a) firms. The applicable SIC code is 8711. The type of contract anticipated for this effort is cost-plus-fixed-fee for the labor line items and cost reimbursement for travel and other direct costs. 8(a) firms interested in receiving a copy of the solicitation should forward a request in writing to the address shown above, ATTN: AMSMI-AC-MOD, or datafaxed to (205) 842-2621. Verbal telephone requests for the solicitation will not be accepted. A SECRET facility and SECRET storage capability, or execution of a written agreement to establish such a facility and capability within 30 days of contract execution, will be required of the successful offeror. The solicitation will include provisions for restricting organizational conflicts of interest. The geographical location for the principal place of performance is Huntsville, Alabama. DAAH01-97-R-0057, when issued, may be viewed on the MICOM Electronic Bulletin Board System at Internet address (world wide web URL) "www.redstone.army.milprocbbs" or by telephone modem. To login to the BBS by modem, modem settings should be as follows: 9600 to 300 baud, 8 bit, 1 stop bit, no parity, and terminal emulation to VT100. The BBS telephone number is 205-955-8175 or 205-955-8176. Once connected, hit return and a SERVICE prompt will appear. At this prompt, type "bbs" and at the password prompt type "user." After logging in to the BBS, enter your first and last name, company name, and generate a password for your company. You are reminded that the BBS is intended for informational purposes only. Offerors will be allowed 30 days response time for receipt of proposals from issuance date of the solicitation. All responsive sources may submit a proposal which shall be considered by the agency. CITE: (I-345 SN010692) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- SUPPORT/MAINTENANCE SERVICES FOR ELECTRONIC SECURITY SYSTEM & SUBSYSTEMS SOL 7-403401 POC Sandy Souders/Lawrence Frazier (301) 713-0854 DESC: The U.S. Dept. of Commerce/NOAA intends to negotiate on a sole source basis with ISS, Inc. at 17075a Tech Road, Silver Spring, MD for modification of ISS's existing requirement for services to provide support, service, and maintenance of the ISS installed electronic security system and subsystems in the NOAA Silver Spring Metro Center Complex and other NOAA sites in and around the Washington, D.C. Metropolitan area for the period 1/01/97 - 9/30/97. Interested parties 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. No solicitation document exists, therefore a request for such document will not be considered. Award will be made under Simplified Acquisition Procedures. (Reference No. 7-403401) CITE: (I-345 SN010276) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: USPFO For Tennessee; PO Box 40748, Powell Avenue; Nashville, TN 37204-0748 SUBJECT: R--CONSULTANT SERVICES FOR CLAIM EVALUATION SOL N/A POC Point of Contact - SGT Barry Baxter, Contract Specialist, 615-313-2654, Contracting Officer - LTC James Coonce, 615-313-2650 DESC: The consultant shall provide the Government with an independent and objective review in the evaluation of claims submitted on awarded construction contracts. Testimony shall not be on behalf of the Government. Services may include, but not be limited to, the following tasks as appropriate: Provide discovery assistance including meeting with the Government to review documentation available for use in the claim analysis, providing the Government with suggestions/recommendations, document discovery requests including production of documents, interrogatories, request for admissions, deposition questions, and assisting the Government in preparing responses to the contractor s discovery requests; Review available documentation including contract documents, contractor s claim, Government determination, response, correspondence, meeting minutes, change orders, requests for information and responses, and submittals; Perform an independent Critical Path Method (CPM) Scheduling Analysis of the contractor s claim including reviewing the contractor s as-planned baseline schedule, reviewing the contractor s schedule updates, preparing a daily specific as-built schedule for the project, identifying the project s as-built critical path, performing an as-planned to as-built schedule comparison, identifying and quantifying delays, acceleration, and mitigation, determine causation, assign responsibility for each delay, determine properly adjusted completion date, determine whether actual delays were independent/concurrent, excusable/inexcusable, and compensable/non-compensable; Perform cost analysis for performing work under applicable changed conditions including required labor hours, equipment costs, and materials for specific changes, loss of efficiency, extended overhead, acceleration; Provide pre-trial and trial assistance to the Government upon request including input for settlement negotiations and preparation of questions for cross examination of opposing party s expert witness(es); Provide expert witness testimony as required including written reports, expert deposition, trial graphics and testimony at trial. This is a sources sought synopsis therefore all interested parties should forward a written request to the USPFO For Tennessee, Attn: SGT Barry Baxter, P.O. Box 40748, Powell Avenue, Nashville, Tennessee 37204-0748 or by fax at 615-313-2659 within 30 days after publication of this notice. This procurement is open to large as well as small business firms (unrestricted). CITE: (D-345 SN010547) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer in Charge of Construction, Naval Facilities Engineering Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP 96540- 2200 SUBJECT: S-TREE SERVICES FOR VARIOUS U. S. NAVY FAMILY HOUSING, GUAM, M. I. SOL N62766-96-B-9013 DUE 020497 POC P.O.C. Rose N. Dejapa, Contract Specialist, Tel: Country Code 011 (671) 339-8098/2252 DESC: This solicitation is to obtain tree services at various U. S. Family Housing areas by means of indefinite quantity type contract. The Contractor shall provide all labor, supervision, tools, materials, transportation and equipment necessary to prune trees, remove trees, stumps, and roots as specified. All work shall be accomplished under the direct supervision of a certified arborist. The Contractor shall provide proof of arborist certification to the Contracting Officer 15 days after award. This procurement is 100% set-aside for Small Business concerns. Approximate date of availability of specification is on or about 30 December 1996. Bid Opening is schedule for 2:00 P.M. Guam time on 04 February 1997. SIC CODE 0783 CITE: (I-345 SN010274) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Army, New England Division, Corps of Engineers, 424 Trapelo Road, Waltham, Massachusetts 02254-9149 SUBJECT: S--GROUNDS MAINTENANCE SERVICES SOL DACW33-97-Q-0024 DUE 020497 POC Julie E Mackley, 617-647-8413 DESC: Furnish all labor, equipment and materials necessary to perform grounds maintenance services, Birch Hill Dam, South Royalston, Massachusetts. Services shall be performed between April 1, 1997 and November 30, 1997, with options for two additional recreation seasons. Specifications available on or about 010697 at no charge. The proposed contract listed here is a 100% small business set-aside. The average annual receipts of a concern and its affiliates for the preceding three fiscal years must not exceed $5,000,000.00. All responsible sources may submit a bid which will be considered by the New England Division. EMAIL Julie.E.Mackley@USACE.Army.Mil EMAILDESC: CITE: (W-345 SN010327) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Contracting Division, DOC, NTC, P.O. Box 10039, Fort Irwin, California 92310-5000 SUBJECT: S--SERVICE TO RENT CRANES SOL DAKF04-97-R-0002 POC Melinda Weinmann, (619) 380-5014/Contracting Officer, Patricia Cuff, (619) 380-5007. DESC: Correction: This action was originally publicized in the CBD dated 5 June 1995. Solicitation number DAKF04-95-R-0005 has been cancelled and this requirement will be resolicited as solicitation number DAKF04-97-R-0002. Government intends to issue a solicitation on or about 6 December 1996. The contractor shall provide all labor and equipment necessary to rent 10 ton, 18 ton and 25 ton cranes in accordance with specifications of the solicitation. It is the intention to award a firm fixed price requirements type contract resulting from this solicitation to a single responsive, responsible contractor. Please, no phone calls; written or faxed requests only to (619) 380-3693 and must include company name, telephone number, address, company size, solicitation number and project description. See Note 1. CITE: (M-345 SN010475) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: VA MEDICAL CENTER, 3350 LA JOLLA VILLAGE DRIVE, SAN DIEGO, CA 92161 SUBJECT: S -- SUPPLEMENTAL GROUNDS AND BUILDING MAINTENANCE SOL IFB 664-090-96:BN DUE 012297 POC Bruce Nolan, Contracting Officer (619) 552-7406 DESC: The solicitation for this previously advertised procurement will not be issued and is now cancelled in its entirety. CITE: (I-345 SN010486) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Veterans Affairs, VA Palo Alto Health Care System 3801 Miranda Avenue, Palo Alto, CA 94304-1290 SUBJECT: S -- DISPOSAL AND RETURN OF OUTDATED DRUGS SOL 640-47-97 DUE 122796 POC Marcelina Bell, Contract Specialist, 510-447-2560, x36165. DESC: Contractor shall provide service for the disposal and return of outdated drugs for the VA Palo Health Care System; to include the following locations: VA Palo Alto Health Care System, 3801 Miranda Avenue, Palo Alto, CA, Menlo Park Division, 795 Willow Road, Menlo PArk, CA and Livermore Division, 4951 Arroyo Road, Livermore, CA. Request for solicitation must be in writing or FAX to (510) 455-7405. Solicitation will be available 12/9/96. CITE: (I-345 SN010489) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Veterans Affairs, VA Palo Alto Health Care System 3801 Miranda Avenue, Palo Alto, CA 94304-1290 SUBJECT: S -- DISPOSAL AND RETURN OF OUTDATED DRUGS SOL 640-47-97 DUE 122796 POC Marcelina Bell, Contract Specialist, 510-447-2560, x36165. DESC: Contractor shall provide service for the disposal and return of outdated drugs for the VA Palo Health Care System; to include the following locations: VA Palo Alto Health Care System, 3801 Miranda Avenue, Palo Alto, CA, Menlo Park Division, 795 Willow Road, Menlo PArk, CA and Livermore Division, 4951 Arroyo Road, Livermore, CA. Request for solicitation must be in writing or FAX to (510) 455-7405. Solicitation will be available 12/9/96. Written requests should be mailed to 4951 Arroyo Road, Livermore, CA 94550 CITE: (I-345 SN010509) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Naval Surface Warfare Center, Carderock Division, 9500 McArthur Blvd., West Bethesda, MD 20817-5700 SUBJECT: S -- S-GUARD SERVICES SOL N62477-96-B-6338 DUE 020697 POC Isabell M. Watts, Contract Specialist, 410-293-3847, Dolores Adams, Contracting Officer, 301-227-4577. DESC: Specification 21-96-6338, Unarmed Guard Services at the Naval Surface Warfare Center, Acoustic Research Detachment, Bayview, Idaho. Guard Service to maintain order, enforce applicable regulations, protect life and prevent damage or loss of property. The solicitation will provide for one (1) year plus four (4) option years of performance. This is a combination firm fixed price lump sum and indefinite quantity contract. Proposed procurement is 100% set aside for small business concerns whose average annual receipts of the concern and its affiliates for its preceding three fiscal years must not exceed $9,000,000.00. The Standard Industrial Classification Code for this procurement is 7381. No telephone requests for solicitation packages will be accepted. Only written or faxed requests will be accepted. Send Fax requests to 301-227-3871. The projected date for availability of the solicitation is 08 January 1997. The projected bid opening date is 06 February 1997. CITE: (I-345 SN010533) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 81 CONS/LGCV, 200 FIFTH STREET, ROOM 104, KEESLER AFB, MS 39534-2102 Attn:/Carlet Jones SUBJECT: S-C4 SYSTEM SECURITY AND BASE TELECOMMUNICATIONS CENTER OPERATIONS SOL N/A DUE 010397 POC Carlet Jones tel: 601/377-1802/Johnson L. Tullos DESC: Subject solicitation is amended to reflect a SIC of 7379, with a size standard of $18.0 million. It remains a 100% small business set-aside. The performance period is 1 Jul 96 through 30 Sep 96, with options to extend for a total of 57 months. CITE: (I-345 SN010560) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Dept. of Veterans Affairs Medical Center 4801 E. Linwood Blvd. Kansas City, MO 64128-2295 SUBJECT: S -- PEST MANAGEMENT SERVICES SOL IFB 589-09-96 DUE 013097 POC Kathleen Campbell, Contracting Officer, Ruby Banks, Contracting Officer 816-861-4700 Ext. 6932 DESC: Furnish all labor, equipment and supplies necessary to perform integrated pest management services at the Dept. of Veterans Affairs Medical Center including Papa's Pizza Eatery, both located at 4801 E. Linwood Blvd, Kansas City, MO, and the Therapeutic Residence (TR) Building, located at 409 E. Armour Blvd, Kansas City, MO. The contract will be for 1 base year plus 4 option years. Estimated 4 visits per month with routine call back within 12 hours and emergency call back within 4 hours. This is a total set-aside for small business concerns. Solicitation available OOA 12/30/96. Request for this solicitation will be accepted in writing only to the CO. No phone or fax'ed requests will be accepted. SIC Code for this procurement is 7342. Subject to the availability of funds. CITE: (I-345 SN010621) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer In Charge, NAVFAC Contracts, Code 495, Building H-29, P.O. Box 2032, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2032 SUBJECT: S -- SEWAGE SYSTEM PUMPTING AND CLEANING SERVICES, PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME SOL N62472-97-B-6503 DUE 021597 POC Contracting Office Staff, (207) 438-4600. DESC: The work is to provide all labor, materials, equipment, transportation, and supervision as necessary to obtain sewage system pumping an cleaning services for the removal and disposal of solids, liqids and non-hazardous contaminants. The solicitation will include a base period of year year plus 2 option periods. All requests for solicitation must be in writing. A FAX is acceptable. FAX Number (207) 438-2916. CITE: (I-345 SN010635) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities Engineering Command Contracts, Bldg. 55, Pearl Harbor, HI 96860-5470 SUBJECT: S -- INDEFINITE QUANTITY CONTRACT FOR TERMITE CONTROL SERVICES, OAHU, HAWAII SOL N62755-96-B-2974 DUE 030397 POC V. Kop Choy, (808) 474-3385; Contracting Officer: A. Yuen, (808) 474- 3385. DESC: The Contractor shall provide all labor, supervision, tools, materials, equipment, and transportation necessary for termite control services at various locations, Oahu, Hawaii. The work includes, but is not limited to soil treatment for subterranean termite control, tent fumigation for drywood termite control, removal and reinstallation of obstructions and tree trimming. The contract includes option provisions to extend the term in subsequent years. The total term of the contract will be a 12-month base period plus four option years. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. In either case, the Government will not synopsize the options when exercised. This contract will replace a contract for similar services awarded in 1992 for $907,285 (IDQ) incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) with the solicitation package. We do not require requests under the Freedom of Information Act to provide this general information. Provide street address, phone number, and facsimile number (if available) when requesting solicitation package. SIC Code 7342 applies. The proposed contract listed here is 100 percent small business set-aside. Offers from concerns other than small business concerns are not solicited. Bid opening date is approximate. CITE: (I-345 SN010650) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: HQ Space and Missile Systems Center (AFMC) SMC/PKD, Operational Contracting, 400 N. Douglas St.,Ste 212E, LAAFB, CA 90245-4640 SUBJECT: S -- REFUSE COLLECTION SOL F0469397B0002 DUE 012497 POC Anthony Mitchell,Contracting Negotiator (310)363-5080; Contract Officer Christine M. Hickey, (310)363-5076. DESC: Provide all labor, equipment, materials and transportation necessary to perform Refuse collection Recycling and Disposal services at Los Angeles Air Force Base Area A, B, Lawndale Annex in El Segundo Ca., and at three military family housing areas located twenty miles south of El Segundo in San Pedro , Ca. Solicitation will be distributed on or about 20 December 1996. Refuse in an approximate quantity of 2541 tons annually shall be removed from containers in sizes ranging from 2 cubic yard containers to 40 cubic yard containers and residential type refuse containers. This solicitation will be opened to both large and small businesses. Interested Small Business concerns should, as early as possible, but not later than 15 days of this notice, indicate interest in the acquisition by providing the Contracting Office above with a Statement of Capability to perform SIC 4953. Therefore, replies to this notice are requested from all business concerns. Telephone request for bid sets will not be honored. Estimate date of award on or about 01 Mar 97. CITE: (I-345 SN010659) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: NASA's Goddard Space Flight Center, Code 212, Greenbelt, MD 20771 SUBJECT: S -- CUSTODIAL SUPPORT SERVICES SOL RFO5-01160/106 POC Cheryl LeFebvre, Contract Specialist, (301) 286-9896 Steven T. Kramer, Contracting Officer, (301) 286-6872. DESC: NASA's Goddard Space Flight Center (GSFC) intends to issue a draft Request for Offer (RFO)5-01160/106 for Custodial Support Services sometime in early January 1997. The Contractor shall provide all supervision, personnel and labor, supplies and materials, tools, equipment, communication devices, transportation and fuel necessary to provide custodial services, interior pest control, and operating the center-wide recycling program. The result of this RFO will be a Performance Based, Fixed-Price/Indefinite Delivery/Indefinite Quantity Contract. The contract will consist of a one year basic period and four, 1-year option periods for a total of five years. This is a competitive procurement set-aside under the Section 8(a) program. This procurement is being conducted under NASA's MideRange Pilot Test Program Procedures using the Best Value Selection (BVS) process. All responsible sources may submit an offer which shall be considered by the Agency. Questions regarding this procurement should be addressed to NASA/GSFC, ATTN: Cheryl LeFebvre, Contract Specialist, Code 212, Greenbelt, MD 20771, or faxed to (301) 286-0247. 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. See Numbered Note(s): 4. CITE: (I-345 SN010684) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources Sought OFFADD: 45CONS/LGCZB, 1201 Minuteman St MS 7200, Patrick AFB FL 32925-3237 SUBJECT: S -- PRE-QUALIFIED SOURCES SOUGHT FOR ENERGY SAVINGS PERFORMANCE (ESP) SERVICES, CAPE CANAVERAL AS FL SOL N/A POC Gerri Frye (407) 494-9964, Contracting Officer/Jim Harris (407) 494- 2242, Contract Specialist. DESC: This notice is published pursuant to the Energy Policy Act of 1992 and Title 10 USC 2865. The Air Force intends to award an Energy Savings Performance Contract to provide a natural gas capability to implement energy conservation measures at Cape Canaveral AS FL. Energy Service Contractors (ESCOs) on the DoD Pre-Qualified Contractor List of 1996 or ESCOs competitively selected by a regulated public utility serving CCAS interested in competing for this work should express their interest to the above listed contracting office within 15 days after publication of this notice. The Air Force will issue a site specific Request for Qualifications to all qualified firms that respond within the 15-day period. Competition will be restricted, in accordance with the statutory authorization, to those firms on the 1996 DoD Pre-Qualified ESPC Contractor List or ESCOs competitively selected by regulated public utility serving CCAS. CITE: (I-345 SN010683) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: San Francisco Regional Printing Procurement Office, U.S. Government Printing Office, 536 Stone Road, Suite I, Benicia, CA 94510-1170 SUBJECT: T--OFFSET PRINTING SOL Program 1990-S DUE 011097 POC Contract questions: Richard Lee (707) 748-1970. Contracting Officer: J. O'Connor. DESC: Single award contract, from 2/1/97 to as late as 1/31/00--for Dept. of the Army (Corps of Eng.)--copy pickup and delivery within Sacramento, CA metro region--books, pamphlets and maps: approx. 20 orders for approx. 25 to 5,000 (avg. 300) copies of 32 to 900 (avg 200) pages per copy--216 x 279mm (8-1/2 x 11"), with foldins to 914mm (36")--1 to 3 colors--operations include copy pickup, films (including digital generation), proofs, printing, binding, delivery--10 to 20 workday production schedule--quality attributes level III--bid request on firm's letterhead. CITE: (M-345 SN010555) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: 81 CONS/LGCV, 200 FIFTH STREET, ROOM 104, KEESLER AFB, MS 39534-2102 Attn:/Steve Taylor SUBJECT: U-HIGH RELIABILITY SOLDERING INSTRUCTORS SOL F22600-97-R0002 DUE 031597 POC Steve Taylor tel: 601/377-1810/Johnson L. Tullos DESC: Contractor shall provide instructors to teach High Reliability Soldering courses at Keesler AFB, MS. Period of performance is 1 Oct 97 through 30 Sep 98, with options to extend for a total of 54 months. This is a cost comparison study subject to OMB Circular No. A-76. Solicitation is 100% set-aside for small businesses. The small business size standard is $5.0 million. All responsible sources may submit an offer which shall be considered. Only written requests will be honored, and they may be faxed to 601/377-1811. No previous or current contract exists. Tentative issue date is 15 Jan 97. Tentative closing date is 15 Mar 97. CITE: (I-345 SN010559) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW, Room 4410, Washington, DC 20590 SUBJECT: U -- PRESENATION OF STATEWIDE TRAVEL DEMAND WORKSHOP SOL DTFH61-97-Q-00041 DUE 123196 POC Stephanie Parker, Contract Specialist, HAM-40G (202) 366-6014. DESC: The Federal Highway Administration plans to negotiate with Holden Transportation Engineering, Inc. to present the Statewide Travel Demand Model Workshop in Vermont, Idaho, and Texas. This is a Simplified Acquisition and the anticipated award date is 12/31/96. CITE: (I-345 SN010637) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: DOT, FED HWY ADMN, Office of Acquisition Management, 400 7TH ST, SW, Room 4410, Washington, DC 20590 SUBJECT: U -- PRESENATION OF STATEWIDE TRAVEL DEMAND WORKSHOP SOL DTFH61-97-Q-00041 DUE 123196 POC Stephanie Parker, Contract Specialist, HAM-40G (202) 366-6014. DESC: The Federal Highway Administration plans to negotiate with Holden Transportation Engineering, Inc. to present the Statewide Travel Demand Model Workshop in Vermont, Idaho, and Texas. This is a Simplified Acquisition and the anticipated award date is 12/31/96. CITE: (I-345 SN010641) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services 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: U -- COORDINATE AND TRAIN VOLUNTEERS FOR HAWAIIAN ISLAND HUMPBACK WHALE NATIONAL MARINE SANCTUARY. SOL WASC7-727 DUE 122696 POC Randall Brown, (206) 526-6226, fax (206) 527-5848 DESC: Notice of intent to negotiate a sole-source contract with Carol Carey to serve as volunteer coordinator. Proposed individual will 1) recruit and train volunteers for the Maui Humpback Whale Training Sanctuary, 2) provide information concerning volunteer program to interested individuals, 3) coordinate volunteer services at all Sanctuary events, 4) edit bi-monthly Sanctuary newslettter, 5) train Sanctuary staff on PC programs including Quark Express, Pagemaker, and e-mail, 6) develop and educational and research workshop during whale watch season, 7) provide updates to website homepage, and 8) represent the Sanctuary program on Maui at various community events and meetings that Sanctuary liaison cannot attend. Period of contract will be for a one-year period. Interested sources responding must show qualifications and experience in a relevant field (eg, public relations). Contract will be performed at Government site in Maui, Hawaii. This is a small purchase action with an estimated amount of less than $50,000. CITE: (I-345 SN010678) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL 62225-5302 SUBJECT: V--AIR TRANSPORTATION SERVICES SOL F11626-97-R0004 POC HQ AMC/DOYAS, ATTN: Richard Santanello, 402 Scott Dr, Unit 3A1, Scott AFB IL 62225-5302, 618/256-4407 DESC: Alaskan CONAIR air transportation services utilizing contractor-furnished, IFR-equipped, multi-engine aircraft, capable of accommodating 463L pallets (88" by 108") and passengers totaling 25,000 pounds ACL each flight. Aircraft must be capable of carrying a minimum of 60 passengers. Estimated 156,104 Great Circle Statute Miles. This requirement is for a 6-month performance period beginning 1 April 1997 and includes a "not to exceed" 6-month performance extension as authorized by FAR 52.217-8. Date for receipt of offers will be on or about 5 February 1997. An offeror must be an air carrier and hold a certificate of Public Convenience and Necessity issued under 401 of the Federal Aviation Act of 1958, as amended, or is otherwise authorized by the DoD to engage in air transportation services and holds an air carrier's Operating Certificate issued by the FAA under Part 121 of the Federal Aviation Regulations (14 CFR 121) for airlift operated by the offeror. Further, the offeror must have aircraft in the Civil Reserve Air Fleet or offer to place aircraft in such fleet upon request of the DoD.***** CITE: (W-344 SN010223) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL 62225-5302 SUBJECT: V--AIR TRANSPORTATION SERVICES SOL F11626-97-R0004 POC HQ AMC/DOYAS, ATTN: Richard Santanello, 402 Scott Dr, Unit 3A1, Scott AFB IL 62225-5302, 618/256-4407 DESC: Alaskan CONAIR air transportation services utilizing contractor-furnished, IFR-equipped, multi-engine aircraft, capable of accommodating 463L pallets (88" by 108") and passengers totaling 25,000 pounds ACL each flight. Aircraft must be capable of carrying a minimum of 60 passengers. Estimated 156,104 Great Circle Statute Miles. This requirement is for a 6-month performance period beginning 1 April 1997 and includes a "not to exceed" 6-month performance extension as authorized by FAR 52.217-8. Date for receipt of offers will be on or about 5 February 1997. An offeror must be an air carrier and hold a certificate of Public Convenience and Necessity issued under 401 of the Federal Aviation Act of 1958, as amended, or is otherwise authorized by the DoD to engage in air transportation services and holds an air carrier's Operating Certificate issued by the FAA under Part 121 of the Federal Aviation Regulations (14 CFR 121) for airlift operated by the offeror. Further, the offeror must have aircraft in the Civil Reserve Air Fleet or offer to place aircraft in such fleet upon request of the DoD.***** CITE: (W-344 SN010225) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise, ID 83715-5428 SUBJECT: V--TRANSPORTATION SERVICES SOL 8097-09 DUE 030497 POC Cindy Knickerbocker, Procurement Technician, 208/387-5760 DESC: Contractor will be required to be certificated under 14 CFR, Chapter 135, Air Taxi Operators and Commercial Operators. Furnish flight services, fully contractor operated and maintained, consisting of one (1) Aerospatiale 315B, 316B or equal aircraft in support of National Park Service fire suppression programs for the approximate period of June 15, 1997, to September 30, 1997. The term of this contract will be one (1) year with options to renew for two (2) additional years. Designated base is Mammoth, WY. See notes 1 and 26. CITE: (W-345 SN010575) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise, ID 83715-5428 SUBJECT: V--TRANSPORTATION SERVICES SOL 8097-08 DUE 030497 POC Cindy Knickerbocker, Procurement Technician, 208/387-5760 DESC: Contractor will be required to be certificated under 14 CFR, Chapter 135, Air Taxi Operators and Commercial Operators. Furnish flight services, fully contractor operated and maintained, consisting of one (1) Bell 206B III, MD-500 or equal aircraft in support of Bureau of Indian Affairs fire suppression programs for the approximate period of July 1, 1997, to September 30, 1997. The term of this contract will be one (1) year with options to renew for two (2) additional years. Designated base is Lame Deer, MT. See notes 1 and 26. CITE: (W-345 SN010576) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise, ID 83715-5428 SUBJECT: V--TRANSPORTATION SERVICES SOL 8097-10 DUE 030497 POC Cindy Knickerbocker, Procurement Technician, 208/387-5760 DESC: Contractor will be required to be certificated under 14 CFR, Chapter 135, Air Taxi Operators and Commercial Operators. Furnish flight services, fully contractor operated and maintained, consisting of one (1) Bell 206L III or equal aircraft in support of Bureau of Land Management fire suppression programs for the approximate period of May 19, 1997, to August 1, 1997. The term of this contract will be one (1) year with options to renew for two (2) additional years. Designated base is Phoenix, AZ. See notes 1 and 26. CITE: (W-345 SN010586) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Supply Officer, 1450 Burke Ave., NAS JRB Fort Worth, Fort Worth, TX SUBJECT: V -- MOVING SERVICES SOL N8344797QR007 DUE 011097 POC Ruth A. Ray, Purchasing Agent, 817-782-5571, Tongee D. Flemming, Contracting Officer, 817-782-5581 DESC: Services to relocate aircraft squadron's administrative, maintenance and warehouse facilities from a two story structure located at Naval Air Station Dallas TX to a three story structure located at Naval Air Station Joint Reserve Base Fort Worth TX. Area consists of 26 office spaces, 5 work spaces, 3 storerooms, and a 6,000 sq ft warehouse. Requires packing, crating, disassembly, assembly, shrink wrapping. Equipment varries in weight from 300 lbs to 16,000 lbs. Interested parties may call Ruth Ray at 817-782-5571 for solicitation package. This contract action a Small Business Set-Aside. CITE: (I-345 SN010592) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: W-RENTAL OF 140 TON OR HIGHER CAPACITY CONSTRUCTION CRANE & OPERATOR, SITE C-72 SOL F08651-97-Q-1095 DUE 122696 POC James A. Thomas, Contract Specialist, 904/882-3519, Ext 5235; Megan Monaghan, Ext 5231, Contracting Officer DESC: This is a correction of the combined synopsis/solicitation for commercial items printed on approximately 5 Dec 96, and prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Corrections consist of a SIC code change to 7353 ($5 Million), and making this solicitation a 100% set aside for small business. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Corrections will be incorporated into the announcement which is being reprinted for your convenience. The Air Force Development Test Center (AFDTC), Eglin AFB FL, intends to award a contract for rental of a 140 ton or higher capacity construction crane and the services of the crane's operator. The solicitation number for this announcement is F08651-97-Q-1095 and is issued as a Request for Quote (RFQ). Work will consist of erection of targets composed of 20 x 20 x 1 meter and 2 x 2 x 1 concrete blocks. Work may begin on 11 Jan 97, however this date is subject to change due to mission requirements. Performance period for this construction will be 10 days, and may require weekend work. A period of approximately two weeks will be required for testing, and upon completion of the test the target must be disassembled. The period allowed for disassembly will be 20 days. Vendors will be required to submit a cost estimate on two different options of construction, and cost of disassembly. A cost estimate is also required for the approximately two week period of testing, to include post construction teardown and commencement costs for disassembly. If contractor desires, the crane may be left on the Eglin AFB Reservation during the two week testing phase, however a cost estimate must be given for this option, if used. The government will provide a 35 long by 13.5 wide trailer with a bed height of 5 10 , a 230 ton capacity, and an Oshkosh tractor and driver, if necessary, to transport the concrete blocks. It is impracticable to distribute the applicable Statement of Work (SOW) with this combined synopsis/solicitation. Requests for SOW sets may be sent to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862, or contact James A. Thomas, at 904-882-3519 ext 5235. For those companies with facsimile capability, requests for SOW sets will be accepted at machine number (904) 882-9441, Attn: AFDTC/PKOV. The Standard Industrial Classification Code (SIC Code) for this acquisition is 7353 ($5 million). This acquisition is a 100% set-aside for small business. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 90-42. The following FAR clauses apply to this synopsis/solicitation: 52.212-1, Instructions to Offerors-Commercial; 52-212-2, Evaluation-Commercial Items (Evaluation will be based solely on price); 52.212-3, Offeror Representations and Certifications-Commercial Items (Offerors must submit a completed copy of the Representations and Certifications with their offer); 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions-Commercial Items. The following clauses are also incorporated by reference: 52.222-26; 52.222-35; 52.222-36; 52.222-41; 52.222-42; 52.222-43; 52.222-44; 52.247-64; and 52.249-4. This synopsis/solicitation is urgent and compelling and bids must be submitted no later than 4:00 P.M. CST on 26 Dec 1996. Bid format is at the discretion of the offerors, however a completed copy of the Representations and Certifications must be submitted with the bid. Bids may be mailed or faxed to the address or fax number given above. CITE: (W-345 SN010557) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: W-RENTAL OF 140 TON OR HIGHER CAPACITY CONSTRUCTION CRANE & OPERATOR, SITE C-72 SOL F08651-97-Q-1095 DUE 122696 POC James A. Thomas, Contract Specialist, 904/882-3519, Ext 5235; Megan Monaghan, Ext 5231, Contracting Officer DESC: This is a correction of the combined synopsis/solicitation for commercial items printed on approximately 5 Dec 96, and prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Corrections consist of a SIC code change to 7353 ($5 Million), and making this solicitation a 100% set aside for small business. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Corrections will be incorporated into the announcement which is being reprinted for your convenience. The Air Force Development Test Center (AFDTC), Eglin AFB FL, intends to award a contract for rental of a 140 ton or higher capacity construction crane and the services of the crane's operator. The solicitation number for this announcement is F08651-97-Q-1095 and is issued as a Request for Quote (RFQ). Work will consist of erection of targets composed of 20 x 20 x 1 meter and 2 x 2 x 1 concrete blocks. Work may begin on 11 Jan 97, however this date is subject to change due to mission requirements. Performance period for this construction will be 10 days, and may require weekend work. A period of approximately two weeks will be required for testing, and upon completion of the test the target must be disassembled. The period allowed for disassembly will be 20 days. Vendors will be required to submit a cost estimate on two different options of construction, and cost of disassembly. A cost estimate is also required for the approximately two week period of testing, to include post construction teardown and commencement costs for disassembly. If contractor desires, the crane may be left on the Eglin AFB Reservation during the two week testing phase, however a cost estimate must be given for this option, if used. The government will provide a 35 long by 13.5 wide trailer with a bed height of 5 10 , a 230 ton capacity, and an Oshkosh tractor and driver, if necessary, to transport the concrete blocks. It is impracticable to distribute the applicable Statement of Work (SOW) with this combined synopsis/solicitation. Requests for SOW sets may be sent to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862, or contact James A. Thomas, at 904-882-3519 ext 5235. For those companies with facsimile capability, requests for SOW sets will be accepted at machine number (904) 882-9441, Attn: AFDTC/PKOV. The Standard Industrial Classification Code (SIC Code) for this acquisition is 7353 ($5 million). This acquisition is a 100% set-aside for small business. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 90-42. The following FAR clauses apply to this synopsis/solicitation: 52.212-1, Instructions to Offerors-Commercial; 52-212-2, Evaluation-Commercial Items (Evaluation will be based solely on price); 52.212-3, Offeror Representations and Certifications-Commercial Items (Offerors must submit a completed copy of the Representations and Certifications with their offer); 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions-Commercial Items. The following clauses are also incorporated by reference: 52.222-26; 52.222-35; 52.222-36; 52.222-41; 52.222-42; 52.222-43; 52.222-44; 52.247-64; and 52.249-4. This synopsis/solicitation is urgent and compelling and bids must be submitted no later than 4:00 P.M. CST on 26 Dec 1996. Bid format is at the discretion of the offerors, however a completed copy of the Representations and Certifications must be submitted with the bid. Bids may be mailed or faxed to the address or fax number given above. CITE: (W-345 SN010558) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Navy Public Works Center Code 846 2730 McKean St Ste 1 San Diego CA 92136-5294 SUBJECT: W -- RENTAL OF A.P.E. GROUT HANDLING EQUIPMENT SOL N63387-97-Q-M040 DUE 122795 POC Charles McNeill, Contracting Officer, (619)556-7631, Jessie Bermudez, Purchasing Branch Supervisor, (619)556-7244, FAX: (619)556-7806. DESC: Navy Public Works Center San Diego intends to negotiate on a sole source basis with Masters Builders Inc., 23700 Chagrin Blvd., Cleveland, Ohio 44122. 1 LOT Provide all labor, materials, supplies, training, equipment, transportation and supervision required to rent an air powered A.P.E. grout handling unit (Complete with 200 feet of dual hose grout umbilical and grout final mixing unit). 4 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 21 inch outside diameter steel pier vertical members. Length: 7.59 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 21 inch outside diameter steel pier vertical members. Length: 8.59 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 21 inch outside diameter steel pier vertical members. Length: 9.42 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 21 inch outside diameter steel pier vertical members. Length: 10.75 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 21 inch outside diameter steel pier vertical members. Length: 9.25 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 21 inch outside diameter steel pier vertical members. Length: 10.25 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 21 inch outside diameter steel pier vertical members. Length: 11.25 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 21 inch outside diameter steel pier vertical members. Length: 11.67 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier horizontal members. Length: 12.11 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier horizontal members. Length: 12.53 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier horizontal members. Length: 12.86 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier horizontal members. Length: 13.45 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier horizontal members. Length: 13.99 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier horizontal members. Length: 14.24 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier horizontal members. Length: 14.49 feet. 2 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier diagonal members. Length: 13.36 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier diagonal members. Length: 14.16 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier diagonal members. Length: 14.84 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier diagonal members. Length: 15.99 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier diagonal members. Length: 15.67 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier diagonal members. Length: 16.35 feet. 1 EACH Jacket, fiber reinforced polymer 3/16 inch for encapsulation of 12.75 inch outside diameter steel pier diagonal members. Length: 17.07 feet. 6 GALLONS Adhesive, hydrocote 3061. 7 GALLONS Fillet, hydrocote 1063-SZ. 18 EACH Gaskets, bottom seal. For horizontal fiber reinforced polymer jackets. 13.75 Inch. 21 EACH Gaskets, bottom seal. For vertical fiber reinforced polymer jackets. 22 Inch. 32 UNITS Grout, A.P.E. part A&B liquid components. For encapsulation of steel pier members. 10 Gallons per unit. 192 BAGS Grout, A.P.E. Part C. 50 LB bag. 6 PAILS Lubricant, brutem grout line-used to aid in pumping grout. This is a sole source requirement because of existing patents. See Numbered Note(s): 22. CITE: (I-345 SN010663) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Federal Aviation Administration, Acquisition Mgmt. Branch, Eastern Region, Fitzgerald Federal Building, JFK Airport, Jamaica, NY 11430 SUBJECT: X -- ESTABLISHMENT OF A QUALIFIED VENDORS LIST POC Catherine M. DeToma (718) 553-3078 Contracting Officer DESC: The date to return the Screening Information Request forms for Weather Observation Services at DuBois-Jefferson County Airport, has been extended to December 15, 1996. All other information remains unchanged. EMAILADD: CBDAEA_at_AEA50@mail.hq.faa.gov EMAILDESC: CITE: (I-345 SN010591) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: U. S. Postal Service, Denver Facilities Service Office, 8055 E. Tufts Ave., Ste 400, Denver, CO 80237-2881 SUBJECT: X -- NEW CONSTRUCTION LEASED, MESQUITE, NM SOL 072976-97-A-0054 DUE 012497 POC John L. Brieck, Real Estate Specialist, (505) 875-0376. DESC: This modification is to correct the proposal due date to read 01/24/97 CITE: (I-345 SN010648) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: United States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC, 2811 West Dublin Granville Road, Room 211, Columbus, Ohio 43235-2788 SUBJECT: Y--CONSTRUCT ALTERATIONS FOR BUILDING 875 SOL DAHA33-97-B-0003 POC Major Kay Hensen, (614) 889-7207. DESC: Construct Alterations for Building 875, Ohio Air National Guard, Rickenbacker International Airport, Columbus, Ohio. Work involves renovation of the interior of a 40,000 sf industrial facility. The new space will be predominantly administrative space, with some shop space and warehousing space. The project calls for the erection of partition walls of drywall on metal studs, suspended acoustical ceilings, carpet and tile flooring, fluorescent light fixtures, fire detection/suppression, heating, air conditioning, and plumbing. The project is estimated to cost between $1,000,000.00 and $5,000,000.00. This solicitation is unrestricted. The Standard Industrial Classification (SIC) Code is 1542. The applicable small business size standard including affiliates is no more than $17.0 Million average annual revenue for the previous three years. The solicitation package will be issued on or about December 19, 1996, with bid opening 30 days later. There is a Seventy ($70.00) dollar non-refundable charge for the solicitation package. Payment must be paid in the form of a cashier's check, certified check, or money order payable to the U.S. Treasury. Request for Packages must be in writing, no telephone of facsimile requests will be accepted. Indicate the firm's size status such as large business, small business, small disadvantaged business, or 8(a) when requesting the solicitation. All responsible sources may submit a bid which shall be considered. Direct written requests to the United States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC, 2811 W. Dublin Granville Rd., Room 211, Columbus, Ohio 43235-2788. CITE: (M-345 SN010470) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: United States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC, 2811 West Dublin Granville Road, Room 211, Columbus, Ohio 43235-2788 SUBJECT: Y--CONSTRUCT ALTERATIONS FOR BUILDINGS 885 & 888 SOL DAHA33-97-B-0002 POC Major Kay Hensen, (614) 889-7207. DESC: Construct Alterations for Buildings 885 & 888, Ohio Air National Guard, Rickenbacker International Airport, Columbus, Ohio. Work involves renovation of the interiors of two large Aircraft Hangars. The project for Building 885 includes renovation of the existing locker room and shower area; and renovation of existing maintenance area for a Non-Destructive Inspection (NDI) Shop. The project for Building 888 includes converting aircraft maintenance bays into: an Aerospace Ground Equipment Shop; an Aircraft Engine Shop; a Survival Equipment Shop; an Aircraft Parts Warehouse; locker room; administrative office space; and the construction of a 60+ foot fire resistance wall. These projects will include additional partition walls of drywall on metal studs, suspended acoustical ceilings, carpet and tile flooring, new electrical fixtures, fire detection/suppression, heating, air conditioning, and plumbing. The project is estimated to cost between $1,000,000.00 and $5,000,000.00. This solicitation is unrestricted. The Standard Industrial Classification (SIC) Code is 1542. The applicable small business size standard including affiliates is no more than $17.0 Million average annual revenue for the previous three years. The solicitation package will be issued on or about December 19, 1996, with bid opening 30 days later. There is a Seventy ($70.00) dollar non-refundable charge for the solicitation package. Payment must be paid in the form of a cashier's check, certified check, or money order payable to the U.S. Treasury. Request for Packages must be in writing, no telephone or facsimile requests will be accepted. Indicate the firm's size status such as large business, small business, small disadvantaged business, or 8(a) when requesting the solicitation. All responsible sources may submit a bid which shall be considered. Direct written requests to the United States Property and Fiscal Office for Ohio, ATTN: AGOH-PF-PC, 2811 W. Dublin Granville Rd., Room 211, Columbus, Ohio 43235-2788. CITE: (M-345 SN010471) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 31402 SUBJECT: Y -- REPAVE VARIOUS TERMINAL ROADS - MILITARY OCEAN TERMINAL, SUNNY POINT, NC SOL DACA21-97-B-0016 DUE 020397 POC Gregory Hixson (Technical Questions) 912/652-5189 Linda Elliott (Contractual Questions) 912/652-5076. DESC: Description of Work: Provide asphalt overlay and asphalt surface treatment to existing roads. Provide full and partial depth repairs and seal cracks as specified. Provide turnout widening, shoulder regrading, pavement marking, and herbicide treatment for roads. Network Analysis System will be required. Estimated cost range of project is from $500,000 to $1,000,000. Charge for solicitation documents is $25. Make check payable to F&A Officer. Solicitation documents will be available January 2, 1997 (approx.). In order to receive documents in a timely manner, requests should be received by December 23, 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-345 SN010519) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DOI, FISH & WILDLIFE SERVICE PO BOX 25486 DFC, DENVER, COLORADO 80225 SUBJECT: Y--STORAGE BUILDING SOL 60181-7-057 DUE 020497 POC Contracting Officer, Diana T. Boehning 303/236-4772 x230 DESC: Furnish and erect a nominal 30' x 65' storage building of post-type construction with wood frame and preformed metal siding and roofing. To include: all metals, carpentry and finishes to construct building; furnishing and placing the gravel subbase; construct a concrete slab on grade; and furnishing and installing the vapor barrier and manhole frame and cover. Hotchkiss National Fish Hatchery, Hotchkiss, Colorado. The request for quote will be issued on or about January 6, 1997. The Government estimate is under $50K. This is a total small business set-aside. Submit requests for RFQ via FAX 303/236-4791. CITE: (I-345 SN010573) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Inland Empire Job Corps Center, 3173 Kerry Street, San Bernardino, California 92407 SUBJECT: Y--ASPHALT & CURBING SOL 9703 POC Purchasing Agent, Andrew Zody, (909) 887-6305, x205. DESC: The Inland Empire Job Corps Center is soliciting vendors for the construction of a new access roadway entrance into this center's grounds. Project to include, but not limited to: constructing access roads, parking areas, curbs, gutters and sidewalks; handicap ramps; storm drains, sewer and water connections; demolish portions of existing entrance. Bidders may contact purchasing for a bidders packet until 1-30-97. Bidders must attend the job walk, date to be determined. CITE: (M-345 SN010599) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: Y -- EAST MOUNT ZION LANDFILL, LANDFILL CAP CONSTRUCTION, SPRINGETTSBURY TOWNSHIP, YORK COUNTY, PA SOL DACW31-97-B-0011 DUE 012797 POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638 DESC: Correction: The above solicitation, which appeared in the CBD on 10 December 1996, should also state the following: Notice of Evaluation Preference for SDB Concerns - Construction Acquisition - Test Program (Apr 96), has been incorporated into this solicitation. The total for the project, or for each option year or for each additive/deductive shall include a line item for total bonding costs. FAILURE BY THE OFFEROR TO SUBMIT A PRICE FOR BONDING COSTS WILL RENDER THE OFFER NON-RESPONSIVE. SUBCONTRACT PLAN REQUIREMENTS: Prior to award, the selected large business, low bidder must submit an acceptable subcontracting plan within the time limit prescribed by the Contracting Officer, consistent with Section 806(b) of Public Laws 100-180, 95-507, 99-661. A minimum of 60% of the total planned subcontracting dollars shall be placed with small business concerns. At least 5% of the total planned subcontracting dollars shall be placed with small disadvantaged business concerns, to include Historically Black Colleges and Universities/Minority Institutions, and a minimum of 5% of all subcontracting dollars be placed with women owned small businesses. A plan is NOT required with the bid. CITE: (I-345 SN010674) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: Y -- MAINTENANCE DREDGING FISHING BAY, DORCHESTER COUNTY, MD SOL DACW31-97-B-0012 DUE 123096 POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638 DESC: Hydraulically dredge approximately 130,000 cubic yards of material from the Fishing Bay Project (Farm Creek, McCready's Creek, and Goose Creek) and place material in a combination of previously used upland sites and beach mourishment sites. Constructioin of geotextile tube offshore breakwaters, and plant marsh grasses. Estimated cost is between $500,000.00 and $1,000,000.00. Completion no later than 120 calendar days. Full size plans and specs (8) $24.00 p/set. NON-REFUNDABLE. Make company check or money order payable to FAO, USAED-Baltimore. (No Cash Accepted) Contractors are encouraged to provide their Federal Express account number at the time of request or have them picked up. Issuance o/a 30 December 1996, Open o/a 30 January 1997. All responsible sources may submit a bid which shall be considered by the agency. Note: This procurement is Small Business Set Aside. CITE: (I-345 SN010676) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 47th Conracting Squadron, 171 Alabama Ave, Laughlin AFB, TX 78843-5102 SUBJECT: Z--CLEAN FUEL TANKS AT LAUGHLIN AFB, TX SOL F41685-97-R-0014 DUE 123096 POC Sylvia Garza, (210) 298-5495 DESC: Work to be accomplished includes but is not limited to the following: to furnishing all plant labor, materials, tools, equipment, supervision, transportation and services necessary to inspect and clean above ground JP-8 bulk storage tanks, test certify and repair system. This solicitation will be issued as full and open competition, project requirements will be made available on or about 30 Dec 96. The applicable small business size standard for interested small business concerns, including their affiliates, is not more than $5.0 Million in average annual receipts for the preceding three years. The standard industrial classification code is 1389. Magnitude of this project is between $25,000.00 and $100,000.00. Requests for this solicitation must be submitted in writing. Telephone requests for this solicitation will not be honored. Fax requests will be accepted, our fax number is (210) 298-4178. All responsible offerors meeting this criteria set forth in the solicitation may submit an offer which will be considered by the government. Written requests should cite RFP No. F41685-97-R-0014 and should include your nine digit zip code. CITE: (W-344 SN010229) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 47th Conracting Squadron, 171 Alabama Ave, Laughlin AFB, TX 78843-5102 SUBJECT: Z--CLEAN FUEL TANKS AT LAUGHLIN AFB, TX SOL F41685-97-R-0014 DUE 123096 POC Sylvia Garza, (210) 298-5495 DESC: Work to be accomplished includes but is not limited to the following: to furnishing all plant labor, materials, tools, equipment, supervision, transportation and services necessary to inspect and clean above ground JP-8 bulk storage tanks, test certify and repair system. This solicitation will be issued as full and open competition, project requirements will be made available on or about 30 Dec 96. The applicable small business size standard for interested small business concerns, including their affiliates, is not more than $5.0 Million in average annual receipts for the preceding three years. The standard industrial classification code is 1389. Magnitude of this project is between $25,000.00 and $100,000.00. Requests for this solicitation must be submitted in writing. Telephone requests for this solicitation will not be honored. Fax requests will be accepted, our fax number is (210) 298-4178. All responsible offerors meeting this criteria set forth in the solicitation may submit an offer which will be considered by the government. Written requests should cite RFP No. F41685-97-R-0014 and should include your nine digit zip code. CITE: (W-344 SN010230) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: National Park Service, Denver Service Center, P.O. Box 25287 DSC-CAC, Denver, CO 80225-0287 SUBJECT: Z-RESURFACE RANCH ROADS AND OTHER IMPROVEMENTS, LYNDON B. JOHNSON NATIONAL HISTORICAL PARK, GILLESPIE COUNTY, TEXAS, LYJO-193 SOL 1443IB121199901 DUE 020397 POC Branch of Construction Contracts, 303/987-6744 DESC: The work of this contract consists of asphalt overlay; constructing new pullouts; reconstructing intersections and parking area; road realignment; cattleguard and wing wall replacement; constructing grasscrete access; surface drainage improvements; chip and seal; and associated site work.--Estimated price range, $1,000,000 to $2,500,000.--Time for completion, 150 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. CITE: (D-344 SN010234) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Naval Facilities Engineering Command, Contracts Marianas (Guam), PSC 455, Box 175, FPO AP 96540-2200 SUBJECT: Z-WATER BLASTING SERVICES TO VARIOUS U.S. NAVY FAMILY HOUSING LOCATIONS, GUAM, M.I. SOL N62766-96-B-9022 DUE 020497 POC Contact M. Cris Calimlim, Contract Specialist, L. A. Guzman, Contracting Officer, Tel: (671) 333-2252 DESC: This procurement is a 100% set-aside for Small Business Concerns. Those prospective offerors who are Small Businesses are invited to participate in this procurement. The Offeror shall provide management, technical expertise, labor, material, supplies, equipment, supervision, and transportation necessary to perform Water Blasting Services to Various U. S. Navy Family Housing Locations, Guam, M.I. The services shall be composed of water blasting sidewalks, walking paths, curbs, concrete driveways, trash pick-up and mail boxes, concrete pads, bus shelters, and exterior wall (synthetic stucco) to remove embedded dirt, mildew, molds, or fungus, oil and grease residue, other foreign matter and deleterious materials. These services are to be performed under a Fixed Price/Indefinite Quantity Type Contract. Specifications are expected to be ready for issue on or about 31 December 1996. Availability of the solicitation is limited and will be furnished on a first-received, first-served basis. For more information, please contact the Contracts Office at the above address or phone numbers. SIC CODE 7349 CITE: (I-345 SN010275) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis Hwy, Arlington, VA 22241-5362 SUBJECT: Z--FACILITY CAPITAL MAINTENANCE IN SUPPORT OF THE TRIDENT II(D5) MISSILE PROGRAM POC Barry A. Rothenberg, (703) 607-0822. DESC: This procurement will provide capital maintenance of facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) Magna, Utah in support of the TRIDENT II (D5) Missile Program. Negotiations will be conducted with Alliant Techsystems Inc., Bacchus Works, Magna, Utah 84044-0098, the contractor having custody of the property and use of the facilities on which the work is to be performed. Interested parties should contact Alliant at the above address. See Note 22. SECURITY CLEARANCE REQUIRED. CITE: (M-345 SN010476) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S.P.F.O. for MA, Contracting, 143 Speen St., Natick MA 01760-2599 SUBJECT: Z -- UPGRADE HEATING DISTRIBUTION SYSTEM SOL DAHA19-97-B0001 DUE 012397 POC William B. Devitt, Contract Specialist, 508-233-5761 FAX 508-233-6122. DESC: PRE-SOLICITATION: The project covered by this statement consists of furnishing all plant, labor, supplies, equipment, materials and transportation for upgrading the heating system for the main aircraft hangar (Building #15) in accordance with the Plans and Specifications. The project includes replacing an existing boiler and converting another boiler to hot water. Heat fixtures and piping will be replaced. Work involves all associated demolition, some site work, removal of trench drains and associated electrical work and does include asbestos removal. Project has critical time parameters as follow: a. Heat system will not be off prior to 15 April 97, b. Hangar will be available for use during June 1997. There is one additive bid item for painting and sealing the hangar floor. All work to be performed at Barnes Air National Guard Base, Westfield, MA in accordance with the plans and specifications. Performance period is for 180 days after receipt of the Notice to proceed. Estimated magnitude of construction is between $250,000.00 and $500,000.00. Interested parties qualified to perform work under SIC 1711, Plumbing, Heating and Air Condi-tioning, should notify this office, in writing, of their intrest in bidding as the prime contractor. Bid packages are not yet available but anticipated issue date is on/about 23 DEC 96. CITE: (I-345 SN010510) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC/ROICC Jacksonville, NAVFACENGCOM Contracts, 1005 Michael Rd., Camp Lejeune, NC 28547-2521 SUBJECT: Z -- INTERIOR PAINTING & FINISHED SURFACE PREPARATION OF FAMILY HOUSING AT THE MARINE CORPS BASE, CAMP LEJEUNE, NORTH CAROLINA AND MARINE CORPS AIR STATION, NEW RIVER, JACKSONVILLE, NORTH CAROLINA SOL N62470-96-B-4940 DUE 013097 POC Kathie Rowe, (910) 451-2582, FAX (910) 451-5629 DESC: The Contractor shall provide all labor, supervision, tools, materials, equipment and transportation necessary for preparation of surfaces and application of paint on interior surfaces of family housing units; waxing of floors; and refinishing of certain wood floors, doors, stairs and landings, handrails and newel posts, as well as refinishing of cabinets; and incidental related work. Indefinite Quantity Contract to be awarded for a period of one year with a guaranteed minimum of $45,000, commencing 15 days after award. Estimated cost range $1,000,000 - $5,000,000. The proposed contract is unrestricted, the size standard for which a concern, including its affiliates, having sale or receipts for its preceding three fiscal years not in excess of $7,000,000. Plans and specifications will be available on or about 31 December 1996 until supply is exhausted. TELEPHONE REQUESTS WILL NO LONGER BE HONORED. ONLY WRITTEN AND FAX REQUESTS WILL BE ACCEPTED. Please state area code, telephone number, street address, nine-digit zip code and whether you are participating as a prime or subcontractor. Requests for plans and specifications should be FAXED to Ms. Kathie Rowe. PLEASE NOTE: FAX# (910) 451-5629. All responsible sources may submit an offer which will be considered. No deposit Required. CITE: (I-345 SN010516) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315 SUBJECT: Z - - BASEWIDE UTILITY REQUIREMENTS CONTRACT, PROJECT 96-2000 SOL F0561197B0201 DUE 022497 POC Margaret Wages (719) 333- 4744/ Contracting officer, John Peters (719) 333- 2734 DESC: Project includes, but is not limited to, repairing and upgrading the base-wide utility systems. Contractor shall provide all labor, materials and equipment necessary to perform the following: Install, repair, and replace the water distribution system, sanitary sewer system, storm sewer system, natural gas distribution system, high tempature hot water, electrical distribution, transmission, and lighting system, pavement repair, seeding and sodding. The resultant contractor will be permitted storage on site. performance period will be one year from the date of award with two one-year options. A minimum of $100,000 per year is guaranteed. The contract maximum is $9,000,000.00 worth of work over the term of the contract. Responsible sources may request this solicitation by letter, or fax (719) 333-4404 containing their business size and street address. For informational purposes the applicable SIC code and small business size standard for this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three fiscal years does not exceed $7 million, applicable SIC code is 1623. This solicitation is being competed as unrestricted IAW the Small Business Competitie Demonstration Program. Bids will be evaluated in accordance with DFARS 252.219-7008 entitled "Notice of Evaluation Preference for Small Disadvantaged Business Concerns-Construction Acquistions-Test Program". The soliciation is tentatively scheduled for issuance on or about 9 Jan 97. Women owned and small disadvantaged business concerns are encouraged to submit offers. Copies of this solicitation are limited to 60 and availability is on a first come first served basis. Concerns may review the solicitation at this address or local plan rooms if copies are no longer available. CITE: (W-345 SN010549) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 5th Contracting Squadron/LGCV, 211 Missile Ave, Minot AFB, ND 58704-5027 SUBJECT: Z--REMOVE CONSTRUCTION DEBRIS AND SOIL SOL F3260497Q0190 DUE 010197 POC SSgt Bartelt (701) 723-4177, Contracting Officer: Delores Smith (701) 723-3829. DESC: The Contractor shall provide all personnel, equipment, tools, materials, supervisions, and other items and services necessary to perform all work required to accomplish removal of construction debris and soil, including backfill, grade and seeding the area at the west end of the runway at Minot AFB, ND as defined in the performance work statement. Work is 100% General. The work is not in a restricted area. Performance period is 120 days. All requests for solicitation must be writing to include point of contact, solicitation number, phone and FAX number, and size of business. Request for solicitation may be Faxed to (701) 723-4173. Issue date O/A 10 Dec 96. This project is set aside for small business concerns, (see number item 1). CITE: (M-345 SN010568) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Postal Service, Facilities Service Office, Attn: Marsha Crisp, P.O. Box 27497, Greensboro, NC 27498-1103 SUBJECT: Z--PARKING DECK REPAIRS AT THE GENERAL MAIL FACILITY, 591 BREVARD ROAD, ASHEVILLE, NC 28810-9998. SOL 362575-97-A-D187 DUE 012397 POC Dorothy L. Dawson, Facilities Contract Specialist (910) 665-2875. DESC: The work includes furnishing of all labor, materials, equipment, licenses, permits, and services necessary for and incidental to the removal of all the existing concrete to deck slab, insulation perimeter flashing and waterproofing membrane and replace with new. This project is to be completed in four phases. The estimated cost of the project is between $475,000.00 and $625,000.00 with completion within 150 calendar days after receipt of Notice to Proceed. Solicitation packages are available at $25.00 per set, non-refundable, referencing Solicitation No. 362575-97-A-D187. Your request(s) must have only this solicitation number 362575-97-A-D187 on your check/money orders and made payable to: U.S. Postal Service. Do Not Send Cash. Solicitation packages will be issued on or about December 23, 1996. CITE: (M-345 SN010569) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, MD 21045-0701 SUBJECT: Z--HVAC UPGRADE AND INSTALL A/C, MPO, MARIETTA, OH 45750-9998 SOL #232098-97-A-0032 DUE 011497 POC Joan Robinson, Facilities Contract Specialist, (410) 997-6241. DESC: The U.S. Postal Service is soliciting proposals for the replacement of the existing heating system and the addition of an air conditioning system at the Marietta OH Main Post Office, located at 275 Front St. The work includes but is not limited to, asbestos removal, removal and disposal of the existing boiler and piping, provide and install a new hot water boiler and piping and air conditioning, and related work. To be considered responsive the contractor/proposer must have a minimum of five (5) years as a contractor and previous experience on similar projects. Other requirements include the following: (1) Successful completion and favorable references for similar projects; (2) Financial stability. The proposals will be evaluated in the areas listed in descending order of importance: (1) cost/price, (2) previous experience, (3) references, and (4) financial stability. The award will be made on the offer determined to be in the best interest of the Postal Service. Project will be bid on the basis of a single prime contract. The estimated price range is between $400,000.00 and $500,000.00 with completion within 180 calendar days after receipt of the Notice to Proceed. Proposals are due by 4:00 p.m. on January 14, 1997. Plans and specifications will be available on or about December 13, 1996 at a cost of $45.00 per set, Non-Refundable. Make Checks/Money Orders payable to: USPS Disbursing Officer, referencing Solicitation #232098-97-A-0032. Please Do Not Send Cash. Address to obtain solicitation packages is as follows: Lee & Gegner Associated Architects, Attn: Steve Gegner, 326 Front St., Marietta OH 45750-2900. Offers will not be publicly opened. The number of offers received, the identity of the offerors, the amount of any one offer, or relative standing of the offer will not be disclosed to anyone except those postal personnel whose official duties require such information until award of contract is made. The Postal Service reserves the right to reject any or all offers. CITE: (M-345 SN010571) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Oicc Roicc Norfolk Naval Shipyard, NAVFACENGCOM Contracts, NAVSHIPYD Bldg 491, Portsmouth, Virginia 23709-5000 SUBJECT: Z--REPLACE ROOF, BUILDING 261, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA SOL N62470-96-5077 DUE 012997 POC Bid Packages, Sandra Johnson, (757) 396-5121; Contract Specialist, Laura L. Lathrop; Contracting Officer, Rosalind D. Rogers. DESC: The work includes removing and disposing of the existing 16 year old built-up roof system, including roof drains and rain leaders serving the approximately 88,200 SF roof area of Building 261, and provision of a new, 2-layer modified bitumen roofing system, roof drains and rain leaders, and incidental related work, such as cleaning of subsurface drainage structures into which storm drainage from building from building is directed, disconnection of steam condensate lines from existing roof drains and provision of separate flash tanks to isolate their impact on roof drainage, etc. Estimated cost range: $1,000,000 to $5,000,000. LANTNAVFACENGCOM is committed to substantive participation of small disadvantaged (SDB) and women-owned enterprises in the performance of the work for this contract. If you are a large business and your bid will exceed $1,000,000.00, you will be required to submit a subcontracting plan. Plans and specifications will be available on or about 30 December 1997. A limited number of plans and specifications will be available on a first-come-first-served basic until the supply is exhausted. There is no charge for the first set of plans and specs (additional sets are $25.00 each); HOWEVER, EACH FIRM IS RESPONSIBLE FOR OBTAINING BID DATA. LOCAL FIRMS MAY PICK UP PACKAGES AT THE ISSUING OFFICE. OUT OF TOWN FIRMS MUST MAKE ALL ARRANGEMENTS FOR TYPE OF DELIVERY DESIRED AND NOTIFY ISSUING OFFICE. No plan holders lists will be faxed. All responsible sources may submit an offer which will be considered. CITE: (M-345 SN010574) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 2711, LOS ANGELES CA 90053-2325 SUBJECT: Z--LOS ANGELES RIVER ESTUARY MAINTENANCE DREDGING, LONG BEACH, CALIFORNIA SOL DACW09-97-B-0004 DUE 022597 POC Plans and Specifications 213)452-3253/3257 (Site Code DACW09) DESC: The work consists of Maintenance Dredging of the Entrance Channel to Queen's Way Marina. The Standard Industrial Classification (SIC) code is 1629, Dredging and Surface Cleanup Activities, $13.5M average annual gross revenue for the last (3) three fical years. Estimated cost range is 500,000.00 to 1,000,000.00. Plans and Specifications will be available on or about January 22, 1997 at a cost of $8.00 half size dwgs with specs and $10.00 full size dwgs with spec non refundable. All responsible sources ust submit an offer. Small and Disadvantaged firms are encouraged to participate as a Prime Contractors or as members of joint ventures with other small businesses. In addition, all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95- 507. " To beconsidered small, a firm must perform the dredging of at least 40% of the yardage with its own dredging equipment owned by another small dredging concern." CITE: (I-345 SN010580) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Oicc Roicc Norfolk Naval Shipyard, NAVFACENGCOM Contracts, NAVSHIPYD Bldg 491, Portsmouth, Virginia 23709-5000 SUBJECT: Z--REPLACE ROOF, BUILDING 261, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA SOL N62470-96-5077 DUE 012997 POC Bid Packages, Sandra Johnson, (757) 396-5121; Contract Specialist, Laura L. Lathrop; Contracting Officer, Rosalind D. Rogers. DESC: The work includes removing and disposing of the existing 16 year old built-up roof system, including roof drains and rain leaders serving the approximately 88,200 SF roof area of Building 261, and provision of a new, 2-layer modified bitumen roofing system, roof drains and rain leaders, and incidental related work, such as cleaning of subsurface drainage structures into which storm drainage from building from building is directed, disconnection of steam condensate lines from existing roof drains and provision of separate flash tanks to isolate their impact on roof drainage, etc. Estimated cost range: $1,000,000 to $5,000,000. LANTNAVFACENGCOM is committed to substantive participation of small disadvantaged (SDB) and women-owned enterprises in the performance of the work for this contract. If you are a large business and your bid will exceed $1,000,000.00, you will be required to submit a subcontracting plan. Plans and specifications will be available on or about 30 December 1997. A limited number of plans and specifications will be available on a first-come-first-served basic until the supply is exhausted. There is no charge for the first set of plans and specs (additional sets are $25.00 each); HOWEVER, EACH FIRM IS RESPONSIBLE FOR OBTAINING BID DATA. LOCAL FIRMS MAY PICK UP PACKAGES AT THE ISSUING OFFICE. OUT OF TOWN FIRMS MUST MAKE ALL ARRANGEMENTS FOR TYPE OF DELIVERY DESIRED AND NOTIFY ISSUING OFFICE. No plan holders lists will be faxed. All responsible sources may submit an offer which will be considered. CITE: (M-345 SN010589) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild AFB, WA 99011-9403, Attn: Theodore D. Sweet, Director Of Business Programs SUBJECT: Z-REPAIR NOSE DOCK RAMPS, FAIRCHILD AFB, WASHINGTON SOL F45613 97 R0004 DUE 021097 POC Contracting Officer, Mr David E. Olson, (509) 247-4867 DESC: The work for this project consists of, but is not limited to, the removal and replacement of approximately 2.4 acres of airfeild pavement asphaltic concrete pavement (ACP), subgrade, inactive fuel facilities and other apron appurtenan- ces. The contractor shall furnish all materials, labor, tools, equipment, utilities, water and fuel supply, vehicular transportation and necessary incidental services for: (1) removal and excavation of existing pavement and subgrade, (2) excava- tion, removal, and disposal of aboveground walls, mechanical and electrical components, steel doors, and miscellaneous materials, (3) soil inspection for petroleum contamination, (4) removal, disposal, and/or treatment of contamin- ated soil, (5) construction of airfield subbase, base and pavement , as indicated, (6) painting, striping, and marking, as indicated. Acquisition will be through competitive negotiation procedures with qualified offerors. The areas of eval- uation and their relative rank order, as stated in Section M of the solicitation, the Government will award a contract resulting from this solicitation to the respon- sible offeror whose offer conforms to the solcitation requirements and will provide the best value to the Government considering price and past perform- ance. Performance period for this project is 75 calendar days. The SIC code is 1611. Estimated construction cost is between $250,000 and $500,000 and shall be bid lump sum. The work is located in a controlled area. Government furnished materials are not provided. This procurment will be evaluated using past performance and cost factors. Interested parties should provide evidence capacity to obtain bonds for a project of this magnitude, and information that demonstrates a capability to perform projects of this magnatude. To obtain further information or to request a solicitation package, contact the Contracting Officer, David E. Olson at (509) 247-4867. Request for solicitation packages must be submitted in writting or by fax. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The fax number for the Contracting Office is (509) 247-5221. This acqusistion is un- restricted, and will issue on or about 6 January 1997. CITE: (W-345 SN010590) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 81 CONS/LGCC, 200 FIFTH STREET, ROOM 102, KEESLER AFB, MS 39534-2102 Attn:/MS VICKI A. MORAN SUBJECT: Z-CHILLER REPLACEMENT BLDG 7205, KEESLER AFB MS SOL N/A DUE 012397 POC MS VICKI A. MORAN tel: 601/377-1820/ROBERT F. WINLAND, CONTRACTING OFFICER DESC: THIS PROJECT WAS PREVIOUSLY SYNOPSIZED AS F2260097B0007. THE MAGNITUDE OF PROPOSED CONSTRUCTION HAS BEEN CHANGED TO BETWEEN $1,000,000 AND $5,000,000. CITE: (I-345 SN010597) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild AFB, WA 99011-9403, Attn: Theodore D. Sweet, Director Of Business Programs SUBJECT: Z--RENOVATE EDUCATION CENTER, BLDG 2365, FAIRCHILD AFB, WASHINGTON SOL F45613 97 R0005 DUE 021097 POC Contracting Officer, Mr David E. Olson, (509) 247-4867 DESC: This project consists of, but is not limited to, the interior renoivation of all buildings finishes, replacement of all exterior ramps, construction of a new unisex bathroom, replacement of roofs on buildings 2367, and 2368, upgrade lighting and HVAC, and provide vapor retarding in building 2370. All work is to comply with Air Mobility Command and base standards and the Americans with Disabilities Act. Also included in this project is the complete demolition and refinishing of all interior and specified exterior finishes. Estimated cost is between $500,000 and $1,000,000.Government Fuurnished materials are not included. The SIC is 1542. Performance period is 150 calendar days. The work is not located in a restriced area or a controlled area. Acqusition will be through competitive negotiation procedures with qualified offerors. The areas of evaluation and their relative rank order, as stated in Section M of the solicitation, the government will award a contract resulting from this solicitation to thesponsible offeror whose offer conforms to the solicitation requirements and will provide the best value to the government considering price and past performance. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Interested parties should provide evidence of capacity to obtain bonds for a project of this magnitude, and information that demonstrates a capability to perform projects of this magnitude. To obtain further information or to request a solicitation package, contact the Contracting Officer, David E. Olson, at (509) 247-4867. Request for solicitation packages must be submitted in writing or by FAX. The FAX number for the Contracting Office is (509) 247-5221. The acquisition is unrestricted, and will issue on or about 9 Jan 97. CITE: (W-345 SN010600) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Resident Officer in Charge of Construction, Attn: Contracting Officer, 181 Wainwright Rd, Halligan Hall,Stop 21A,U.S. Naval Academy,Annapolis, MD 21402-5013 SUBJECT: Z -- PRE SOLICITATION NOTICE -- REPLACE ICE RINK CHILLER AND COOLING TOWER, DAHLGREN HALL, U.S. NAVAL ACADEMY, ANNAPOLIS, MD SOL N62477-96-B-0523 DUE 020397 POC David Julian 410-293-3163 DESC: The project will include replacement of the ice rink refrigeration system at Dahlgren Hall. The new system shall be a multi-compressor, reciprocating water cooled brine (40% Ethylene Glycol) chiller, specifically manufactured for ice rink duty. The existing cooling tower, associated piping and equipment located within the existing outdoor cooling tower enclosure shall be replaced with one new forced draft counter flow cooling tower and associated piping. This project is UNRESTRICITED. All responsible sources are encouraged to respond. The SIC code for this project is 1711. The projected date for the availability of the solicitation is 2 January 1997. The projected bid opening is 2 February 1997. The estimated cost range for this project is between $250,000.00 and $500,000.00. There is a non-refundable charge of $23.00 for this solicitation payable by check or money order to the Treasurer of the United States. CITE: (I-345 SN010609) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Resident Officer in Charge of Construction, Attn: Contracting Officer, 181 Wainwright Rd, Halligan Hall,Stop 21A,U.S. Naval Academy,Annapolis, MD 21402-5013 SUBJECT: Z -- IFB -- REPLACE ICE RINK CHILLER AND COOLING TOWER, DAHLGREN HALL, U.S. NAVAL ACADEMY, ANNAPOLIS, MD SOL N62477-96-B-0523 DUE 020397 POC David Julian 410-293-3163 DESC: The project will include replacement of the ice rink refrigeration system at Dahlgren Hall. The new system shall be a multi-compressor, reciprocating water cooled brine (40% Ethylene Glycol) chiller, specifically manufactured for ice rink duty. The existing cooling tower, associated piping and equipment located within the existing outdoor cooling tower enclosure shall be replaced with one new forced draft counter flow cooling tower and associated piping. This project is UNRESTRICITED. All responsible sources are encouraged to respond. The SIC code for this project is 1711. The projected date for the availability of the solicitation is 2 January 1997. The projected bid opening is 2 February 1997. The estimated cost range for this project is between $250,000.00 and $500,000.00. There is a non-refundable charge of $23.00 for this solicitation payable by check or money order to the Treasurer of the United States. CITE: (I-345 SN010610) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 17th CONS/LGC, Goodfellow AFB TX 76908-4705 Attn:/Lt Lawrence Kokocha SUBJECT: Z--UTILITIES UPGRADE IDIQ SOL F41614-97-B0002 DUE 020497 POC Tsgt Renardo C. Hollowell tel (915) 654-3806/Walter M. Houston (915) 654-5174 DESC: The proposed work includes, but is not limited to, furnishing and installing new water, sanitary sewer, storm drainage lines and replacement of existing water, sanitary sewer, storm drainage lines and unclassified exacavation. Demolition of existing and installation of new fire hydrants, valves, taps, fittings, road bores, storm sewer curb inlet boxes, storm sewer grate inlet boxes, sanitary sewer manholes, and backfill material to be furnished and installed. Performance time is 365 days with one option year. Acquisition will be unrestricted in accordance with public law and federal acquisition regulations. The magnitude of this project is between $1.0M and $5.0M (SIC-1623 size standard $17M). Bids from all responsible bidders will be accepted. Statement Of Work (SOW), plans, schedules, drawings, and specifications will be distributed via electronic media. PRINTED SOW, plans, schedules, drawings, and specifications will only be provided at time of award only. Requests may be made by letter or FAX (915/654-3255). Telephone requests will NOT be considered. Estimated issue date of sloicitation 30 Dec 96. Bid opening tentatively scheduled for 04 Feb 97. When available, solicitation will be limited to one per requester. CITE: (W-345 SN010617) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715 SUBJECT: Z -- RENOVATE BUILDING 1675, FORT DETRICK, MD SOL DACA31-97-B-0013 DUE 123196 POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638 DESC: Renovate existing warehouse for storage and renovate existing administrative area. Project includes changes in existing electrical service, new lighting, new HVAC ducting, ADA provisions, revisions to existing sprinkler system and new carpet and ceiling. Estimated cost is between $100,000.00 and $250,000.00. Completion no later than 180 calendar days. Full size plans and specs (9) $24.00 p/set; half size $17.75 p/set. NON-REFUNDABLE. Make company check or money order payable to FAO, USAED-BAltimore. (No Cash Accepted). Contractors are encouraged to provide their Federal Express account number at the time of request or have them picked up. Issuance o/a 31 December 1996, Open o/a 4 February 1997. All responsible sources may submmit a bid which shall be considered by the agency. Note: This procurement is Unrestricted. CITE: (I-345 SN010677) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 305 Contracting Squadron, 3563 Lancaster Ave, McGuire AFB, NJ 08641- 1712 SUBJECT: Z -- REPLACE ELECTRICAL DISTRIBUTION SYSTEM AT MCGUIRE AFB NJ SOL F28609-96-B0010 DUE 020597 POC Craig King, Contact Specialist, at 609-724-3519. DESC: Replace electrical power distribution system at McGuire AFB. WRITTEN REQUESTS ONLY - Fax requests accepted at (609)724-5931. Work to be performed includes but is not limited to the following: All primary and secondary aerial electrical power distribution and street lighting circuits shall be removed from poles and disposed of by the contractor. Switches, transformers, lighting fixtures and all associated equipment shall be removed and disposed of by the contractor. New 12.47/7.2KV electric power distribution and 240V street lighting circuits shall be installed underground. Performance period is 240 calendar days from receipt of Notice To Proceed. IFB will be issued on or about 6 January 97. The proposed procurement listed herein is unrestricted. Standard Industrial Classification Code for this procurement is 1623. Any concerns responding to this solicitation is classified as a small business if the average annual receipts of the concern and its affiliates for the preceding three fiscal years do not exceed $17.0 million dollars. Proposed contract is between $1,000,000.00 and $5,000,000.00. CITE: (I-345 SN010685) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Public Works Office, Naval Weapons Station Earle Colts Neck, NJ 07722-5025 SUBJECT: Z -- REPLACE HEATING SYSTEM IN BUILDING C-33 AT NAVAL WEAPONS STATION EARLE COLTS NECK, NJ 07722-5025. SOL N62472-95-Q-4243 DUE 012297 POC MR. Brian New Purchasing Agent (908) 866-2482. DESC: 0Price for all labor, equipment, material and supervision necessary to demolish and remove the existing oil fired hot water boiler and HVAC with associated equipment. Contractor shall install a new boiler and HVAC system with 60,000 btu cooling and 125,000 btu heating capacity for building C-33. All work shall be completed within 90 days after date of award. A payment bond or alternate payment protection is required. The small business size standard (not set-aside) is $7.0 million. The SIC code code for this procurement is 1711. Interested companies shall express interest as soon as possible. A limited number of specifications shall be made available on a first come first serve basis. RFQs will be issued 6 Jan 97. NO COLLECT CALLS WILL BE ACCEPTED. Written requests only. FAX'd requests will be honored. FAX no. is (908) 866-1122. CITE: (I-345 SN010687) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property--Potential Sources Sought OFFADD: Department of Transportation, Federal Aviation Admin. (FAA), Procurement Branch, AWP-55, P.O. BOX 92007, WWPC., Los Angeles, CA. 90009-2007 SUBJECT: Z -- INSTALL DSR MODIFICATION, BUILDING REHABILITATION AND FIRE MODIFICATION AT THE LOS ANGELES ARTCC, PALMDALE, CA SOL DTFA08-97-R-703634 POC Alice C. Clark (310) 725-7563 or FAX (310) 536-8550 DESC: The Federal Aviation Administration, has a requirement to renovate, the existing Control and Automation Wing in preparation for DSR equipment; rehabilitate Automation Wing and Control Wing Host Room and modify fire protection at Los Angeles Air Route Traffic Control Center, Palmdale, California. The Standard Industrial Classification (SIC) Code is 1542. The estimated price range for this acquisition is between $6,000,000.00 and $12,000,000.00. Screening Information Request (SIR) is the evaluation criteria used by FAA to evaluate offeror submittals. Screening decisions will be based on the evaluation criteria established in SIR. The purpose of the SIR is to obtain information which will allow the FAA to identify the offeror which provides the best value, make a selection decision and award the contract to conclude the competitive process. Specific evaluation factor(s) include: (A) SPECIALIZED EXPERIENCE OF THE FIRM. Firm shall submit detailed review of at least two projects accomplished recently which demonstrate successful accomplishment of a business/office/industrial/commerce building renovation project where the facility remains operational during construction. These reviews must illustrate the scope of the effort, its complexity, how schedules were implemented and how objectives were met (include time tables). Projects completed for the Federal Government or FAA in particular should be included, if any. (B) CAPABILITY AND CAPACITY OF FIRM TO ACCOMPLISH THE WORK. Firm shall submit a complete resume of the experience of each line and staff executive, supervisor and technical staff member presently employed by the company who will be devoting all or a majority of their time to this project. Resumes should include: name, educational background, present position or title, type of experience by years and any other information in sufficient detail to facilitate evaluation of qualification and administrative or technical competence. Special emphasis should be placed on experience with building renovation construction. Resumes of key individuals employed by subcontractors shall also be included. For executive/supervisory personnel a minimum of three years of direct executive or supervisory control of an organization is needed. Firm shall provide relevant recent experience and technical knowledge of project personnel and outside consultants. Firm shall provide current workload, total number of on-going projects, their construction value or fee and percentage of completion. (C) ORGANIZATIONAL STRUCTURE. Information necessary to determine the organizational structure of the firm. (D) PAST PERFORMANCE. Firm shall provide information on past performance on contracts with the Department of Transportation and other Government agencies and private industry in terms of cost control, quality of work, accuracy of construction cost estimates and the number, dollar amount and reasons for construction change orders. Include date showing the project original contract completion date and the actual contract completion date. (E) FINANCIAL CAPACITY/BONDING INFORMATION/DCAA AUDIT, IF ANY. Firms shall provide net worth, banking references and credit references. Person(s) authorized by the firm to sign offers and contract documents. (F) GEOGRAPHIC LOCATION. Construction firms proximity to the project construction site will be evaluated. Rating will be given to firms based upon location in descending order (1) within California (2) those firms located outside of California. (G) PRE-QUALIFICATION OF SUBCONTRACTORS: Pre-screening documents and selection list of potential subcontracting firms will be required. The actual subcontractor list will be required within 10 calendar days after contract award. (H) MINORITY/WOMEN EMPLOYMENT. Firms shall provide the percentage of minority employees in all job classifications and pay scales. This will be evaluated in relation to the percentage of minorities in the immediate locality and general surrounding area. Identify the number of women in all classification and pay scales. A REQUEST FOR OFFER (RFO) SOLICITATION PACKAGE WILL BE ISSUED ONLY TO THOSE OFFERORS THAT HAVE BEEN PRE-QUALIFIED FOR THIS PROCUREMENT. OFFEROR SHOULD FORWARD THEIR SUBMITTAL DOCUMENTS PACKAGE TO THE ADDRESS LISTED ABOVE. ALL SUBMITTAL DOCUMENTS MUST BE RECEIVED AT THE DESIGNATED OFFICE NO LATER THAN DECEMBER 27, 1996. CITE: (I-344 SN010235) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 10-ARM,ASSEMBLY,LEVER SOL N0010497QLB39 DUE 012897 POC Contact Point, Richard D Zmuda, 02132.7, (717)790-1703, Fax, (717)790-7335, Twx, Not-avail DESC: NSN 1H-1015-15-056-0376-MI, SPEC NR TDP VER 002, Qty 5 EA, Deliver to Defense Distrbution Depot San Diego San Diego CA , See Notes 1,9 CITE: (I-345 SN010425) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 10-KITE-OTTER,MULTIPLA SOL N0010497RJA62 DUE 012897 POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax, (717)790-7317, Twx, Not-avail DESC: NSN 7H-1075-00-391-9280, SPEC NR TDP VER 001, Qty 81 EA, Deliver to Defense Distrbution Depot San Diego San Diego CA , Receiving Officer Fisk Norfolk Norfolk VA , Contract 100 Percent Small Business Set Aside, See Note 9 CITE: (I-345 SN010426) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons--Potential Sources Sought OFFADD: ASC/YG Precision Strike System Program Office, Contracting Division (ASC/YGK), 102 West D Avenue, Suite 300, Eglin AFB FL 32542-6807 SUBJECT: 10 -- DSU-33A/B PROXIMITY SENSORS SOL F08626-97-C-0114 POC Merilee Kennedy, Contract Specialist, (904) 882-8787 ext 3109 or John Sullivan Contracting Officer, (904) 882-8515 ext 2115. DESC: The Precision Strike System Program Office (YG), Product Support Office (PSO), Contracting Directorate (YGK), Aeronautical System Center (ASC), Air Force Material Command (AFMC), Eglin AFB FL plans an acquisition of approximately 7,000 to 10,000 DSU-33A/B proximity sensor units (P/N 9331005) to satisfy Navy inventory requirements. The DSU-33A/B proximity sensor (end item) is classified "Confidential". The sensors shall provide a doppler radar proximity function for General Purpose (GP) bombs, such as the M117 and MK 80 series, in both high and low drag configurations. These bombs will have fuze systems, such as the FMU-139/B, FMU-139A/B and FMU-152/B capable of initiating the sensor via the FZU-48 or the Fuze Function Control Set (FFCS) and accepting the sensor fire pulse for bomb detonation. The sensor shall be qualified (certifiable) for use on the following aircraft: Marine AV-8, Navy/Marine FA-18, and Air Force A-10, F-15, F-16, F-111, and B-52. The first delivery of this non-developmental item will be required eight months after contract award which is anticipated for Jun 97. A complete reprocurement data package is not available. The approved system specification and unauthenticated drawing package are available for informational purposes by contacting the Contracting Officer or the Contract Specialist shown below. At present, the DSU-33A/B proximity sensor units are being produced by Motorola, Inc., of Scottsdale, Arizona. This synopsis is not a Request for Proposal (RFP) or an Invitation for Bid (IFB) and is not to be construed as a commitment by the Government. All responses to this synopsis shall be evaluated in the following areas: 1)Ability to demonstrate technical knowledge of the radio frequency proximity sensor, production processes, and interface requirements in General Purpose (GP) bombs and related US Navy and Air Force aircraft, 2)Adequate production facilities and production capabilities to produce and assemble proximity sensor hardware in the absence of a technical data package, 3)Ability to deliver qualified hardware in accordance with production schedule, and 4)Ability to perform acceptance tests of the proximity hardware in accordance with approved procedures. Acquisition will be oriented toward a purchase of 8,000 - 10,000 units in an estimated price range not to exceed $14M (includes any qualification testing if and production facilitization if required) and postured toward a "buy to budget" or "variation in quantity" pricing methodology. Responses to this synopsis should be received within 30 days of the publication date and must state whether the potential source is a small business concern IAW FAR 52.219-1. The Air Force reserves the right to consider a small business set-aside based on the responses submitted. Responding firms must have a secret level security clearance and be export controlled certified, IAW DoD 5230.25. Export control certification may be obtained through the Defense Logistics Services Center, Battle Creek MI 49016-3412, telephone number 1-800-352-3572. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Colonel Timothy Kinney, ASC/SK, 205 W. D Avenue, Suite 318, Eglin AFB FL 32542-6865 at (904) 882-9051 with serious concerns only. For technical information on this synopsis, contact ASC/LIW (Linwood Rodgers, 904-882-8368, ext 3063). For contracting questions or submission of a qualification package, contact ASC/YGK (John Sullivan, Contracting Officer, 904-882-8515, ext. 2115 or Merilee Kennedy, Contract Specialist, 904-882-8787, ext 3109 or FAX 904-882-7983). Collect calls will not be accepted. See Numbered Note 25 and 26. CITE: (I-345 SN010487) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA), ATTN: AMSTA-AC-PCC (WW5), Rock Island, IL 61299-7630 SUBJECT: 12 -- PLOTTING BOARDS SOL DAAE20-97R0018 DUE 020397 POC Contract Specialist: Carol C. Rivard (309) 782-3272, PCO: Barry Hartleben (309) 782-7116 DESC: 1220-00-602-7941, Part Number 8270330. Plotting Board and carrying case consisting of an acrylic plotting board, 20 5/8 inches in diameter with engraved index lines and attached rotating arm. Water proof nylon cloth case approximately 24 x 23 inches. Requirements are a minimum quantity of 1,157 each and a maximum quantity of 5,075 each. 1240-01-059-7989, Part Number 11748086. Plotting Board material outside edges of core are filled with MIL-P-46094 plastic filler and finished with grid pattern on face of aluminum. Requirements are no established minimum quantity, but a maximum quantity of 1,536 each. FOB is Destination. All or part of this action is an unfunded FY97 requirement. Proposed contract is a 100 percent small business set-aside. Procurement will be a Best Value, 5 year, indefinite delivery/indefinite quantity acquisition, in which there will be evaluation factors other than price alone. Quality requirements are ANSI/ISO/ASQC Q 9002 or equivalent. Estimated issue date of this solicitation is 010297. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. CITE: (I-345 SN010518) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 14-HAND CONTROL ASSEMB SOL N0010496QLD31 DUE 060596 POC Contact Point, Arthur J Machamer, 02132.9, (717)790-4077, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Charles F Splawn, 02132.13, (717)790-4262 DESC: NSN 7H-1440-01-117-9117, SPEC NR TDP VER 004, Qty 2 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk VA , Contract 100 Percent Small Business Set Aside--Contractor's are requested to include their cage code on all requests for this solicitation., See Notes 1,9 CITE: (I-345 SN010427) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--HANDLE ASSEMBLY SOL SP0460-96-Q-LM28 DUE 123096 POC Contact: for copies of RFQ solicitations contact the buyer. Bob Willis BV512 804-279-5893, FAX 804-279-6078. KO do lores O'Brien/804 279-4567. DESC: PR-NO: YPG96053000271 NSN 1560-01-268-8179, handle assembly, McDonnell Douglas Corp, CAGE 76301. P/N 75A353081-1003. Specifications, P plans or drawings relating to the procurement described are not available and cannot be furnished by the government. other than full and open comp. only one source. Tech data package availability: 11 -EA Del to Richmond VA 23297-5900 Del by 540 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-344 SN010251) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--ROD, ACTUATOR, FLAP, TRAILING EDGE SOL SP0460-97-Q-B448 DUE 122796 POC Contact: for copies of RFQ solicitations contact the buyer. Jeanne YONCEBV617/804-279-5145, FAX 804-279-6078. KO Kimberly S. Ratliff 804-279-4535. DESC: PR-NO: YPG96213000709 NSN 1560-00-394-5800, rod, actuator, flap, trailing edge "flight safety critical aircraft part" Northrop Grumman Corp. CAGE 76823. P/N 14261255 Rev C. first article test ing required. QPL FAR 52.209-1 OR 52.209-2 (NOTE 23). Drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense Supply Center. option to ext term of contract. 48 months. Unrestricted. Solicitation will be made orally and in writing. Tech data package availability: 15 -EA Del to Richmond VA 23297-5900 Del by 26 Feb 97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-344 SN010252) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--VANE, TAKE OFF DOOR SOL SP0460-97-Q-B573 DUE 010897 POC Contact: for copies of RFQ solicitations contact the buyer. Carl Hudson BV610 804-279-6071. FAX 804-279-6078. KO Kimberly Hansen 804279-3624. DESC: PR-NO: YPG96261000903 NSN 1560-00-159-5164, vane, take off door IAW Northrop Corp, Aircraft Div. CAGE 76823 Dwg 14-11553-2. First article testing required drawings, interim procurement descriptions and deviations lists may BR examined or obtained from defense supply Richmond. Drawing approval required. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. More than one source, intended sources 59213 and 9R750. solicitation will be made in writing. 146 -EA Del to Barstow CA 92311-5014 Del by 150 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-344 SN010253) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--FOAM, RETICULATED, FUEL SOL SP0400-97-R-0402 DUE 012397 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. Dolores O'Brien BV510 804-279- 4567. FAX 804-279-6078. KO Kimberly Hansen 804-279-3624. DESC: PR-NO: FPG96278003318 NSN 1560-01-396-4066, foam, reticulated, fuel McDonnell Douglas Corp CAGE 76301. P/N 68B580059-173-REV "H". Option to extend term of contract 48 months. Other than full and open more than one source, intended sources 76301, 2V686. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 145 -EA Del to New Cumberland PA 17070-5001 Del by 150 days. 140 -EA Del to Stockton CA 95296 Del by 150 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-345 SN010270) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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 -- NOUN: SUPPORT, STRUCTURAL; NSN: 1560-01-254-7794; P/N: 70308-03801-117; QUANTITY: MIN-122 EACH AND MAX-804 EACH SOL DAAJ09-97-B-0006 DUE 121596 POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 263-0770, Marsha M. Flakes, Contracting Officer. DESC: CORRECTION - This requirement was originally publicized in the CBD dated 12 Sep 96 under Request for Proposal Number DAAJ09-96-R-0621. The purpose of this modification is to cancle Request for Proposal Number DAAJ09-96-R-0621 and to replace it with Invitation for Bid (IFB) Number DAAJ09-97-B-0006. Any future correspondence relative to this requirement should reference the IFB number. This modification also revises the maximum quantity from 402 each to 804 each. In addition, the opening date has been changed to 15 Dec 96. All other information publicized in the original synopsis remains the same. CITE: (I-345 SN010502) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 15 -- FAIRING, AIRCRAFT SOL DAAJ09-97-Q-0379 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1560-01-334-2573; P/N: 7-311111223-605; QTY: 3 Each, applicable to the AH-64 Aircraft. FOB Origin with delivery of 3 each by 97 Feb 07 to Stockton, CA. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation in accordance with procedures contained in Section L of the solicitation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, McDonnell Douglas Helicopter Systems, Mesa, AZ. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current and future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. This requirement is being procured under the authority of 10 U.S.C. 2304(c)(1). See Numbered Note(s): 22. CITE: (I-345 SN010527) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- BRACKET ASSY, STOW SOL DAAJ09-97-Q-0374 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1560-01-209-6557; P/N: 7-318000063-601; QTY: 52 Each, applicable to the AH-64 Aircraft. FOB Origin with delivery of 27 each by 97 Jul 13 to Texarkana, 25 each by 98 Oct 18 to Stockton, CA. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation in accordance with procedures contained in Section I of the solicitation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source: McDonnell Douglas Helicopter Systems, Mesa, AZ. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. This requirement is being procured under the authority of 10 U.S.C. 2304(c)(1). See Numbered Note(s): 22. CITE: (I-345 SN010528) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 15 -- SUPPORT, ENGINE, MOUN SOL DAAJ09-97-Q-0376 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-0784. DESC: NSN: 1560-01-264-2085; P/N: 7-311670131-3; QTY: 24 Each, applicable to the AH-64 Aircraft. FOB Destination with delivery of 24 each by 300 days ARO to Stockton, CA. This proposed contract action is for supplies for which the Government does own specifications and drawings. The principal medium the Government will use for technical data transmittal during this procurement is the 4.75 inch diameter compact disk with embedded reader software. Windows 3.1, or Windows NT operating environment and a CD Reader are required. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. The First Article Test Report by 253 days ARO, with delivery of 24 each by 585 days ARO. CITE: (I-345 SN010531) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Taipei Economic And Cultural Representative Office In The United States, Defense Procurement Division, 5010 Wisconsin Ave., N.W, Washington, DC 20016 SUBJECT: 15--S70C AIRCRAFT MAINTENANCE SPARE PARTS SOL EA6164C079 DUE 010597 POC Mr. Hsu, Wei-Kuang, 202/8956804 DESC: The Taipei Economic and Culture Representative Office in The United States, Defense Procurement Division requires:S70C AIRCRAFT MAINTENANCE SPARE PARTS WINDOWS INSTL etc., 13 Items. Copies of the bidder's package for this procurement may be obtained from Mr. Hsu, Wei-Kuang, Taipei Economic and Culture Representative Office in The United Stated, Defense Procurement Division, 5010 Wisconsin Avenue, N. W., Washington, D.C. 20016; telephone: (202)895-6804, telefax: (202)966-4578. Persons interested in obtaining a copy of the bidder's package should include the cage number, seller code, address, phone number and point of contact of the person making the request. D&B "Rating" is prefered. All responsible source may submit an offer.**** EMAIL echsiung@tecrodpd.com EMAILDESC: CITE: (W-345 SN010603) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Taipei Economic And Cultural Representative Office In The United States, Defense Procurement Division, 5010 Wisconsin Ave., N.W, Washington, DC 20016 SUBJECT: 15-S70C AIRCRAFT MAINTENANCE SPARE PARTS SOL EA6164C079 DUE 010597 POC Mr. Hsu, Wei-Kuang, 202/895-6804 DESC: The Taipei Economic and Cultural Representative Office in The United States, Defense Procurement Division requires :S70C AIRCRAFT MAINTENANCE SPARE PARTSWINDOW INSTL ect., 13 items. Copies of the bidder's package for this procurement may be obtained from Mr. Hsu, Wei-Kuang, Taipei Economic and Cultural Representative Office in The United States, Defense Procurement Division, 5010 Wisconsin Avenue, N.W., Washington, D.C. 20016;telephone: (202)895-6804, telefax: (202)966-4578. Persons interested in obtaining a copy of thebidder's package should contact the Division by telefax by Jan. 5, 1997. Request for the bidder's package should include the cage number, seller code, address, phone number and point of contact of the person making the request. D&B "RATING" is prefered. All responsible source may submit an offer. **** EMAIL echsiung@tecrodpd.com EMAILDESC: CITE: (W-345 SN010614) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--SEAT, AIRCRAFT SOL SP0460-97-Q-B567 DUE 010297 POC Contact: for copies of RFQ solicitations contact the buyer. Dorothy Carter BV412/ 804-279-4134. FAX 804-279-6078. KO Dolores Obrien 804-279-4567. DESC: PR-NO: YPG96325000354 NSN 1680-00-913-4841, seat, aircraft Lockheed Aero syste systems CAGE 98897 P/N 695923-5, Rev "L" sources Oro manufacturing Co CAGE 76912, Newgard Industries Inc CAGE 59686. Specifications, plans or drawings relating to th the procurement described are not available and cannot be furnished by the government. More than one source intended sources see above. Total small business (SB) set-aside (NOTE 1) 275 -EA Del to Richmond VA 23297-5900 Del by 40 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-345 SN010273) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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-TIP,AIRCRAFT SOL N0038397QN065 DUE 012197 POC Contact Point, Dorothy Henderson, 0233.06, (215)697-2814, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1615-01-408-2090-LU, Ref Nr 65170-11025-052, Qty 55 EA, Delivery FOB Origin-----, Drawings not available., See Note 22 CITE: (I-345 SN010406) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Taipei Economic And Cultural Representative Office In The United States, Defense Procurement Division, 5010 Wisconsin Ave., N.W, Washington, DC 20016 SUBJECT: 16-PTA6A-25 ENGIN MAINTENANCE SPARE PARTS SOL EA6171C080 DUE 010597 POC mR. hSU, wEI-kUANG, 202/895-6804 DESC: The Taipei Economic and Cultural Representative Office in The United States, Defense Procurement Division requires GPT6A-25 ENGINE MAINTENANCE SPARE PARTS TORQUE CONTROL etc.,64 ITEMS. Copies of the bidder's package for this procurement may be obtained from Mr. Hsu Wei-Kuang, Taipei Economic and Cultural Representative Office in The United Stated, Defense Procurement Division, 5010 Wisconsin Avenue, N.W., Washington, D.C. 20016; telephone:(202) 895-6804, telefax:(202)966-4578. Persons interested in obtaining a copy of the bidder's package should contact the Division by telefax by Jan. 051 ,1997. Request for the bidder's package should include the cage number, seller code, address, phone number and point of contact of the person making the request. D&B "RATING" is prefered. All responsible source may submit an offer.**** EMAIL echsiung@tecrodpd.com EMAILDESC: CITE: (W-345 SN010478) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, Mo 63120 SUBJECT: 16 -- LOAD PLATE, HUB, MAIN SOL DAAJ09-97-Q-0326 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 1615-01-164-3847; P/N: 7-311411096-3; QTY: 42 Each, applicable to the AH-64 Aircraft. FOB Origin with delivery of 42 each to Texarkana, TX by 97 Dec 30. This proposed contract action is for supplies for which the Government does not own specifications and drawings. However, it is restricted to the following approved source, McDonnell Douglas Helicopter Systems. This is a flight safety part requiring engineering/fatigue testing. Firms that can recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. The First Article Test Report by 354 days ARO, with delivery of 21 each 804 days ARO and 21 each 30 days thereafter. CITE: (I-345 SN010526) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd. St.Louis, MO 63120 SUBJECT: 16 -- SEAT, AIRCRAFT SOL DAAJ09-97-R-0194 DUE 012997 POC Vivian Jennings, Contract Specialist, AMSAT-A-PLBB, 314-263-0780 or Carol Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263-0779, Datafax 314-263-9012. DESC: NSN 1680-00-923-4318, P/N 114ES019-2, IAW ATCOM Spares Technical Data Package 114ES019, Rev E. Applicable to the CH-47 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 343 each and the maximum quantity is 1543 each. Delivery will be FOB Destination for the first ordering period and FOB origin for the subsequent ordering periods. Required delivery with First Article Testing is 240 DACA, first article test report due 168 DACA. Required delivery without first article test is 343 each 180 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 Oro Manufacturing Co., Monroe, NC 28110-3996, Newgard Industries, Monroe, NC 28110-3936, and C.R. Daniels, Inc., Ellicott City, MD 21043-4112. The time required for approval of a new supplies is such that award and delivery cannont be delayed pending approval of a new source. 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 environmental and a CD Reader are required. Firms are encouraged to seek source apporval 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, Vivian Jennings, Contract Specialist on 314-263-9012. Numbered Note(s) 1, 23 and 26 apply. CITE: (I-345 SN010646) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Taipei Economic And Cultural Representative Office In The United States, Defense Procurement Division, 5010 Wisconsin Ave., N.W, Washington, DC 20016 SUBJECT: 16-PTA6A-25 ENGIN MAINTENANCE SPARE PARTS SOL EA6171C080 DUE 010597 POC Mr. Hsu, Wei-Kuang DESC: The Taipei Economic and Cultural Representative Office in The United States, Defense Procurement Division requires GPT6A-25 ENGINE MAINTENANCE SPARE PARTS TORQUE CONTROL etc.,64 ITEMS. Copies of the bidder's package for this procurement may be obtained from Mr. Hsu Wei-Kuang, Taipei Economic and Cultural Representative Office in The United Stated, Defense Procurement Division, 5010 Wisconsin Avenue, N.W., Washington, D.C. 20016; telephone:(202) 895-6804, telefax:(202)966-4578. Persons interested in obtaining a copy of the bidder's package should contact the Division by telefax by Jan. 05 ,1997. Request for the bidder's package should include the cage number, seller code, address, phone number and point of contact of the person making the request. D&B "RATING" is prefered. All responsible source may submit an offer.**** EMAIL enhsiung@TECRODPD.com EMAILDESC: CITE: (W-345 SN010679) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 16 -- INFRARED DETECTING SETS & RADARS FOLLOW-ON SUPPORT FOR P-3 AIRCRAFTS SOL N/A POC Contact, Ann Phan, Phone (703)604-2000 DESC: The Naval Air Systems Command intends to issue a sole source firm fixed-price Basic Ordering Agreement with Texas Instruments (TI) Incorporated, 2501 W. University Drive, P.O. Box 801, McKinney, TX 75070 for follow-on support supplies and services related to the following TI systems: AN/APS-137, AN/APS-115, AN/APS-116, AN/AAS-37, and AN/ASQ-81. The supplies and services to be provided may include any or all of the following: change kits to retrofit changes or to modify configuration items, support equipment end items, spares/repair parts, software; engineering, prototyping and testing of change kits; contractor installation of change kits; repair of repairables; services and/or materials necessary to bring existing government furnished equipment and associated related equipment delivered to the government up to currently improved design and to repair, restore, alter, maintain and overhaul such equipment and test them; testing of hardware/software; provide technical manuals, provisioning technical documentation; training; integrated logistics support; engineering studies; etc. As the designer, developer, and sole manufacturer of these infrared detecting sets and radar systems for the Navy P-3 aircraft, TI is the only source that possesses the necessary expertise, engineering drawings and data to perform this effort. - NAVAIR Synopsis No. 30187-96. CITE: (I-345 SN010690) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories--Potential Sources Sought OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 16 -- E-2C AIRCRAFT INFLIGHT REFUELING SYSTEM SOL N/A POC Contact, James E. Funkhouser, Phone (703)604-6100 DESC: This purpose of this announcement is to conduct a market investigation on a potential Commercial Off The Shelf (COTS) or Non Developmental Item (NDI) infight refueling system (probe) for the E-2C aircraft. Further action may or may not occur as a result of this market investigation. Interested vendors must respond in writing within thirty (30) days of publication of this synopsis to Mr. James E. Funkhouser (CODE: AIR-2.2.5.F1) at the address shown above. - NAVAIR Synopsis No. 20188-96. CITE: (I-345 SN010521) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Taipei Economic And Cultural Representative Office In The United States, Defense Procurement Division, 5010 Wisconsin Ave., N.W, Washington, DC 20016 SUBJECT: 17-AIRCRAFT ARRESTING SYSTEMS MODEL:BAK-14 AND 61QS2/BAK12 SOL EA6059C085 DUE 010597 POC Mr. Hsu, Wei-Kuang, 202/895-6804 DESC: The Taipei Economic and Cultural Representative Office in The United States, Defense Procurement Division requires GAIRCRAFT ARRESTING SYSTEM MODEL:BAK-14 AND BAK-12etc.,2 ITEMS. Copies of the bidder's package for this procurement may be obtained from Mr. Hsu Wei-Kuang, Taipei Economic and Cultural Representative Office in The United Stated, Defense Procurement Division, 5010 Wisconsin Avenue, N.W., Washington, D.C. 20016; telephone:(202) 895-6804, telefax:(202)966-4578. Persons interested in obtaining a copy of the bidder's package should contact the Division by telefax by Jan.05 ,1997. Request for the bidder's package should include the cage number, seller code, address, phone number and point of contact of the person making the request. D&B "RATING" is prefered. All responsible source may submit an offer.**** EMAIL ECHSIUNG@TECRODPD.COM EMAILDESC: CITE: (W-345 SN010548) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083. SUBJECT: 17 -- PECULIAR SUPPORT EQUIPMENT FOR V-22 AIRCRAFT SOL N68335-97-R-0124 DUE 021597 POC Joyce Reidinger Contract Specialist, Code 2131JR, (908) 323-2148. DESC: This contract action is for Peculiar Support Equipment (PSE), to include logistical support analysis (LSA) (depending on complexity of the PSE) and Interim Support Item List (ISIL) for the Engineering and Manufacturing Development (EMD) variant of the V-22 aircraft. The PSE is required to support flight test and operational Test and Evaluation of the V-22. The Government intends to negotiate with Allison Engine Company under the authority of FAR 6.302-1. This firm is considered the only supplier as they are the designer, developer and sole producer of the T-406 engine and has design cognizance for the PSE required to support the engine. Delivery is scheduled for the March 97- June 98 timeframe. Interested parties 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. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normlly be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for information received. All responses should be directed to the buyer, Joyce Reidinger, Code 2131JR at 908-323-2148. CITE: (I-345 SN010686) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 LAMOURE COUNTY (LST-1194), SSP 532-97, DPMF SOL N62678-97-R-0038 DUE 013097 POC Priscilla Tarr, Contract Specialist (757) 396-7768 ext. 456! DESC: Miscellaneous mechanical, electrical, piping and structural repairs to include drydocking. To qualify for an award under this solicitation, the offeror must execute a current NAVSEA Master Ship Repair Agreement (MSR). If not previously done, adequate time must exist to allow proper assessment of the contractor's data. The inspection dates and location will be determined at a later date. The availability dates are tentatively set for 31 March 1997 through 18 July 1997 with the work to be done at the contractor's plant. The place of performance is restricted to the homeport area. CITE: (I-345 SN010435) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- LCM(8) 200549, SSP 046-97, ROH & LCM(8) 200569, SSP 047-97, ROH SOL N62678-97-R-0036 DUE 011897 POC Priscilla Tarr, Contract Specialist, (757) 396-7768 ext. 456! DESC: Miscellaneous 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 will be determined at a later date with the inspection to be held at the U.S. Amphibious Base, Little Creek, Norfolk, VA. The availability dates are tentatively set for 03 February 1997 through 17 May 1997 with the work to be done at the contractor's plant. The place of performance is unrestricted. CITE: (I-345 SN010436) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22-TRACK PARTS SOL IAP-769,170-05 DUE 012297 POC Alberto A. Solano, Actg. Mat. Mgr. #1, (507) 272-4601, E.H. Womble, Contracting Officer, (507) 272-4620 DESC: Track Parts, Rail, conductor, copper alloy c 11000, per dwg. 5124-112. Certificate of compliance, and dimensional reports are required. When requesting solicitations state Name, Address, Fax, phone number, and Solicitation number. Request will be accepted by Facsimile at 011-507-272-7588 or Telex 3034 PCAMRM PG. All reponsible sources may submit a quotation which, if timely received, shall be considered by the Commission. Basis of award may be made on "BEST VALUE" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-345 SN010416) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--MODIFICATION KIT. (PARTS KIT, BRAKE SHOE GUIDE PIN) CONSISTING OF: 2 EACH WASHERS - BRAKE SHOE SOL SP0750-97-Q-0468 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) Julie Lewis (614) 6 92-1097 DESC: PR-NO: YPC96295001777 NSN 2530-00-319-6001, CAGE 19207 Part No 8332057 CAGE 53335 Part No 1447M1 CAGE 78500 Part No MPS611 modification kit. (parts kit, brake shoe guide pin) consisting of: 2 each washers - brake shoe guide pin (upper), 2 each pins - brake shoe guide (Long), 2 each pins - brake shoe guide (short), 2 each waswhers - brake shoe guide pin (lower), 4 each nuts - (5/16-24)(pin to backing plate), 4 each lockwashers - (5/16)(pin to backing plate) in accordance with ordnance Corps drawing 8332057. technical data is available at DCSC for this solicitation. 4,000 -EA Del to New Cumberland PA 17070-5001 3,800 -EA Del to Lathrop CA 95330 small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decisio 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-345 SN010308) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--WINDOW, VEHICULAR. ON DRIVER'S SIDE OF GM/CANADA LAV-25 SERIES VEHICLES. SOL SP0750-97-Q-0429 DUE 013097 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) Julie Lewis (614) 6 92-1097 DESC: PR-NO: YPC96304000955 NSN 2510-01-157-4078, CAGE 56161 Part No 6993386 windshield assembly, driver's. used on GM/Canada lav-25 series vehicles. GM of Canada LTD part number 6993386. 23 -EA Del to Barstow CA 92311-5014 solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Delivery Evaluation Factor (DEF) applies. While price is a signficant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010312) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--POWER CONTROL UNIT SOL SP0750-97-Q-0430 DUE 013097 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) Julie Lewis (614) 6 92-1097 DESC: PR-NO: YPC96317001542 NSN 2590-01-139-9666, CAGE 19207 Part No 12306915 CAGE 20418 Part No 12306915 power C0NTROL unit. manufacturer I/A/W drawing No. 19207 12306915 and the latest revisions. 3 -EA Del to (Call contracting office) solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specfications cannot be provided by DSCC. This is an unrestricted acquisition with a 10% preference for SDB concerns. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010315) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--CONTROL ASSEMBLY, PUSH-PULL (DEFROSTER CONTROL). 4 INCH MAX. TRAVEL. ON M998 HMMWV. IN SOL SP0750-97-Q-0465 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) Julie Lewis (614) 6 92-1097 DESC: PR-NO: YPC96324000494 NSN 2590-01-194-6990, CAGE 19207 Part No 12340531-3 CAGE 34623 Part No 5589175 CAGE 70436 Part No 64E-632-11 control assembly, push-pull (defroster control). 4.00 IN. max. travel distance. Used on a.m. General M998 (HMMWV) series trucks. I/A/W u.s. Army TACOM drawing 12340531, P/N 12340531-3, and related documents. 4,100 -EA Del to Memphis TN 38114-5210 small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. federal, military and commercial specifications cannot be provided by DSCC. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combiantion of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010316) [Commerce Business Daily: Posted December 09, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7, Alameda, CA 94501-5100 SUBJECT: 28--SUPPLY FORK AND BLADE POWER PACK ASSEMBLIES TO OVERHAUL EMD MODEL 8-645E2 ENGINES USED ON COAST GUARD CUTTERS SOL DTCG85-96-Q-625L33 DUE 122796 POC Contact Dianne H. Jackson, Contracting Officer 510/437-3809 DESC: (I) This is a combination synopsis/request for quote for commercial items prepared in accordance with the format in Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only request for quote will not be issued. (II) Request for quote DTCG85-96-Q-625L33 is issued as a request for quote (RFQ) which will result in a firm fixed price supply purchase order. (III) All request for quote documents and incorporated clauses are those in effect through Federal Acquisition Circular 90-39. (IV) The SIC Code is 3519; the small business standard is 1000 employees. (V) Item 0001, part #40027608, Fork Power Pack Assemblies Rebuilt (Premium) 12 ea. Item 0002, part #40027609, Blade Power Pack Assemblies Rebuilt (Premium) 12 ea. The Coast Guard Maintenance and Logistics Command Pacific proposes to contract for General Motors Corporation, Electro-Motive Division (EMD) or equal Premium Fork and Blade Power Pack Assemblies. All power packs must be rebuilt to Original Equiipment Manufactures (OEM) latest standards. These power packs should be prperly sealed for shipping and sent to: Maintenance and Logistic Command, Pacific; Attn: VR2; Coast Guard Island, Bldg. 42; Alameda, CA 94501-5100; M/F: DTCG85-96-N-625L33. The Contractor will accept used power packs up to 90 days after each Coast Guard cutter's receipt of its four Fork Power packs and its four Blade Power packs. The Coast Guard will ship the same number and type of Fork and Blade Power Packs, regular grade power packs to contractor under the UTEX unit exchange program. These returned regular grade power packs will be the property of the contractor. It will be the contractor's responsibility, at no additional cost to the government, to appropriately recycle or dispose of the used power packs. (VII) The Contractor will ship four (4) fork premium power pack assemblies and four blade premium power pack assemblies for delivery adn acceptance to the following: Maintenance and Logistic Command, pacific; Attn: VR2; Coast Guard Island, Bldg. 42; Alameda, CA 94501-5100; M/F: DTCG85-96-N-625L33 1) 1 Set of 4 ea blades and 4 ea fork NLT 05 Jan 97 2) 1 Set of 4 ea blades and 4 ea fork NLT 05 Feb 97 3) 1 Set of 4 ea blades and 4 ea fork NLT 05 Apr 97 The following clauses are referenced but have the smae effect as if in full text: 52.212-1, Instruction to Offerors-Commercial Items 52.212-2 Evaluation-Commercial items, 52.212-3 Offeror Representations and Certificates-Commercial items, when submitting a bid please include a completed copy, 52.212-5 Contract Terms and Conditions Required to implement Statues of Executive Orders-Commercial Items, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and 52.225-3 Buy American Act-Supplies. All quotes mustcertify with the RFQ that all parts are OEM parts and teh assemblies are the part number that are stated. In addition, if quotes warranty covers additinal time or terms, the Contractor must provide that coverage to the Coast Guard. The quotes are schedules for 27 December 1996 at 10 A.M. local Pacific time. The quotes will be sent to MLC PAC, Coast Gaurd Island, Bldg. 50-7, Alameda, CA 94501-5100. Facsimile quotes will be accepted. The facsimile is (510) 437-3392. For information concerning the acquisition, contact the contracting officer that is listed above. LINK n/a LINKDESC: EMAIL dianne jackson/mlcpac@internet.uscg.mil EMAILDESC: Officer CITE: (W-344 SN010231) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--BRACKET ASSEMBLY GENERAL ELECTRIC CO CAGE 07482 SOL SP0480-97-Q-J932 DUE 012497 POC Contact: for copies of RFP/IFB solicitations for copies of RFQ solicitations, contact the buyer Mimi Kirkland/BL4 71/804-279-5702. contracting officer Donna Cartwright/ BL479/804-279-3774. DESC: PR-NO: YPG96310003560 NSN 2835-00-602-7568, General Electric Co CAGE 07482 acceptable source: Morris machine Co. Inc. 05183 first alt qty 120 EA second alt qty 150 EA 25 -EA Del to New Cumberland PA 17070-5001 Del by 17 May 97. 55 -EA Del to Kelly AFB TX 78241-5312 Del by 17 May 97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-344 SN010255) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--SEAL AIR, AIRCRAFT ENGINE GENERAL ELECTRIC CO SOL SP0480-97-Q-J939 DUE 012497 POC Contact: for copies of RFP/IFB solicitations for copies of RFQ solicitations, contact the buyer Mimi Kirkland/ BL 471/804-279-5709. contractingofficer Donna Cartwright/ BL479/804-279-3774. DESC: PR-NO: YPG96317001300 NSN 2840-00-505-8388, General Electric Co CAGE 07482 P/N 9083M60G06. 110 -EA Del to Kelly AFB TX 78241-5312 Del by 24 Feb 99. 75 -EA Del totracy CA 95376-5000 Del by 24 Feb 99. 1ST alt qty 235 EA 2ND alt qty 300 EA all responsible sources may submit offer which DGSC shall consider. CITE: (I-345 SN010271) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--OIL PAN. SOL SP0750-97-Q-0467 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) Julie Lewis (614) 6 92-1097 DESC: PR-NO: YPC96324000500 NSN 2815-00-809-8141, CAGE 19207 Part No 11610077 oil Pan. IAW army drawing 11610077. 200 -EA Del to Lathrop CA 95330 38 -EA Del to New Cumberland PA 17070-5001 small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Request should include the IFB/RFP/RFQ number, opening/closing date NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010309) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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-ENGINE,DIESEL - AND OTHER REPLACEMENT PARTS SOL N0038397QP431 DUE 012197 POC Contact Point, Grace R Soltis, 0222.08, (215)697-6083, 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 0R-2815-01-432-7343-SX, Ref Nr 4BTA3.9C, Qty 2 EA, Delivery FOB Origin--Drawings are NOT available. There are 21 line items involved.---, See Notes 22,23 CITE: (I-345 SN010407) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 SUBJECT: 28 -- BLADE, COMPRESSOR RO SOL DAAJ09-96-R-0454 DUE 123196 POC Ernie L. Robinson, Contract Specialist, 314-263-0737, AMSAT-A-PLBC. DESC: Solicitation number DAAJ09-96-R-0454 is cancelled and the new number is DAAJ09-97-R-0116. CITE: (I-345 SN010496) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO SUBJECT: 28 -- NOUN: DISK AND HUB,TURBIN, NSN: 2840-01-008-5986, P/N: 1-140-272- 04, QTY: 220 EACH SOL DAAJ09-97-B-0011 DUE 010797 POC Sandra K. Blanding, AMSAT-A-PLBC, (314) 263-0797, Marsha M. Flakes, Contracting Officer. DESC: Disk and Hub, Turbin, NSN: 2840-01-008-5986, P/N: 1-140-272-04, QTY: 220 Each, Applicable to the T-53 Turbine Engine. FOB Destination with delivery of 220 each to Texarkana, Texas. The First Article Test Report shall be delivered 288 days ADC, with hardward delivery at 20 each beginning 390 days ADC and subsequent monthly deliveries of 50 each. Delivery without First Article would begin 300 days ADC at 55 each and subsequent monthly deliveries of 55 each. All offerors must meet prequalification requirements in order to be eligible for award. Firms are encouraged to seek source approval by submitting documentation in accordance with the Competition Advocates Shopping List (CASL) procedures. The qualified sources are Sifco Custom Machining, Co., United Engineering & Mfg Co., Allied Signal Inc, Walbar Inc, and Hill Industries, Inc. All responsible sources are encouraged to submit a proposal, which shall be considered by the agency. See Numbered Note(s): 22. 26. CITE: (I-345 SN010497) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Aviation and Troop Command, AMSAT-A-PLBC, 4300 Goodfellow Blvd, St. Louis, MO SUBJECT: 28 -- NOUN: GEAR ASSEMBLY, ACCES.; NSN: 2840-01-617-6057; P/N: 2-070- 000-10; QTY: 17 EA. SOL DAAJ09-97-R-0150 DUE 013097 POC Shawn E. Kerkes, Contract Specialist, (314) 263-0745, or Marsha M. Flakes, Contracting Officer, AMSAT-A-PLBC, (314) 263-0748, facsimilie (314) 263-9012. DESC: Noun: Gear Assembly, Access.; NSN: 2840-00-617-6057; P/N: 2-070-000-10; Qty: 17 each. F.O.B. Origin to Red River Army Depot, Texarkana, TX. Applicable to the T-55 Turbine Engine. When calling be prepared to state name, address, and solicitaion number. This proposed contract action is for supplies for which the Government does not own specifications and drawings to permit full and open competition. Firms that can recognize and can produce the required item(s) described above are encouraged to identify themselves to the Contracting Oficer and provide evidence to the Contracting Officer which will permit their participation in the current or future solicitations. Approved source(s) is: Allied Signal Aerospace Inc., Allied Signal Engines, 111 South 34th St., P.O. Box 52181, Phoenix, AZ 85072-2181. Authority and justification is FAR 6.302-1. Intended source(s) are listed above. See Numbered Note(s): 22, 23. CITE: (I-345 SN010498) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO SUBJECT: 28 -- NOUN: VANE ASSEMBLY; NSN: 2840-00-946-2416; P/N: 1-101-110-07; MINIMUM QUANTITY: 70 EACH; MAXIMUM QUANTITY: 346 EACH SOL DAAJ09-97-R-0078 DUE 123196 POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 273-0770, Marsha M. Flakes, Contracting Officer. DESC: MODIFICATION: This requirement was originally solicited in the CBD dated 12 Sep 96 under Request for Proposal number DAAJ09-96-R-0706. The purpose of the modification is to cancel Request for Proposal number DAAJ09-96-R-0706 and replace it with Request for Proposal number DAAJ09-97-R-0078. Any future correspondence relative to this requirement should reference the replacement number. In addition, the estimated opening date has been revised to 31 Dec 96. All other information publicized in the original synopsis remains the same. CITE: (I-345 SN010503) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO SUBJECT: 28 -- NOUN: VANE ASSEMBLY; NSN: 2840-01-252-9127; P/N: 2-100-230-21; MIN QTY: 138 EACH; MAX QTY: 328 EACH SOL DAAJ09-97-R-0065 DUE 123196 POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 263-0070, Marsha M. Flakes, Contracting Officer. DESC: CORRECTION - This requirement was originally publicized in the CBD dated 12 Sep 96, under Request for Proposal number DAAJ09-96-R-0672. The purpose of this modification is to cancel Request for Proposal number DAAJ09-96-R-0672 and replace it with Request for Proposal number DAAJ09-97-R-0065. Any future correspondence relative to this requirement should reference the replacement number. In addition, the estimated opening date has been changed to 31 Dec 96. All other information publicized in the original synopsis remains the same. CITE: (I-345 SN010504) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Federal Aviation Administration, Acquisition Mgmt. Branch, Eastern Region, Fitzgerald Federal Building, JFK Airport, Jamaica, NY 11430 SUBJECT: 28 -- COMPONENTS FOR ENGINE GENERATOR SOL DTFA05-97-P-40039 POC Catherine M. DeToma (718) 553-3078 Contracting Officer DESC: The Federal Aviation Administration intends to award a Purchase Order to Warren Power Systems, 12 Executive Drive, Hudson, New Hampshire, 03051, to purchase DC Buss Systems to replace aged and deteriorated Engine Generators at the RTR sites at Baltimore- Washington International Airport. After evaluating other systems it was determined that Warren Power Systems was the most compatible and would allow for standardization with the ability to interchange system components at various sites. This is an emergency purchase. This notice is provided for information only. Contact Catherine DeToma, Contracting Officer, FAA, Building # 111, JFK International Airport, Jamaica, New York 11430. EMAILADD: CBDAEA_at_AEA50@mail.hq.faa.gov EMAILDESC: CITE: (I-345 SN010594) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--FILTER ELEMENT, INTAKE AIR CLEANER. ON THE M88A1 RECOVERY VEHICLE. SOL SP0750-97-Q-0426 DUE 012097 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) Dee Schneider (614) 692-3483 DESC: PR-NO: YPC96225003196 NSN 2940-00-611-6256, CAGE 19207 Part No 11671553 CAGE 79160 Part No VF1808 filter element, intake air cleaner. used on M88A1 recovery vehicle. Per army (19207) source control drawing 11671553 which specifies vortox (79160) Part No. VF 180 D or Donaldson (18265) Part No. P13-3549. 515 -EA Del to Lathrop CA 95330 Del by 200 days after date of award. 692 -EA Del to New Cumberland PA 17070-5001 Del by 200 days after date of award. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications, cannto 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 evalauiton of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010302) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO SUBJECT: 30 -- GEAR SPUR SOL DAAJ09-97-Q-0265 DUE 010297 POC Sandra Griffin, Contract Specialist, 314-263-0744 or Marsha M. Flakes, Contracting Officer, 314-263-0762, facsimile 314-263-9012. DESC: NOUN: Gear Spur, NSN: 3020-00-945-4562; P/N: 1-070-072-03, applicable to the T-53 Engine. IAW ATCOM Proc Pkg 1-070-072-03, REV J. F.O.B. Destination with required deliveries to Texarkana, TX. This procurement requires prequalification. This is a 100 percent Small Business Set-Aside. All responsible soures may submit a proposal which shall be considered by the agency. Justification for Other Than Full and Open Competition is FAR 6.302-1, based on the determination that the Government's minimum need can only be satisfied by unique services available from only one or limited number of responsible sources. Qualified sources are ACR Industries, 15375 23 Mile Road, Macomb, MI 48066-1806, Arrow Gear Company, 2301 Curtiss, Downers Grove, IL 60515-4008, Chardam Gear Company, 40810 Brentwood, Sterling Heights, MI 48310, Equitable Engineering Company, 1840 Austin Street, P.O. Box 1159, Troy, MI 48099. Firms are encouraged to seek source approval in order to compete for furture solicitations. See Numbered Note(s): 23 and 26. CITE: (I-345 SN010494) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 31-BALL BEARING SET AS SOL N0038397QN064 DUE 012197 POC Contact Point, Dorothy Henderson, 0233.06, (215)697-2814, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-3110-01-209-3087-LU, Ref Nr 65951-11563-043, Qty 24 EA, Delivery FOB Origin-----, Drawings not available., See Note 22 CITE: (I-345 SN010408) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, NEEDLE THE TORRINGTON CO (60380) SOL SP0500-97-Q-4527 DUE 011497 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Steve Ewing/HAB20/X9236 buyer: S teve Ewing/HAB20/X9236 DESC: PR-NO: YPI96283006819 NSN 3110-00-684-5719, @SURFACE treatment Cadmium all external/exposed metal surfaces chromium Outer ring chromium shield side @BORE diameter 0.3750 inches minimum and 0.3765 inches maximum @OVERALL outside diameter 1.7900 inches minimum and 1.8100 inches maximum 1,375 -EA Del to Tinker AFB OK 73145-9013 Del by 28 Jan 97. RFQ due date 97 Jan 14 primary quantity: 1375 delivery schedule: 240 days offers will be evaluated with a 10% preference for small disadvantaged business concerns while price will be a significant factor in the evaluation of offers, the final contract award will be based upon a combination of price and delivery as described in section M of this solicitation specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-345 SN010459) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 31 -- BEARING SHEAR SOL DAAJ09-97-Q-0079 DUE 121596 POC Evelyn Kelley, Contract Specialist, 314-263-0792, FAX 314-263-9012 Marilyn J. Bladdick, Contracting Officer, 314-253-0795. DESC: Reference the Synposis published in the Commerce Business Daily on October 30, 1996. This synposis is being amended to increase the quantity on this requirement. The quantity is being increased by 184 each, from 100 each, to 284 each. All assets are to be delivered by July 30, 1997 to Red River Army Depot, Texarkana, Texas 75507-5000. All other information publicized in the original synposis is correct. CITE: (I-345 SN010499) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO SUBJECT: 31 -- NOUN: BEARING, ROLLER; NSN: 3110-01-325-0617, PART NUMBERS: 6064T14P01, 606415P03, R1910E 134, QTY: MIN-97 EA & MAX-559 EA SOL DAAJ09-97-R-0097 DUE 123196 POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 263-0770, Marsha M. Flakes, Contracting Officer. DESC: MODIFICATION - This requirement was originally publicized in the CBD dated 26 Apr 96, under Request for Proposal number DAAJ09-96-R-0302. The purpose of this modification is to cancel Request for Proposal number DAAJ09-96-R-0302 and to replace it with Request for Proposal number DAAJ09-97-R-0097. Any future correspondence relative to this requirement should reference the replacement number. This modification also revises the requirement from a proposed five year firm-fixed price indefinite delivery type contract to a proposed three year firm-fixed price indefinite delivery indefinite quantity type contract. Also, the FOB point is changed from destination to origin, the maximum quantity from 1200 each to 559 each, and contractors may now submit a proposal for part numbers 6064T15P03 and R1910E 134. The opening date has been revised to 31 Dec 96. All other information publicized in the original synopsis remains the same. CITE: (I-345 SN010501) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 34--BOX FURNACES SOL SP0490-97-R-0131 DUE 013097 POC Contact: for copies of RFP Call Martha Meadows at (804)2796611 or send afax to (804)279-5948 DESC: PR-NO: PR# 96-14-1022 soliciting for 2 EA, box furnaces, IAW purchase description DSCR-JHTB-96-14-1022. Accessories, technical data and delivery to ddrw San joaquin site, Lathrop CA, required. Delivery time is 120 days. Accessories are as follows: 200 amp fused disconnect switch, scr-2zxx 120CONTROLLER, ARC 4100 one Pen circular chart recorder fully installed, thirty hour range timer, and series 942 programming temperature controller. CITE: (I-345 SN010269) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 39--WINDLASS SOL SP0770-97-Q-MH14 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: Marcia Mitchell (614) 692-7356. DESC: PR-NO: YPC96278000538 NSN 3950-01-394-8196, CAGE 76727 Part No a-17130 CAGE 76727 Part No x-2196 windlass. per new England trawler equipment, 76727 P/N x-2196. 4 -EA Del to see Preface to Navy address Co Del 60 days ADO. Small business size standard is 750 employees. solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. this acquisition is for supplies for which the government does not possess complete, unrestrictive technicial 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: new England trawler equipment Co. 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. "See NOTE 22." all responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010305) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: U.S. Postal Service, Purchasing and Materials Service Center, Attn: Jim Nails, 225 N. Humphrheys Blvd., Memphis, TN 38166-6260 SUBJECT: 39--STRAPPING MACHINES SOL 475630-96-A-Q064 DUE 020397 POC J. D. Nails, Purchasing Specialist, (901) 747-7541. DESC: Strapping Machines (PSIN 3505b, 3505D, and 3505E) to be manufactured in accordance with USPS specifications. Delivery will be made to various locations F.O.B. Origin. Request for solicitations must be in writing and received within 5 days after the date of this notice until supply is exhausted. The supply of specifications is limited and will be furnished at no charge on a first-come basis. Solicitation will be issued on or about 12/27/96. All responsible sources may submit an offer. No telephone request for the solicitation will be accepted. CITE: (M-345 SN010554) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 41--ICEMAKER-DISPENSER 115V, AC, 60 HZ, 1 PH SOL SP0500-97-Q-G034 DUE 122796 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: venard D Cabbler/WFA08/X5583 buy er: vernard D Cabbler/WFA08/X5583 DESC: PR-NO: YPI96332000590 NSN 4110-01-408-0667, 1 -EA Del to Ft McClellan AL 36205 Del by 01 Dec 96. Specs: P/N 1MD-300-30ASLA/31500 primary quantity: 1 delivery schedule: delivery 30 days offers will be evaluated with a 10% preference for small disadvantaged business concerns specs/Dwgs are not required this solicitation also contains the following ypis, YPI96338000804, YPI96331000628 to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1642, X2978. CITE: (I-345 SN010460) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1/4 IN. ID, 25 FT. NOMINAL LENGTH. SOL SP0700-97-Q-0046 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)Patricia A. Delzell/ (614)692-2068 DESC: PR-NO: YPC95354000741 NSN 4720-01-265-0360, CAGE 02356 Part No 5-66033 item 4,5,6 CAGE 31077 Part No B2534 CAGE 59505 Part No 66033000900 hose assembly, nonmetallic. 1/4 IN. ID, 25 Ft. Nominal length, stewart-thomas Industries Inc. P/N B2534. technical data is proprietary and cannot be released. 600 -EA Del to Mechanicsburg PA 17055-0789 Del by 30 Sep 96. Solicittion 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 sinificant factor in the evalution of offers, the final contract award decision will be base upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010284) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1/4 IN. ID, 25 FT. NOMINAL LENGTH. SOL SP0700-97-Q-0046 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)Patricia A. Delzell/ 614-692-2068 DESC: PR-NO: YPC95354000742 NSN 4720-01-265-0360, CAGE 02356 Part No 5-66033 item 4,5,6 CAGE 31077 Part No B2534 CAGE 59505 Part No 66033000900 hose assembly, nonmetallic. 1/4 IN. ID, 25 Ft. Nominal length, stewart-thomas Industries Inc. P/N B2534. technical data is proprietary and cannot be released. 600 -EA Del to Tracy CA 95376-5000 Del by 23 Aug 96. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a sinificant factor in the evaluation of offers, the final contract award decision will be base upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010285) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1/4 IN. ID, 25 FT. NOMINAL LENGTH. SOL SP0700-97-Q-0046 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-vici Columbus, OH 43216-6595, for information contac T contracting officer (name/phone)Patricia A. Delzell/ (614)692-2068. DESC: PR-NO: YPC96213000675 NSN 4720-01-265-0360, gage 02356 Part No 5-66033 item 4,5,6 CAGE 31077 Part No B2534 CAGE 59505 Part No 66033000900 hose assembly, nonmetallic. 1/4 IN. ID, 25 Ft. Nominal length, stewart-thomas Industries Inc. P/N B2534. technical data is proprietary and cannot be released. 19 -EA Del to Tracy CA 95376-5000 Del by 30 Nov 96. 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 contract award decision will be base upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010286) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1/4 IN. ID, 25 FT. NOMINAL LENGTH. SOL SP0700-97-Q-0046 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) patriciaa. Delzell/ 614-692-2068 DESC: PR-NO: YPC96213000676 NSN 4720-01-265-0360, CAGE 02356 Part No 5-66033 item 4,5,6 CAGE 31077 Part No B2534 CAGE 59505 Part No 66033000900 hose assembly, nonmetallic. 1/4 IN. ID, 25 Ft. Nominal length, stewart-thomas Industries Inc. P/N B2534. technical data is proprietary and cannot be released. 18 -EA Del to Mechanicsburg PA 17055-0789 Del by 30 Nov 96. Solicitation not available until 15 day after published in the CBD. Specifictions, 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 contract award decision will be baxe upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010287) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--COUPLING HALF, QUICK DISCONNECT. EXCEPTION TO DRAWING: ZINC PLATING PER ASTM B633 SOL SP0750-97-R-2546 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Julie Lewis (614) 6 92-1097 DESC: PR-NO: YPC96302002204 NSN 4730-00-935-1643, CAGE 81361 Part No C5-19-1900-2 CAGE 84987 Part No 471-100-2 CAGE 91561 Part No 6212-020 coupling half, quick disconnect. with self closing feature. Per army (81361) drawing C5-19-1900, Part No. C5-19-1900-2, and all related data. 5,059 -EA Del to New Cumberland PA 17070-5001 Del by 89 days after date of award. 1,087 -EA Del to Anniston AL 36201 Del by 89 days after date of award. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a signficant factor in the evalaution of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitaiton.delviery evalaution factor (DEF) applies. While price is a signficant factor in the evaluation ofo ffers, 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-345 SN010311) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--PLUG, CENTERING BEARING. CONSISTS OF 2 BUSHINGS, 1 PLUG, 1 ABRASION STRIP AND ADHESIVE. SOL SP0740-97-Q-0566 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Tiffany Givens/614692-2374. DESC: PR-NO: YPC96310003056 NSN 4730-01-158-9595, CAGE 63630 Part No 70105-28034-041 CAGE 78286 Part No 70105-28034-041 plug, centering bearing. Consists of 2 bushings, 1 plug, 1 abrasion strip and adhesive. 2.900 inch overall length by 1.960 inch overall width. 4 holes in corners of piece, 1.250 inch diameter hole in piece. Per Sikorsky P/N 70105-28034-041. 46 -EA Del to Jacksonville FL 32212-0097 delivery 90 days after date of award 63 -EA Del to San Diego CA 92136-0000 delivery 90 days after date of award 75 -EA Del to Tracy CA 95376-5000 delivery 90 days after date of 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 Gov't does not possess complete, unrestrictive technical data; therefore, the Gov't intends to solicit/contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: 63630, 78286. Automated Best Value Model (avbm) 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 perfromance, 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-345 SN010313) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 47 -- TUBE ASSEMBLY, METAL SOL DAAJ09-97-Q-0362 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012. DESC: NSN: 4710-01-174-7289; P/N: 7-311620511; QTY: 94 Each, applicable to the AH-64 Aircraft. FOB Destination with delivery of 70 each to New Cumberland, PA by 97 Mar 01 and delivery of 24 each to Stockton, CA by 97 Mar 01. This a full and open competitive requirement. This proposed contract action is for supplies for which the Government does own specifications and drawings. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current and future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. CITE: (I-345 SN010529) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SOLENOID(SHUT OFF VALVE ELECTRO HYDRAULIC AFCS). 28VDC, APPL: H53 HELICOPTER. SOL SP0740-97-Q-0516 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Connie Giggi/614-69 2-4719. DESC: PR-NO: YPC96311001081 NSN 4810-01-122-8248, CAGE 16780 Part No 15110-6 CAGE 78286 Part No 65652-03178-104 valve, solenold(shut off valve electro hydraulic AFCS). I/A/W E.G.& G. Wright components P/N 15110-6. 8 -EA Del to Tracy CA 95376-5000 delivery 250 days after date of award 11 - EA Del to Cherry Point NC 28533-5001 delivery 250 days after date of award 6 -EA Del to San Diego CA 92136-0000 delivery 250 days after date of award solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquisition is for supplies for which the Gov't does not possess complete, unrestrictive technical data; therefore, the Gov't intends to solict/contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approved sources are: 16780, 78286. Automated Best Value Model (avbm) 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 perfromance 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-345 SN010314) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 48-VALVE PARTS, CYLINDRICAL SOL IAP-768,060-05 DUE 012297 POC Alberto A Solano, Actg. Mat. Manager, (507) 272-4601, Edward H. Womble, Contracting Officer, (507) 272-4620 DESC: Nuts and bolts nickel-cooper alloy. Different sizes, in accordance with Panama Canal Commission Drawings. When requesting solicitations state Name, Address, Fax, and Solicitation Number. Requests will be accepted by Facsimile at 011-507-272-7588 or Telex 3034 PCAMRM PG. All reponsible sources may submit a quotation which, if timely received, shall be considered by the Commission. Award will be based on price and delivery. CITE: (I-345 SN010413) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 48-VALVE PARTS, CYLINDRICAL SOL IAP-768,080-05 DUE 012297 POC ALBERTO A. SOLANO, ACTG. MAT. MANAGER 1, (507) 272-4601, Eugenio Huerta, Contracting Officer, (507) 272-4601 DESC: Small and large pedestals for cylindrical valves. In accordance with drawings 5029-36, 5029-37 and Panama Canal Specification 500-307, revision #2, dated 7/8/94. When requesting solicitations state Name, Address, Fax, and Solicitation Number. Requests will be accepted by Facsimile at 011-507-272-7588 or Telex 3034 PCAMRM PG. All reponsible sources may submit a quotation which, if timely received, shall be considered by the Commission. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-345 SN010414) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 48-VALVE PARTS, CYLINDRICAL SOL IAP-767,850-05 DUE 012297 POC Alberto A. Solano, Actg. Mat. Mgr. #1, (507) 272-4601, E.H. Womble, Contracting Officer, (507) 272-4601 DESC: Special studs, nickel-cooper alloy. In accordance with drawing S5029-81, Fed spec. QQ-N281D, class A, hot rolled. When requesting solicitations state Name, Address, Fax, and Solicitation Number. Requests will be accepted by Facsimile at 011-507-272-7588 or Telex 3034 PCAMRM PG. All reponsible sources may submit a quotation which, if timely received, shall be considered by the Commission. Award will be based on price, past performance and delivery. CITE: (I-345 SN010415) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--BEAD BREAKER, TIRE. HYDRAULIC TYPE, FOOT PEDAL OPERATED. SOL SP0770-97-Q-MH08 DUE 013097 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: Marcia Mitchell (614) 692-7356. DESC: PR-NO: YPC96271000940 NSN 4910-00-856-0586, CAGE 02708 Part No 5372-010 bead breaker, tire. Regent Mfg Inc P/N 5372-010. No technical data available at DCSC to support this solicitation. 8 -EA Del to New Cumberland PA 17070-5001 Del 60 days ADO. Small business size standard is 500 employees. solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. this acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304 (C) (1). approved sources are: regent Mfg Inc (02708). Automated Best Value Model (ABVM) applies. while price may be a signifi cant factor in the evalluation 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. "see NOTES 1, 22." all responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010303) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--SPRAY GUN, PAINT. TOUCH UP GUN WITH 8OZ CUP SOL SP0770-97-Q-MH13 DUE 013097 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: Marcia Mitchell (614) 692-7356. DESC: PR-NO: YPC96271000942 NSN 4940-01-346-2236, CAGE 17431 Part No eghv 605 spray gun, paint. Mfg Devilbiss/ransburg P/N EGHV605. 42 - EA Del to Kelly AFB TX 78241-5312 Del 60 days ADO. 186 -EA Del to Lathrop CA 95330 Del 60 days ADO. Small business size standard is 500 employees. solicitation not available until 15 days after published in the CBD. this acqisition is for supplies for which the government does not possess complete, unrestrictive Tech nical 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: ransburg Corp and its dealers/distributors. 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. "See NOTE1." all responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010304) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--SHOP EQUIPMENT, GENERAL PURPOSE SOL SP0770-97-Q-MH12 DUE 013097 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: Marcia Mitchell (614) 2-7356. DESC: PR-NO: YPC96292001105 NSN 4940-01-421-5287, CAGE 05083 Part No 19-8004 CAGE 1V571 Part No 19-8004 shop equiement, general purpose(CO2 detector) Mfg Bacharach Inc (05083), P/N "19-8004" 16 -EA Del to Richmond VA 23297-5900 Del by 07 Apr 97. 25 -EA Del to McClellan AFB CA 95652-1621 Del by 07 Apr 97. Small business size standard is 500 employees. solicitation not available until 15 days after published in the CBD. specification, plans or drawings are not available. this acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304 (C) (1). approved source are Bacharach Inc and daigger a and Co. Automated Best Value Model (ABVM) applies. while price may be a signifi cant factor in the evaluation of offers, the final contr act award decision will be based upon a combination of price and past performance, as described in this solici tation. 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. " See NOTE 1". All responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010307) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: US Army Aviation and Troop Command, ATTN: AMSAT-A-PLBC, 4300 Goodfellow Blvd., SUBJECT: 49 -- FLUSH FIXTURE, STATO SOL DAAJ09-97-Q-0211 DUE 011097 POC Joyce M. Webb, Purchasing Agent, Marsha M. Flakes, Contracting Officer, 314-263-0519. DESC: The purpose of this modification is to cancel Request for Quotation DAAJ09-96-Q-1041 and resolicit under Request for Quotation DAAJ09-97-Q-0211. The procurement is 100% small business set-aside. The principal medium which the Government will be used 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. CITE: (I-345 SN010508) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Panama Canal Commission, Logistical Support Division, UNIT 2300, APO, AA 34011-2300 SUBJECT: 49-JET WASHERS SOL PAC-82017-LM-29 DUE 010397 POC JOSE R. ECHART, CONTRACT SPECIALIST, (507) 272-4658, GARY M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658 DESC: QUANTITY: ONE (1 EACH), JET WASHER, BETTER ENGINEERING MODEL 200-P, 30" TURNTABLE DIAMETER 36" WORK HEIGHT, 200V, 1/3 PHASE, 12 KW HEAT,95 GALLON TANK, 5 HP PUMP; ONE (1 EACH), JET WASHER, BETTER ENGINEERING MODEL F-5000LX-P, WITH "PURIFIER" SYSTEM. MANUFACTURER BY BETTER ENGINEERING MFG. BALTIMORE, MD 21236-4964. DELIVERY: 30 DAYS FOB NEW ORLEANS, OR 60 DAYS CIF/ FOB DREGDING DIVISION, BALBOA, REPUBLIC OF PANAMA AFTER RECEIPT OF NOTICE OF AWARD. WHEN REQUESTING SOLICITATION, STATE NAME, ADDRESS AND SOLICITATION NUMBER. REQUEST WILL BE ACCEPTED BY FACSIMILE AT 507-272-7661 OR 1512. ALL RESPONSIBLE SOURCES SUBMIT AN OFFER WHICH SHALL BE CONSIDERED BY THE COMMISSION. BASIS OF AWARD MAY BE MADE ON "BEST VALUE" RATHER THAN THE LOWEST PRICE IN DETERMINING " BEST VALUE" FACTORS SUCH AS DELIVERY TIME, QUALITY OF PRODUCT, EXPERIENCE, PAST PERFORMANCE AND RESPONSABILITY SHALL BE CONSIDERED TO ENSURE THAT THE PURCHASE IS ADVANTAGEOUS TO PCC. CITE: (I-345 SN010606) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment--Potential Sources Sought OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA), ATTN: AMSTA-AC-PCC (HT1), Rock Island, IL 61299-7630 SUBJECT: 49 -- CONTACT MAINTENANCE TRUCK (HEAVY) SOL DAAE20-97QW049 DUE 020397 POC POC: Judy R. Pagliaro, (309) 793-5086 DESC: 4910-01-333-8470, Part Number 11B250000, requirements are 629 ea Contact Maintenance Truck (Heavy). FOB is Origin. All or part of this action is an unfunded FY98-03. Sources sought for planning purposes only. Interested parties contact the POC. Estimated issue date of this solicitation is 010297. CITE: (I-345 SN010657) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--STRAP, WEBBING (98750) SAN ANTONIO AIR LOGISTICS CENTER SOL SP0500-97-Q-G073 DUE 122796 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Ralph Lund/MBA06/X4284 buyer: ral PH Lund/MBA06/X4284 DESC: PR-NO: YPI96332000830 NSN 5340-00-107-0340, 24 -EA Del to New Cumberland PA 17070-5001 Del by 22 Jan 97. RFQ due date 96 Dec 27 specs: IAW Dwg NR 98750 68C37215-15 primary quantity: 24 deliveries to CONUS(excluding Alaska) delivery schedule: 60 days ADO subject to Trade Agreements Act this is a small business set-aside, the size standard is 500 while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation NOTE 9 applies to obtain a copy of this solicitation please FAX request T9 (215) 697-6333, X1462, X2978. CITE: (I-345 SN010452) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--CAP, FILLER OPENING 19207 US ARMY TANK AUTOMOTIVE COMMAND SOL SP0500-97-Q-G477 DUE 012397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Carol sands/MCA03/X5932 buyer: man NY caraballo/MCA10/X1057 DESC: PR-NO: RPI96269001002 NSN 5340-01-083-5674, 1,190 -EA Del to New Cumberland PA 17070-5001 Del by 09 Dec 96. RFQ due date 97 Jan 23 primary quantity 1190 delivery schedule: 90 days ADO NOTE 2 applies this purchase is for a national defense items and therefore restricted to U.S. sources. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333ORX1462ORX2978. Specs/Dwgs are not required. CITE: (I-345 SN010457) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL ASSEMBLY SOURCE CONTROL ITEM SOL SP0500-97-Q-F545 DUE 010697 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Mary Longen/LDB24/X0326 buyer: m.l ongen LDB24/LDB24/X0326 DESC: PR-NO: YPI96128000089 NSN 5330-01-009-5181, 500 -EA Del to New Cumberland PA 17070-5001 Del by 19 Jan 97. See NOTES 9, 22, RFQ due date 97 Jan 06 specs: Allied Signal P/N 367180-1 primary quantity 500 delivery schedule: 120 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the government does not possess complete; unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304(C) (1). Approved sources are: Rexnord Corp. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333ORX1462ORX2978. Specs/Dwgs are not required. CITE: (I-345 SN010458) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 54--REVETMENT KIT, PERFABRICATED. CONTRACTOR FIRST ARTICLE TEST APPLIES. SOL SP0770-97-Q-MH16 DUE 020497 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer: Marcia Mitchell (614) 692-7356. DESC: PR-NO: YPC96284002130 NSN 5450-00-004-9530, CAGE 81349 Part No MIL-R-28653-2F revetment kit, prefabricated. I/A/W MIL-R-28653. 23 - KT Del to flugplatz Ramstein AB Germany Del 150 days ADO. Small business size standard is 500 employees. solicitation not available until 15 days after published in in the CBD. written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-692-2998 or Call (614) 692-2344. requests should include the IFB/RFP/RFQ nmber, 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, delivery, and past performance as described in the solicitation. "See NOTE 1." all responsible sources may submit offer which DCSC shall consider. CITE: (I-345 SN010306) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: Afftc/pkad Directorate Of Contracting, 5 S Wolfe Ave, Edwards Afb Ca 93524-1185 SUBJECT: 54--PURCHASE OF MODULAR BUILDING SOL F04700-97-T-1183 DUE 011797 POC Mike Keeling Contract Specialist, (805) 277-3900 EXT.2249, John C. Lemacks Contracting Officer (805) 277-3900 EXT 2253 DESC: Edwards AFB CA has a requirement for 1 each modular building meeting the following general description: 20' x 60' bldg, ceiling height A.F.F. 8', minimum roof load 20 psf, minimum floor load 50 psf, to include AC power supply, bench top type ionizing blowers, work stations, work benches, and Pur-Air fume extraction systems. Complete list of specifications and drawings will be provided in Request for Quote (RFQ). This acquisition is a 100% small business set-aside. The SIC code is 2452. The size standard is 500 employees. All offerors interested in being placed on the bidders mailing list must fax in their request to (805) 258-9656. Phone requests to be placed on the bidders mailing list will not be honored. Anticipated date for issuance of RFQ is 31 Dec 96. Anticipated award date is 24 Jan 97. LINK http://cpf.edwards.af.mil/contract/rfp.html LINKDESC: EMAIL keelingm%pk@mhs.elan.af.mil EMAILDESC: CITE: (W-345 SN010550) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: National Park Service, AKSO, 2525 Gambell St. Rm 107, Anchorage, AK 99503 SUBJECT: 54 -- ABOVE GROUND FUEL STORAGE TANKS AND PUMPING STATION SOL 1443IB991097002 DUE 011597 POC Please fax your request to Teri Hudgins at 907/257-2492 DESC: Supply above ground fuel tanks which are fire resistant and double walled to Anchorage International Airport for delivery to Lake Clarke National Park & Preserve's Port Alsworth location. The tanks being requested are two 2,000 gallon AVGAS tanks which are able to be connected, one 2,000 gallon Jet A tank, and one 1,000 gallon Jet A tank with an integral fuel pump with 75 feet of hose, hose reel and associated components. Due to the transportation of these tanks to final destination, there are size and weight restrictions. CITE: (I-345 SN010643) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Navy Public Works Center Code 846 Bldg 3213 2730 McKean St Ste 1 San Diego CA 92136-5294 SUBJECT: 55 -- PILING COASTAL DOUGLAS FIR SOL N63387-97-Q-K005 DUE 122796 POC Inge Stillwell, Lead Purchasing Agent, (619)556-8723, Jessie Bermudez, Contracting Officer, (619)5567244, FAX:(619)556-7775. DESC: 118 EACH Piling coastal douglas fir, ASTM D25 40 Feet long X 41 Inch minimum butt circumference. Pressure treated with ammoniacal copper zinc arsenate (ACZA) at 2.5 PCF minimum net preservative. Apply in accordance with AWPA C-1 and C-18. Written solicitations will not be forwarded. Oral/FAX quotes will be accepted. Quotes received after COB on due date will not be considered. CITE: (I-345 SN010660) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: Navy Public Works Center Code 846 Bldg 3213 2730 McKean St Ste 1 San Diego CA 92136-5294 SUBJECT: 56 -- SLEEVING HIGH FLEX TUBING MIL-I-23053/15 SOL N63387-97-Q-N005 DUE 122796 POC Richard Randolph Jr., Purchasing Agent, (619)556-8837, Jessie Bermudez, Purchasing Branch Supervisor, (619)556-7244 FAX: (619)556-7806. DESC: 2000 FEET Sleeving, high-flex FR tubing without sealant. Color: Black. Size: 25 feet long, 1.70 ID minimum. Tubing made of flame retardant polyoletin material. MIL-I-23053/15. Equal to Sigmaform Corp P/N: HF-17FRX25. 2000 FEET Sleeving, high-flex FR tubing without sealant. Color: Red. Size: 25 feet long, 1.70 ID minimum. Tubingmade of retardant polyoletin material. MIL-I-23053/15. Equal to Sigmaform Corp P/N: RHF-17FRX25. 2000 FEET Sleeving, high-flex FR tubing without sealant. Color: White. Size: 25 feet long, 1.70 ID minimum. Tubing made of flame retardant polyoletin material. MIL-I-23053/15. Equal to Sigmaform Corp P/N: WHF-17FRX25. Written solicitations will not be forwarded. Oral/FAX quotes will be accepted. Quotes received after COB on due date will not be considered. CITE: (I-345 SN010662) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--FILTER, FLUID SOL SP0970-97-Q-A105 DUE 122396 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: YPE96233000233 NSN 5865-00-310-3292, CAGE 49956 Part No 444574-1 8 -EA Del to Crane IN 47522-5001 delivery schedule: 90 days. Various increments solicited: 1--24, 25--49, 50--74, 75--0. Threshold, PR quantity: 8 EA. Standard size: 750. Other than full and open competition: part numbered item. products offered clause applies. Issue date: 09 Dec 96; closing date: 23 Dec 96. All responsible sources may submit offer which DESC shall consider. CITE: (I-345 SN010310) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--EQUALIZER, RECEIVER SOL SP0970-97-Q-A103 DUE 012297 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: YPE96192000486 NSN 5895-00-310-3280, CAGE 49956 Part No 373197-1 18 -EA Del to Lathrop CA 95330 delivery schedule: 18 each within 120 days ADO; balance within 30 days thereafter. Various increments solicited: 1--20, 21--40. Threshold PR quantity: 18 EA. Standard size: 750. Unrestricted (sole source/single source) (no preference). Other than full and open competition: part numbered item. products offered clause applies. Issue date: 02 Jan 97; closing date: 22 Jan 97. All responsible sources may submit offer which DESC shall consider. CITE: (I-345 SN010326) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-PANEL,INDICATOR SOL N0038397QN063 DUE 121696 POC Contact Point, Joseph W Williams, 0233.09, (215)697-4385, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-5895-01-362-0294-XH, Ref Nr 601-4500-000-08, Qty 14 EA, Delivery FOB Origin----- no drawings, See Note 22 CITE: (I-345 SN010409) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 58-RECORDER-REPRODUCER SOL N0010497RFB22 DUE 012897 POC Contact Point, Michael B Hippensteel, 0243.5, (717)790-1551, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Brian C Garrett, 0243, (717)790-3918 DESC: NSN 7H-5835-01-319-0262, SPEC NR TDP VER 002, Ref Nr 135A983-1, Qty 34 EA, Deliveries To Various Destination, Contract 100 Percent Small Business Set Aside, See Note 22 CITE: (I-345 SN010428) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 58-AMPLIFIER,TRANSMITT SOL 961510183 DUE 012997 POC Contact Point, Patricia F Taylor, 02152.6, (717)790-1552, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Patricia A Shearer, 0215, (717)790-3794 DESC: NSN 7H-5820-01-145-2784, SPEC NR TDP VER 010, Ref Nr 8006-2064-2, Qty 15 KT, Deliver to Receiving Officer Fisk Norfolk Norfolk VA , Defense Distrbution Depot San Diego San Diego CA , Approx Due Date O/A Jan 29 97--Please provide cage code with solicitation request., See Note 9 CITE: (I-345 SN010429) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- AN/AVS-7, ANVIS/HUD SOFTWARE TRAINING SOL DAAB07-97-R-J289 DUE 011697 POC Kathleen Hageman, Contract Specialist, (908) 532-5386 Jack R. Kulaga, Contracting Officer, (908) 532-1070 AMSEL-AC-CC-A-CC, FAX (908) 532-6019. DESC: The Government intends to procure training for up to eight (8) Government software engineers on the ANVIS/HUD system software and the corresponding development software support environment. The solicitation will be issued sole source to Tracor Aerospace, Inc who is the current producer of the AN/AVS-7 system and will be awarded as a modification to current contract DAAB07-91-C-K002. The Government does not possess the data necessary to acquire this training from other than the current source. 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. CITE: (I-345 SN010480) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- RF/IF SIGNAL COMBINER ASSEMBLY SOL DAAB07-97-B-A112 DUE 012297 POC Matthew D. Adams; Contract Specialist; AMSEL-ACCA-A-AB; (908)532-2924; Kevin F. Coakley, Sr.; Procuring Contracting Officer; (908)532-2924. DESC: NSN: 5859-01-293-0748; P/O: AN/FSC-96; P/N: A3058020-001, 20 each, 100% option, delivery to Red River Army Depot; Texarkana, TX 75507-5000. All responsible sources may submit a proposal which shall be considered by the agency. Most recent, representative unit price was $7,629.00 for a qty of 10 ea, awarded on Sep 95. The government provides this data without assuming responsibility for its accuracy or for any conclusions or interpretations which may be drawn from this data. This data is provided solely for preparation of an offer. The solicitation may include more detailed information concerning price history. Only written requests for this solicitation will be accepted. The U.S. Army Communications Electronics Command (CECOM) has established an Electronic Bulletin Board (EBB) to provide electronic transmittal of Request for Proposals (RFPs) and Invitations for Bids (IFBs) from Government to Industry. All interested parties wishing to do business with CECOM are invited to access, operate, send and receive data from the CECOM EBB system. To become a user of the EBB, you will need an identification code and password in addition to a computer terminal equipped with the necessary hardware and software to interface with the EBB system. A user's identification code and password will be issued upon request along with instructions for downloading the EBB User's Manual. All requests must include (1) company name, (2) point(s) of contact name(s) and title(s), (3) return address(es) and (4) telephone number(s). Please send your request in writing to ebb system operator, U.S. Army CECOM, AMSEL-AC-SB-AA, Attn: EBB, Ft. Monmouth, New Jersey 07703-5000. Fax #: (908)-532-6020, Commercial #: (908)-532-3820. Contractors may request aperture cards and notice of revision(s) via EBB, e-mail, or by written request to the Contracting Officer at the address set forth in paragraph 11 above. Bids shall be submitted in hard copy at the time and place specified in the solicitation. No bid responses shall be submitted to the Contracting Office. CITE: (I-345 SN010667) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: U.S. Information Agency, International Broadcasting Bureau, Office of Engineering, Acquisition Division, B/ERA, Room 4035, 330 Independence Ave., SW, Washington, DC 20547 SUBJECT: 58 - FREQUENCY MODULATED (FM) TRANSMITTERS SOL IA2121-57234719 DUE 020597 POC POC Herman Shaw, Contracting Officer, FAX (202) 205-5466 DESC: The U.S. Information Agency (USIA), International Bureau of Broadcasting (IBB) has a requirement for FM broadcast transmitters and an associated user training course. The Contractor selected shall fabricate, test and deliver a total of 84 FM transmitter packages, of which 66 shall be rated at ten kilowatts and 18 shall be rated at twenty kilowatts. Each package is comprised of a transmitter, exciter, main/alternate coaxial switch, dummy load, and controller. The Contractor shall meet performance specifications, have a field-proven product, and have demonstrated past experience in successfully delivering similar products in comparable quantities. The proposed schedule requires delivery of 30 ten kilowatt transmitters and 12 twenty kilowatt transmitters by November 30, 1997. The remaining 36 ten kilowatt transmitters and 6 twenty kilowatt FM transmitters shall be delivered by November 30, 1998. Delivery is F.O.B. Destination, Athens, Greece. The Request for Proposal (RFP)solicitation will be released on January 2, 1996 with a proposal response date of February 5,1997. Interested sources may request a copy of the forthcoming RFP solicitation by submitting a written request to the above noted contact. All responsible sources may submit a proposal which shall be considered. This notice is not a RFP. CITE: (I-345 SN010673) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--CABLE ASSEMBLY, RADI SOL SP0451-97-Q-F010 DUE 020397 POC Contact: for copies of RFQ solicitations, contact the buyer, rose M. Gordon/BB831/804-279-3306, FAX DSCR-JBPA/804 -279-6009, contract-ing officer, Kathleen Hicks/804-27 9-4935. DESC: PR-NO: NPG96254000357 NSN 5995-01-300-1572, cable assembly, radi, W. L. Gore and associates, Inc., CAGE 17217, P/N/A3C01C01060.0, Lockheed Sanders Inc, CAGE 94117, P/N 273025P1, semflex Inc., CAGE 60637, P/N 52855. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. More than one source. Critical application item. Destination inspection required. 40 -EA Del to Stockton CA 95296 Del by 60 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-344 SN010249) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH ASSEMBLY, SPE SOL SP0930-96-R-A069 DUE 012897 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96087000685 NSN 5930-00-010-1403, CAGE 11256 Part No 127-1 CAGE 55972 Part No 3149-1A 15 -EA Del to Lathrop CA 95330 Del by 25 May 96. 9 -EA Del to Cherry Point NC 28533-5001 Del by 25 May 96. 6 - EA Del to San Diego CA 92136-0000 Del by 25 May 96. Other than full and open competition: part numbered item. products offered clause applies. Solicited various increments from: 10 to 124 PR qty: 30 EA delivery schedule: 180 days standard size: 500. CITE: (I-345 SN010324) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--SYNCHRO ASSEMBLY DESC FORM 239 DTD 8 JAN 91 APPLIES SOL SP0900-96-T-E550 DUE 122796 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: YPE96074000121 NSN 5990-00-689-2949, CAGE 10112 Part No 10243441 CAGE 18876 Part No 10243441 CAGE 82686 Part No u-219262 CAGE 89321 Part No 15RX2 no additional descriptive data available 27 -EA Del to Mechanicsburg PA 17055-0789 Del by 05 May 97. Full and open competition: complete, unrestricted data package available. Solicited various increments from: 15 to 99 PR qty: 27 EA delivery schedule: 56 EA within 180 days; balance 50 EA every 30 days thereafter. Standard size: 1000 set-aside type: unrestricted (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-345 SN010325) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59-CABLE ASSEMBLY,SPEC SOL N0010497RJA61 DUE 012897 POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax, (717)790-7317, Twx, Not-avail DESC: NSN 7H-5995-01-275-3818, SPEC NR TDP VER 011, Qty 8 EA, Deliver to Defense Distrbution Depot San Diego San Diego CA , See Note 9 CITE: (I-345 SN010430) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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, SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY SOL DAAJ09-96-Q-0855 DUE 122096 POC Linda Hocker, Contract Specialist,AMSAT-A-PLBE, (314) 263-0793, Fax 314-263-9012, Evelyn Kelley, Contracting Officer (314)263-0792. DESC: Modification - Reference Synopsis published in the Commerce Business Daily 4/03/96, record 1565PR590005. The purpose of this modification is to increase the quantity on this requirement. The quantity is increased from 38 each to 77 each. All other information publicized in the original synopsis is correct. CITE: (I-345 SN010512) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- CIRCUIT CARD ASSEMBLY SOL DAAJ09-97-Q-0319 DUE 011597 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784. DESC: NSN: 5999-01-169-7396; P/N: 13078430; QTY: 52 Each, applicable to the TADS/PNVS Program. FOB Destination with delivery of 26 each 300 days ARO to Orlando, FL and delivery of 26 each 330 days ARO to Orlando, FL. 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 sources, Interstate Electronics Corporation, Anaheim, CA and Lockheed Martin Corporation, Orlando, FL. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. The First Article Test Report is due by 258 days ARO, with delivery of 26 each 588 days ARO and 26 each subsequent month. CITE: (I-345 SN010532) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Panama Canal Commission, Logistical Support Division, APO Miami, FL 34011-5000 SUBJECT: 59-NORTHERN TELECOM SWITCHING SYSTEMS PARTS SOL CSP-95219-MR-29 DUE 122396 POC Elis A. Vargas, Contract Specialist, (507) 272-3024, Luz M. de Pinzon, Contracting Officer, (507) 272-4687 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this note. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. CSP-95219-MR-29 is issued as an invitation for bids (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. Provide unit price and extended amount for each of the following NORTHERN TELECOM part number items: Item No. 1: One (1) Ea.; P/N: NT6D40AB; PE Power Supply DC; Item No.2: One (1) Ea.; P/N: QSD-65; PE Shelf (A0321593); Item No.3: Two(2) Ea.; P/N: QPC659; Dual Loop PE Buffer Card; Item No.4: Fifteen (15) Ea.; P/N: QPC578; Digital Line Card; Item No.5: Two(2) Ea.; P/N: NT8D85BV; Item No.6: Two(2) Ea.; P/N QPC74; RAN Trunk Card; Item No.7: Ten(10) Ea.; P/N: QPC441F; Three Port Extender/3PE; Item No.8: One(1) Ea.; P/N: QPC355C; 5/12 VDC Power Converter Pack; Item No.9: Six(6) Ea.; P/N: QCA4522C; Option 61 to Enhanced Option 61 Upgrade Pk. Each QCA4522C Package consists of the following items: a)Six(6)Ea. Floppy Diskettes 3.5;b)Two(2)Ea. Cables 6 Ft, MDU-MDI;c)One(1)Ea. RLS 21 x 11 Intl. Software Feature Guide (3 books);d)One(1)Ea. RLS 21 x 11 I/O Software Feature Guide (3 books);e)One(1)Ea.RLS 21 Install & Maint. Guide (2 books);f)One(1)Ea. RLS 21 Meridian Upgrade Guide (2 books);g)Two(2)Ea. NTND08AC ROM Daughterboard, ROM;h)Two(2)Ea. NTND09CA 12 MEG Memory Pack, MEM;i)Two(2)Ea. NTND10AA Memory Arbitrator Pack, CMA;j)One(1)Ea. NTND16AA Multi Disk Unit, MDU;k)Two(2)Ea. QMM42A Data Cartridge;l)Two(2)Ea. QPC584M Multi Disk Interface Pack, MDI;m) Six(6)Ea. PO685112 Sleeve for 2 NTP Binder (12 NTP's);n)One(1) Ea. RLS 21 System Upgrade Guide Canada & CALA(2 books). ALL ITEMS MUST BE NEW PARTS, REBUILT OR REFURBISHED PARTS WILL NOT BE ACCEPTED. TOTAL CUBIC MEASUREMENT:/_____/cubic feet. Failure to furnish the total cubic measurements may render your bid nonresponsive. DELIVERY TERMS shall be as follows: F.O.B. DESTINATION JEFFERSON, La, Panama Canal Commission, 6140 Jefferson Highway, Jefferson, LA 70123-5121 /____/ within 30 days F.O.B. destination Jefferson, LA [For supplies coming from within the U.S., Canada or Mexico]; or C.I.F./F.O.B. DESTINATION PANAMA, Panama Canal Commision, Logistical Support Division, Section C, Balboa, Republic of Panama /_____/ within 60 days C.I.F. destination Panama [For supplies coming from within or outside of the U.S., Canada or Mexico]; or /_____/ within 60 days F.O.B. destination Panama [For supplies coming from within Panama] after receipt of notice of award. FAILURE TO CHECK THE DELIVERY TERM SELECTED SHALL RENDER YOUR BID NON RESPONSIVE. Note: a differential will be applied to bids quoted on an F.O.B. destination Jefferson, LA versus those quoted on a C.I.F or F.O.B. destination Panama for comparative evaluation. FAR Provision 52-212-1, Instructions to Offerors--Commercial Items (Oct 1995) applies to this acquisition, with the exception of paragraphs E and H, also FAR Clause 52.212-4, Contract Terms and Conditions-- Commercial Items (OCT 1995) and FAR Clause 52.214-31 Facsimile Bids. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous considering the lowest price. Bidders shall include a completed copy of Provision 52.212-3, Offerors Representations and Certifications--Commercial Items (Oct 1995) and 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-- Commercial Items (Oct 1995). BIDS ARE DUE NOT LATER THAN DECEMBER 23, 1996, AT 2:00 P.M. by local mail, or courier to the following address: Panama Canal Commission, Logistical Support Division, Bldg 5, 1st Floor, Unit 2300, APO AA 34011-2300. Bidders may submit facsimile bids to 011-507-272-5838. Failure to send your bid prior to the closing time and date specified above may result in the rejection of your bid. Please remember to identify your bid with the corresponding solicitation number. In order to prepare a bidder's mailing list for the subject solicitation, please fax your company's name, address, telephone and fax numbers and point of contact as soon as possible. Failure to do so will relieve the Panama Canal Commission from the responsability of providing you with possible amendments or other required information. CITE: (I-345 SN010607) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 220000E, 521 N. 9th Street, Point Mugu, CA 93042-5001 SUBJECT: 59 -- CAVITY BACKED SPIRAL ANTENNA, RIGHT & LEFT SOL N68936-97-Q-0508 DUE 010997 POC Sierra Linda Burdette, Purchasing Agent, (805) 989-1801; Chuck Lefever, Contracting Officer, (805) 989-1810. DESC: The Naval Air Warfare Center, Weapons Division, Point Mugu, CA intends to procure 50 each Cavity Backed Spiral Antenna, Right and 50 each Cavity Backed Spiral Antenna, Left. Complete specifications will be included in the Request for Quotation. Request for copies of the RFQ must be submitted in writing via fax (805)989-0561, Attn: S.L. Burdette or via E-Mail to lburdette@ban.chinalake.navy.mil. Anticipated award date: on or before 1/30/97. See Numbered Note(s): 1. CITE: (I-345 SN010622) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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-H540 DUE 013197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. SA ndra Archer/BG632/804-279-3602. contractingofficer/L. McCormick. DESC: PR-NO: RPG96304001006, P/N 7728814. NSN 6150-00-772-8814, cable assembly, special purpose. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. unrestricted. intended source(S) barcar Mfg and Aurora Cord and Cable. 576 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO. 574 -EA Del to Tracy CA 95376-5000 Del by 90 DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-344 SN010250) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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, CONTROL SOL SP0430-97-R-0295 DUE 020397 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: RI chard King/ZZ780/804-279-4381. Judith H. Hawthorne/804 -279-4905. DESC: PR-NO: YPG96298001022 NSN 6105-01-039-0961: motor, control. Talley Corp. DBA Teleflex control systems. CAGE 98889. P/N 15SP4-9. 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. 20 -EA Del to Norfolk VA 23511-3392 Del by 180 days. 72 -EA Del to Tracy CA 95376-5000 Del by 180 days. Other than full and open comp: Y. See NOTE 12. Total quantity shipped: 92. Option to Inc qty: 100%. 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. Anticipated award date is: 02/28/97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-344 SN010254) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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, UMBI SOL SP0451-97-Q-H539 DUE 013197 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. SA ndra Archer/BG632/804-279-3602. contractingofficer L. McCormick. DESC: PR-NO: YPG96317000884 NSN 6150-01-075-1710, cable assembly, umbi P/NS C8962-2 and 7810102-1. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitatio 79 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO. 36 -EA Del to Tracy CA 95376-5000 Del by 90 DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-344 SN010256) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--ROTOR, MOTOR SOL SP0430-97-R-0468 DUE 020397 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: RI chard King/ZZ780/804-279-4381. Judith H. Hawthorne/804 -279-4905. DESC: PR-NO: YPG96325000809 NSN 6105-00-951-9844: rotor, motor. Allied Signal. Aerospace Equipment Systems. CAGE 70210. P/N 516334-4. Critical Iten application. Origin inspection required. Solicitation all BIDS and proposals are to be sent to the following address and CAGE: allied-signal Aerospace Equipment Systems 1300 West Warner Road P.O. Box 222000 Tempe AZ. 85285. Mail stop 1207-2Y. CAGE 59364. Phone 602-893-5380 FAX 602-893-5617. Attn: tina Garcia. Technical dat package availability. DSCR does not currently have an approved technical data package available for this NSN. Please do not submit request to DSCR-VABA. 48 -EA Del to Norfolk VA 23511-3392 Del by 220 days. 109 - EA Del to Tracy CA 95376-5000 Del by 220 days. Other than full and open comp. Total quantity shipped: 157. See NOTE 12. Option to Inc qty: N. Option to ext term of contract: 24 months. Duration of contract period: 3 years. Unrestricted: Y. Additional remarks: IQC with 2 option years. 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. Anticipated award date is: 02/28/97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-344 SN010258) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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-H207 DUE 012397 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: FPG96298000758 NSN 6150-01-276-6320, cable assembly, special purpose, electrical. P/N 68R767317-17RA. 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 solicitation. 2 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO. CITE: (I-345 SN010268) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61-MOTOR,DIRECT CURREN - AND OTHER REPLACEMENT PARTS SOL N0038397RP428 DUE 012197 POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 0R-6105-01-437-8161-SX, Ref Nr 2A8-2647, Qty 1 EA, Delivery FOB Origin--Drawings are NOT available., See Note 22 CITE: (I-345 SN010410) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 SUBJECT: 61 -- HONEYWELL INC., POWER SUPPLIES, CIRCUIT CARD ASSEMBLIES, MODULE ASSEMBLIES, SENSOR ASSEMBLIES, AND POWER SUPPLIES SOL DAAJ09-97-Q-0282 DUE 013197 POC Mark Fosdick, Contract Specialist, 314-263-0783, Pamela Moran, Contracting Officer, 314/263-0782. DESC: In accordance with the Basic Ordering Agreement FAR 16.703, it is the Governments intent to award a delivery order against the Basic Ordering Agreement with Honeywell, Inc. for NOUN: Power Supply, NSN:6130-01-165-6411, PN: 8001870-902, QTY 44; Circuit Card Assembly, 5999-01-289-9429, 8500092-904, 37; Power Supply, 6130-01-293-6051, 8500727-904, 16; Circuit Card Assembly, 5999-01-165-6529, 8500081-901, 27; Circuit Card Assembly, 5999-01-289-4734, 85000107-902, 23; Circuit Card Assembly, 5998-01-329-6794, 8513076-904, 25; Module Assembly, 1260-01-201-9896, 8501526-901, 25; Circuit Card Assembly, 5999-01-165-6559, 8001710-901, 56, Circuit Card Assembly, 5998-01-329-2551, 8515287-903, 26; Sensor Assembly, 1260-01-235-8088, 8502059-901, 10; Sensor Assembly, 1260-01-235-8089, 8502059-902, 10; Circuit Card Assembly, 5999-01-176-2710, 8500208-901, 25; Circuit Card Assembly, 5999-01-165-6557, 8500179-901, 17; Power Supply, 6130-01-329-2504, 8513069-901, 13; Circuit Card Assembly, 5998-01-329-2554, 8513072-902,35. FOB is Red River Army Depot, Texarkana, TX 75507-5000. Interested firms are instructed toseek source approval in order to compete for this solicitation by submitting documentation in accordance with the Competition Advocate's Shopping List Procedures. The procedures may be obtained from the Competition Advocate's Office,ATTN: AMSAT-D-P, 4300 Goodfellow Blvd., St. Louis, MO 63120-1798, (314) 263-2424. No phone requests will be accepted. Requests will be accepted by FAX (314) 263-9012 or mail only ATCOM, ATTN: AMSAT-A-PBLE, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798. Justification for other than full and open comeptition is FAR 6.302-1. Approved source is Honeywell, Inc., Defense Avionics Systems Div., 9201 San Mateo Blvd NE, Albuqueque, NM 87119. CITE: (I-345 SN010507) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NASA, John F. Kennedy Space Center, FL 32899 SUBJECT: 61 -- ACQUISITION OF OZONE GENERATOR SOL N/A POC Ginny Powers, BOC-110, EG&G Florida, Inc., Kennedy Space Center, FL 32899, 407-867-7869. DESC: EG&G Florida, Inc. in support of NASA at the Kennedy Space Center, is seeking sources to provide two (2) each ozone generators, PCI Model G-14 (or approved equal) with the following specifications: Dual fluid cooled corona discharge type; capacity 14 lb/day minimum at 2% Ozone Output using air as gas feed source; include APD-7 air preparation package consisting of air dryer, filter, and pressure reduction station; equip with dew-point monitor, external wired interlocks, and backflow preventor. Suppliers capable of providing a product that meets these specifications are invited to send a data package including sufficient technical specifications to establish bonafide capability of meeting the requirement, price sheets, GSA schedule (if applicable) to EG&G Florida, Inc., attn: Ginny Powers, BOC-110, Kennedy Space Center, FL 32899 or email: ginny.powers-1@kmail.ksc.nasa.gov. A request for proposal will not be issued until after any submitted data packages have been reviewed for technical acceptance. Data packages should be received with 15 days from date of publication. CITE: (I-345 SN010514) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 61 -- POWER SUPPLY SOL N/A DUE 013097 POC Wendie Patterson, Contract Specialist (908) 532-1577 Kevin Loesch, Contracting Officer. DESC: Power Supply, NSN: 6130-01-167-5341 in support of PLRS. CITE: (I-345 SN010633) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 62 -- PANEL, INDICATING SOL DAAH01-97-R-A046 DUE 020297 POC AMSMI-AC-CDCB, Patricia Orr Contract Specialist, 205-876-5261 AMSMI-AC-CDCB, Jerelene Vickers Contracting Officer, 205-842-7630. DESC: Synopsis No. 5385-96 (MA) NSN 6220-01-275-7239, Army P/N 13234259. This item has been identified as having a potential for significant quantity fluctuation due to the Army's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 3, known quantity of 8, and a maximum quantity of 11. In addition, this requirement also includes options for four additional years ranges of 2 - 7. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunties in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to Raytheon Co., Electronics System Division, 350 Lowell Street, Andovere, MA 01810. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205 876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 6220-01-275-7239, Awd Date 073186, Qty 5, Unit Price $15,801.1540. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-345 SN010485) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Contracting Officer (90C), Richard L. Roudebush VA Medical Center, 1481 West Tenth Street, Indianapolis IN 46202 SUBJECT: 65 -- IMPLANT CONSIGNMENTS SOL 583-44-97 DUE 010897 POC Billy J. Cooper, Contract Specialist, 317-269-6324 DESC: Pacemakers, intra ocular lenses, maxillofacial implants, and implantable defibrillators will also be included in this solicitation. All other information as advertised in the 11/22/96 CBD remains the same. CITE: (I-345 SN010647) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential Sources Sought OFFADD: Contracting Officer (90C), Department of Veterans Affairs Medical Center, 4500 South Lancaster Road, Dallas, TX 75216 SUBJECT: 65 -- SOURCES SOUGHT, CONSINGMENT AGREEMNET SOL 549-97-RFQ-20 DUE 013097 POC David L. Hill, Contracting Officer, (214) 302-7522 DESC: Sources sought: this medical center contemplates entering into an agreement with American Medical Systems (AMS) to supply, on consignment, two each of three different sizes (2.0, 2.5, and 3.0cm) of the "UroLume" endoprosthesis. Since these items are intended for patient specific use, this solicitation is issued as an Invitation For Bids (IFB) and is not a request for proposals for an equal to the brand name. Issue date of the solicitation is on or about 12/30/96 with bid opening date on or about 01/30/97. All request for bid packages must be in writing. Telephone request will not be accepted. Facsimile request may be sent via (214) 372-7066 however, facsimile transmission must be followed by a phone call to the contracting officer, at (214) 302-7522 to confirm receipt of any faxed request. CITE: (I-345 SN010664) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSMITTER, PRESSUR SOL SP0440-97-Q-T479 DUE 012997 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)279-3372. For copies of RFQ solicitations, contact: Billye phill IPS/AX409/804-279-3372. contracting officer; Kreylon V Crewe/804-279-4105. DESC: PR-NO: YPG96323001059 NSN 6685-01-182-8835, part number: Eaton Corp., P/N 41SG16-5. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 21 -EA Del to Tracy CA 95376-5000 Del by 60 DARO. Unrestricted other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) solicitations between $25,000 - $100,000 solicitation will be made: in writing or orally all responsible sources may submit offer which DGSC shall consider. CITE: (I-345 SN010272) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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-ALTIMETER, ENCODING SOL N0038397YT010 DUE 011697 POC Contact Point, Debra B Brinn, 0225.10, (215)697-4383, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-6610-01-259-0251, Ref Nr 518-28007-204, Qty 39 EA, Delivery FOB Origin--THIS REQUIREMENT IS FOR A TWO YEAR BASIC ORDERING AGREEMENT (BOA). QUANTITY SHOWN IS AN ESTIMATED REPAIR QUANTITY ONLY. IN ADDITION TO THIS ITEM, ADDITIONAL C-130 FLIGHT INSTRUMENT SYSTEM REPAIRABLES ARE EXPECTED TO REQUIRE REPAIR.DUE TO THE UNAVAILABILITY OF DATA, ONLY KOLLSMAN, INC. (89944) WILL BE SOLICITED FOR THIS REPAIR REQUIREMENT. ANY OTHER INTERESTED PARTIES SHOULD CONTACT NAV-ICP SOURCE DEVELOPMENT AT 215-697-5717 FOR INFORMATION REGARDING QUALIFICATION FOR FUTURE REPAIR REQUIREMENTS.---, See Note 22 CITE: (I-345 SN010411) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Aviation and Troop Command, 4300 Goodfellow Boulevard, St. Louis, MO 63120-1798 SUBJECT: 66 -- CONTROL, TEMPERATURE SOL DAAK01-97-Q-0066 DUE 012297 POC Sharon Williams, Contract Specialist, 314-263-0672/Rosie Bell, Contracting Officer, 314-263-0671. DESC: Control Temperature, National Stock Number (NSN) 6685-01-333-8496, Quantity 115 each. FOB: Destination, Delivery to Defense Distribution Depot Susquehanna, New Cumberland, PA. Procurement History: 94 Sep 12, Quantity 78 each, Unit Price $147.55. See Numbered Note(s): 22. CITE: (I-345 SN010492) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO SUBJECT: 66 -- THERMOCOUPLE, HEATIN, NSN: 6685-01-247-2447, P/N 6058T28P01, QUANTITY: 102 EACH SOL DAAJ09-97-R-0146 DUE 112996 POC A.Chapman, Contract Specialist, (314) 263-0749 and/or Marsha M. Flakes, Contracting Officer, (314) 263-0762. DESC: NOUN: Thermocouple, Heating, NSN: 6685-01-247-2447, P/N 6058T28P01. All offeror must meet prequalification requirements in order to be eligible for award. This procurement will be a 100% Small Business Set-A-Side, the size standard for which is 500 employees. Firms are encouraged to seek source approval in order to compete for this or future solicitations by submitting documentation in accordance with the Competition Advocate's Shopping List Procedures. These procedures may be obtained from the Contracting Officer. No Phone request will be accepted. Request will be accepted by FAX (314) 263-9012 or mail only. Justification for other than full and open competition is FAR 6.302-1. Approved sources are Thermocontrol Incorporated (FSCM 65410) 5728 Hartsdale Drive, Houston, TX 77036 and SEMCO Industries (FSCM: 24735), 50 Fordham Road, Wilmington, MA 01887 All responsible sources may submit an offer which will be considered. This requirement is currently unfunded. Award will be withheld pending receipt of sufficient funds. See Numbered Note(s): 1, 23. CITE: (I-345 SN010500) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 66 -- WINDOW, OPTICAL INSTRUMENT SOL DAAJ09-97-Q-0377 DUE 013197 POC Pamela Moran, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784; Datafax (314) 263-9012. DESC: NSN: 6650-01-171-6914; P/N: 13079034; QTY: 9 Each, applicable to the TADS/PNVS Program. FOB Destination with delivery of 9 each by 240 days ARO to Orlando, FL. This is a full and open competitive requirement. This proposed contract action is for supplies for which the Government does own specifications and drawings. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence which will permit their participation in the current and future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. CITE: (I-345 SN010530) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 66 -- FLASH X-RAY MACHINE OPTIONAL EQUIPMENT SOL N68936-97-Q-0455 DUE 121996 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The purpose of this notice is to extend the closing date for this quote. The original notice was placed in the CBD on 27 Nov 96. The new closing date will be 19 Dec 96 with no other changes. CITE: (I-345 SN010625) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 66 -- MAINTENANCE OF TWO (2) RADIOGRAPHIC LINEAR ACCELERATORS SOL N68936-97-Q-0456 DUE 121996 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer. DESC: The purpose of this notice is to extend the closing date for this quote. The original notice was placed in the CBD on 27 Nov 96. The new closing date will be 19 Dec 96, with no other changes. CITE: (I-345 SN010626) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 SUBJECT: 66 -- X-RAY SOURCE SYSTEM SOL F40650-97-Q-0015 DUE 012197 POC Sue Tate, Contract Specialist, (615)454-7801 DESC: This requirement is for one each CW x-ray source system to be delivered FOB Arnold Air Force Base, TN. System shall include power supply, closed loop cooling system, x-ray tube with 10 meter high tension cable and tube mounting yoke. Pantak HF Series 2 HF-100 and tube model MR101 or equal. Any firm responding to this announcement should do so in writing and should indicate whether or not it is a small or small disadvantaged business. Requests must be made in writing and may be faxed to (615)454-7330. Requests must be received not later than 15 days after publication of this announcement. CITE: (I-345 SN010642) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 67 -- CAMERA, HIGH SPEED MOTION FRAME SOL N68936-97-Q-0459 DUE 121996 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The purpose of this notice is to extend the closing date for this quote. The original notice was placed in the CBD on 27 Nov 96. The new closing date will be 19 Dec 96. CITE: (I-345 SN010628) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--CLEANING COMPOUND, SOLVENT SOL SP0450-97-Q-N273 DUE 012197 POC Contact: for copies of RFQ (request for quotation) please F AX requests tobuyer Cindy short / DSCR-JDPC / AC429 (8 04)2796008. for information only; Call 804-279-5789. DESC: PR-NO: YPG96317001191 NSN 6850-01-394-9514, cleaning compound, solvent 34 -BX Del to Tracy CA 95376-5000 delivery 90 days ARO 90 -BX Del to Richmond VA 23297-5900 delivery 90 days ARO Chemtronics P/N ES1661(tuner renu 2000) unit box contains twelve 12 OZ aerosol cans. ABVM will apply. This solicitation will be made in writing. Anticipated award date is February 1997. All responsible sources may submit offer which DGSC shall consider. CITE: (I-344 SN010257) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 SUBJECT: 68 -- FREON SOL F40650-97-Q-0016 DUE 010897 POC Sue Tate, Contract Specialist, (615)454-7801 DESC: Arnold Engineering Development Center (AEDC) has a requirement for delivery of 11,000 lbs of Tetrafluorethane Refrigerant, R134A. Delivery shall be FOB Arnold Air Force Base, TN and is required within 30 days after contract award. Any firm responding to this announcement should do so in writing and indicate whether or not it is a small or small disadvantaged business. Requests must be in writing and may be faxed to (615)454-7801. Requests must be received no later than 15 days after publication of this notice. CITE: (I-345 SN010620) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: 70--SIZE SCANNER, PLOTTER & MONITORS SOL N66604-97-Q-1006 DUE 011397 POC Contact Lynne M. Sciamacco, Contracting Officer at (401) 841-2442 2 X225. Fax number (401) 841-4820. DESC: The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has a requirement for the following: Item 0001, Digital scanner capable of scanning engineering drawings, minimum size 44"x35" (Size E), quantity, 1 Each; Item 0002, Plotter with 68 meg memory capable of plotting drawings minimum size 44" x 35", directly accessible to the network, comparable to the HP 755CM plotter, quantity, 1 Each; Item 0003, 21" multi-sync monitor, minimum 1660x1280 resolution, minimum .28mm dot pitch, quantity, 2 Eac h. Delivery is FOB Destination to NUWCDIVNPT, Newport, RI. Delivery is required 6 months after placement of the order. A formal solicitation will not be issued; offerors shall submit quotes to NUWCDIVNPT, Code 5914, Bldg 11, Simonpietri Drive, Newport, RI 02841. Quotes must include descriptive literature demonstrating that the proposed products meet our requirements. This procurement is not set-aside for small business. LINKURL: http://www.npt.nuwc.navy.mil/contract LINKDESC: EMAILADD: SCIAMACCO@CODE59.NPT.NUWC.NAVY.MIL EMAILDESC: CITE: (I-344 SN010227) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: General Services Administration, FTS, Ofc. of Info. Security, Acquisitions (TISA), 7th & D Sts., SW., Rm 5060, Washington, DC 20407-0001 SUBJECT: 70--AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE) ... AND SUPPORT EQUIPMENT SOL GSA-TISA-97-003 DUE 121096 POC Jon D. Faye, (202) 708-6099, Contracting Officer. DESC: The Office of Information Security intends to procure commercially available hardware and firmware from the lowest priced technically acceptable offer for the items defined herein and under the terms described. The following 3COM commercial items of equipment are required to augment existing systems currently installed and using Firmware version 4.0. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. The provisions at FAR Part 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. There are no addenda referred to in this solicitation. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is OIS Solicitation Number GSA-TISA-97-003 issued as a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 96-37. This solicitation is being conducted as a small business set aside. SIC code 3669 applies. Quote price and price extension for each Item, Description, and Quantity in your response to this CBD notice as no further solicitation will issue. EQUIPMENT: 1st Delivery Priority: TWO EACH of the following items: *Ethernet Management Module/Advanced Version. 5101-MGTA, 3C95101M. *Ethernet Module, 4-Port, 10Base-FB, 5104M-FBP-ST, 3C95104M-FBP-ST. TWENTY EACH *Bank Switching, 24Port, 10BaseT Mod. 5124-M-TP 3C95124M-TP. 2nd Delivery Priority: TWO EACH of the following items: 17-Slot Oncore Switching Chassis, 3C96017CH-AP. 12-Port Switched, 10Base-T, RJ-45, 3C96612M-TP. 7-Port Switched, 100Base-FX/TX Module, 3C96507M-FXTX. 10-Port Switched Ethernet to Switched Fabric, ST Module (3C96610M-F). FOUR EACH of the following items: 40-Port 10Base-T Dual Slot RJ-45 Ethernet Module, (3C96140M-TPP). Load Sharing 415 Watt Power Supply, 3C96000PS-HO. Ethernet Network Monitor Card (ENMC), 3C96100D-MGT. Oncore Advanced DMM/Controller Module, 3C9600M-CMGT. Asterisk (*) items are required for delivery within 10 days of order placement and on a priority freight basis (maximum 2-day-air). All items shall be quoted on an FOB-Destination basis for Delivery, Best way within 30-days of contract award not with standing the asterisk items. The place of delivery will be issued on the order as GSA, FTS, Ofc. of Info. Security (TIE), with an attention line, POC and Phone number at, 7th & D Sts., SW; Room 6920; Washington, DC 20407. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: A Technically qualified offer to provide the above items occurs when, in addition to agreement to delivery terms below, and when offeror considers the applicability of FAR Part 52.212-2, Evaluation--Commercial Items, offeror provides: Proof in any reasonable form/format that their firm is an authorized 3COM Advanced Solutions Provider and a Local Vicinity Support provider to the Reston, Virginia area. A clearly defined statement of the delivery schedule is provided in the response for all items conforming to the requirement. A written guarantee that all items provided will be Firmware Version 4.0 at time of delivery is provided. (note: Firmware Version 4.0 is required to be physically verified to comply with this section and is required for compatibility to existing systems and equipment.) The Government shall be the sole determiner of its minimum needs. The criteria are of equal importance. Offerors are to provide copies of their Representations and Certifications--Commercial Items, with each offer per FAR Part 52.212-3. The Clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition and without addenda. Defense Priority Allocation System (DPAS) does not apply to this contract. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition as do the following clauses incorporated by reference: 52.233-3, Protest After Award (31 USC 3553 and 40 USC 759), and the contractor agrees to comply with the following additional clauses, 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 USC 253g & 10 USC 2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 USC 423); 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 USC 637(d) (2) & (3)); 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (15 USC 637(d)(4)); 52.219-14, Limitation on Subcontracting (15 USC 637(a)(14)); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 USC 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212); 52.225-3 Buy America Act--Supplies (41 USC 10); and 52.225-21, Buy America Act--NAFTA Implementation ACT--Balance of Payments Program (41 USC 10, Pub. L. 103-187). The Government reserves the right to make award on receipt of initial offers resulting solely from this notice and without discussions. Contact, Jon D. Faye at (202) 708-6099 for questions. Fax offers, twenty pages or less, to (202) 708-7027 no later than the deadline. Written offers may be delivered to GSA, FTS, OIS (TISA); Attn. Jon D. Faye; 7th & D Sts., SW; Room 5060; Washington, DC 20407, not later than 4:00 p.m. on the 15th day of the 1st appearance of this advertisement in the CBD. See Numbered Note 1. CITE: (M-345 SN010438) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Operational & Central Support Contracting; Specialized Contracting Branch, 1940 Allbrook Drive, Suite 3; Wright-Patterson Air Force Base, OH 45433-5309 SUBJECT: 70--SOFTWARE MAINTENANCE SOL F33601-97-R0198 DUE 012297 POC Dianna C. Aniton, (513) 257-2698, Contract Negotiator. DESC: The Cataloging and Standardization Center in Battlecreek, MI has a requirement for software maintenance to support Interleaf Software for the period of Date of Award through 30 Sep 97. 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 concerns during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman located in ASC/SY; Building 52, 2475 K street; Wright-Patterson AFB, OH 45433-7642 at (937) 255-3855 with serious concerns only. Direct all requests for solicitations and routine communication concerning this acquisition to the buyer listed elsewhere in this synopsis. Note 22 applies. CITE: (M-345 SN010553) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 70 -- ANALOG-TO-DIGITAL CONVERTER VME BOARD (SYSTEM) SOL N68936-97-Q-0454 DUE 121996 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The purpose of this notice is to extend the closing date for this quote. The original notice was placed in the CBD on 27 Nov 96. The new closing date will be 19 Dec 96 with no other changes. CITE: (I-345 SN010624) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 70 -- EXTERNAL DISK STORAGE UNIT SOL N68936-97-Q-0460 DUE 121996 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The purpose of this notice is to extend the closing date for this quote. The original notice was placed in the CBD on 27 Nov 96. The new closing date will be 19 Dec 96. CITE: (I-345 SN010629) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 70 -- 256 MB SIMM SUPER HIGH DENSITY MEMORY SOL N68936-97-Q-0461 DUE 121996 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The purpose of this notice is to extend the closing date for this quote. The original notice was placed in the CBD on 27 Nov 96. The new closing date will be 19 Dec 96. CITE: (I-345 SN010630) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 70 -- OPTICAL DRIVE UPGRADES SOL N68936-97-Q-0462 DUE 121996 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The purpose of this notice is to extend the closing date for this quote. The original notice was placed in the CBD on 27 Nov 96. The new closing date will be 19 Dec 96. CITE: (I-345 SN010631) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: National Institutes of Health; Office of Purchasing and Contracts, OPM/OD; 6006 Executive Blvd., Suite 311, Rockville, MD 20892-7058 SUBJECT: 70 -- ADP PROCESSING EQUIPMENT, SOFTWARE, SUPPLIES AND SUPPORT EQUIPMENT SOL 263-97-Q-(LW)-0062 DUE 010197 POC Contact Point: Purchasing Agent, Gail Akinbinu on 301-496-3704. DESC: The NIH intends to issue a purchase order for 486DX 75mHz Mainframe w/3.5 Floppy drive: 8 MB memory upgrade, 850nm/1300nm OTDR Module, 1310nm/1550nm OTDR Module, Power Meter w/Storage, Visual Fault Locator, 1300nm LED Talk Set Module, and 1300nm LED Handheld Talk Set. This equipment is needed to test and troubleshoot fiber optic cable infrastructure. Any vendor wishing to submit a bid must contact Gail Akinbinu, Purchasing Agent at the above address or by fax on 301-496-3707. All bids must be received by the close of business 1/1/97. CITE: (I-345 SN010668) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: DOT--Maritime Administration, 201 Mission Street, Room 2200, San Francisco, CA 94105 SUBJECT: 72--VESSEL BUNKS AND LOCKERS FOR TRAINING SHIP GOLDEN BEAR SOL DTMA94-97-B-00003 DUE 020397 POC Pat Russo, (415) 744-2593, To expedite requests use fax number, (415) 744-2576. DESC: Provide all labor, material and equipment necessary to provide 54 each single crew lockers and 18 each three-high crew berths. Work location will be aboard the vessel at its mooring at the California Maritime Academy, Vallejo, Ca. Any interested firm may request a copy of the solicitation for work on this vessel and all responsible offerors may submit bids which shall be considered by the agency. Please request a copy of the solicitation by letter or facsimile to (415) 744-2576. NOTE: 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 $500,000.00. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. CITE: (M-345 SN010477) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: DIRECTOR, USAMRAA, 820 CHANDLER ST, FORT DETRICK MD 21702-5014, ATTN MCMR-AAA SUBJECT: 76--MEMBERSHIP, BULK FOR HEALTH DEVICE JOURNALS SOL DAMD17-97-B-0004 DUE 012097 POC Contract Specialist Sherry D. Regalado (301) 619-2376 Contracting Officer George J. Bauman (301) 619-7264 (Site Code DAMD17) DESC: Membership, bulk subscriptions to health devices program, ninety-nine (99) each for a period of twelve (12) months and includes twelve (12) journals, preferably monthly, in published journal format; sectionalized tab index binders; health services haard alert semi-monthly bulletins; medical device consultation services and publications on health technology management. Shipments to 99 Air Force depots. All requests for solicitation must be in writing to the above or by telefaxing request to (301) 619-302. Telephone requests will not be accepted. CITE: (I-345 SN010579) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: DHHS/FDA/OFACS/DCPM/CONTRACTS OPERATIONS BRANCH, 5600 FISHERS LANE, PARK BLDG., RM 3-32, ROCKVILLE, MARYLAND 20857 SUBJECT: 76 -- SUBSCRIPTION TO SCIENCE CITATIONS INDEX ON CD-ROM SOL E060066 DUE 122696 POC Patricia Wright, Contract Specialist, M. Deborah Smith-Castle, Contracting Officer (301) 443-0424, (301) 443-3651(FAX) DESC: The Food and Drug Administration (FDA) intends to award a Purchase Order to the Institute for Scientific Information (ISI) on a sole-source basis for Subscription to Science Citation Index on CD-ROM (networked for 1-5 users), and for network licenses for existing 1996, 1995 and 1994 CD-ROMs. See Note(s): 22. CITE: (I-345 SN010680) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Department of Treasury (DY), Bureau of Engraving and Printing, Office of Procurement, 14th & C Sts., S. W., 708-A, Washington, D. C. 20228 SUBJECT: 81 -- COIL BANDING TAPE SOL BEP-97-01(TN) DUE 100196 POC Contact Jesse Robertson, Contract Specialist, 202/874-3145. DESC: The Bureau of Engraving and Printing has modified this solicitation notice as follows: The contract will be a fixed price, requirements type. The period of performance will be for one (1) year base plus four (4) one year option periods. Estimated quantities for the base year will be 24,000 rolls, first option will be 28,800 rolls, second option will be 34,560 rolls, third option will be 41,472 rolls, and fourth option will be 49,766 rolls. The solicitation will be available on or about January 2, 1997. Interested firms are required to submit a written request for a copy of Solicitation No. BEP-97-01(TN) to Jesse Robertson, Contract Specialist. All offerors are required to provide: the size status of thier company (i.e., Large, Small, Minority, or Women-Owned) and information if their firm is a manufacturer or a distributor of the product with their written request. Requests must be in writing, no telephone requests will be honored. All responsible sources may submit an offer which shall be considered by the agency. CITE: (I-345 SN010689) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky 40121-5000 SUBJECT: 84--T-SHIRTS SOL DABT23-97-B-0023 DUE 020397 POC Contract Specialist Paul Avery (502)624-8069 DESC: Requirements Type Contract for T-Shirts for the United States Army Recruiting Command, delivery to Fort Knox, Kentucky during the period 1 March 1997 through 28 February 1998 with one one-year option period. Estimated annual quantity 25,000 each, Large and 9,000 each, Extra Large. T-Shirts require 3 separate imprinted designs which shall be "flashed". All responsible sources may submit a bid which will be considered. See Numbered Notes #1, requirement is 100% set aside for small business. Only written requests for the solicitation are acceptable. You may FAX your request to (502)624-5869. CITE: (W-345 SN010551) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Directorate of Contracting, Bldg 4022, Fort Knox, Ky 40121-5000 SUBJECT: 84--T-SHIRTS SOL DABT23-97-B-0023 DUE 020397 POC Contract Specialist Paul Avery (502)624-8069 DESC: Requirements Type Contract for T-Shirts for the United States Army Recruiting Command, delivery to Fort Knox, Kentucky during the period 1 March 1997 through 28 February 1998 with one one-year option period. Estimated annual quantity 25,000 each, Large and 9,000 each, Extra Large. T-Shirts require 3 separate imprinted designs which shall be "flashed". All responsible sources may submit a bid which will be considered. See Numbered Notes #1, requirement is 100% set aside for small business. Only written requests for the solicitation are acceptable. You may FAX your request to (502)624-5869. CITE: (W-345 SN010552) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Directorate Of Contracting, Usafacfs, Attn: Atzr-qb, P.o. Box 3501, Fortsill, Ok 73503-0501 SUBJECT: 89--SHELL EGGS SOL DABT39-97-B-0079 DUE 011397 POC Diana Rodenas, Contract Specialist, (405)442-4604, Steve J. Landry, Contracting Officer, (405)442-3604 DESC: SUPPLIES: Contractor shall provide fresh or shell protected eggs, medium or larger, U.S. consumer grade A, 30 dozen per shipping container to the Fort Sill Oklahoma Troop Issue Subsistence Activity (TISA), during the period 15 January 1997 through 31 July 1997. Estimated quantity of shell eggs to be provided is 312,500 dozen. Any resulting contract will be awarded in accordance with FAR Part 12, Commercial Items. Contract will be an Indefinite Delivery/Indefinite Quantity contract. Deliveries shall be made one time per week. The estimated issue date is 27 December 1996. This procurement is offered as unrestricted and all responsible sources may submit an offer which shall be considered. A firm-fixed price contract is contemplated. SIC is 0252, size standard is $9.0 million dollars. When requesting a solicitation package, please provide the following information: name, address, telephone number and point of contract. Also indicate business size, if woman-owned or small disadvantaged business. CITE: (W-345 SN010465) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Defense Personnel Support Center, 2800 S. 20th Street, Phila., PA 19145-5099 SUBJECT: 89 -- VARIOUS SUBSISTENCE ITEMS FOR DELIVERY TO DOD AND NON-DOD INSTALLATIONS IN GUAM SOL SP0300-97-R-4001 DUE 021497 POC Contact: Tina Frederico, Contract Specialist at 215-737-4545 or Albina A. Farrant, Contracting Officer at 215-737-4526. DESC: Various Commercial Subsistence items similar to those of the 8900 Federal Supply Catalog for various DoD and non DoD installations in Guam. Items to be delivered 45 days after award through one (1) year plus four (4) one-year options which may be exercised. This is an unrestricted acquisition. Note: Contract will be awarded to a prime vendor using Best Value Source Selection methods. Customer will be provided delivery on a "just in time" basis. CITE: (I-345 SN010523) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703- 5008 SUBJECT: 96 -- DEPOT OVERHAUL AND REPAIR SERVICES FOR AN/ASN-142 AND AN/ASN-143 SOL DAAB07-96-R-B770 POC Diane Grim, Contract Specialist 908-532-1735. DESC: This is an amendment to the synopsis issued 24 Jul 96 for Contract Depot Overhaul and Repair Services for the AN/ASN-142 and AN/ASN-143 avionics equipment. A non-competive negotiation is proposed with Litton Systems, Guidance and Control Systems Division, Woodland Hills, CA., because the Government does not have in its possession sufficient accurate or legible data to purchase these services from other than the current source, however, all responsible sources may submit a proposal which shall be considered by the agency. The contract period has changed to a base year (Fiscal Year 97) and two (2) option years (Fiscal Years 98 and 99). The closing date for receipt of proposals is extended to 04 Dec 96. Contact Michael Heussner, 908-532-1138, for information regarding qialification requirments. Only written requests for this solicitation will be accepted. See Note #22. The U.S. Army Communications Electronics Command (CECOM) has established an Electronic Bulletin Board (EBB) to provide electronic transmittal of Request for Proposals (RFPs) and Invitations for Bids (IFBs) from Government to Industry. All interested parties wishing to do business with CECOM are invited to access, operate, send and receive data from the CECOM EBB system. To become a user of the EBB, you will need an identification code and password in addition to a computer terminal equipped with the necessary hardware and software to interface with the EBB system. A user's identification code and password will be issued upon request along with instructions for downloading the EBB User's Manual. All requests must include (1) company name, (2) point(s) of contact name(s) and title(s), (3) return address(es) and (4) telephone number(s). Please send your request in writing to ebb system operator, U.S. Army CECOM, AMSEL-AC-SB-AA, Attn: EBB, Ft. Monmouth, New Jersey 07703-5000. Fax #: (908)-532-6020, Commercial #: (908)-532-3820. Contractors may request aperture cards and notice of revision(s) via EBB, e-mail, or by written request to the Contracting Officer at the address set forth in paragraph 11 above. Bids shall be submitted in hard copy at the time and place specified in the solicitation. No bid responses shall be submitted to the Contracting Office. CITE: (I-345 SN010688) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 99-RECEIVER PULSE COMPRESSOR SOL N00FMS97Y4009 DUE 011697 POC Contact Point, Debra B Brinn, 0225.10, (215)697-4383, 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. , Ref Nr 3054313-1, Qty 1 EA, Delivery FOB Origin--DUE TO UNAVAILABILITY OF DATA THIS REQUIREMENT WILL BE RESTRICTED TO TEXAS INSTRUMENTS INC.(96214).---, See Note 22 CITE: (I-345 SN010412) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300 SUBJECT: 99--CRUSHED STONE PRODUCTS, PEA GRAVEL AND BASE MATERIAL TO WRIGHT PATMAN LAKE, TEXARKANA, TX SOL DACW63-97-B-0011 DUE 012997 POC Contract Specialist SUZANNE WRIGHT (817) 978-2131 (Site Code DACA63) DESC: Contractor will provide and deliver crushed stone products, pea gravel and base material. Ther terms of the contract will consist of a one-year base period and two one-year renewal options. Solicitation will issue on or about 30 December 1996 with bi opening on or about 29 January 1997. All responsible sources may submit a bid which shall be considered by the agency. No express mail procedures will be utilized on initial mailing of solicitation packages. CITE: (I-345 SN010583) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 99 -- PARACHUTE AND DROP ZONE SUPPORT SOL N68936-97-Q-0457 DUE 121996 POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini, Contracting Officer, FAX #: 619-927-3488. DESC: The purpose of this notice is to extend the closing date for this quote. The original notice was placed in the CBD on 27 Nov 96. The new closing date will be 19 Dec 96. CITE: (I-345 SN010627) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Department of Veterans Affairs, 801 S. Marion St., Lake City, FL 32025-5898 SUBJECT: D -- TELEPHONE SYSTEM ENHANCEMENT POC Susan Little or Tami Drake, 904/755-3016, X-2095 or X-2096 CNT V594P-1037 AMT $986,820 LINE N/A DTD 120496 TO Nortel Communications Systems, Inc., 2010 Corporate Ridge, McLean, VA 22102 CITE: (I-345 SN010665) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 SUBJECT: H -- CONFIGURATION MANAGEMENT & INFORMATION MANAGEMENT SYSTEMS TECHNICAL SUPPORT - BASE $5,045,061/OPT I-$6,908,929/OPT II- $7,146,604/OPT III-$7,391,421/OPT IV-$7,646,660/OPT V-$1,953,320 POC Dianne M. Purks, Contract Specialist, Code SD118 or G. R. Vaughan, Contracting Officer, Code SD105 on (540) 653-7478. CNT N00178-97-C-1010 AMT $5,045,061.00 LINE CLINS 0001, 0002 AND DTD 112296 TO TECHMATICS, Inc., 12450 Fair Lakes Circle, Suite 800, Fairfax, VA 22033 CITE: (I-345 SN010652) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: J -BLOWER ASSEMBLY,ENG, IN REPAIR/MODIFICATION OF POC Contact Point, Richard S Fry, 02112.17, (717)790-2828, Fax, (717)790-2284, Twx, Not-avail CNT N0010492GA0435037, NIIN 000750350 AMT $98,788 DTD 121996 TO Coltec Industries Inc , Beloit ,WI 53511-5492 CITE: (I-345 SN010417) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: J -- HARDWARE MAINTNANCE - ONE CONTROL DATA CORP CYBER 180 MAINFRAME POC Shirley Griner, Contract Specialist, (904)235-5354 Carol A. Dreger, Contracting Officer, (904)234-4863. CNT N61331-97-C-0008 AMT $80,730.00 LINE 0001-0042 DTD 120696 TO Control Data Systems, Inc. 4201 Lexington Ave N. Arden Hills, MN 55126-6198 CITE: (I-345 SN010481) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- MAINT-ADP PRODUCTS POC L. Gudgell CNT N00406-97-M-1089 AMT $34,896 LINE N/A DTD 120296 TO microserv inc 11321 ne 120th st kirkland wa 98034 CITE: (I-345 SN010537) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- COPIER MAINTENANCE POC S. Harrison CNT N00406-97-M-C503 AMT $32,000 LINE N/A DTD 120496 TO taiwan fuji xerox corp 10f n03 sung show road taipei taiwan roc CITE: (I-345 SN010538) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- COMPUTER TRAINING (TECH REP) POC S. Harrison CNT N00406-97-M-C945 AMT $30,105 LINE N/A DTD 120596 TO calmax inc w 1827 5th ave medical lake wa 99022 CITE: (I-345 SN010539) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: L -- PRODUCTION SERVICES POC R. Jacobson CNT N00406-97-M-2731 AMT $28,634 LINE N/A DTD 120596 TO gulf copper ship repair inc p o box 1238 aransas pass tx 78335-1238 CITE: (I-345 SN010540) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: R -- SYSTEM, COST, RISK AND PROGRAM EVALUATION SUPPORT POC (PCF) Shirley Childers, Contract Specialist, AMSMI-AC-CFHC, (205) 842- 7294; Barbara K. Jones, Contracting Officer, AMSMI-AC-CFHC, (205) 876- 4926. CNT DAAH01-94-C-0086/P00088 AMT $193,987.49 LINE N/A DTD 121096 TO Coleman Research Corporation 201 S Orange Avenue, Suite 1300, Orlando, FL, 32801 CITE: (I-345 SN010691) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Department of Justice, Federal Bureau of Prisons, Western Regional Office, 6600 Goodfellow St., Dublin, CA 94568 SUBJECT: S--RENTAL OF PARKING SPACES FOR THE DOJ, FEDERAL BUREAU OF PRISONS, METROPOLITAN DETENTION CENTER, LOS ANGELES, CA POC Patricia Jones, (510) 803-2780. CNT J244c-037 AMT $60,000.00 LINE 1 DTD 120196 TO Parking Company of American, 1101 Lakewood Blvd., Downey, CA 90241 CITE: (M-345 SN010469) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Contracting Officer (fcp-b), Building 260, USCG Reserve Training Center, Yorktown, VA 23690-5000 SUBJECT: S--BASE SECURITY SERVICES CNT DTCG41-97-R-QWF501, Contract No. DTCG41-97-C-QWF501 AMT $1,377,835.84 LINE 0001-0005 DTD 112596 TO SBA/Property Maintenance Corporation, 416 11th Street NW, P.O. Box 13541, Roanoke, VA 24035 CITE: (M-345 SN010473) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Drug Enforcement Administration, 700 Army Navy Drive, Arlington, Virginia 22202 SUBJECT: S -- FACILITY MANAGEMENT SERVICES FOR THE LINCOLN PLACE FACILITY IN ARLINGTON, VIRGINIA 22202 POC Jeff Saylor, Contract Specialist, (202) 307-4366 Barbara Joplin, Contracting Officer, (202) 307-7808. CNT DEA-97-C-0004 AMT $6,231,147.30 LINE ALL DTD 010297 TO TECOM, Inc., P.O. Box 26492, Austin, Texas 78755-0492 CITE: (I-345 SN010517) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Federal Aviation Administration, 2300 East Devon Ave., Des Plaines Il 60018 SUBJECT: S -- AWARD OF JANITORIAL SERVICES, ATCT, INDIANAPOLIS, INDIANA. POC For additional information regarding this award call Lisa Lester at (847) 294-7320. CNT DTFA14-97-C-33841 AMT $11,025.00 LINE N/A DTD 120196 TO Pioneer Janitorial Service, Inc., 618 Beech Dr. W., Plainfield, IN. CITE: (I-345 SN010669) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Federal Aviation Administration, 2300 East Devon Ave., Des Plaines Il 60018 SUBJECT: S -- AWARD OF JANITORIAL CONTRACT, FEDERAL AVIATION ADMINISTRATION AIR TRAFFIC CONTROL TOWER, EVANSVILLE, IN. POC Contact Lisa Lester, Contracting Officer, AGL-72A, at (847) 294-7320. CNT DTFA14-97-C-33840 AMT $8,250.00 LINE N/A DTD 120296 TO Glenda Collins AKA: Dust Bunny, 7156 South Street, Newburgh, IN 47630 CITE: (I-345 SN010681) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Federal Aviation Administration, 2300 East Devon Ave., Des Plaines Il 60018 SUBJECT: S -- AWARD OF JANITORIAL CONTRACT FOR THE FEDERAL AVIATION ADMINISTRATION, AIR TRAFFIC CONTROL TOWER, SOUTH BEND, IN. POC For further information contact Lisa Lester, Contracting Officer, AGL-72A at (847) 294-7320. CNT DTFA14-97-C-33838 AMT $8,500.00 LINE N/A DTD 120196 TO NJS, Inc., 109 N. Taylor St., South Bend, Indiana. CITE: (I-345 SN010682) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 411-791 AMT $59,595.00 DTD 120396 TO Monarch Litho, Inc., 1501 Date Street, Montebello, CA 90640 CITE: (M-345 SN010556) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Pittsburgh Satellite Printing Procurement Office, U.S. Government Printing Office, 1000 Liberty Avenue, Room 501, Pittsburgh, PA 15222-4000 SUBJECT: T--OFFSET PRINTING CNT Program 6213S AMT $113,136.50 DTD 112996 TO Monarch Litho, 1501 Date Street, Montebello, CA 90640 CITE: (M-345 SN010563) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Pittsburgh Satellite Printing Procurement Office, U.S. Government Printing Office, 1000 Liberty Avenue, Room 501, Pittsburgh, PA 15222-4000 SUBJECT: T--OFFSET PRINTING CNT Program 6204S AMT $71,396.00 DTD 112996 TO Allegheny Printing Center, 1910 Cochran Road, Pittsburgh, PA 15220 CITE: (M-345 SN010598) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of the Interior, Office of Surface Mining Reclamation and Enforcement, Three Parkway Center, Suite 300, Pittsburgh, PA 15220 SUBJECT: Y -- DENAPLES BANK FIRE, PHASE 5, CARBONDALE TWP., LACKAWANA CO.,PA POC Jeanine Williamson CNT 143875CT9748524 AMT $162,600 LINE N/A DTD 112796 TO Latona Trucking, Inc., 620 South Main Street, Pittston, PA 18640 CITE: (I-345 SN010490) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US ARMY ENGINEERING & SUPPORT CENTER SUBJECT: Y--ENERGY SAVINGS PERFORMANCE CONTRACT FORT HUACHUCA, ARIZONA POC Contracting Officer Mary M. Dowling (205) 895-1151 (Site Code DACA87) CNT DACA87-97-D-0001 AMT $0 DTD 111996 TO HEC ENERGY AND DESIGN SERVICES, 24 PRIME PARKWAY, NATICK, MA 01760 CITE: (I-345 SN010584) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: Y -- SPACE BASE INFRARED SYSTEMS (SBIRS) MISSION CONTROL STATION, BUCKLEY ANG BASE, COLORADO POC Contracting Division at: (402) 221-4266. CNT DACA45-97-C-0013, RFP NO. DACA45-96-R-0048 AMT $11,244,000.00 LINE N/A DTD 112796 TO Swinerton & Walberg Co., 5460 Ward Road, Arvada, Colorado 80002 CITE: (I-345 SN010651) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of Commerce, NOAA, Central Administrative Support Center, CC31:RFA, RM 1756, 601 E. 12th St., Kansas City, MO 64106 SUBJECT: Y -- RENOVATION/DEMOLITION AT THE NATIONAL MARINE FISHERIES LABORATORY LOCATED IN CHARLESTON, SOUTH CAROLINA CNT 50WCNA706012 AMT $594,679.00 DTD 120296 TO Brantley Construction Company, Inc., 8300 Dorchester Road, Charleston, South Carolina 29418 CITE: (I-345 SN010675) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 9 CONS/LGCC, 6500 B Street, Room 101, Beale AFB, CA 95903-1712 SUBJECT: Z--REPAIR ROOF GOLD COUNTRY MFH POC David Libby, (916) 634-3310, Contracting Officer, Larry Fox, (916) 634-3409. CNT F04666-97-C0008 AMT $1,474,321.00 DTD 111896 TO Atherton Construction, Inc., 127 South 500 East, Salt Lake City, UT CITE: (M-345 SN010474) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities Engineering Command Contracts, Bldg. 55, Pearl Harbor, HI 96860-5470 SUBJECT: Z -- INDEFINITE QUANTITY CONTRACT FOR INTERIOR PAINTING AT VARIOUS LOCATIONS, OAHU, HAWAII POC G. Tazawa, (808) 471-1559, Contracting Officer, V. E. Stewart, (808) 474-3385. CNT N62755-96-D-2912 AMT $200,000.00 LINE 0001 DTD 112996 TO Color Dynamics, Inc., 816 Gulick Avenue, Honolulu, HI 96819 CITE: (I-345 SN010488) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Chief, A&MM Service (90C), Veterans Affairs Medical Center, 1 Freedom Way, Augusta, GA 30904-6285 SUBJECT: Z -- RECAULK BUILDING 110 AND REROOF BUILDING 82 POC Contracting Officer, Faye S. Thomas, 706-731-7176 CNT V509C-327 AMT $454,860 LINE BID ITEM 1 DTD 112696 TO Thomson Roofing and Metal Company, PO Box 185, Thomson, GA 30824 CITE: (I-345 SN010522) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 102 E Martin St., Rm. 216, Scott AFB, IL 62225-5015 SUBJECT: Z--ASBESTOS ABATEMENT, VARIOUS LOCATIONS POC Cordell M. Bailey, Contract Specialist, (618) 256-1500, Ext. 225. CNT F11623-97-D0004 AMT $295,297.00 LINE 0001-0032 DTD 112696 TO Lake Environmental Inc., P.O. Box 440055, St. Louis, MO 63144 CITE: (M-345 SN010562) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC Fallon, Building 307, 2nd Floor, NAS Fallon, NV 89496-5000 SUBJECT: Z--INDEFINITE QUANTITY ROOF REPAIRS VARIOUS AREAS AT NAS FALLON, NV POC Jeannie Brown, Contract Specialist (702) 426-2225; Contracting Officer, P.S. Feiler, CDR, CEC, USN (702) 426-2786. CNT N62474-96-D-6730 AMT $35,000.00 LINE BASE BID ITEMS 0001, DTD 120396 TO Scholten Roofing Service, Company, 23401 Madero, Suite C, Mission Viejo, CA 92691 CITE: (M-345 SN010572) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 2711, LOS ANGELES CA 90053-2325 SUBJECT: Z--UST REMOVAL AND REPLACEMENT, SAN DIEGO SECTOR HEADQUARTERS AT SAN YSIDRO, CALIFORNIA POC Contract Specialist SANDRA OLIVER-HALL (213) 452-3243 (Site Code DACW09) CNT DACW09-97-C-0006 AMT $362,816 DTD 111596 TO GROUNDWATER REMEDIATION INC, 1963 NORTH MAIN STREET, ORANGE, CA 92865 CITE: (I-345 SN010582) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Naval Facilities Engineering Command, P. O. Box 190010, North Charleston, SC 29419-9010. SUBJECT: Z - B-52 TRAINING COMPLEX, BARKSDALE AFB, LA POC N/A CNT N62467-95-C-1074 AMT $253,351.00 DTD 121096 TO Douglas Construction & Remodeling, Inc. 5911 St. Vincent Ave., Shreveport, LA 71108 CITE: (I-345 SN010596) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA,PBS,Kansas City North Property Mgmt. Ctr., Federal Building, 6PMC-MN, 601 E. 12th St., Kansas City, MO 64106 SUBJECT: Z--SPRINKLER MODIFICATIONS POC Contact,David Jewell,Telephone,816/426-3963 CNT GS-06P-97-TDC-0007 AMT $32000 DTD 120996 TO Villegas Contractors, Inc., 3105 Douglas Court, Kansas City, KS 66106 CITE: (I-345 SN010672) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--BOLT, BREECH. SOL SP0750-97-Q-0084 CNT SP0750-97-M-6223 AMT $90,240.00 LINE 0001 THROUGH 0002 DTD 121096 TO National aerospace Inc 1871 Mason Ave Daytona Beach FL 32117 CITE: (I-345 SN010299) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 (WVG), Rock Island , IL 61299-7630 SUBJECT: 10 -- DISCRIMINATOR, CARTR POC Contract Specialist: Sheri Gross (309) 782-4857, PCO: Brian W. Schmidt (309) 782-8490 CNT DAAE20-97P0170 AMT $44,870 LINE N/A DTD 121096 TO National Machine Co., 4880 Hudson Dr., Stow, OH 44224-1708 CITE: (I-345 SN010656) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Contract Management Command, Defense Contract Mgmt. District - East, Lockheed Martin - Delaware Valley, 1 Federal Street, M/s AE-2W, Camden, NJ 08102-3722 SUBJECT: 10- -AEGIS WEAPON SYSTEM MATERIAL POC Matthew Aurelio, RVOB, (609)722-2867 CNT N00024-94-G-5141/X735-1B AMT $1,435,000 LINE 0007 DTD 082396 TO Lockheed Martin, Government Electronics System, Moorestown, NJ 08057-0927 CITE: (W-345 SN010670) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Contract Management Command, Defense Contract Mgmt. District - East, Lockheed Martin - Delaware Valley, 1 Federal Street, M/s AE-2W, Camden, NJ 08102-3722 SUBJECT: 10- -AEGIS WEAPON SYSTEM MATERIAL POC Matthew Aurelio, RVOB, (609)722-2867 CNT N00024-94-G-5141/X701-1A AMT $1,223,931 LINE 0001 DTD 112096 TO Lockheed Martin, Government Electronics System, Moorestown, NJ 08057-0927 CITE: (W-345 SN010671) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 12-PROCESSOR,SIGNAL,HE POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038392GK209XR44, NIIN 012568264 AMT $55,000 DTD 120596 TO Kaiser Electronics A Kaiser , San Jose ,CA 95134-2083 CITE: (I-345 SN010328) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 13-BREECH,FIRING MECHA POC Contact Point, Lee M Wagman, 0222.05, (215)697-0316, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G003P5159, NIIN 001486430 AMT $29,111 DTD 120396 TO Martin Baker Aircraft Co Ltd , Middlesex Ub9 5aj Uk CITE: (I-345 SN010329) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL ASSEMBLY, FUEL SOL SP0460-96-Q-AM78 CNT DAAJ09-95-G-0014-TYVF AMT $62,533.71 LINE 0001 DTD 120996 TO Bell Helicopter Textron Inc 600 E Hurst Blvd Fort Worth TX 76101 CITE: (I-344 SN010237) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--BLANKET, SOUND CONTROL SOL SP0460-96-Q-AN95 CNT SP0460-97-M-6290 AMT $34,875.00 LINE 0001 DTD 120996 TO Fabritech Inc 230 N old US RT 66 P O Box 347 hamel IL 62046-0347 CITE: (I-344 SN010239) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--SCREEN ASSEMBLY, EXHAUST SOL SP0460-96-Q-LL59 CNT SP0460-97-M-2335 AMT $38,540.00 LINE 0001 DTD 120996 TO Maney Aircraft Inc 1305 Wanamaker Ave Ontario CA 91761 CITE: (I-344 SN010241) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--BAFFLE, BACKUP JOIN SOL SP0460-96-X-4131 CNT SP0460-97-M-2363 AMT $42,490.85 LINE 0001 THROUGH 0002 DTD 120996 TO Derlan Inc 2040 E Dyer Rd Santa Ana CA 92705-5777 CITE: (I-345 SN010263) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-DUCT ASSEMBLY,AIR C POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF6S, NIIN 013571130 AMT $51,906 DTD 112396 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-345 SN010330) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-GEARBOX,MODULE,MAIN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF6V, NIIN 012894810 AMT $490,788 DTD 112396 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-345 SN010331) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation & Troop Command-ATTN:AMSAT-A-PLBB, 4300 Goodfellow, St. Louis, MO SUBJECT: 15 -- AWARD OF 15 POD-ASSY, AIRCRAFT POC Phil Eatherton, Contract Specialist, 314-263-0733 or Ms. Rita Surgeon, Contracting Officer, 314-263-0742. CNT DAAJ09-95-G-0012, DELIVERY ORDER 0127 AMT $ 158,130.00 LINE 0001AA DTD 120796 TO Boeing Defense and Space Group, Helicopter Division, P.O. Box 16858, Philadelphia, PA 19142-0858 CITE: (I-345 SN010484) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO 63120 SUBJECT: 15 -- MOD KIT NVG POC Susan E. Mueller, Contract Specialist, 314-263-1177, or Garry L. Biller, Contracting Officer, 314-263-0726. CNT DAAJ09-97-C-0054 AMT $ 145,200.00 LINE 0001AA, 0002AA AND 0 DTD 120896 TO Panelite Enginering Inc., 2712 S Grand Ave, Santa Ana, CA 92705 CITE: (I-345 SN010493) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--SHAFT ASSEMBLY, ROLLER SOL SP0460-97-Q-D560 CNT SP0460-97-M-6287 AMT $36,250.50 LINE 0001 THROUGH 0002 DTD 120996 TO Transtechnology Corp Breeze-Eastern Div 700 Liberty Ave Union NJ 07083-8107 CITE: (I-344 SN010244) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--RISER, PERSONNEL PARACHUTE HARNESS SOL SP0460-97-Q-B206 CNT SP0460-97-M-2365 AMT $28,124.18 LINE 0001 DTD 120996 TO Pioneer aerospace Corp Mfg Div 45 S satellite Rd South Windsor CT 06074 CITE: (I-344 SN010245) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--HEAD PAD ASSEMBLY SOL SP0460-96-Q-CB71 CNT SP0460-97-M-2371 AMT $94,050.00 LINE 0001 THROUGH 0002 DTD 120996 TO Cdm dynamics Co flower field Bldg 8 Suite 3 Saint James NY 11780 CITE: (I-345 SN010264) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--VALVE ASSEMBLY, HYDRAULIC (NIPPLE AND CHECK SOL SP0740-96-Q-DA04 CNT SP0740-97-M-9016 AMT $29,169.60 LINE 0001 DTD 120996 TO PTI Technologies Inc sub of ESCO Electronics Corp 950 Rancho Conejo Blvd P.O.Box 2000 Newbury Park CA 91320-1715 CITE: (I-345 SN010280) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--VALVE ASSEMBLY, PRESSURE SOL SP0740-96-R-1667 CNT F09603-95-G-0015-UBE2 AMT $229,764.00 LINE 0001AA THROUGH 0002A DTD 120996 TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave Kalamazoo MI 49001-4165 CITE: (I-345 SN010282) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--RETAINER, JET. SOL SP0740-96-Q-MA63 CNT SP0740-97-M-2663 AMT $63,488.00 LINE 0001 DTD 120996 TO Delta Machine and Tool Co Inc 201 Ruthar Dr Suite 3 Newark DE 19711 CITE: (I-345 SN010290) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--BRACKET, MOUNTING. 1 BOLT HOLE IN END, 2 SCREW SOL SP0740-96-Q-JA43 CNT N00383-93-G-M111-UBVT AMT $32,081.25 LINE 0001 THROUGH 0002 DTD 120996 TO Sundstrand Aerospace 4747 Harrison Ave Rockford IL 61125-7002 CITE: (I-345 SN010294) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--BARREL, ROTARY OUTPUT-ENGINE CONTROL. CNT SP0740-97-M-4012 AMT $70,866.00 LINE 0001 THROUGH 0002 DTD 120996 TO H R K enterprises Inc 5019 Martin Luther King fwy Fort Worth TX 76119-4139 CITE: (I-345 SN010298) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-HEAT EXCHANGER,AIR POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0010495GA202GB04, NIIN 011452669 AMT $882,000 DTD 112697 TO Alliedsignal Inc , Tempe ,AZ 85285-2200 CITE: (I-345 SN010332) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-CAP,TIP ASSEMBLY POC Contact Point, Dorothy Henderson, 0233.06, (215)697-2814, Fax, (215)697-3161, Twx, Not-avail CNT N0038392GK3119993, NIIN 012328950 AMT $131,351 DTD 120396 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-345 SN010333) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-BALL SCREW AND NUT POC Contact Point, Donald C Hinkson, 0234.06, (215)697-2598, Fax, (215)697-3161, Twx, Not-avail CNT N0038393D013U7001, NIIN 001259891 AMT $291,984 DTD 120396 TO Beaver Precision Products Inc , Troy ,MI 48099 CITE: (I-345 SN010334) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-BLADE,ROTARY RUDDER POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF6T, NIIN 011589678 AMT $284,545 DTD 101496 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-345 SN010335) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-SHAFT ASSEMBLY,DRIV POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7X, NIIN 012725107 AMT $204,471 DTD 111296 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-345 SN010336) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-SHAFT ASSEMBLY,DRIV POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7Y, NIIN 012429604 AMT $26,110 DTD 111296 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-345 SN010337) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-SPINDLE ASSEMBLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8A, NIIN 012382444 AMT $154,000 DTD 111296 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-345 SN010338) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-GEARBOX ASSEMBLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8B, NIIN 012684420 AMT $150,000 DTD 111397 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-345 SN010339) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-MOTOR,HYDRAULIC POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G005JUN09, NIIN 004920722 AMT $104,040 DTD 101096 TO Vickers Inc , Jackson ,MS 39206 CITE: (I-345 SN010340) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-PENDANT ASSEMBLY POC Contact Point, Jean L Destefano, 0235.01, (215)697-6545, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G006G7009, NIIN 012479072 AMT $87,426 DTD 120396 TO Transtechnology Corp , Union ,NJ 07083-8107 CITE: (I-345 SN010341) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-BELL CRANK POC Contact Point, Kathleen M Logan, 0233.05, (215)697-2124, Fax, (215)697-3161, Twx, Not-avail CNT N0038397D006N7000, NIIN 012212863 AMT $83,600 DTD 120496 TO Seanair Machine Co Inc , Farmingdale ,NY 11735-6320 CITE: (I-345 SN010342) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-SERVOCYLINDER POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M008D, NIIN 011589694 AMT $29,969 DTD 110696 TO Hr Textron Inc , Valencia ,CA 91355-1204 CITE: (I-345 SN010343) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-VALVE ASSEMBLY,SKID POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M049H, NIIN 012185613 AMT $98,464 DTD 112496 TO Crane Co , Burbank ,CA 91510-7722 CITE: (I-345 SN010344) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--PUMP, GEAR BOX, HYDRAULIC. ON ARRESTING SOL 96TEC8-62-P-0700 CNT SP0770-97-W-0003 AMT $34,263.16 LINE 0001 THROUGH 0005 DTD 121096 TO Hollis hydraulic supply Inc 11677 S Wayne Rd, STE 100 Romulus, MI 48174 CITE: (I-345 SN010278) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 17-CYLINDER,HYDRAULIC POC Contact Point, Margaret Clark, 0222.07, (215)697-3718, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Brian Byrnes, 0222, (215)697-6534 CNT N0038397PP141, NIIN 008843237 AMT $29,200 DTD 120496 TO Melstrom Mfg Corp , Farmingdale ,NJ 07727 CITE: (I-345 SN010345) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN San Francisco, CA SUBJECT: 19 -- USS SHASTA (AE-33) SPECIFICATION NUMBER SSSF-062B-97 CNT N62798-97-C-0004 AMT $169,112.00 DTD 021296 TO Bay Ship and Yacht Co 2900 Main Street Alameda, CA 94501 CITE: (I-345 SN010612) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN San Francisco, Ca SUBJECT: 19 -- USS SHASTA (AE-33) PRAV SPECIFICATION NUMBER 062-97 CNT N62798-97-C-0002 AMT $492,078.00 DTD 061296 TO San Francisco Drydock, Inc. P.O. Box 7644 San Francisco, CA 94120 CITE: (I-345 SN010613) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--GLAND, ACTUATOR SOL SP0451-96-R-2438 CNT SP0490-97-M-AD78 AMT $31,353.06 LINE 0001 DTD 120996 TO General Dynamics Corporation Electric Boat Division 75 Eastern Point Road Groton, CT. 06340-4989 CITE: (I-344 SN010242) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--WARDROBE AND FILE, SECTION SOL SP0451-96-Q-UE92 CNT SP0490-97-M-AD88 AMT $33,040.00 LINE 0001 THROUGH 0002 DTD 120996 TO York Mfg Inc 10928 Wheatlands Ave Santee CA 92071 CITE: (I-344 SN010247) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--TABLE, DINING 6 FT.LENGTH SOL 96T566-62-P-0400 CNT SP0490-97-M-AD84 AMT $42,560.00 LINE 0001 DTD 120996 TO Delta Industries Inc 1490 lindsay Blvd Idaho Falls ID 83405 CITE: (I-345 SN010260) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--HEATER, VEHICULAR COMPARTMENT. PER MILITARY SOL SP0750-96-Q-1612 CNT SP0750-97-W-5122 AMT $71,940.00 LINE 0001 THROUGH 0002 DTD 120996 TO Windward enterprises 8049 Saddle Run Powell OH 43065 CITE: (I-345 SN010283) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--SLEEVE, SLIDING, MECH SOL SP0740-96-Q-NA04 CNT DAAJ09-95-G-0014-UBN7 AMT $26,617.90 LINE 0001 DTD 120996 TO Bell Helicopter Textron Inc 600 E Hurst Blvd Fort Worth TX 76101 CITE: (I-345 SN010293) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--CALIPER HOUSING ASSEMBLY, REAR DISC BRAKE SOL 96TMY9-82-P-0700 CNT SP0750-97-M-2122 AMT $28,510.04 LINE 0001 THROUGH 0003 DTD 121096 TO AM General Corp service parts logistics OPNS/SPLO/ 408 S Byrkit Ave P O Box 728 Mishawaka IN 46546-0728 CITE: (I-345 SN010296) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--PUMP ASSEMBLY, POWER STEERING, VEHICULAR. SOL 97T742-02-P-0700 CNT SP0750-97-W-5121 AMT $25,025.00 LINE 0001 DTD 120996 TO Windward enterprises 8049 Saddle Run Powell OH 43065 CITE: (I-345 SN010297) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-SUPPORT ASSEMBLY,TU POC Contact Point, Bernadette Palmarini, 0232.27, (215)697-1185, Fax, (215)697-3161, Twx, Not-avail CNT F3460195G0012GCW2, NIIN 011932157 AMT $374,928 DTD 120296 TO Allison Engine Co Inc , Indianapolis ,IN 46206-0420 CITE: (I-345 SN010346) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-POWER UNIT,GAS TURB POC Contact Point, Donna M Sibel, 0224.04, (215)697-5970, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Patrick H Hayden, 0224, (215)697-5900 CNT N0038392D76087002, NIIN 013478038 AMT $1,520,772 DTD 120396 TO Allied Signal Inc. , Phoenix ,AZ 85072-2181 CITE: (I-345 SN010347) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-CHAMBER,COMBUSTION POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395D025M0007, NIIN 013693370 AMT $1,845,480 DTD 111796 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-345 SN010348) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-SHROUD,SUPPORT POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395D058M0009, NIIN 011397171 AMT $321,806 DTD 120296 TO Lkm Industries Woburn Inc , Woburn ,MA 01801-1759 CITE: (I-345 SN010349) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-CHAMBER,COMBUSTION, POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G054M0010, NIIN 993318213 AMT $948,640 DTD 110596 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-345 SN010350) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-VANE,COMPRESSOR STA POC Contact Point, Jeanette Y Williams, 0232.29, (215)697-0187, Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian J Connolly, 0232.36, (215)697-1032 CNT N0038395G054M5354, NIIN 995550101 AMT $27,261 DTD 120396 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-345 SN010351) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-SEGMENT,LINER TURBI POC Contact Point, Brian J Connolly, 0232.36, (215)697-1032, Fax, (215)697-1388, Twx, Not-avail CNT N0038395G054M5373, NIIN 011214456 AMT $205,116 DTD 120296 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-345 SN010352) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-DISK ASSEMBLY POC Contact Point, Brian J Connolly, 0232.36, (215)697-1032, Fax, (215)697-1388, Twx, Not-avail CNT N0038395G054M5374, NIIN 010706184 AMT $320,094 DTD 120296 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-345 SN010353) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-VANE,TURBINE NOZZLE POC Contact Point, Jeanette Y Williams, 0232.29, (215)697-0187, Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian J Connolly, 0232.36, (215)697-1032 CNT N0038395G054M5383, NIIN 011643149 AMT $81,594 DTD 120396 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-345 SN010354) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-SPACER,COMPRESS0R POC Contact Point, Jeanette Y Williams, 0232.29, (215)697-0187, Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian J Connolly, 0232.36, (215)697-1032 CNT N0038395G054M5384, NIIN 994535367 AMT $25,437 DTD 120396 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-345 SN010355) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-HOUSING,COMBUSTION POC Contact Point, Jeanette Y Williams, 0232.29, (215)697-0187, Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian J Connolly, 0232.36, (215)697-1032 CNT N0038395G054M5385, NIIN 010706156 AMT $27,647 DTD 120396 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-345 SN010356) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-DISK ASSEMBLY POC Contact Point, Jeanette Y Williams, 0232.29, (215)697-0187, Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian J Connolly, 0232.36, (215)697-1032 CNT N0038395G054M5386, NIIN 010706186 AMT $69,132 DTD 120396 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-345 SN010357) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-VANE,COMPRESSOR STA POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038396D019M0006, NIIN 001465531 AMT $258,141 DTD 112596 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-345 SN010358) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-PLATE,COOLING POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM058, NIIN 010473833 AMT $213,882 DTD 120296 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-345 SN010359) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-BLADE,TURBINE,ROTOR POC Contact Point, Carl Chatterton, 0232.01, (215)697-4384, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM059, NIIN 010900104 AMT $836,856 DTD 120396 TO Chromalloy American Corp , Harrisburg ,PA 17103-1095 CITE: (I-345 SN010360) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-CASE,OUTER,TURBINE POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM061, NIIN 006050333 AMT $335,614 DTD 120296 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-345 SN010361) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-TANK,LUBRICATING OI POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM062, NIIN 000379675 AMT $172,084 DTD 120296 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-345 SN010362) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-SUPPORT,BEARING,COM POC Contact Point, Cynthia D Palmer, 0232.18, (215)697-4386, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Mary Ellen A Eisele, 0232.28, (215)697-1181 CNT N0038397CM064, NIIN 009986811 AMT $52,690 DTD 120496 TO Kerns Manufacturing Corp , Long Island City ,NY 11101-2612 CITE: (I-345 SN010363) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-ROLLER,SIDE,PRIMARY POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM065, NIIN 011431886 AMT $42,968 DTD 120496 TO Palmer Mfg Co Inc , Malden ,MA 02148-0911 CITE: (I-345 SN010364) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-SEAL AND RUNNER POC Contact Point, Cynthia D Palmer, 0232.18, (215)697-4386, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Mary Ellen A Eisele, 0232.28, (215)697-1181 CNT N0038397CM068, NIIN 009988632 AMT $142,961 DTD 120496 TO Hansen Engineering & Machinery Co , Danvers ,MA 01923-0000 CITE: (I-345 SN010365) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 SUBJECT: 28 -- BLADE TURBINE ENGINE POC Ernie L. Robinson, Contract Specialist, 314-263-0737. CNT DAAJ09-96-C-0439 AMT $ 377,600.00 LINE 0001AA DTD 111596 TO Therm Incorporated, Hudson Street Extension, Ithaca, NY 14850 CITE: (I-345 SN010495) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO 63120 SUBJECT: 28 -- NOUN: NOZZLE, TURBINE, NSN: 2840-01-287-1317, P/N: 6038T43P17, QUANTITY: 250 EACH POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 263-0770, Marsha M. Flakes, Contracting Officer. CNT DAAJ09-96-D-0145, Delivery Order 0002 AMT $ 170,662.50 LINE 2002AA, 2003, A001 DTD 111896 TO Therm Incorporated, Hudson Street Extension, Ithaca, NY 14850 CITE: (I-345 SN010505) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO 63120 SUBJECT: 28 -- NOUN: BLADE, TURBINE, NSN: 2840-01-305-2444, P/N: 6058T42P15, QUANTITY: 3000 EACH POC Eddie M. Whitfield, AMSAT-A-PLBC, (314) 263-0770, Marsha M. Flakes, Contracting Officer. CNT DAAJ09-96-D-0129, Delivery Order 0002 AMT $ 825,000.00 LINE 2004AA DTD 112096 TO General Electric Co, Aircraft Engines Business Group, 1000 Western Avenue, Lynn, MA 01910 CITE: (I-345 SN010506) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--VALVE, CONTROL. SOL SP0770-97-Q-MA78 CNT SP0770-97-M-AN96 AMT $29,036.05 LINE 0001 DTD 121096 TO Servotronics Inc 1110 Maple St P.O.Box 300 elma NY 14059-0300 CITE: (I-345 SN010295) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29-CONTROL,PILOT LEVER POC Contact Point, Kevin C Dillon, 0234.05, (215)697-3189, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GB3405064, NIIN 997766821 AMT $38,520 DTD 120396 TO Lucas Areospace , West Bromwich B71 4jr Uk CITE: (I-345 SN010366) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29-INDICATOR,INCIPIENT POC Contact Point, Kevin C Dillon, 0234.05, (215)697-3189, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GB3405077, NIIN 991798664 AMT $133,777 DTD 120396 TO Lucas Areospace , West Bromwich B71 4jr Uk CITE: (I-345 SN010367) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29-IGNITER,ENGINE POC Contact Point, Sylvia M Cummings, 0221.03, (215)697-2583, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G002D5034, NIIN 011569205 AMT $58,406 DTD 120396 TO Smiths Industries Aerospace And , Clearwater ,FL 34622 CITE: (I-345 SN010368) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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, VALVE SOL SP0500-96-Q-PY98 CNT SP0500-97-M-N336 AMT $75,842.49 LINE 0001 DTD 120896 TO Alliedsignal Inc DBA Alliedsignal Aerospace Co airsupply OPNS 120 S Weber Dr Chandler AZ 85226-3216 CITE: (I-345 SN010440) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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, DRIVE CNT SP0760-97-M-4642 AMT $58,810.44 LINE 0001 DTD 120996 TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015 CITE: (I-345 SN010279) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 30-GEARSHAFT,SPUR POC Contact Point, Brian J Connolly, 0232.36, (215)697-1032, Fax, (215)697-1388, Twx, Not-avail CNT N0038397CM067, NIIN 008814836 AMT $58,800 DTD 120396 TO Caratron Inc , Warren ,MI 48093-8809 CITE: (I-345 SN010369) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 30-CONNECTING LINK,RIG POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PM006, NIIN 013456777 AMT $94,897 DTD 120396 TO New Hampshire Ball Bearings Inc , Laconia ,NH 03246-2937 CITE: (I-345 SN010370) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 31-BEARING,PLAIN,ROD E POC Contact Point, Antoinette Lewis, 0233.08, (215)697-3472, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Maria C Allen, 0233.01, (215)697-3770 CNT N0038396G001N6040, NIIN 012019481 AMT $70,000 DTD 120296 TO Boeing Helicopters , Ridley Park ,PA 19078 CITE: (I-345 SN010371) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 31-BEARING,ROLLER,CYLI POC Contact Point, Bernadette Palmarini, 0232.27, (215)697-1185, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM054, NIIN 014115162 AMT $118,598 DTD 120296 TO Mrc Bearings , Jamestown ,NY 14701 CITE: (I-345 SN010372) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 31-BEARING,SLEEVE POC Contact Point, Bob Hess, 02112.4, (717)790-4061, Fax, (717)790-2284, Twx, Not-avail CNT N0010497PDB84, Sol Nr N00104-95-T-8975, NIIN 009655239 AMT $43,144 DTD 121996 TO Westech Gear Corp , Lynwood ,CA 90262-4018 CITE: (I-345 SN010418) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--PLATE, RETAINING, BEARING SOL SP0500-96-Q-QN71 CNT DAAJ09-95-G-0014-TZD4 AMT $68,568.90 LINE 0001 DTD 121096 TO Bell Helicopter Textron Inc 600 E Hurst Blvd Fort Worth TX 76101 CITE: (I-345 SN010439) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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-9909 CNT SP0500-97-M-R543 AMT $62,000.00 LINE 0001 DTD 121096 TO MPB Corp Split Ballbearing Div sub of Wheelabrator-Frye Inc 336 Mechanic St Lebanon NH 03766-2627 CITE: (I-345 SN010443) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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, WASHER, THRUST SOL SP0500-97-Q-A469 CNT SP0500-97-M-R287 AMT $35,019.60 LINE 0001 DTD 120996 TO RBC transport dynamics Corp 3131 Segerstrom Ave P O Box 1953 Santa Ana CA 92702-1953 CITE: (I-345 SN010444) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, ANNULAR SOL SP0500-96-Q-DS94 CNT F34601-95-G-0012-TZ1K AMT $44,631.00 LINE 0001 DTD 120996 TO Allison Engine Co Inc MS speed code R39 2001 S Tibbs Ave P.O.Box 420 Indianapolis In 46206-0420 CITE: (I-345 SN010450) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083. SUBJECT: 34 -- INTERGRATED LOGISTICS SUPPORT ASSOCIATED WITH THE F/A-18D POC Ms. Kathleen Kiley, Contract Specialist, Code 2132KK, (908) 323-5197 Contracting Officer is Francis Hufnell. CNT N68335-97-C-0113 AMT $249,841.00 LINE N/A DTD 120296 TO Pines Manufacturing, Inc., 30505 Clemens Road, West Lake, OH 44145 CITE: (I-345 SN010645) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 41--DISCHARGE CAGE ASSEMBLY SOL SP0441-97-R-0004 CNT SP0441-97-C-0136 AMT $66,667.37 LINE 0001 THROUGH 0004 DTD 120996 TO Mechanical resources Inc 210 West side Ave Jersey City NJ 07305-1446 CITE: (I-344 SN010236) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 41--REFRIGERATOR, COLD PACK THERAPT. CNT SP0200-97-C-8501 AMT $123,950.00 LINE 0001AA DTD 120996 TO Medi-peth medical laboratory Inc 28 bowling green pky Lake Hopatcong NJ 07849 CITE: (I-345 SN010288) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 42-LIFE PRESERVER,YOKE POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397C004P, NIIN LLYY12454 AMT $275,825 DTD 101896 TO Switlik Parachute Co , Trenton ,NJ 08607 CITE: (I-345 SN010373) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 44--OIL, COOLER ASSEMBLY. E/I COOLER, FLUID. SOL SP0770-97-Q-MD38 CNT SP0770-97-M-AX53 AMT $50,900.00 LINE 0001 THROUGH 0002 DTD 121096 TO ITT standard 175 standard pky cheektowaga NY 14227 CITE: (I-345 SN010281) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. CNT F09603-95-G-0027-UBBS AMT $66,262.32 LINE 0001 THROUGH 0002 DTD 120996 TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI 49203-1972 CITE: (I-345 SN010292) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--UNION, PIPE. 70-30 COPPER NICKEL MATERIAL, SOL SP0770-97-Q-MA23 CNT SP0770-97-M-CN90 AMT $45,006.10 LINE 0001 THROUGH 0007 DTD 121096 TO Premier copper and brass of California Inc Atlantic Div 3797 progress Rd Norfolk VA 23502 CITE: (I-345 SN010300) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--PLUG, END. CNT SP0770-97-M-AV52 AMT $28,535.00 LINE 0001 DTD 120996 TO D and a electronics Mfg Inc 5303 Asbury Rd Farmingdale NJ 07727 CITE: (I-345 SN010301) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 47 -- HOSE ASSEMBLIES POC R. Phinn CNT N00406-97-M-D132 AMT $45,850 LINE N/A DTD 120496 TO american hose and fitting inc 6812 s 220th st kent wa 98032 CITE: (I-345 SN010534) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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, GLOBE SOL SP0760-97-Q-0022 CNT SP0760-97-M-7848 AMT $31,380.00 LINE 0001 DTD 121096 TO Sullivan supply Co. 1433 E. 10TH St. P.O. Box 467 Erie PA 16503 CITE: (I-345 SN010289) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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, CHECK. SOL SP0740-97-Q-0062 CNT SP0740-97-M-9062 AMT $32,825.43 LINE 0001 DTD 120996 TO Lee Co the 2 Pettipaug Rd P.O.Box 424 Westbrook CT 06498-0424 CITE: (I-345 SN010291) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 48-VALVE,LINEAR,DIRECT POC Contact Point, Debra B Brinn, 0225.10, (215)697-4383, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Ruth H Hinton, 0225.06, (215)697-2030 CNT N0038394G005J7002, NIIN 014334832 AMT $32,000 DTD 120296 TO Vickers Inc , Los Angeles ,CA 90039-1106 CITE: (I-345 SN010374) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 48-VALVE ASSEMBLY,HYDR POC Contact Point, Kathleen M Logan, 0233.05, (215)697-2124, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CN022, NIIN 010827327 AMT $155,222 DTD 120396 TO Pti Technologies Inc , Newbury Park ,CA 91320-1715 CITE: (I-345 SN010375) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 49-FIXTURE,HOOK ASSEMB POC Contact Point, Elizabeth A Dimperio, 0222.02, (215)697-6530, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CP011, NIIN 010588699 AMT $145,673 DTD 120296 TO Seyer Industries Inc , Saint Peters ,MO 63376 CITE: (I-345 SN010376) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 49-CYLINDER,BREATHABLE POC Contact Point, Helen M Rogers, 0222.09, (215)697-4072, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CP015, NIIN 012429616 AMT $190,100 DTD 120296 TO Conax Florida Corp , Saint Petersburg ,FL 33710-2936 CITE: (I-345 SN010377) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 49-HYDRAULIC TEST STAN POC Contact Point, Lisa A Zimmermann, 0222.04, (215)697-1178, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CP022, NIIN 011594744 AMT $157,200 DTD 120396 TO Copp Industrial Mfg Inc , Pomona ,CA 91767 CITE: (I-345 SN010378) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53-RING,COOLING INNER POC Contact Point, Jeanette Y Williams, 0232.29, (215)697-0187, Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian J Connolly, 0232.36, (215)697-1032 CNT N0038395G054M5375, NIIN 010706163 AMT $48,848 DTD 120296 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-345 SN010379) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53-SEAL,AIR,STATIONARY POC Contact Point, Brian J Connolly, 0232.36, (215)697-1032, Fax, (215)697-1388, Twx, Not-avail CNT N0038397CM001, NIIN 011578473 AMT $413,816 DTD 120296 TO Tri-industries Inc , Terre Haute ,IN 47807 CITE: (I-345 SN010380) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53-BRACKET,SUPPORT POC Contact Point, Louis U Jackson, 0232.25, (215)697-4265, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Carl Chatterton, 0232.01, (215)697-4384 CNT N0038397CM066, NIIN 010358221 AMT $27,435 DTD 120496 TO Arco Sales Co , Philadelphia ,PA 19124 CITE: (I-345 SN010381) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53-NUT,SELF-LOCKING,AS POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PM022, NIIN 011403084 AMT $40,426 DTD 120396 TO Sps Technologies Inc , Jenkintown ,PA 19046-2299 CITE: (I-345 SN010382) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--BUSHING, SPLINE SOL SP0500-96-Q-MM49 CNT SP0500-97-M-P543 AMT $82,400.00 LINE 0001 THROUGH 0002 DTD 120896 TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015 CITE: (I-345 SN010441) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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, INTERNAL WRENCHING SOL SP0500-97-Q-4813 CNT SP0500-97-M-R142 AMT $44,880.00 LINE 0001 DTD 120996 TO Fas tronics incorporated 4324 Garland drive Haltom City TX 76117 CITE: (I-345 SN010442) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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, MACHINE SOL SP0500-97-Q-5715 CNT SP0500-97-M-R420 AMT $29,869.00 LINE 0001 DTD 121096 TO ACE grinding and Mfg of Texas 2610 Aero Dr Grand Prairie TX 75052 CITE: (I-345 SN010445) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--STUD, SHOULDERED AND STEPPED CNT SP0500-97-M-J077 AMT $46,589.10 LINE 0001 THROUGH 0002 DTD 120996 TO Fairchild Industries Inc Fairchild aerospace fastener Div southbay OPNS/VOI-SHAN 2950 W lomita Blvd Torrance CA 90505-5103 CITE: (I-345 SN010447) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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, PLAIN ENCASED SOL SP0500-97-Q-3540 CNT SP0500-97-M-P901 AMT $37,800.00 LINE 0001 DTD 121096 TO Crane John Belfab 305 fentress Blvd P.O.Box 9370 Daytona Beach FL 32114-1206 CITE: (I-345 SN010448) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--SCREW, ACTUATOR SOL SP0500-96-Q-A788 CNT SP0500-97-M-R530 AMT $88,881.00 LINE 0001 THROUGH 0002 DTD 120996 TO Thomson Saginaw Ball Screw Co Inc 628 N Hamilton St Saginaw MI 48602-4301 CITE: (I-345 SN010449) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--BUMPER, RUBBER SOL SP0500-96-Q-1182 CNT F09603-94-G-0050-TZ4X AMT $40,875.00 LINE 0001 DTD 120896 TO Lord Corp Mechanical Products Div 1635 W 12TH St P O Box 10039 Erie PA 16514 CITE: (I-345 SN010451) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 SOL SP0500-97-Q-9380 CNT SP0500-97-M-R044 AMT $25,005.75 LINE 0001 THROUGH 0003 DTD 120996 TO Kampi Components Company 210 Route 13 Bristol PA 19007 CITE: (I-345 SN010453) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 ASSEMBLY, SHAFT SOL SP0500-97-Q-6433 CNT SP0500-97-M-R285 AMT $99,967.00 LINE 0001 DTD 120896 TO E G and G Sealol engineered products Div 15 Pioneer Ave Warwick RI 02888-1509 CITE: (I-345 SN010455) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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, TIMBER; IN ACCORDANCE CNT SP0500-97-M-R162 AMT $27,277.50 LINE 0001 THROUGH 0006 DTD 120896 TO Cook lumber Co Inc 7231 interlaaken Dr SW Tacoma WA 98499 CITE: (I-345 SN010456) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--FILTER-AMPLIFIER, RADIO FREQUENCY SOL SO0970-97-Q-A015 CNT SP0970-97-M-1331 AMT $31,163.00 LINE 7001 THROUGH 7002 DTD 120996 TO Narda microwave Corp the Lockheed Martin microwave /Narda West/ 11040 white rock Rd Suite 200 Rancho cordova CA 95670-6119 CITE: (I-345 SN010322) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-CONTROL UNIT,SIGNAL POC Contact Point, Raymond F Lynch, 0225.07, (215)697-4959, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Eugene J Zmijewski, 0225.01, (215)697-6543 CNT N0038395D008J7004, NIIN 011969891 AMT $921,100 DTD 120496 TO Texas Instruments Inc , Mc Kinney ,TX 75070-0801 CITE: (I-345 SN010383) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-CONTROL,COUNTERMEAS POC Contact Point, David Necowitz, 0234.08, (215)697-3821, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G008G7042, NIIN 013692132 AMT $429,736 DTD 120296 TO Rockwell Intl Corp , Cedar Rapids ,IA 52498 CITE: (I-345 SN010384) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-RECEIVING SET,RADAR POC Contact Point, Raymond F Lynch, 0225.07, (215)697-4959, Fax, (215)697-3161, Twx, Not-avail CNT N0038396D020J7002, NIIN 012567593 AMT $73,300 DTD 120396 TO International Enterprises Inc , Talladega ,AL 35160-1302 CITE: (I-345 SN010385) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-CHASSIS ASSEMBLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G006JRK01, NIIN 010971145 AMT $68,000 DTD 102396 TO Lockheed Martin Corp , Marietta ,GA 30063-0000 CITE: (I-345 SN010386) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-PANEL,CONTROL ELECT POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G009JX205, NIIN 013270275 AMT $28,500 DTD 103096 TO Hughes Defense Communications Co , Fort Wayne ,IN 46808-41 CITE: (I-345 SN010387) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-PANEL ASSEMBLY,FRON POC Contact Point, Kathleen Johnson, 0221.09, (215)697-4069, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CD004, NIIN 012328865 AMT $124,976 DTD 112796 TO Sci Technology Inc , Huntsville ,AL 35805-3007 CITE: (I-345 SN010388) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-PROCESSOR,RADAR DAT POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M045H, NIIN 014134476 AMT $36,400 DTD 111996 TO Hughes Aircraft Co , Los Angeles ,CA 90080-0028 CITE: (I-345 SN010389) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 58-DEFLECTION MODULE - AND OTHER REPLACEMENT PARTS POC Contact Point, Richard G Basila, 02131.15, (717)790-3598, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Thomas E Trump, 021x, (717)790-2736 CNT N0010495G02025042, Sol Nr N00104-96-Q-JA61, NIIN 012583562 AMT $588,832 DTD 120696 TO Raytheon , Portsmouth ,RI 02871-1087 CITE: (I-345 SN010419) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 58--OPTIONS LKS1031 (MOD), AN/PRC-127(A) RADIO POC D. Wilkosz, CS, 908/532-5557, AMSEL-ACCA-C-AN CNT DAAB07-96-D-C015 AMT $153,788 DTD 120496 TO Relm Communications Inc, DBA Bendix/King, 2901 Lakeview Rd, Suite 100, Lawrence, KS 66049 EMAILADD: caprionr@doim6.monmouth.army.mil EMAILDESC: CITE: (D-345 SN010434) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-96-Q-WP72 CNT SP0451-97-M-8314 AMT $29,189.72 LINE 0001 THROUGH 0002 DTD 120896 TO Techniservices Inc 8800 Metro Court Richmond, VA 23237 CITE: (I-344 SN010243) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--TERMINAL, LUG SOL SP0450-97-X-B084 CNT SP0450-97-M-H458 AMT $38,786.00 LINE 0001 THROUGH 0002 DTD 120996 TO F. D. Lawrence electric Co. 5739 webster Street Dayton, OH 45414 CITE: (I-345 SN010265) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 SP0930-96-Q-A238 CNT SP0930-97-M-2041 AMT $28,409.00 LINE 0001 THROUGH 7002 DTD 120996 TO Norstan electronics Inc 1911 E carnegie Santa Ana CA 92705-5505 CITE: (I-345 SN010317) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 SP0930-96-Q-A195 CNT SP0930-97-M-0650 AMT $37,841.67 LINE 0001AA THROUGH 0001A DTD 120996 TO Deutsch Co the Deutsch relays Inc Div 65 daly Rd East northport NY 11731-6304 CITE: (I-345 SN010318) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--SOLENOID ASSEMBLY SOL SP0930-96-Q-A234 CNT SP0930-97-M-2061 AMT $69,940.00 LINE 0001 DTD 120996 TO Whittaker Corp Whittaker Controls Div 12838 Saticoy St P O Box 3951 North Hollywood CA 91605 CITE: (I-345 SN010319) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 SP0930-97-Q-0161 CNT SP0930-97-M-2119 AMT $40,835.70 LINE 0001 DTD 120996 TO Rpa electronics Inc 122 S Terry St PO Box 1001 Dayton OH 45401 CITE: (I-345 SN010320) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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, ELETROMAGNETIC SOL SP0930-97-Q-A014 CNT SP0930-97-M-2139 AMT $27,028.00 LINE 0001 THROUGH 0002 DTD 120996 TO Associated Aircraft Supply Co 5021 W Jefferson Blvd P O Box 210069 Dallas TX 75211-3804 CITE: (I-345 SN010321) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 F34601-95-G-0004-UB02 AMT $32,564.00 LINE 0001 THROUGH 0004 DTD 120996 TO Northrop Grumman Corp electronic sensors and systems Div Rolling Meadows site 600 Hicks Rd Rolling Meadows IL 60008-1098 CITE: (I-345 SN010323) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-CIRCUIT CARD ASSEMB POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G001JUG21, NIIN 002875752 AMT $68,750 DTD 110396 TO Interstate Electronics Corp , Anaheim ,CA 92803 CITE: (I-345 SN010390) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-CIRCUIT CARD ASSEMB POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G001JUG22, NIIN 002875418 AMT $61,500 DTD 110396 TO Interstate Electronics Corp , Anaheim ,CA 92803 CITE: (I-345 SN010391) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-CIRCUIT CARD ASSEMB POC Contact Point, Gerald R Buday, 0235.11, (215)697-6511, Fax, (215)697-3161, Twx, Not-avail CNT N0038395D011G7002, NIIN 002252047 AMT $59,800 DTD 120396 TO Litton Systems Inc , Salt Lake City ,UT 84116-2914 CITE: (I-345 SN010392) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-SOLENOID ASSEMBLY POC Contact Point, Dorothy Henderson, 0233.06, (215)697-2814, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CN023, NIIN 011428045 AMT $218,000 DTD 120296 TO Talley Corp The , Oxnard ,CA 93030 CITE: (I-345 SN010393) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-ELECTRONIC COMPONEN POC Contact Point, Rosetta Jackson, 0231.18, (215)697-3760, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Charles J Hagee, 0231.22, (215)697-3339 CNT N0038397PB012, NIIN 014000916 AMT $57,430 DTD 120396 TO Communications And Power Industries , Beverly ,MA 01915-55 CITE: (I-345 SN010394) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-MODULE ASSEMBLY,VID POC Contact Point, Rosetta Jackson, 0231.18, (215)697-3760, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Charles J Hagee, 0231.22, (215)697-3339 CNT N0038397PB013, NIIN 012623251 AMT $69,056 DTD 120396 TO Northrop Grumman Corp , Hawthorne ,CA 90250 CITE: (I-345 SN010395) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-CABLE ASSEMBLY,RADI POC Contact Point, Rosetta Jackson, 0231.18, (215)697-3760, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Charles J Hagee, 0231.22, (215)697-3339 CNT N0038397PB014, NIIN 001622924 AMT $43,638 DTD 120396 TO Rowe Industries Inc , Toledo ,OH 43612 CITE: (I-345 SN010396) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-BACKPLANE ASSEMBLY POC Contact Point, Kathleen Johnson, 0221.09, (215)697-4069, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PD011, NIIN 012329122 AMT $46,176 DTD 120296 TO Sci Technology Inc , Huntsville ,AL 35805-3007 CITE: (I-345 SN010397) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-ELECTRON TUBE POC Contact Point, Gerald R Buday, 0235.11, (215)697-6511, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PG011, NIIN 013582831 AMT $99,510 DTD 120296 TO Teledyne Mec , Rancho Cordova ,CA 95742 CITE: (I-345 SN010398) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59-STAVE CABLE ASSY - AND OTHER REPLACEMENT PARTS POC Contact Point, Richard G Basila, 02131.15, (717)790-3598, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Thomas E Trump, 021x, (717)790-2736 CNT N0010495G02025041, Sol Nr N00104-96-Q-JA67, NIIN 013327008 AMT $615,937 DTD 120696 TO Raytheon , Portsmouth ,RI 02871-1087 CITE: (I-345 SN010420) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 59--SBIR PROGRAM - PHASE I POC A. Manfredi, CS, 908/532-5386, AMSEL-ACCC-A-CF CNT DAAB07-97-C-J730 AMT $99,993 DTD 112996 TO Phsical Optics Corp, 20600 Gramercy Pl Suite 10, Torrance, CA 90501 EMAILADD: caprionr@doim6.monmouth.army.mil EMAILDESC: CITE: (D-345 SN010431) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 59--SBIR PROGRAM - PHASE I POC A. Manfredi, CS, 908/532-5386, AMSEL-ACCC-A-CF CNT DAAB07-97-C-J731 AMT $100,000 DTD 112996 TO Scientific Systems Co, 500 W Cumming Pk, Suite 39, Woburn, MA, 01801 EMAILADD: caprionr@doim6.monmouth.army.mil EMAILDESC: CITE: (D-345 SN010432) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 59--SBIR PROGRAM - PHASE I POC A. Manfredi, CS, 908/532-5386, AMSEL-ACCC-A-CF CNT DAAB07-97-C-J730 AMT $99,993 DTD 112996 TO Phsical Optics Corp, 20600 Gramercy Pl Suite 10, Torrance, CA 90501 EMAILADD: caprionr@doim6.monmouth.army.mil EMAILDESC: CITE: (D-345 SN010433) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--STATOR, GENERATOR SOL SP0430-96-Q-BQ27 CNT SP0430-97-M-P363 AMT $47,872.04 LINE 0001 DTD 120996 TO Leland Electrosystems Inc 740 E National Rd Vandalia OH 45377-3062 CITE: (I-344 SN010240) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--CONTACTOR, MAGNETIC SOL SP0430-97-Q-P026 CNT SP0430-97-M-P365 AMT $72,675.00 LINE 0001 DTD 120996 TO Ward Leonard electric Co Inc 31 South St Mount Vernon NY 10550-1714 CITE: (I-345 SN010259) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--PLATE, BEARING SOL SP0430-96-Q-BJ88 CNT SP0430-97-M-R448 AMT $28,070.00 LINE 0001 DTD 120996 TO Leland Electrosystems Inc 740 E National Rd Vandalia OH 45377-3062 CITE: (I-345 SN010261) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61-POWER SUPPLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G001JUG20, NIIN 012653595 AMT $75,000 DTD 110396 TO Interstate Electronics Corp , Anaheim ,CA 92803 CITE: (I-345 SN010399) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61-POWER SUPPLY POC Contact Point, Anne M Crankshaw, 0235.08, (215)697-4377, Fax, (215)697-6793, Twx, Not-avail CNT N0038397CG011, NIIN 014169140 AMT $116,100 DTD 120496 TO St Keltec Corp , Fort Walton Beach ,FL 32548 CITE: (I-345 SN010400) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 61-POWER SUPPLY - AND SIMILAR REPLACEMENT PART POC Contact Point, Richard G Basila, 02131.15, (717)790-3598, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Thomas E Trump, 021x, (717)790-2736 CNT N0010495G02025038, NIIN 014244212 AMT $506,520 DTD 120696 TO Raytheon , Portsmouth ,RI 02871-1087 CITE: (I-345 SN010421) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 61-POWER SUPPLY POC Contact Point, Richard G Basila, 02131.15, (717)790-3598, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Thomas E Trump, 021x, (717)790-2736 CNT N0010495G02025046, NIIN LLH787855 AMT $537,858 DTD 120696 TO Raytheon , Portsmouth ,RI 02871-1087 CITE: (I-345 SN010422) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 61 -- MAGNETIC CONTACTOR STARTER AND RELAY POC E. Gabagat CNT N00406-97-M-D065 AMT $5,240,825 LINE N/A DTD 120396 TO consolidated electrical dist inc p o box 4160 bremerton wa 98312 CITE: (I-345 SN010535) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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 ASSEMBLY, INDICATOR SOL SP0441-96-Q-GF68 CNT SP0441-97-M-V436 AMT $47,783.85 LINE 0001 THROUGH 0002 DTD 120996 TO Eaton Corp aerospace & commericial Div MSC products 1640 Monrovia Ave. Costa Mesa CA 92627-4405 CITE: (I-344 SN010238) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- ANDREWS SPINAL SURGERY TABLE SST-3000 (TM) POC Jane Brusveen (708) 786-5240 CNT V797P-6763a AMT $25,978 LINE N/A DTD 120696 TO Orthopedic Systems, Inc., 30031 Ahern Avenue, Union City, CA 94587 CITE: (I-345 SN010524) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--HOUSING, INDICATOR SOL SP0440-96-Q-JZ15 CNT SP0440-97-M-Z307 AMT $26,992.00 LINE 0001 THROUGH 0002 DTD 120996 TO Litton Systems Inc Litton special devices 750 W sproul Rd Springfield PA 19064-4084 CITE: (I-344 SN010246) [Commerce Business Daily: Posted December 9, 1996] [Printed Issue Date: December 12, 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--STATOR WINDING, ASSY SOL SP0440-96-X-D336 CNT N00383-96-G-M128-TY26 AMT $86,463.00 LINE 0001 THROUGH 0002 DTD 120996 TO Litton Systems Inc Guidance and Control Systems Div 5500 Canoga Ave Woodland Hills CA 91367-6621 CITE: (I-344 SN010248) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--PNEUMATIC, MODULE, IN SOL SP0440-96-R-2738 CNT SP0440-97-C-0066 AMT $35,737.15 LINE 0001 DTD 120996 TO Air Dry Corp of America 5297 Maureen Ln P O Box 1959 moorepark CA 93020 CITE: (I-345 SN010262) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 SP0440-97-Q-T131 CNT SP0440-97-M-X415 AMT $54,536.00 LINE 0001 DTD 120996 TO Simmonds Precision Products Inc 100 Panton Rd Vergennes VT 05491-8801 CITE: (I-345 SN010266) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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-2809 CNT SP0440-97-C-0033 AMT $68,320.00 LINE 0001 THROUGH 0002 DTD 120996 TO Parker-Hannifin Corp Aerospace Group Customer Support Military Div 16666 Von Karman Ave Irvine CA 92714-4917 CITE: (I-345 SN010267) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66-COMPUTER,TRUE AIR S POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038393G008UWV12, NIIN 007597170 AMT $46,887 DTD 103096 TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6 CITE: (I-345 SN010401) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66-TRANSMITTER,LIQUID POC Contact Point, Leah Y Lester, 0233.11, (215)697-3719, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Linda T Rein, 0233.03, (215)697-2811 CNT N0038397PN021, NIIN 014228683 AMT $27,360 DTD 120396 TO Simmonds Precision Products Inc , Vergennes ,VT 05491-8801 CITE: (I-345 SN010402) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 66-TUBE,SMOKE TEST POC Contact Point, Catherine N Doyne, 87321.2, (717)790-7604, Fax, (717)790-2284, Twx, Not-avail CNT N0010497PBD88, Sol Nr N00104-96-Q-BZ87, NIIN 013757977 AMT $41,808 DTD 121996 TO Msa/defense Products Dept , Murrysville ,PA 15668-0000 CITE: (I-345 SN010423) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 66-SALINITY CELL CONDU POC Contact Point, Barbara A Mccarthy, 02111.13, (717)790-1201, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Jodene R Watkins, 02111, (717)790-4253 CNT N0010497PCB80, Sol Nr N00104-97-T-0237, NIIN 011849218 AMT $85,596 DTD 121696 TO Marine Electric Systems Inc , Clifton ,NJ 07014-1135 CITE: (I-345 SN010424) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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 -- CHEMICAL "E-Z FLOW" POC R. Phinn CNT N00406-97-M-C931 AMT $49,400 LINE N/A DTD 120296 TO vulcan chemical tech inc 1902 channel drive west salramento ca 95691-3477 CITE: (I-345 SN010536) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 70-OPTICAL READER,DATA POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038392GK030KK68, NIIN 014080430 AMT $95,000 DTD 103096 TO Grumman Aerospace Corp , Bethpage ,NY 11714-3596 CITE: (I-345 SN010403) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 70-CONVERTER-RECEIVER POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395D001G0006, NIIN 001683630 AMT $79,570 DTD 112596 TO Harris Corp , Melbourne ,FL 32902-0000 CITE: (I-345 SN010404) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 SUBJECT: 70 -- MAINTENANCE OF CONTROL DATA SYSTEMS POC Betty B. Kniceley, Code SD146, or Dwight G. Cooper TELECOPIER #: (540) 653-6810 PHONE #: (540) 653-7621. CNT N00178-97-C-4009 (Was Solicitation N00178-96-R-4023) AMT $306,420.00 LINE N/A DTD 120196 TO Control Data Systems, Inc., 4201 Lexington Avenue North, Arden Hills, MN 55126-6198 CITE: (I-345 SN010666) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: Purchasing And Materials Service Center, U.S. Postal Service, 395 Oyster Point Blvd., Suite 205, South San Francisco, CA 94099-6261 SUBJECT: 71--PSIN 1226E, CART, ACCOUNTABLE MAIL POC Gloria Soto, Purchasing Specialist, (415) 794-6242, S.R. Bradley, Contracting Officer (415) 794-6184 CNT 052684-96-B-0273 AMT $2,134,615.00 DTD 112796 TO Year A Round Corp., 110 W. Lind St.,P.O. Box 2075, Mankato, MN 56002-2075 CITE: (W-345 SN010564) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: Purchasing And Materials Service Center, U.S. Postal Service, 395 Oyster Point Blvd., Suite 205, South San Francisco, CA 94099-6261 SUBJECT: 71--PSIN 1226E, CART, ACCOUNTABLE MAIL POC Gloria Soto, Purchasing Specialist, (415) 794-6242, S.R. Bradley, Contracting Officer (415) 794-6184 CNT 052684-96-B-0273 AMT $2,134,615.00 DTD 112796 TO Year A Round Corp., 110 W. Lind St.,P.O. Box 2075, Mankato, MN 56002-2075 CITE: (W-345 SN010565) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 72--Household and Commercial Furnishing and Appliances OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 72--CLAMP, INSECT NET PROTECTOR SOL SP0100-96-Q-4302 CNT SP0100-97-C-5022 AMT $181,828.00 LINE 0001AA DTD 120996 TO Flagpoles Inc 95 Gnarled Hollow Rd P O Box 833 East Setauket NY 11733 CITE: (I-345 SN010277) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 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--COLD FOOD COUNTER SOL SP0500-97-Q-4995 CNT SP0500-97-M-P969 AMT $56,400.00 LINE 0001 THROUGH 0002 DTD 120996 TO Bayonne stainless products 98 Ave E Bayonne NJ 07002-2526 CITE: (I-345 SN010446) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--CABINET, FOOD WARMING, ELECTRIC SOL SP0500-97-Q-4942 CNT SP0500-97-M-P539 AMT $27,000.00 LINE 0001 DTD 120996 TO Rtf Mfg Rd 1 RT 66 Hudson NY 12534 CITE: (I-345 SN010454) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 75--Office Supplies and Devices OFFADD: General Services Administration, FSS Office Supplies & Packaging Procurement Division (2FYS) 26 Federal Plaza, New York, NY 10278-0004 SUBJECT: 75--STAPLER, PAPER FASTENING SOL 2FYS-AD-96-0012-N CNT GS-14F-64042 AMT $309,355.00 LINE LINES ITEMS 4 DTD 112196 TO Peace Industries, LTD 1100 Hicks Rd. Rolling Meadows, IL 60008 CITE: (I-345 SN010461) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 75--Office Supplies and Devices OFFADD: General Services Administration, FSS Office Supplies & Packaging Procurement Division (2FYS) 26 Federal Plaza, New York, NY 10278-0004 SUBJECT: 75--MAPTACKS, PUSHPINS, THUMBTACKS SOL 2FYS-BR-96-0007-S CNT GS-14F-6402A AMT $5,520.00 LINE 1NSN/1LI DTD 110896 TO A & W products Co. Inc. Gardner Street, drawer B port jervis, NY 12771 CITE: (I-345 SN010462) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 75--Office Supplies and Devices OFFADD: General Services Administration, FSS Office Supplies & Packaging Procurement Division (2FYS) 26 Federal Plaza, New York, NY 10278-0004 SUBJECT: 75--MAPTACKS, PUSHPINS, THUMBTACKS SOL 2FYS-BR-96-0007-S CNT GS-14F-64025 AMT $28,028.00 LINE 1NSN/4LI DTD 110896 TO A & W products Co. Inc. Gardner Street, drawer B port jervis, NY 12771 CITE: (I-345 SN010463) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 81-SHIPPING AND STORAG POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038396M103F, NIIN 001407905 AMT $31,200 DTD 111196 TO Ener-trans Inc , Oklahoma ,OK 73127-0000 CITE: (I-345 SN010405) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: SPECIAL NOTICES SUBJECT: AE FOR REPLACEMENT OF HOSPITAL WINDOWS, NAVAL HOSPITAL, CHARLESTON, SC DESC: We intend to award contract N62467-97-C-0762 to Rosenblum Architects, Charleston, SC for architect-engineer services for Replacement of hospital Windows, Naval Hospital, Charleston, SC. Rosenblum Architects accomplished the original design which is currently at the 100% stage. These design services will include the preparation of plans, specifications and cost estimate from the current 100% stage to the final stage. Any comments should be directed to the address above before Monday 13 Jan 1997. This is not a request for a proposal. The Point of Contact is Ms. Chris Cotton, Contract Specialist (803)820-5905.***** CITE: (W-345 SN010601) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: SPECIAL NOTICES SUBJECT: DEPT. OF TREASURY/IRS IT EXPO DESC: There will be a one day technology expo at the ICC Building, Hearing room B, 12th & Constitution Avenue, NW, Washington, DC on January 21, 1997 from 10:00 a.m. to 2:00 p.m. This event will be promoted to the following tenants: IRS HQ, Main Treasury, US Customs Service, and EPA/Justice. The requested technologies include: Communications, Imaging, Document Management, Data Warehousing, Security Hardware & Software, Color Printers, Laptops and Presentation Systems, Internet/Intranet, Year 2000, Statistical Software, and Mathematical Software. For further information on exhibiting, please call 800-878-2950 ext 208. LINK http://www.clark.net/fbc LINKDESC: Schedule EMAIL fbc@sales.net EMAILDESC: of Marketing CITE: (W-345 SN010608) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: SPECIAL NOTICES SUBJECT: DEPT. OF JUSTICE IT EXPO DESC: There will be a one day technology expo on-site at the Dept. of Justice in the Great Hall on January 22, 1997 from 10:00 a.m. to 2:00 p.m. The requested technologies include: Database management, video teleconferencing, CD-ROM, Multimedia, Internet, Graphic Terminals, Firewall Security, Project Management, and Software Applications. For further information on exhibiting, please call 800-878-2950 ext 212. LINK http://www.clark.net/fbc LINKDESC: Schedule EMAIL fbc@sales.net EMAILDESC: of Marketing CITE: (W-345 SN010615) [Commerce Business Daily: Posted December 10, 1996] [Printed Issue Date: December 12, 1996] PART: SPECIAL NOTICES SUBJECT: DEPT. OF ENERGY IT EXPO DESC: There will be a one day technology expo at the Dept. of Energy in Washington, DC on January 23, 1997 from 10:00 a.m. to 2:00 p.m. All technologies are applicable with an emphasis on network security, memory boards, workstations, wireless LAN, UPS, CASE Tools, project management, and visual database. For further information on exhibiting,please call 800-878-2950 ext 225. LINK http://www.clark.net/fbc LINKDESC: Schedule EMAIL fbc@sales.net EMAILDESC: of Marketing CITE: (W-345 SN010616)