[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: A--RESEARCH INTO IMPACT OF LOSSY IMAGE COMPRESSION ON AUTOMATIC TARGET RECOGNITION SOL N61331-97-R-0017 DUE 013097 POC Shirley Griner, Contract Specialist, (904)235-5354 Carol A. Dreger, Contracting Officer, (904)234-4863. DESC: The Naval Surface Warfare Center, Dahlgren Division, Coastal Systems Station, Panama City, Florida, intends to award a sole-source contract to Lockheed Martin Defense Systems - Arizona for basic research for the development of unique mathematical and statistical algorithms for compressing sonar data and detecting and classifying mines in sonar imagery that has undergone lossy data compression. This effort includes development of algorithms that compress sonar data to meet in-situ requirements for data storage and data transmission rates wile preserving critical data characteristic needed for mine detection and classification. This effort will include options to further improve algorithm performance and testing against Government furnished sonar data that will be provided in 1998 and 1999. This effort will support the Office of Naval Research (ONR) Amphibious Operations Area (AOA) Mine Reconnaissance/Hunter program requirements, and, potentially, Dual Use Initiatives by the COASTSYSTA. Lockheed Martin-Arizona is uniquely qualified for this effort because they have developed a unique image compression technique and automatic target recognition algorithms designed to greatly reduce data handling requirements and still permit reliable mine classification in highly cluttered sonar imagery. Their algorithms have performed in an exemplay manner on limited government furnished sonar data. Lockheed Martin-Arizona has the unique knowledge base, the facilities, and the experienced personnel necessary to successfully conduct the work. The key personnel have invested over four years in gaining the unique knowledge, insight, and skills necessary. Additionally, the algorithms developed by Lockheed Martin represent many work-years under other Lockheed Martin/DOD contracts and Lockheed Martin's own independent research and development (IRAD). The algorithms are very sophisticated and require specialized knowledge to use properly thus they cannot be easily or cost-effectively duplicated by another vendor. Note 22 applies. CITE: (I-354 SN013779) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 210000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: A--TERMINAL SENSOR SOL N68936-95-C-0027, MODIFICATION POC William T. Monckton, Contract Specialist, (619) 939-8234 or Dell Hledik, Contracting Officer, (619) 939-3382. DESC: Naval Air Warfare Center Weapons Division (NAWCWPNS), China Lake, CA intends to conduct negotiations on an other-than-competitive basis with Texas Instruments Defense Systems & Electronics Group (DSEG) to modify contract N68936-95-C-0027 for development and support of Advance ARM Guidance Demonstration (AAGD) project. The contract currently consists of two phases. Phase I covers the development, test and delivery of an Imaging Infrared Terminal Sensor and the necessary hardware and software. Phase I includes necessary engineering effort for integration and flight testing of the system. Phase II, which is scheduled to start only upon successful completion of Phase I, requires the development, testing and delivery of real-time, embedded Automatic Target Recognition (ATR) algorithms along with the necessary processor hardware. Both Phases I and II are scheduled for completion in Jul 1999. The hardware and software delivered under Phases I and II are to be integrated with other hardware being developed at NAWCWPNS for full system captive flight testing. NAWCWPNS intends to modify the contract by incorporating a Phase IA requiring the contractor to conduct flight tests, utilizing the terminal sensor developed during Phase I in order to collect flight test data of ground targets of interest. The flight data will then be used, post flight, to evaluate and modify existing ATR algorithms. Upon successful completion of Phase IA, with Government approval, the Contractor shall proceed with Phase II as it currently defined in the contract. The estimated duration of Phase IA is 12 months. Negotiations will be on an other-than-competitive basis since this effort is meant to be a bridge between current Phases I and II and not intended to be a stand-alone effort. Contract type is cost reimbursement/cost sharing. Any company wishing to inquire about subcontracting opportunties are encouraged to contact Texas Instruments (DSEG), 6600 Chase Oaks Blvd., Plano, TX. All responsible sources may submit an offer which will be considered by the agency. See Numbered Note(s): 22. CITE: (I-354 SN013897) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: A--INTELLIGENCE STIMULATOR SYSTEMS SOL DAAH01-97-R-A112 POC PCF, Sherry Pierce, Contract Specialist, AMSMI-AC-CFG, 205-842-8029, Bruce J. Metzger, contracting Officer, AMSMI-AC-CFG, 205-876-4202. DESC: This proposed effort provides for engineering and scientific expertise to analyze, design, develop, fabricate, install, integrate and modify Intelligence Stimulator Systems (ISS) in support of the Threat Simulator Management Office (TSMO), U.S. Army Threat Simulator Program. Performance on this solicitation will require access to proprietary data, therefore, participation is restricted to Amherst Systems, Incorporated. The period of performance will be for 36 months. This is the only source with the expertise to satisfy the agency's requirements without unnecessary costs and schedule impacts. The proposed acquisition listed above is a sole source procurement to Amherst Systems, Inc., 30 Wilson Road, Buffalo, NY 14221, and this synopsis is for the purpose of advertising possible subcontracting opportunities. See Numbered Note(s): 22. CITE: (I-354 SN013914) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: USA CBDCOM, AMSCB-PC E4455, 5101 HOADLEY ROAD, ABERDEEN PROVING GROUND MD 21010-5423 SUBJECT: A--RESEARCH AND DEVELOPMENT SERVICES: "INTEGRATION OF ANAV TO THE MICAD" SOL 077&&&-9612-0001 POC Contract Specialist Ruth M. Jones (410) 671-2548, Contracting Officer Josephine Barker (410) 671-2541 (Site Code DAAM01) DESC: The Chemical and Biological Defense Command (CBDCOM) intends to negotiate on a sole source basis with Lockheed Martin Librascope to modify existing contract DAAA15-93-C-0023 to add the Autonomous Navigation System (ANAV) function to the Multipurpose ntegrated Chemical Agent Alarm (MICAD). This notice is for information only. See Note 22. CITE: (I-354 SN013825) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--MANUFACTURING TECHNOLOGY, FY97 PROGRAM COST SHARING SOL N/A POC Lawence P. Parkinson, WL/MTX, 937-255-4623 DESC: The Wright Laboratory, Manufacturing Technology Directorate, is considering the following competitive potential contracting actions. The listed areas of interest may result in distinct contract or agreement awards. Because of mutual industry and Government benefit derived from research in the areas of interest, AF ManTech is seeking cost sharing on each of these efforts. Cost sharing of 2 to 1 industry to government resources is required for 25% of the FY97 new start dollars. Interested parties are asked to assess the topic areas for potential cost sharing by their organization including topics which are candidates to meet the 2 to 1 requirement. The response to of this announcement shall include: (1) identification of the topic areas which the responding organization would cost share; (2) an estimate of the level of cost share for each topic area identified; and (3) identification of experience and accomplishments for each area of interest. This notification serves notice primarily of the desire of the government to attain cost sharing in the following general areas of interest: (1) Implementation of findings from the Lean Aircraft Initiatives including suppliers base topics: Lean implementation activities focused on the topics defined in the industry Lean Forum III. Candidate projects resulting from this collaborative effort focus on improving the overall affordability of existing or new weapon systems by accelerating the implementation of lean concepts. Topics defined during the forum include: Lean Approaches to Precision Assembly, Lean Transition of Emerging Industrial Capability, Lean Strategies to Address Electronics Obsolescence, Abatement Activity Based Lean Enterprise Management, Lean Acquisition and Procurement, and Design Infrastructure for Collaborative Design Supplies Integration over Multi-Tiered Supply Chain. (2) Rapid response process improvements to positively impact quality, cost and schedule of weapon systems suppliers: Rapid response process improvements are planned to positively impact cost, quality and schedule and to mitigate risk for program offices in both acquisition and sustainment phases of weapons systems. Specific process improvement areas will be selected jointly with the interested program office, but are not available at this time. However, individual efforts will be negotiated with program office selected performers in the areas of electronics, metals, composites, manufacturing and engineering systems, and advanced industrial practices. (3) Manufacturing technology for the LIDAR system for munitions targeting and wind shear detection: Manufacturing Technology for LIDAR wind sensors, LIDAR systems are being developed for use in munitions targeting, precision air drop, and bomb drop accuracy improvement by providing real time measurement of winds and wind shears from an airborne platform. The LIDAR wind sensor ManTech program will address the Manufacturability of optically and mechanically complex subsystems by implementing advanced manufacturing tools in the design through production phases of system development. Design for Manufacturing and Assembly, Rapid Prototyping, and other advanced tools, offer potential for significant reductions in cycle times, costs, and greatly improved sustainability by eliminating the traditional design-build-test-redesign-rebuild cycle and eliminating or minimizing the amount of precision manual alignment required in the production of LIDAR transceivers. (4) Composites Affordability Initiative: The Composites Affordability initiative is being structured as a collaborative effort between industry and the government to jointly attack the issues and costs associated with the use of composites in military systems. Initially, the CAI will focus on design and manufacture of fixed wing attack aircraft as they represent the most costly and structurally challenging usage of composites. The initiative is directed at developing the fundamental tools for composite manufacturing, structural design and materials. The motivation for CAI is the potential for a paradigm shift in the way we design airframes by coupling design with low cost manufacturing in addition to addressing pervasive business policy and practice issues. A system level approach to design for composites will be utilized throughout the program. CITE: (W-354 SN013848) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Wr-Alc/Lfk, 296 Cochran St, Robins Air Force Base Ga 31098-1622 SUBJECT: B--ENGINEERING SERVICES SOL F09603-97-Q-21122 DUE 020697 POC For copy, Lydia Dumas/Lfka/[912]926-0883, For additional information contact Lydia Dumas/Lfka/[912]926-0883 DESC: This requirement is for engineering services for F-15 A/E Individual Aircraft Fatigue Tracking. The approximate issue/response date will be 07 Jan 97. To: Mcdonnell Douglas Aerospace, Saint Louis Mo 63166-0516. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. nnnn All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve you concerns. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). CITE: (I-353 SN013402) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: U.S. Marshals Service, Procurement Division, Suite 990, 600 Army-Navy Drive, Arlington, SUBJECT: B--SPECIAL STUDIES AND ANALYSIS SOL MBD-97-009 POC Linda Reynolds-Franklin, Contracting Officer, 202-307-9243. DESC: The U.S. Marshals Service anticipates awarding a solse source purchase order to FENTRESS, INCORPORATED located in Laurel, MD for consultant services to develop a personnel forecasting model. Purchase order using a simplified acquisition procedures are anticipated. CITE: (I-354 SN013748) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: DOD Support Services Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: B--IMPLEMENTATION OF A 2D MATRIX BAR CODING SYSTEM FOR UTILIZATION ON AIRCRAFT COMPONENTS SOL DTCG38-97-R-300002 DUE 012297 POC Contact Ms. Vergie Hall, Contract Specialist, 919-335-6642/Mrs. Martha Hebrew, Contracting Officer, 919-335-6557 DESC: Implementation of a 2D matrix symbol marking system for flight critical components with various material types and surfaces which have been identified by ARSC and OEM. Contractor to provide key personnel, all tooling, material and equipment involved for this effort as well as being required to have the availability of adequate laboratories, test facilities, test and evaluation equipment, and established procedures to perform all required research, analysis, tests, and investigations to develop and implement the requirement. This will be a 6 month pilot project performed at ARSC, Elizabeth City, NC, and possibly will require a trip either to Savannah, GA, or New Orleans, LA, to be completed no later than August 1997. Contractor will be required to train 6 to 12 ARSC personnel to support 2D matrix symbol marking of components. It is anticipated that a Best Value, Time and Materials contract will be awarded. Request for solicitation must be in writing. Facsimiles are acceptable (919-335-6496). Telephone requests will not be honored. NOTICE: For Minority, Women-Owned and Disadvantaged Business Enterprise: 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 it $500,000. For further information and applicable forms concerning the STLP, please call the ASDBU at 800-532-1169. See Note 26. CITE: (I-354 SN013831) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: National Institute of Environmental Health Sciences, Contracts and Procurement Management Branch, 4401 Research Commons Building, 79 Alexander Drive, P. O. Box 12874, Research Triangle Park, NC 27709 SUBJECT: B--ANALYZE SERUM SPECIMENS FOR PCB'S SOL MK84548 DUE 010397 POC Contact Mary Kimble, Contract Officer, (919) 541-0388 DESC: NIEHS is interested in obtaining analysis of serum specimens for PCB's. The period of performance shall be February 25, 1997 through June 25, 1997. NIEHS is negotiating with Pacific Toxicology as a sole source under the authority of 41 U.S.C. 253(c)(1). The justification for this determination is based upon and maintain research integrity. The results from a previous pilot study will be combined from the present pilot study assuring that the combined results are comparable and can be analyzed together. Should information be desired with regard to the acquisition, contact the Contracting Officer at (919) 541-0388. An RFP document is not currently available. Note 22 provides detailed response instructions. See Note 22. CITE: (I-354 SN013985) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential Sources Sought OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET, ST LOUIS MO 63103-2833 SUBJECT: B--CURATION AND COLLECTIONS MANAGEMENT SERVICES (INDEFINITE QUANTITY) SOL PD0000-4320-0011 A POC Contract Specialist DEBORAH A. KREMS (314) 331-8515 (Site Code DACW43) DESC: The St. Louis District, Corps of Engineers, intends to do an outside the scope supplemental agreement with R. Christopher Goodwin & Associates Incorporated, Contract No. DACW43-95-D-0512. This is an indefinite delivery contract for curation and colletion Management Services for all Army and Corps of Engineers Archaeological Collections within Maine, Vermont, New Hampshire, New York, Connecticut, Massachusetts, Rhode Island, Pennsylvania, New Jersey, Ohio, Kentucky, West Virginia, District of Columbia,Maryland, Delaware, Virginia, Tennessee, North Carolina, South Carolina, Alabama, Mississippi, Georgia, and Florida. The proposed modification (outside the scope) is to change "Army and Corps of Engineers" to "Army, MACOMS, DOD Services and Agencies, and other Federal, State and local Government agencies." See Note 22. CITE: (I-354 SN013808) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential Sources Sought OFFADD: Bucks County Planning Commission, The Almshouse, Neshaminy Manor Center, Doylestown, PA 18901 SUBJECT: B--BUCKS COUNTY OTTER CREEK WATERSHED STORMWATER MANAGEMENT AND FLOOD CONTROL STUDY DUE 012497 POC Bucks County Planning Commission, (215) 345-3400. DESC: The County of Bucks (Pennsylvania) in cooperation with the townships of Bristol, Falls, and Middletown and Bristol Borough request qualifications statements and study proposals from professional engineering firms interested in preparing a stormwater management and flood control study of the Otter Creek watershed. The RFQ/P will be available December 31, 1996. In order to be considered, responses are to be received by 4:30 p.m., January 24, 1997, in the office listed below: Robert E. Moore, Executive Director, Bucks County Planning Commission, The Almshouse, Neshaminy Manor Center, Doylestown, PA 18901, (215) 345-3400. In order that consulting engineering firms now serving as the official municipal engineer may continue to provide the participating governments with the benefit of their designation, they are specifically excluded from this solicitation. CITE: (M-354 SN013862) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 901 M Street, SE, Washington, DC 20374-5018 SUBJECT: C--MODIFIED SYNOPSIS - HOUSING REVITALIZATION, U.S. NAVAL ACADEMY, ANNAPOLIS, MARYLAND SOL N62477-97-C-0015 DUE 011397 POC Contact Randolph Jones, 202-685-3152/Deborah Grant, KO, 202-685-3166 DESC: The subject project which appeared in the 09 December 1996 issue of the Commerce Business Daily is hereby modified as follows: after the sentence reading "Information in the cover letter and any other attachments will not be included in the official selection process", add "Submit the SF 254 and SF 255 to the mail room in the EFA Chesapeake building, Building 212, by 3:30 p.m. on the due date." After the sentence reading "The small disadvantaged business set-aside goal in that subcontracting plan shall not be less than 5 percent of the subcontracted work", add "This set-aside goal of not less than 5 percent also applies to women-owned small business concerns." The due date is extended to close of business on 13 January 1997. All other information publicized in the original synopsis is correct. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Building 212, 901 M Street SE, Washington, DC 20374-5018 CITE: (I-354 SN013867) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006 SUBJECT: C--ENVIRONMENTAL ENGINEERING SERVICES FOR PROJECTS IN CALIFORNIA, UTAH AND NEVADA AREAS SOL N62474-96-D-6115 DUE 120596 POC Points of contacts and Contracting Officers are Sunny Drennan and Catherine B. Morris at FAX (415) 244-2440. DESC: This is a modification to the synopsis which was published in the Commerce Business Daily on 5 December 1996. This synopsis is to clarify the SF 254 and 255 due date and the period considered for DOD awards. In line four of the synopsis, delete . . . . . Due 120396 and insert in its place, . . . . . . Due 020597 . . . . . . In the demonstration of VOLUME OF WORK, delete . . . . . . DOD awards in the past five years and insert in its place, . . . . . . DOD awards during the period 1 October 1995 through 30 September 1996. CITE: (I-354 SN013872) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Eng. Ali El-Desouky, Central Department Chief (CDC) of Administration, Stores and Purchases, An Action for the USAID program. SUBJECT: C--NETWORK OPERATIONS CENTER, TELECOMMUNICATION SECTOR SUPPORT (TSS) PROJECT, ARENTO, EGYPT SOL N/A POC Contact Points: Mr. John D. Von Bergen, Project Manager, GTE, Tel +20-2-365-4340, Fax +20-2-365-4346. Mr. C. Wayne Ray, Contracts Manager, GTE, Tel +20-2-365-4340, Fax +20-2-365-4346. DESC: Eng. Ali El-Desouky, Central Department Chief (CDC) of Administration, Stores and Purchases, ARENTO, 9th Floor, Opera Exchange, Ataba Square, Cairo, Egypt. Correction: This action originally publicized in the CBD dated 10 December 1996. Delete the following paragraph: (b) Confirm all computer hardware, software, and related telecommunications equipment which they will provide conforms to AID requirements for "nationality", "source", "origin" and "componentry" as set forth in AID Handbook 11, Chapter 2 and which, in conformity with project requirements, will be AID Geographic Code 000 (USA) with regard to source/origin of the commodities and nationality of the supplier. And replace it with the following: "(b) Confirm that the firm, and all computer hardware, software and related telecommunications equipment provided for the NOC project will conform with the USAID requirements for "nationality", "source", "origin", and "componentry", as set forth in Title 22 of the Code of Federal Regulations, part 228 (22 CFR Part 228). In accordance with USAID regulations, the designated USAID Geographic Code for all NOC project requirements funded by USAID shall be 000 (USA)." All other information publicized in the original synopsis is correct. CITE: (I-354 SN013875) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: USDA - Forest Service, Ottawa National Forest, E6248 U.S. 2, Ironwood, MI 49938 SUBJECT: C--A&E - ENVIRONMENTAL IDIQ (INDEFINITE-DELIVERY INDEFINITE-QUANTITY) SOL R9Z-97-05-SS DUE 011797 POC For technical information contact Rick Kell at 906-932-1330; For contractual information contact Janet Peterson at 715-362-1168 DESC: The work contemplated for this contract includes environmental engineering services for the investigation, design and inspection of projects involving hazardous materials (HAZMAT) within the seven National Forests and at the North Central Forest Experiment Station sites located in the states of Michigan, Minnesota and Wisconsin. Work may occasionally be performed outside of these states and for other federal agencies. Projects may include environmental investigations of hazardous waste sites, emergency response to hazardous spills, remediation plan preparation, remedial cleanup, PRP searches, environmental property assessments, sewer and water system design, geotechnical and geophysical exploration of sites, training, CERCLA and NEPA document preparation, perform Natural Resource Damage Assessments in accordance with established federal guidelines, and various other special engineering projects. Due to the variety of projects anticipated, the selected firm(s) must possess a wide range of professional services including environmental engineering, civil engineering, geotechnical engineering, geology, hydrogeology, botany, biology, and public affairs. The selected firm(s) will be required to possess the necessary permits, registrations and licenses that may be required to carry out the tasks ordered under this contract. The firm(s) shall have a broad range of experience with environmental projects performed in accordance with the National Contingency Plan, 40 CFR 300, and under state authorities in Minnesota, Wisconsin and Michigan. Award of the contract is planned for on or about May 1, 1997, for a base period of one year with four optional, 1-year extensions. The services ordered under this contract will be Fixed Price. In order to receive further consideration, the applicant must submit Standard Form (SF) 254 and SF 255 addressing the basic evaluation criteria in NOTE 24, substituting USDA Forest Service where the Department of Defense is shown. Additional criteria to be evaluated include: (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Computer-assisted design capability and capacity (where such design is required). The following information is required to supplement the SF 254 and SF 255: (a) In Block 4 on SF 255, list ONLY people employed by the office submitting the form that will be responsible for the fulfillment of the work, exclusive of any subcontractor or branch offices. (b) In Block 8 on SF 255, list applicable experience in the states listed above that the firm has COMPLETED to the SATISFACTION of the applicable STATE or FEDERAL agency within the last 5 years. (c) In Block 6 of SF 255, identify discipline/service to be supplied by each branch office or subcontractor, including the number of individuals employed by each. (d) Firms must have either in-house or through association with qualified subcontractors and/or consultants, the normal staff and equipment to handle any task so ordered. (e) Indicate the location of firm in relation to the following cities: Cass Lake, Minnesota; Duluth, Minnesota; Park Falls, Wisconsin; Rhinelander, Wisconsin; Ironwood, Michigan; Escanaba, Michigan; and Cadillac, Michigan. Include the location of any branch offices, subcontractors or laboratories that will be involved. Unnecessarily elaborate proposals beyond that required to present a complete, concise, and effective response are not desired. The estimated volume of work is unknown; however, a guaranteed amount of $5,000 will be ordered annually. No single task order will exceed $500,000. Annual orders will not exceed $1,000,000. Typical delivery orders will range between $10,000 and $70,000. See Note(s): 24. CITE: (I-354 SN013876) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006 SUBJECT: C--ENVIRONMENTAL ENGINEERING SERVICES FOR PROJECTS IN CALIFORNIA, UTAH AND NEVADA AREAS SOL N62474-96-D-6115 DUE 120596 POC Points of contacts and Contracting Officers are Sunny Drennan and Catherine B. Morris at FAX (415) 244-2440. DESC: This is a modification to the synopsis which was published in the Commerce Business Daily on 5 December 1996. This synopsis is to clarify the SF 254 and 255 due date and the period considered for DOD awards. In line four of the synopsis, delete . . . . . Due 120396 and insert in its place, . . . . . . Due 020597 . . . . . . In the demonstration of VOLUME OF WORK, delete . . . . . . DOD awards in the past five years and insert in its place, . . . . . . DOD awards during the period 1 October 1995 through 30 September 1996. CITE: (I-354 SN013878) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 901 M Street, SE, Washington, DC 20374-5018 SUBJECT: C--MODIFIED SYNOPSIS - INDEFINITE QUANTITY CONTRACT FOR CRITICAL PATH METHOD, SCHEDULING AND ANALYSIS, VARIOUS LOCATIONS, ENGINEERING FIELD ACTIVITY CHESAPEAKE SOL N62477-97-D-0016 DUE 011497 POC Contact Randolph Jones, 202-685-3152/Deborah Grant, KO, 202-685-3166 DESC: The subject project which appeared in the 09 December 1996 issue of the Commerce Business Daily is hereby modified as follows: after the sentence reading "Information in the cover letter and any other attachments will not be included in the official selection process", add "Submit the SF 254 and SF 255 to the mail room in the EFA Chesapeake building, Building 212, by 3:30 p.m. on the due date." The due date is extended to close of business on 14 January 1997. All other information publicized in the original synopsis is correct. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Building 212, 901 M Street SE, Washington, DC 20374-5018 CITE: (I-354 SN013984) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Portsmouth Naval Shipyard, Facilities and Maintenance Department, Bldg. 237, Code 914VC, Portsmouth, NH 03804-5000 SUBJECT: C--MARINE ENGINEERING SERVICES-1997 SOL N62472-97-D-6517 DUE 021297 POC Point of Contact-Vivian A. Carignan, Contract Specialist, (207)438-5549 DESC: Scope of Services: Architectural and engineering services at the Portsmouth Naval Shipyard, Kittery, ME for an indefinite quantity contract for the preparation of contract drawings, specifications prepared using the SPECSINTACT system, design analyses, cost estimates, and AutoCAD compatible disks. Post construction award options such as shop drawing review/approval, consultation during construction and Title II inspection may be included. There will be no dollar limit per project. The total fee that may be paid under this contract (including the option year) will not exceed $500,000. The duration of this contract will be for one year from the date of the initial contract award with an option for one additional one-year period which may be exercised at the discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. Asbestos/lead paint may be encountered during design of all projects under this contract. The Government will perform all sampling and testing of these materials and provide all technical specifications required. The A/E shall identify these areas on contract drawings, quantify the removals required, and retain the services of an Industrial Hygienist if necessary to assist in the preparation of cost estimates. Initial Project: Provide professional marine engineering services for the preparation of contract drawings, specifications using the SPECSINTACT system, design analysis, cost estimates, and AutoCAD compatible disks to repair Berth 5 which may involve, but not be limited to, granite quay wall, salt water intake tunnel and access manhole, electrical manhole, and erorion control to prevent mechanical / electrical utility services from being undermined. Design support services will include civil, mechanical, electrical, and potentially architectural work. SF254/255 package must clearly address all of these design support services. This initial project will be the guaranteed minimum for this contract. Follow-on design projects, which may be added to the contract for a period of one year from the date of award, may include similar work along with repairs to timber wharves, steel H-piles, concrete pile cap / decking, sheet pile cellular cofferdams, and other marine related work. Significant Evaluation Factors (in order of importance): (a) qualifications and recent experience of people (including on staff and/or subconsultant divers) with respect to repairing marine structures, (b) past performance with respect to quality of work and compliance with performance schedules and cost constraints, (c) location of the firm in the general geographical area of the project and knowledge of the locality, (d) past experience, if any, with respect to performance on Department of Defense contracts, (e) present workload and ability to accomplish work within the required time frame, and (f) volume of work awarded by the Department of Defense within the last 12 months. Contract No.: N62472-97-D-6517 (number must be cited on SF 255) Type of Contract: Firm Fixed Price. Estimated Start Date: June 1997. Estimated Completion Date: June 1998. Estimated Cost of Construction: $50,000 - $4,000,000 Per Project. A/E firms which meet the requirements described in this announcement are invited to submit complete, updated SF 254 and SF 255 forms. Submit one copy of each form no later than 12 February 1997. No material will be returned. Clearly show qualifications, relative experience, and office location of the Project Manager and key individuals who will be assigned to this contract, including those who will be providing design support services. If the Government Board cannot clearly identify the key individuals who will be assigned to this contract, the firm will not be short listed. Specifically address each significant evaluation factor listed above. This is not a request for proposal. See Note 24. EMAILADD: vac_c910@ports.navy.mil EMAILDESC: CITE: (D-354 SN013729) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: USPFO for Oklahoma, Okla National Guard, 3535 Military Circle, Okla City, OK 73111 SUBJECT: C--ARCHITECT ENGINEER SERVICES FOR A BASE WIDE ENERGY AUDIT PROJECT. PROJECT: XHZG942990, TULSA, AIR NATIONAL GUARD BASE, TULSA, OK SOL DAHA34-97-R-0004 DUE 020797 POC Contracting Officer: Capt John Venaglia, (405) 425-8346, Base Civil Engineer, Capt John Blickensderfer, (918) 832-8285. DESC: The Government intends to enter into a firm fixed priced contract for Professional (investigative) Architect Engineer Services for a base wide Energy Audit Project. This project comprises identifying the current energy and water consumption levels and profiles for a variety of commercial and industrial type buildings, facilities, and systems. The project will also include identification of all cost-effective system and facility modifications, adjustments, alterations, additions, and retrofits. All Demand Side Management (DSM) programs available through servicing utility companies shall be investigated and used, or recommended, as appropriate. The AE shall provide pertinent drawings on ACAD Version 13 and documents in Microsoft Word 6.0 or compatible files. The Government will negotiate these professional services. The duration of the contract will be 90 (ninety) days. Estimated start date is March 15, 1997. The total estimated cost for the project is between twenty-five thousand and one hundred thousand dollars. The work will be performed for the Oklahoma Air National Guard located at the Tulsa Air National Guard Base, Tulsa, Oklahoma. Interested firms will be evaluated based on the following revised criteria in order of precedence: (1) Professional Qualifications; (2) Specialized Experience and Technical Competence necessary for satisfactory performance of required services; (3) Capacity to Accomplish Work in Required Time; (4) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Demonstrated success in Prescribing the use of recovered & materials and achieving Waste reduction & energy efficiency in facility design (if applicable). Type "B" and "C" services are not within the scope of this requirement. Firms wishing to be considered shall submit Federal Standard Form (SF) 254 and SF 255 to the Contracting Officer not later than 4:00 p.m. local time on January 22, 1997, or thirty days after the date this announcement is first published in the Commerce Business Daily, whichever date is later. Telegraphic and facsimile SF's 254/255 will not be accepted. See Notes number 1, and 24. This is a restricted acquisition open to small businesses only. This is not a Request For Proposal. CITE: (M-354 SN013739) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: DISA-DITCO/DTS42, 2300 East Drive, Bldg 3600, Scott AFB, IL 62225-5406 SUBJECT: D--SOFTWARE LICENSE RENEWAL/MAINTENANCE SOL N/A DUE 010397 POC Darlene Cutler, (618)256-9697 DESC: The Defense Information Technology Contracting Organization, Computer Technology Division, Procurement Branch (DITCO-DTS42), scott AFB, IL, intends to issue a sole source purchase order to Compuware Corporation, 7475 Wisconsin Avenue, Suite 300, Bethesda, MD 20814 for the acquisition of Hiperstation software CPU License Upgrade from (DLA CPU) Amdahl 5870, Group B, Serial # 910254 to an (DMC Columbus CPU) Amdahl 5595-8670M, Group G, Serial #78002415 and increase three months maintenance coverage from ( 1 Jul 97 to 30 Sep 97) for the period 3 Jan 97 thru 2 Jan 98. The statutory authority for other than full and open competition 40 U.S.C. 759 (g), as amended, specific make and model. Companies who can provide the above listed proprietary Compuware Corporation software product must indicate their interest within 15 days of this advertisement. Oral communications are not acceptable. Facsimile number is (618)256-9414. Estimated date of award is 3 Jan 97. No quotations/proposals received in response to this notice since this synopsis cananot be considered a Request for Quotation/Proposals. All responsible sources will be considered for evaluating the determination to issue a sole source purchase order. SIC Code 7372. CITE: (W-354 SN013730) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Internal Revenue Service, A/C PROCUREMENT M:P 7TH FLOOR, 6009 OXON HILL ROAD, OXON HILL, MD 20745 SUBJECT: D--SUBSCRIPTION TO FEDERAL EMPLOYMENT DATA SYSTEM SOL TIRNO97H00003 DUE 123096 POC Contract Specialist, Glen Haskins-Whitehead, 202-283-1514 DESC: Internal Revenue Service (IRS) proposes to enter into a sole-source contract with Potomac Systems, Inc. of Alexandria, VA, for access to the on-line system designed for the researching of federal employment case law, statues, regulations, and relatedmaterials. This contract will be a base year with four option years. The Standard Industrial Code (SIC) is 7375 and the Federal Procurement Data Systems Code will be 0317. Note #22 applies to this requirement. CITE: (I-354 SN013806) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Eng. El-Desouky, Central Department Chief (CDC) of Administration, Stores and Purchases, An action for the USAID program. SUBJECT: D--NETWORK OPERATIONS CENTER, TELECOMMUNICATION SECTOR SUPPORT (TSS) PROJECT, ARENTO, EGYPT SOL N/A POC Contact Points: Mr. John D. Von Bergen, Project Manager, GTE, Tel +20- 2-365-4340, Fax +20-2-365-4346. Mr. C. Wayne Ray, Contracts Manager, GTE, Tel +20-2-365-4340, Fax +20-2-365-4346. DESC: Eng. Ali El-Desouky, Central Department Chief (CDC) of Administration, Stores and Purchases, ARENTO, 9th Floor, Opera Exchange, Ataba Square. Cairo, Egypt. Correction: This action originally publicized in the CBD dated 10 December 1996. Delete the following paragraph: (b) Confirm all computer hardware, software, and related telecommunications equipment which they will provide conforms to AID requirements for "nationality", "source", "origin" and "componentry" as set forth in AID Handbook 11, Chapter 2 and which, in conformity with project requirements, will be AID Geographic Code 000 (USA) with regard to source/origin of the commodities and nationality of the supplier. And replace it with the following: "(b) Confirm that the firm, and all computer hardware, software and related telecommunications equipment provided for the NOC project will conform with the USAID requirements for "nationality", "source", "origin", and "componentry", as set forth in Title 22 of the Code of Federal Regulations, part 228 (22 CFR Part 228). In accordance with USAID regulations, the designated USAID Geographic Code for all NOC project requirements funded by USAID shall be 000 (USA)." All other information publicized in the original synopsis is correct. CITE: (I-354 SN013874) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: 38lS/LGCX, 4022 Hilltop Rd Ste 211, Tinker AFB OK 73145-2713 SUBJECT: D--LOCAL EXCHANGE SERVICE AT LOS ANGELES AFB CA SOL N/A POC Tomma Hofegartner, Contract Specialist, 405-734-9297 DESC: This is a sources sought market survey synopsis for vendors certified by the California Public Utility Commission to provide local telephone exchange services. The primary service requirement is local access trunking, commercial business lines, transport channel services, and related functions at Los Angeles Air Force Base, located in El Segundo County, CA. These exchange services do not include residential or business services for non-government entities or customers such as residential service for service members and their families or non-government contractors collocated with Los Angeles AFB. Los Angeles AFB is presently serviced by exchange (310)-363 provided by Pacific Bell Tel Co. The current quantity of direct in-dial and out-dial exchange access trunks serving Los Angeles AFB is 144. This quantity may expand due to additional service requirements. Additional trunking to TRW Inc (1 DS1). Aerospace Corp (1 DS1), Ft. McArthur (1 DS1), and Special Forces (1 DS1) is required. These facilities are assignable at the base and simply require the leasing of a T-1 line. Los Angeles AFB currently uses 8000 direct in-dial station numbers from (310)-362. Local calling access for Los Angeles AFB is needed to the exchange located in Hawthorne CA. Local exchange services are required to enable Government users to access the following: local and intra-LATA exchange areas, and interconnection with inter-LATA exchange carriers. The local exchange service shall include direct in-dial trunking to the Government telephone switching system (NTI SL1-XT). The vendor shall provide number portability for the current exchange DID numbers. Requirements for new hundred levels shall be within the existing NXX until exhausted. The vendor shall have the ability to acquire additional DID station numbers. Access to the local exchange shall include Emergency 911 services and functions. The vendor shall provide access to directory number information, e.g., NPA-555-1212 or 411. The vendor shall provide access to operator services for subscriber line verification or barge-in, extend to long distance providers and assistance with other exchange access functions. Interconnection of the local exchange service shall be provided by analog and digital trunks. Trunking connections for 4-wire E&M Type 1 or 2-wire dial repeating, digital (1.544Mbps) to provide E&M, and foreign exchange/local exchange wink start are needed. The vendor shall provide analog business lines and ISDN BRI digital line terminations. The vendor shall provide transport services within the local exchange area at data rates expected to range from low speed analog voice bandwidth to conditioned data channels supporting 56Kbps and digital stream ranging from DS1, SD3 to SONET OC-3 rates. Migration of SONET to next higher transmission rates is an expected growth plan. Transport services may be provided to the designated demarcation point or may be extended to the end users. Dynamic allocation of bandwidth is expected to be a future use of the local exchange connection facilities. Termination of lines and trunks (analog and digital facilities) shall meet via network loss constraints to maintain an acceptable engineered transmission level to the user. Reliability of facilities and equipment are concerns of the vendor. The Government may require periodic traffic study data. Expected channel availability rate of 99.98% or greater is needed. The quality of these channels shall meet or exceed industry standards for maximum noise levels, loss and echo. Demarcation of exchange access lines, private line channels, and trunks shall be at the switching system room. Termination of digital circuits shall permit craft personnel to access by patch cords. Demarcation of business lines shall be on the distributed frame (including BR1(ISND)U-Loop). The vendor shall provide and arrange billing in monthly increments itemized by pilot directory number, by service type and area codes. Billing shall be provided in paper format and magnetic media formatted for sorting and printing by the Government to distribute to tenants for verification and certification. The billing shall be separable by grouping of directory numbers or by individual directory numbers for distribution by these users. Firms interested in providing for the Los Angeles AFB CA, local exchange services and media requirements are requested to provide a summary of technical and financial information concerning their certifications (by type, i.e., facility or non-facility based by service area), applicable tariffs, capabilities, experience (current services or contracts to include points of contact), hardware assets and access to switched services and corporate background in the telecommunications industry. Offerors must provide specific information as to how the services listed in this synopsis would or could be satisfied. Only firms submitting acceptable technical and financial statements or resumes will be solicited or considered for competitive proposals or evaluation and selection under multiple tariffed services. Responses should be limited to approximately 25 pages or less. All replies should be forwarded to the contracting officer. Sources sought announcements are placed on the 38EIW Homepage, https://www.eiw38.af.mil/contracting/lgcx/lgcx.htm under the Specialized Contracting Section. CSA Branch. All questions and replies should be forwarded to the contracting officer 38LS/LGCX, Attn: Ms Cathy Summers, 4022 Hilltop Road, Suite 204, Tinker AFB OK 73145-2713, telephone: (405) 734-9297, FAX: (405) 734-9537, or e-mail: Cathy.Summers@mailgate.eiw38.af.mil. Responses to the synopsis are due by 22 Jan 97. CITE: (W-354 SN013793) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: 38lS/LGCX, 4022 Hilltop Rd Ste 211, Tinker AFB OK 73145-2713 SUBJECT: D--LOCAL EXCHANGE SERVICE FOR USAF RECRUITING OFFICE, ALBUQUERQUE, NM 87112-5954 SOL N/A DUE 012397 POC Jackie Catrow, Contract Specialist, 38 LS/LGCX, 405 734-9759 DESC: This is a sources sought market survey synopsis for vendors certified by the New Mexico Public Utility Commission to provide local telephone exchange services. The primary service requirement is local access commercial business lines and related functions at the USAF Recruiting Station located Albuquerque, New Mexico. These exchange services do not include residential or business services for non-government entities co-located with the USAF Recruiting Station. This USAF Recruiting Office is presently serviced by exchange (505) 292-xxxx provided by US West Communication Inc. The current business lines and transport channel service serving this Recruiting Office are 3 and 1 respectively. Local exchange services are required to enable Government users to access the following: local and intra-LATA exchange areas, and interconnection with inter-LATA exchange carriers. The local exchange service shall include business centrex software and features, such as DTMF dialing, call forwarding, caller ID and/or voice mail. The vendor shall provide number portability for the current directory numbers. Requirements for new directory numbers shall be within the existing NXX until exhausted. Access to the local exchange shall include Emergency 911 services and functions. The vendor shall provide access to directory number information, e.g. NPA-555-1212 or 411. The vendor shall provide access to operator services for subscriber line verification or barge-in, extend to long distance providers, and assistance with other exchange access functions. Demarcation of commercial business lines shall be at the recruiting office and shall include the end instrument. If ISDN BRI are installed, the U-Loop shall be extendible into the Recruiting Office to install NT1 interfaces. The vendor shall provide and arrange billing in monthly increments itemized by directory number. Billing shall be provided in paper format. Firms interested in providing local exchange services for the USAF Recruiting Station in Albuquerque, New Mexico are requested to provide a summary of technical and financial information concerning their certifications (by type i.e., facility or non-facility based by service area), applicable tariffs, capabilities, experience (current services or contracts to include points of contact), hardware assets and access to switched services and corporate background in the telecommunications industry. Offerors must provide specific information as to how the services listed in this synopsis would or could be satisfied. Only firms submitting acceptable technical and financial statements or resumes will be solicited or considered for competitive proposals or evaluation and selection under multiple tariffed services. Responses should be limited to approximately 25 pages or less. All replies should be forwarded to the contracting officer. Sources Sought announcements are placed on the 38EIW Homepage, https://www.eiw38.af.mil/contracting/lgcx/lgcx.htm under the Specialized Contracting Section, CSA Branch. All questions and replies should be forwarded to the contracting officer 38LS/LGCX, Attn: Ms. Cathy Summers, 4022 Hilltop Road, Ste 204, Tinker AFB, OK 73145-2713, Ph 405-734-9297 (Fax 405-734-9537) or e-mail Cathy.Summers@mailgate.eiw38.af.mil. Responses to the synopsis are due 23 JAN 97. CITE: (W-354 SN013847) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: Department Of Transportation, Transportation Administrative Service Center, (tasc) Acquisition Services, Svc-180, 400 7th Sw. Room 9413, Washingto SUBJECT: D--TELEPHONE SURVEYS REGARDING PAST PERFORMANCES EVALUATIONS SOL DTTO59-97-R-00003 DUE 010397 POC Alma Frye,202-366-4977 DESC: THE DEPARTMENT OF TRANSPORTATION (DOT) TASC IS INTERESTED IN IDENTIFYING POTENTIAL SOURCES TO CONDUCT TELEPHONE SURVEYS OF CONTRACTOR'S PAST PERFORMANCE. SURVEYS WOULD BE CONDUCTED OF PAST PERFORMANCE INFORMATION SUBMITTED BY OFFERORS RESPONDING TO GOVERNMENT SOLICITATIONS FOR VARIOUS SERVICES. FIRMS ABLE TO CONDUCT THESE SURVEYS SHOULD INDICATE THEIR INTEREST BY SENDING A STATEMENT OF CAPABILITY AND OTHER RELEVANT INFORMATION. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSED ONLY AND IS NOT AN RFP. FIRMS MUST INDICATE WHETHER THEY ARE A LARGE BUSINESS, SMALL BUSINESS, OR 8(a) UNDER SIC CODE 7389. THIS IS NOT A REQUEST FOR PROPOSAL/QUOTATION AND DOES NOT CONSTITUTE A GOVERNMENT AGREEMENT TO CONTRACT. THE GOVERNMENT DOES NOT INTEND TO PAY FOR INFORMATION FURNISHED TO RESPONSE HERETO. RESPONSES ARE REQUIRED WITHIN 15 DAYS OF THE DATE OF THIS PUBLICATION. LINKURL: http:www.gov/ost/m60/dotrfp.html LINKDESC: EMAILADD: alma.frye.tasc.dot.gov EMAILDESC: CITE: (W-354 SN013868) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: E--Purchase of Structures and Facilities--Potential Sources Sought OFFADD: National Transportation Safety Board, Office of Contracts & Procurement, 490 L'Enfant Plaza East, SW., Washington, DC 20594 SUBJECT: E--PURCHASE OF STRUCTURE OR FACILITIES POC Steve Bennett, (202) 314-6228/Barbara Bush, Contracting Officer, (202) 314-6220. DESC: The National Transportation Safety Board is seeking responsible sources for hangar space for lease or rental. The hangar space shall have the following minimum specifications; 100 miles within the Washington/Baltimore metropolitan area, concrete block/metal structure, area of 130,000 square feet, depth of 369 feet, door width of 312 feet, door height 60 feet, 2 floors, adjacent parking lot, floor shop of 7,000 square feet, floor 15-18 inches composed of flexural strength cement, on top of 4-5 feet structural, processed sand & gravel base compacted to 90% density, door openings extended to 312 feet. The structure shall have utility specifications of operating sanitary & water facilities, air conditioning, electrical 120/208, smoke and heat detectors. The potential uses of such a facility shall be light/heavy manufacturing, warehousing, distribution, aircraft storage, maintenance, and refurbishment. All responsible offerors may submit literature which shall be considered by the NTSB. Literature can be mailed to: National Transportation Safety Board, Office of Contracts & Procurement, 490 L'Enfant Plaza East, SW., Washington, DC 20594, attn: Steve Bennett. Literature can be facsimile to telephone number (202) 314-6254. It is the government's interest only to seek available sources. This is not a request for proposals, but only identify if a need for such a solicitation exists. Replies should be received within 15 days of this notice. CITE: (M-354 SN013715) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: Wallowa-Whitman National Forest, P.O. Box 907, Baker City, OR 97814 SUBJECT: F--TREE PLANTING SOL R6-4-97-6 DUE 021797 POC Contracting Section, 541-523-1209. DESC: This solicitation is to provide services for tree planting of Government-furnished tree seedlings on an estimated 8,477 acres per contract specifications. The project is located on the Bear Valley, Burns, Long Creek, and Prairie City Ranger Districts of the Malheur National Forest, Grant and Harney Counties, Oregon. An Oregon Farm/Forest Labor Contractor's License and a valid Migrant and Seasonal Agricultural Worker Protection Act Registration is required. Estimated start work date is April, 1997. See Note. 1. CITE: (M-354 SN013716) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--AERIAL SEEDING AND FERTILIZATION SOL IFB R8-12-97-13 DUE 012797 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 Sumter National Forest plans to contract for Aerial Seeding and Fertilization on approximately 981 acres on the Enoree Ranger District, Chester, Union, Newberry, Laurens and Fairfield Counties, South Carolina. The contractor shall furnish all equipment, materials, supervision, transportation, labor and supplies to aerial seed approximately 86 acres of National Forest Service land for wildlife and aerial fertilize approximately 895 acres for soil and watershed improvement in accordance with the specifications and provisions of the solicitation. No materials, labor or supplies will be furnished by the Forest Service unless specifically identified in the "Government Furnished Property" clause. CITE: (I-354 SN013752) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA, Forest Service, Kootenai National Forest, 506 U.S. Highway 2 West, Libby, Montana, 59923 SUBJECT: F--HAND TREE PLANTING SOL RFP R1-14-97-014 POC Contracting, (406) 293-6211, Ext. 2274 DESC: Offers are being solicited for Hand Tree Planting on four ranger districts of the Kootenai National Forest in Lincoln and Sanders Counties, Montana and Bonner County, Idaho, for 1997, with options to renew for one additional year. Contracts will be awarded by ranger district or by item. The project will consist of a range of hand tree planting as follows: Rexford Ranger District approx. 383,000 seedlings in the spring, approx. start date 5/5/97; complete 40 calendar days and 142,000 seedlings in the summer, approx. start date 6/30/97; complete 14 calendar days. The contract will have a renewal option for similar 1998 requirements. Fortine Ranger District 168,000 seedlings in the spring and will include stake row installation and analysis, approx. start date 4/22/97; complete 30 calendar days. The contract will have a renewal option for similar 1998 requirements. Libby Ranger District 200 to 300 acres and approx. 218,000 seedlings in the spring, approx. start date 4/15/97; complete 40 calendar days. The contract will have a renewal option for similar 1998 requirements, but may also include some summer planting. Cabinet Ranger District 250 to 350 acres, approx. start date 5/5/97; complete 30 calendar days. The contract will have a renewal option for similar 1998 requirements. All responsible sources may submit an offer which will be considered. See Numbered Notes 1 and 26. CITE: (I-354 SN013757) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA, Forest Service, Kootenai National Forest, 506 U.S. Highway 2 West, Libby, Montana, 59923 SUBJECT: F--TIMBER STAND EXAMINATIONS SOL RFQ 14-97-019 DUE 022197 POC Contracting, (406) 293-6211, Ext. 2274 DESC: The Kootenai National Forest, Fortine Ranger District, Lincoln County, is soliciting quotations for Timber Stand Examinations. The project will have one item and consist of a range of 1000 to 1350 combination plots. Issue date is 1/21/97. Estimated start work date is May 19, 1997. Complete by August 11, 1997. All responsible sources may submit an offer which shall be considered. See Numbered Notes 1 and 26. CITE: (I-354 SN013769) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: HSC/PKV, 3207 North Road, Brooks AFB, TX 78235-5363 SUBJECT: F--MODIFICATION OF PREVIOUS SYNOPSIS PUBLISHED 12 DEC 96, SUBJECT: WORLDWIDE FULL SERVICE ENVIRONMENTAL REMEDIAL ACTION EFFORTS WITH PARTIAL SMALL BUSINESS SET ASIDE SOL F41624-97-R-8003 POC Ms. Leticia Walton, Contract Specialist, (210) 536-6507 DESC: The purpose of this amendment is to change the CBD category from "C" to "F", and to announce the issuance of a draft Request For Proposal (RFP). 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 Draft 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 United States 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 Draft RFP is projected for release on or about 28 Jan 97. Comments from industry to the draft RFP shall be due no later than 14 calendar days from the release date. The Draft RFP will be issued via the SARAH page internet address: http://www.brooks.af.mil/HSC/PKA/programs/ra/ The release date of the final RFP is on or about 10 Mar 97. It is recommended that interested firms register at this address as information concerning this acquisition will be updated here. Communication through this internet address is recommended. No hard copies for any portion of this acquisition are anticipated to be provided. 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. CITE: (W-354 SN013870) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: Department of Veterans Affairs, Great Lakes Healthcare Systems, Contract Service Center, Bldg. 5, 5000 West National Ave., Milwaukee WI 53295 SUBJECT: H--ELEVATOR INSPECTION SERVICES SOL 69D-165-97 DUE 021497 POC Gloria Whitaker, Contracting Officer, (414) 384-2000x6917 DESC: Solicitation due date is extended to February 14, 1997, instead of December 27, 1996, for Elevator Inspection Services at the VA Medical Center, North Chicago, Illinois; Edward Hines VA Hospital, Hines, Illinois; West Side VA Medical Center, Chicago, Illinois; Clement J. Zablocki VA Medical Center, Milwaukee, Wisconsin; and the Wm. S. Middleton VA Hospital, Madison, Wisconsin. Requests for solicitation must be submitted in writing. No telephone requests will be accepted. Faxed requests are acceptable. Fax Number is (414) 382-5383. CITE: (I-354 SN013877) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: J--MECHANICAL MAINTENANCE SOL F42650-97-R-0031 DUE 020497 POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional information contact Jim Braddock/Pkoss/[801]775-2365 DESC: Contractor shall be required to provide all personnel, equipment, tools, materials, parts, supervision, engineering services, and any other items and/or services necessary to perform mechanical maintenance and repair of AC Units, Chillers, and Boilers located in building 891, OO-ALC. Only offerors who satisfy specific certifications and training requirements will be considered for award. These include, but not necessarily limited to, the following: 1. For the Trane CVHE-04G-AQ-4LC Centrifugal Chiller, CenTraVac Systems. Fundamentals certification, and CenTraVac UCP Controls certification. Contract Certification shall have been within the last 12 months. 2. Boiler power burner certification for installing, servicing commercial and industrial multi-fuel burners through a factory conducted training and certification course. Contractor certification shall have been with in the last 12 months. 3. Data-Aire Computer Room A/C Systems Factory authorized or Data-Aire Factory recommended installation, start-up and repair contractor, with the ability to secure and provide an Original Equipment Manufacture (OEM), propitiatory parts inventory. 4. Baltimore Air Coil (BAC) Industrial Fluid Cooling Units maintenance and repair expertise background/history. 5. A current Universal EPA certification for handling and testing the Chemicals required to maintain the Computer Operations environmental support equipment. This procurement will be conducted using regular negotiated procedures. Contractor shall be required to submit certification documentation as evidence of compliance with their price proposal. Period of performance is expected to begin from the date of award through 30 Sep 97, with four option years. The approximate issue/response date will be 03 Jan 97. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. This proposed procurement is under a 100 percent small business set aside, SIC: 7699, the size standard of annual receipts of $5.0 million dollars. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 1. CITE: (I-353 SN013407) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: J--TENSILE TESTER SOL F42650-97-T-5562 DUE 012797 POC For copy, Dave J. Hamson/Pkosa/[801]777-0195, For additional information contact Dave J. Hamson/Pkosa/[801]777-0195 DESC: Yearly on-call maintenance, repair and calibration of one each United, Model SFM-10 and one each United, model SFM-110 Tensile Tester. Delivery: 30 Sep 97 Only known source with capability of performing repair/maintenance IAW manufacture specifications. The approximate issue/response date will be 03 Jan 97. The anticipated award date will be 27 Jan 97. Oral procedure will be used for this solicitation. To: United Testing Systems Inc, Huntington Beach CA. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. CITE: (I-353 SN013408) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: J--CIRCUIT CARD ASSEMBLY SOL F04606-97-Q-42034 DUE 020697 POC For copy, contact the info office indicated., For additional information contact Franks.2ab/Pklxa/[916]643-2827 DESC: Repair of 4 each Circuit Card Assemblies, NSN 5998-01-324-3352BM, P/N 722-00432-00-0, applicable to the AN/UMQ-13 No data available The approximate issue/response date will be 07 Jan 97. The anticipated award date will be 06 Mar 97. Written procedure will be used for this solicitation. To: MASSCOMP, One Technology Pk, Westford MA01886. To: Lockheed Martin Corporation, Austin Tx 78760-7100. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. CITE: (I-353 SN013410) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, = Tinker Air Force Base Ok 73145-3028 SUBJECT: J--LINEAR ELECTRICAL ACCELEROMETER = SOL F34601-97-R-48313 DUE 021097 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Gregg May/Lidia/[405]739-4117 DESC: Solicitation will be issued to Allied Signal Inc, Teterboro, NJ, = for a basic year requirements type contract with two one-year options and a 90 day option. The contractor shall provide all labor, tools, parts, materials, support equipment, facilities, and transportation to repair the following: Item 0001: NSN: 6610-01-093-3356, P/N: 505001-1, Linear Electrical Accelerometer applicable to the F-15 aircraft. Estimated Qty: Basic Yr: 14 EA, Option I: 14 EA, Option II: 14 EA. The Accelerometer is a part of the Digital Readout Counter Set. The Counter Unit and the Accelerometer Unit operate together to measure vertical axis acceleration force. Accelerometer dimentions are: 3" long X 2.5" high X 1.25" wide. Material content: Non-Corrosive Alloy. Item 0002: Over and Above Work. Item 0003: Data. Required delivery: 2 EA every 30 days ARO and Reps. Repair shall be in accordance with applicable Technical Orders listed in Appendix A. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 See Note 26 The approximate issue/response date will be 10 Jan 97. To: Allied-Signal Inc, Teterboro Nj 07608-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. CITE: (I-353 SN013434) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, = Tinker Air Force Base Ok 73145-3028 SUBJECT: J--LINEAR ELECTRICAL ACCELEROMETER = SOL F34601-97-R-48314 DUE 021097 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Gregg May/Lidia/[405]739-4117 DESC: Solicitation will be issued to Systron-Donner Corp, Conord CA, = for a basic year requirements type contract with two one-year options and a 90 day option. The contractor shall provide all labor, tools, parts, materials, support equipment, facilities, and transportation to repair the following: Item 0001: NSN: 6610-00-525-3305, P/N: 4311A-12-P50, Linear Electrical Accelerometer applicable to the F-15 aircraft. Estimated Qty: Basic Yr: 49 EA, Option I: 51 EA, Option II: 50 EA. The Accelerometer is a part of the Digital Readout Counter Set. The Counter Unit and the Accelerometer operate together to measure vertical axis acceleration force. Accelerometer dimentions are: 3" long X 2.5" high X 1.25" wide. Material content: Non-Corrosive Alloy. Item 0002: Over and Above Work. Item 0003: Data. Required delivery: 5 EA every 30 days ARO and reps. Repair shall be in accordance with applicable Technical Orders listed in Appendix A. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 See Note 26 The approximate issue/response date will be 10 Jan 97. To: Systron-Donner Corp, Concord Ca 94518-1399. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. CITE: (I-353 SN013435) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: J--REPAIR OF CIRCULATOR SOL F04606-97-Q-42086 DUE 020797 POC For copy, contact the info office indicated., For additional information contact Griswold.2ag/Pklxa/[916]643-4128 DESC: Repair of 18 each, circulators, part number 2056225-0701, applicable to the AN/FPS-85 for GEODDS. Ship to Eglin AFB FL and Kelly AFB TX. The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Allied-Signal Corp, Baltimore Md 21286-5999. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 23. CITE: (I-353 SN013441) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, = Tinker Air Force Base Ok 73145-3028 SUBJECT: J--CIRCUIT CARD = SOL F34601-97-R-48321 DUE 022197 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Jim Mcneill/Lidia/[405]739-4408 DESC: J066 - A request for proposal will be issued to Honeywell Inc, = Phoenix Az for the repair of component parts applicable to the C-135 and B-52 Aircraft. A Firm Fixed Price Requirement type contract for a period of one year plus two one-year Options and a 90-day Option is contemplated. Items to be repaired consist of the following: Item 0001: NSN; 6615-01-225- 3798, Noun: CCA, P/N: 8503546-901, Estimated Quantities are 1 each per year. Item Dimensions; 6" L x 6 " W x. 75" D. Material content; Various Electronic Components. Description and Function of Item; Digitizes pressure signals from the ADSU and sends digital signals to the FCSP. Item 0002: NSN: 6615-01-225-3799, Noun: CCA, P/N: 8503585-901. Eatimated Quantities are 1 each per year. Item Deminsions: 2" L x 6" W x, 75" D. Material Content: Various Electronic Components. Descriptioin and Function of Item: A/C 28VDC to filtered 5 VDC for the ACUS. Item 0003: NSN: 6615-01-225-8214, Noun: Sensor, P/N: 8503338-901. Estimated Quantities: Basic Year, 31 ea., Option I, 32 ea., Option II, 31 ea., 90-Day Option, 9 ea. Item Dimensions: 4" H x 9" W x. 75" D. Material Content: Various Electronic Components. Description and Function of Item: Senses exterior aircraft pressures and digitizes this information in a signal to the FCSP. Item 0004: NSN: 6615-01-225-8139, Noun: Processor, P/N: 8503419-904. Estimated Quantities: Basic year, 18 ea., Option I, 16 ea., Option II, 16 ea., 90-Day Option, 6 ea. Item Dimensions: 11.5" W x 8" H x 19.85" L. Material content: Various Electronic Components> Description and Function of Item: Controls aircraft surfaces while in autopilot mode. Item 0005: NSN: 6615-01-225-0215, Noun: Processor, P/N: 8503419-903. Estimated Quantities: Basic Year, 41 ea., Option I, 37 ea., Option II, 46 ea., 90-Day Option, 12 ea. Item Dimensions: 11.5" W x 8" H x 19.85" L. Material content: Various Electronics Components. Description and Function of Item: Controls aircract surfaces while in autopilot mode. Deliveries are to be made to FB2039, Tinker AFB OK. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all all The approximate issue/response date will be 21 Jan 97. To: Honeywell Inc, Phoenix Az 85027-2837. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. This acquisition involves technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with the Defense Logistics Services Center (DLSC) (1=A9800=A9352=A93572) at the time of the request and have a legitimate business purpose. US contractors must submit with their request for solicitation a copy of their current, approved DD Form 2345 if obtained within the last 60 days. If you do not have a cage code but you have a current certified DD Form 2345, you must submit your DD Form 2345 with your request. To request this certification, write to the Commander, United States/Canada Joint Certification Office, Defense Logistics Services Center, ATTN: DLSC=A9SBB, 74 Washington Avenue North, Battle Creek MI 49017=A93084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345 in accordance with the current solicitation mailing process. The extent of foreign participation has not yet been determined. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small=A9business set=A9aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). See Note (s) 26. CITE: (I-353 SN013446) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7, Alameda, CA 94501-5100 SUBJECT: J--DRYDOCK AND REPAIR OF USCGC STEADFAST SOL DTCG85-97-B-625L72 DUE 012897 POC Alison Schnitzer, Contracting Officer,at (510) 437-3378 DESC: Provide all labor and material necessary for the drydocking and repair of USCGC Steadfast. All work to be performed at the Contractor's Facility. Definite items include, but are not limited to, the following: 1) Zinc Anode Renewal 2) Underwater Body Inspection and Preservation 3) Sea Valve and WasterPiece Overhaul 4) Anchor Windlass Overhaul 5) Ground Tackle Overhaul 6) Ultrasonic Hull Thickness measurement 7) Fathometer Transducer Renewal 8) Sewage Tank Cleaning and Inspection 9) Fuel Tank Cleaning and Inspection 10) Poltable Water Tank Cleaning and Inspection 11) Prop Shaft Mechanical Seal Replacement 12) CPP Maintenance 13) Evaporator Overhaul , Cleaning and Hydrostatic Test 14) Rudder/ Rudder Stock Maintenance 15) Steering Ram Repairs 16) Valve Renewal 17) Waste Heat Piping Insulation Renewal 18) MSB Davit Modification 19) Flight Deck Preservation 20) Freeboard Preservation-- the cutter's homepier is Astoria, Oregon. The vessel's Availability Schedule is 17 March 1997 thru 09 May 1997-- The proposed contract listed is open to large and small businesses -- Plans and specifications will be on or after 27 December 1996-- All responsible sources may submit a bid which shall be considered the United States Coast Guard. For Women-Owned and Disadvantaged Business Enterprises. The Department of transportation (DOT) Minority, Office of Small and Disadvantaged Business Utilization has program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportatio-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 th acquisition, contact the contracting official listed above. ***** LINKURL: N/A LINKDESC: EMAILADD: Alison Schnitzer/MLCPAC@internet.uscg.mil EMAILDESC: Officer CITE: (W-353 SN013493) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: General Services Administration, Public Buildings Service, Contracts Branch (5PMC, M/S 33-3), 230 South Dearborn Street, Room 3324, Chicago, Illinois 60604-1696 SUBJECT: J--MECHANICAL OPERATIONS AND MAINTENANCE SERVICE, FEDERAL BUILDING AND U.S. COURTHOUSE, 500 BARSTOW COMMONS, EAU CLAIRE, WISCONSIN SOL GS05P97GAC0009 DUE 021197 POC Catherine Dean, Contract Specialist, 312/353-7598 DESC: Correction: This action orginally publicized in the CBD dated 12/13/96, is a Request For Proposal. The proposed contract is being procured on an unrestricted basis and is open to all business concerns. A subcontracting plan will be required for all large businesses. The small business size standard for this project is $7 million and the Standard Industrial Classification Code is 1711. All other information publicized in the originally synopsis is correct. EMAILADD: Catherine.Dean@gsa.gov EMAILDESC: CITE: (W-353 SN013494) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave. Suite 500, Everett, WA SUBJECT: J--USS CALLAGHAN (DDG-994) SOL N62799-97-R-0018 DUE 021197 POC T. Mandell, Contract Specialist, 206-304-5808 DESC: Availability dates: 24 Feb - 17 Mar 97. DSRA. Sonar Dome rubber window replacement and underwater hull repair work. Sources who currently hold, or are qualified for and willing to enter into an Agreement for Boat Repair/Master Ship Repair Agreement DFAR (217.71) prior to award, may submit a bid which shall be considered by this agency. Firms which do not possess an Agreement for Boat Repair/Master Ship Repair Agreement are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of their MSR application to execute the ABR/MSRA without impacting the vessel's availability dates. CITE: (I-353 SN013496) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Social Security Administration, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696 SUBJECT: J--PREVENTIVE AND REMEDIAL MAINTENANCE ON GOVERNMENT-OWNED PITNEY BOWES EQUIPMENT LOCATED IN WILKES-BARRE, PENNSYLVANIA SOL SSA-RFQ-97-2934 DUE 010297 POC Joyce L. Werrell Tel: (410) 965-9473 DESC: The Social Security Administration (SSA) plans to issue a noncompetitive request for quotation SSA-RFQ-97-2934 to Pitney Bowes for preventive and remedial maintenance service on 20 pieces of government-owned Pitney Bowes mailroom equipment listed below, located at SSA in Wilkes-Barre, Pennsylvania; Inserter/Stacker Model 8318 serial numbers 2307 and 2406, Forms Conveyer Model 317A serial numbers 1693 and 1747, Power Stacker Model 3200 serial numbers 16633 and 16615, Burster/Folder Model 8353 serial numbers 3384 and 3443, Production Mailer Model R150 serial numbers 5116, 5119, 4905 and 4926, Mail Opener Model 1250 serial numbers 8699, 9548, 8700, 9411, 9030 and 9033, Sealing Machine Model 6100 serial number 27073 and Power Stacker Model 3250 serial number 1972. Request for quotation to be issued o/a January 06, 1997. Period of Performance is 02/27/97 through 02/26/98 with a one (1) year renewable option. This procurement will be awarded using the Simplified Acquisition Procedures under Federal Acquisition Regulations Part 13. Pitney Bowes is the only known source able to provide this service. All interested parties responding to this notice must submit capability statements. All responsible sources may submit a quotation which shall be considered by the agency. All requests must be submitted in writing and received within 15 calendar days from the date of this publication. Respond to Joyce Werrell, Contract Specialist, Social Security Administration, 1710 Gwynn Oak Avenue, Baltimore, Maryland 21207. Facsimile requests will be accepted at (410) 966-9310. No telephone requests will be accepted. CITE: (I-354 SN013735) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: J--DEPOT LEVEL REPAIR MAINTENANCE OF MAJOR AND SECONDARY ITEMS, ASSEMBLIES AND SUBASSEMBLIES OF THE AVENGER WEAPON SYSTEM. SOL DAAH01-96-P-1008 DUE 010897 POC AMSMI-AC-CDCD, Jo Anne Mankoski Contracting Officer, 205-876-3184. DESC: Synopsis No. 5416-96 (MA) NSN This is a sole source requirement to Wildwood Electronics Incorporated, 29700 Indian Springs Road, Madison, AL 35758 to procure depot level repair and maintenance support for major and secondary items, assemblies and subassemblies of the AVENGER Weapon System. The item to be covered under this effort is : AVENGER Fire Assault Console, NSN 1430-01-344-3503, Army P/N 13264880, Qty 26 each. This 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 opportunities in connection with this procurement, make contact with the firm(s) listed. A technical data package which defines all engineering and quality requirement is not available. 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 1430-01-344-3503, Awd Date 053195, Qty 55, Unit Price $1,395.40. 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-354 SN013765) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX 2946, PORTLAND OR 97208-2946 SUBJECT: J--ELEVATOR MAINTENANCE - JOHN DAY DAM AND THE DALLES DAM SOL DACW57-97-B-0003 DUE 021897 POC Contract Specialist MARTINA HARWOOD (503) 326-5816 (Site Code DACW57) DESC: Elevator maintenance for Base Year and four Option years at the John Day Dam (8 each) and The Dalles Dam (5 each). Bidders must have a satisfacory performance and saftey record. Call back service for four hours. Monthly, quarterly and annnual maintennce checks are required. Contractor to provide all labor, supplies, parts and materials. For additional technical information call Donna Henkel at (541)298-3512. This procurement is 100% set aside for small business, the size standard for which is a concer, total annual sales not to exceed $5,000,000. Please indicate business size when responding. Invitation for bid DACW57-97-B-0003 will be available on or about 20 January 1997. Tentative bid opening date is 25 February 1997. All responsible sources may submit a bid which will be considered by the CITE: (I-354 SN013824) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: J--REPAIR/OVERHAUL/MODIFICATION OF HAWK SECONDARY ITEM SOL DAAH01-97-R-A027 DUE 020197 POC AMSMI-AC-CDBA, Margaret King Contracting Officer, 205-842-7553. DESC: Synopsis No. 5373-96 (MA) This is a sole source requirement to Raytheon Co., Missile System Div., Andover Plant, 350 Lowell Street, West Andover, MA 01810 for the Repair/Overhaul/Modification of HAWK Secondary Items. The Government does have in its possession the technical data package suitable to support full and open competition. The requirement includes base requirement, FY 97, 98, and 99 and FY 01 options. All subcontracting requests should be directed to the address above. See Numbered Note(s): 22. CITE: (I-354 SN013892) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Administrative Support Center East, Office of Contracting, Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA 17070-5001 SUBJECT: J--MAINTENANCE ON GOVERNMENT OWNED ADP EQUIPMENT SOL SB3100-6351-1005 DUE 012297 POC Diane M. Peifer, Contract Specialist, 717-770-4613 or R C Souto, Contracting Officer, 717-770-6206 DESC: The Defense Distribution Depot Susquehanna, PA has a requirement for maintenance coverage for various pieces of Government -owned ADPE located at the Defense Distribution Region East in New Cumberland, PA 17070. Examples of the equipment to be maintained are: Welch Allyn and Lee Data bar code wands, ComputerWise transterm keypads, NEC monitors, Lee Data and Genicom printers. The contractor shall be required to respond on site within four (4) hours to provide maintenance service when requested by the Contracting Officer's Representative. The period of performance shall be from on or about February 1, 1997 through July 31, 1997. The proposed contract is 100% set aside for small business concerns. The associated standard industrial code is 7378 and the small business size standard is $18.0 million. All responsible small business concerns may submit a quotation which shall be considered by this agency. This requirement is being processed in accordance with Simplified Acquisition Procedures. A Request for Quotation package will be issued for this requirement. FAX requests for the Request for Quotation package will be accepted at 717-770-5689. Phone requests for the package will not be accepted. Your faxed request for the Request for Quotation package should state the following: (1) Contractor's name and mailing address; (2) company's phone and fax numbers; and (3) company point of contact. See Note 1. LINKURL: http://www.dla.mil LINKDESC: EMAILADD: d_peifer@smtp.ddre.dla.mil EMAILDESC: CITE: (W-354 SN013974) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Gilcrest Electric And Supply Company, Nasa Plum Brook Station, 6100 Columbus Avenue, Sandusky Oh 44870 SUBJECT: J--MATERIALS AND LABOR TO REPAIR INDUCTION HEATING COILS SOL 7403 POC Marlisa M. Young, (419) 621-3258 DESC: Materials and Labor required to repair Induction Heating Coils from a Induction Heater Unit, located in the Hypersonic Tunnel Facility (HTF) at the NASA Plum Brook Station, Sandusky, Oh 44870. This solicitation will be for repairs authorized under NASA Contract Number NAS3-26951. Delivery will be to NASA Plum Brook Station, Sandusky, Ohio 44870. Delivery is required by April 1997. Requests for this solicitation must be received no later than 4:30pm E.S.T., on January 6, 1997. When calling please be prepared to state name, address, and solicitation number. FAX request and e-mail requests are acceptable and should be sent to Marlisa M. Young at 419-621-3276 or pbyounm@lims01.lerc.nasa.gov, using solicitation number 7403. All responsible sources may submit a bid which shall be considered.***** CITE: (W-354 SN013981) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Gilcrest Electric And Supply Company, Nasa Plum Brook Station, 6100 Columbus Avenue, Sandusky Oh 44870 SUBJECT: J--MATERIALS AND LABOR TO REPAIR INDUCTION HEATING COILS SOL 7403 POC Marlisa M. Young, (419) 621-3258 DESC: Materials and Labor required to repair Induction Heating Coils from a Induction Heater Unit, located in the Hypersonic Tunnel Facility (HTF) at the NASA Plum Brook Station, Sandusky, Oh 44870. This solicitation will be for repairs authorized under NASA Contract Number NAS3-26951. Delivery will be to NASA Plum Brook Station, Sandusky, Ohio 44870. Delivery is required by April 1997. Requests for this solicitation must be received no later than 4:30pm E.S.T., on January 6, 1997. When calling please be prepared to state name, address, and solicitation number. FAX request and e-mail requests are acceptable and should be sent to Marlisa M. Young at 419-621-3276 or pbyounm@lims01.lerc.nasa.gov, using solicitation number 7403. All responsible sources may submit a bid which shall be considered.***** CITE: (W-354 SN013982) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: L--CETS SOL N00140-97-R-0486 POC Robert Serra, Contract Negotiator, (215)697-9623. DESC: The Fleet Industrial Supply Center (FISC) Norfolk, Detachment Philadelphia,intends to acquire non-personal Contractor Engineering and Technical Services (CETS) by qualified Contractor's personnel who will be required to provide Contractor Field Services (CFS) for the purpose of informing, instructing and training Department of the Navy personnel in the installation, operation, and maintenance of the C-9 aircraft weapons, equipment and systems under Task Number 25460. The anticipated base period of performance is 1 July 97 through 30 September 97 with two, 12 month options and one, 9 month option for a total contract performance period not to exceed 36 months if all options are exercised. This period reflects the Government's minimum needs. Place of performance for this task is MCAS Cherry Point, NC. The applicable Standard Industrial Classification number is 8711. All responsible sources may submit a proposal which shall be considered by FISC Norfolk, Detachment Philadelphia. Requests for solicitation should be made by letter or telegram directed to FISC Norfolk, Detachment Philadelphia, Code 0343C. Fax number is (215) 697-9738. SYN 055. CITE: (I-353 SN013474) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: L--CETS SOL N00140-96-Q-1965 POC Frank Moretti, Contract Negotiator, (215)697-9611. DESC: CBD issue number 1579 of 4/23/96, the followinng info is hereby added: The Fleet & Industrial Supply Center (FISC) Norfolk Philadelphia intends to procure addl Contractor Engineering Technical Services (CETS) in support of the Aircraft, Aircraft Weapons Systems, Airframes Associated Equipment and other Equipment as follows: CH-47D Series Helicopter and Associated Equipment. The proposed procurement is for 22 man months of services currently estimated by the Naval Aviation Engineering Service Unit (NAESU), Philadelphia. The proposed effort will commence 1Mar 97 and end 31 Dec 97 with one twelve (12) month option period extending performance to 31 Dec 98. This effort will be covered by a new contract and/or existing contract. This solicitation will contain specifications for Contractor Field Service representative for Corpus Christi Army Depot and will be added to the previously synopsized RFQ. The Government intends to solicit and negotiate with Boeing Defense & Space Group under the authority of FAR 6.302-1. Boeing is the only provider of the services. This notice of intent is not a request for competitive proposals. Interested parties may identify their interests and technical capability to respond to this requirement. Interested parties who contend they are technically qualified should submit, within forty-five (45) days from publication of this notice, specific factual data, including but not limited to: technical resumes, corporate management, corporate experience, and other pertinent information as so desired, to be used as an evaluation basis to determine competence to successfully perform the required services. All technical proposals received within the 45 day notice will be considered by the Government. The Government reserves the right not to open this requirement to competition based upon technical responses to this notice. Technical responses and requests received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for information received. Requests for solicitations should be made by letter or telegram to FISC Norfolk Det. Phila. Code 0212B, FAX #215-697-9719. All responsible sources may submit a proposal which shall be considered by the Fleet & Industrial Supply Center Norfolk Detachment Philadelphia. See note(s) 22, 26. SYN 062. CITE: (I-353 SN013480) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: General Services Administration (7PMF),Ft Worth Prop Mgmt Center,819 Taylor St Rm 12A01,Fort Worth,TX 76102-6105 SUBJECT: M--CFM-DALLAS, TX SOL GS-07P-97-HXC-0007 DUE 022597 POC Contact,Cynthia Pittinger,817/978-7082,Contracting Officer,Cynthia A. Pitti nger,817/978-7082 DESC: Pin to be sent o/a 12/18/96. Sol. is scheduled to issue o/a 1/15/97. Cont ract period: 5/1/97 through 4/30/02 with 2 additional 5-year options. All resp onsible sources will be considered. A proposed walk thru of the site is anticip ated o/a 1/30/97. This procurement will be a Source Selection, Greatest Value t o the Government. Technical proposalswill be required. Writ ten requests only. S ee numbered note 26. CITE: (I-353 SN013464) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: 21 CONS/LGCC 700 Suffolk St Peterson AFB CO 80914-1200 SUBJECT: M--PETERSON A-76 SOURCE SELECTION (PASS-A) SOL F05604-97-R-9001 DUE 073197 POC John R. Hinman (719) 556-4875 OR Merrill R. Smith (719) 556-4056 DESC: The 21st Space Wing at Peterson AFB CO seeks potential sources under OMB Circular A-76 to perform a variety of non-personal services. Private sector offers will be evaluated In accordance with source selection procedures, AFFARS BB. Then a cost comparison between the competitively selected contractor and the Government will be evaluated IAW AFI 38-203 and AFP 26-12. Award will be made to one source only. Services currently considered candidates for outsourcing under this action may include (but may not be limited to) the following: material acquisition (under civil engineering), library services, base communications, help desk, small computers, records management, computer maintenance, ground-based radio maintenance, land mobile radio (LMR) - personal communications and frequency management, radio operations AFSATCOM, MILSTAR terminal, base telephone operations, visual graphics, photographic services, publishing, and base visual information services. This list should not be considered final, nor all-encompassing. Some services are expected to be performed away from Peterson AFB CO. A draft SOW will be available for comment on approximately 20 January 1997; however, all dates for this requirement are considered to be roughly estimated dates at this time. The contract type currently being considered is Cost Plus Award Fee, with Cost Reimburseable Contract Line Items. Contract start date, in anticipation of a 90-day phase-in period, is estimated to be approximately 1 April 1998, with the period of performance expected to be one base year and 4 one-year options. ***** LINKURL: http://www.spacecom.af.mil/21cons/bus_opp.htm LINKDESC: EMAILADD: mesmith@spacecom.af.mil EMAILDESC: e-mail CITE: (W-353 SN013486) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: Military Sealift Command, Code PM 3, 901 M Street SE, Washington DC 20398-5100 SUBJECT: M--OPERATION AND MAINTENANCE OF EIGHT LARGE MEDIUM SPEED ROLL-ON/ROLL-OFF (LMSR) VESSELS SOL N/A DUE 012797 POC Kimberly Henry 202/685-5521/Contracting Officer, Carole Wieszek, 202/685-5531 DESC: The Military Sealift Command has developed a draft solicitation for the operation and maintenance of Eight (8) Newly Constructed Large, Medium Speed Roll-on/Roll-off (LMSR) vessels. It is anticipated that the period of performance will be a firm period of three years with two (2) one-year options. The successful offeror will be responsible for providing personnel, operational and technical support ashore and afloat, provisions, and supplies necessary to operate and maintain the eight LMSR vessels. To request a copy of the draft solicitation, please submit a written request to Kimberly Henry at the above address or by fax to (202) 685-5540. Individuals who responded to Market Survey PM3-96-001 will be placed on the mailing list to receive a copy of the draft solicitation. LINKURL: http://www.msc.navy.mil LINKDESC: EMAILADD: kimberly.henry@smtpgw.msc.navy.mil EMAILDESC: CITE: (D-354 SN013919) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: N--Installation of Equipment OFFADD: USDA Forest Service, P.O. Box 25127, Lakewood, CO 80225 SUBJECT: N--BARON AVIONICS SOL RFQ R2-97-21 DUE 020797 POC Contact Barbara Hayden, 303/275-5273, Contracting Officer Byron Brown DESC: Project involves the removal of existing avionics components, the installation of Government-furnished replacement avionics components, and the retrofit necessary for the installation of these new avionics components in two Beechcraft Aircraft Model 58P Barons. Location and installation of these avionics components shall be consistent with USFS Standards for lead plane, VFR and IFR operations. The Contractor shall be an FAA-certified avionics repair station, and shall furnish all required supplies, components, and incidentals which are not specifically identified as Government-furnished property. This requirement is a 100 percent small business set-aside. CITE: (I-354 SN013741) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: N--Installation of Equipment OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE 27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301 SUBJECT: N--PROVIDE, INSTALL AND MAINTAIN A PIER POWER MONITORING/UTILITY CONTROL SYSTEM (PPM/UCS) FOR THE NAVY PUBLIC WORKS CENTER, SAN DIEGO, CA SOL N47408-97-R-1806 DUE 031197 POC Contract Specialist, LORIETA V. MENDEZ, Code 27117, 805-982-5614 DESC: The U. S. Navy Public Works Center (PWC), San Diego, CA requires a predominately electrical Supervisory Control and Data Acquisition (SCADA) System that will be known as the Pier Power Monitoring/Utility Control System (PPM/UCS). The scope of this efort is to provide, install, expand, maintain, repair, replace, and test systems that will monitor, control, analyze, and provide historical and billing information for utility services that PWC provides to their customers in the San Diego area. It also incudes providing, installing, expanding, and maintaining, and repairing communication systems, Local Area Networks, and Wide Area Networks, other utility related control systems, and data acquisition systems in support of the PPM/UCS. The Navy anticipates the award of a five (5) year indefinite delivery/indefinite quantity type contract with both firm fixed price and cost reimbursable provisions. Work will be orderd by the issuance of delivery orders during the contract performance period. The solicitation has been structured to require that the contract line item for installation of the initial PPM/UCS will be firm fixed price at time of contract award, as will theCLINs for specifically defined expansions of the PPM/UCS and maintenance. Delivery Orders issued for this work will not require further price negotiation. Delivery Orders for additional work which is required during the performance period will be we issued on a cost reimbursable basis. A Pre-proposal Conference is scheduled for Wednesday, January 22, 1997, 8:00 AM to 5:30 PM and a Site Visit is scheduled forThursday, January 23, 1997, 8:00 AM to 4:00 PM at the Admiral Kidd Inn (Conference Room), Fleet Anti- Submarine Warfare Training Center, Pacific, Building 82, San Diego, CA. The purpose of the conference will be to provide an overview of the acquisition stategy/process to be used for this procurement, a general overview of the technical requirements and a Site Visit which will be representative of the areas in which the contractor will be required to perform work. All firms interested in submitting a proposal are strongly encouraged to attend this conference since no other access to the facilities will be available prior to contract award. Due to space imitations each firm will be limited to three (3) representatives on the first day and one (1) representative on the second day. Reservations may be submitted to the attention of the Contract Specialist at the address shown above or may be submitted by facimile to (805) 982-3015 and will be limited to the first one hundred and fifty (150) which are received. All reservation requests must be in writing and must be verified/confirmed by calling the Contract Specialist, at the telephone number shown above during the period of 6-9 January 1997. Individuals who plan to participate in the Site Visit must provide their own hard hats and wear sturdy, closed toe shos. They must also be prepared to descend and ascend thirty (30') foot ladders into under pier electrical vaults. The following information must be provided for each individual requesting a reservation: (1) Full name; (2) Social Security Number; (3) Date ofbirth; (4) Place of birth; (5) If born outside the USA (and not born of American parents abroad) must provide either their naturalization number or alien registration (green card) number. The solicitation is expected to be issued on 6 January 1997 with a closing date of 11 March 1997. A map with directions to the Admiral Kidd Club Conference Room may be obtained on the internet, address http://energy.nfesc.avy.mil/. See Numbered Note (26). CITE: (I-354 SN013805) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: P--Salvage Services OFFADD: DOE/WSSRAP, 7295 Highway 94 South, St. Charles, Missouri 63304 SUBJECT: P--RECYCLING OF CONTAMINATED SCRAP METAL POC Procurement Department, (314) 441-8086. DESC: Expression of Interest Sought. MK Ferguson Company, is currently performing work under a Department of Energy (DOE) Prime Contract at the Weldon Spring Site Remedial Action Project (WSSRAP) located in St. Charles, Missouri. Parties are being sought who are interested in submitting a proposal for recycling of chemical and radiologically contaminated metal stockpiles. The metals under consideration are segregated into the following types: (1) structural steel shapes, (2) stainless steel, (3) carbon steel, (4) copper, (5) aluminum, (6) off-gas condensers, and (7) nickel alloy. MK-Ferguson will consider on-site decontamination followed by release for unrestricted use and/or release to a radiologically controlled facility. Parties interested in submitting a proposal must request a technical package which further describes the requirements and site conditions. A site tour will be held and the details concerning the tour will be contained in the technical package. MK-Ferguson reserves its right to reject all proposals and terminate this request at any time without obligation to any and all parties, if it is determined to be in the best interests of MK-Ferguson or the DOE not to proceed. Interested parties should submit a statement listing their experience in the recycling of contaminated metals when requesting a technical package. Requests should be sent to MK-Ferguson Company, 7295 Highway 94 South, St. Charles, Missouri 63304, Attention: Procurement Department. Phone calls soliciting additional information concerning this announcement will not be accepted at this time. CITE: (M-354 SN013797) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Department of Veterans Affairs, 2925 DeBarr Road, Anchorage, AK SUBJECT: Q--ORTHOPEDIC OPERATIVE AND CONSULTATIVE SERVICES SOL RFP 463-18-97 DUE 012297 POC Linda H. Anderson DESC: Provide orthopedic surgical and consultative services necessary to operate a complete and efficient Ambulatory Orthopedic Surgical Section at the VA Medical and Regional Officer Center located in Anchorage, Alaska for the period of one year (2080 work hours) with two additional option years. Solicitation will be issued o/a 12/20/96. Closing date 5:00 PM, 1/22/97. All requests must be in writing, fax requests will be accepted. Fax #(907) 257-6711. CITE: (I-354 SN013754) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: DEPARTMENT OF VETERNS AFFAIRS, 10 NORTH GREENE STREET, BALTIMORE, MD 21201 SUBJECT: Q--COST PER TEST SOL RFQ 512(B)-9-97 DUE 010297 POC Carol L. Pomraning, Contracting Officer (410-605-7156) DESC: Request for Proposal (RFP) No. 512(B)-9-97 is a combined synopsis/solicitation for commercial items for the Department of Veterans Affairs and is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through FAC 90-42. This acquisition is subject to full and open competition. The Standard Industrial Classification is 8071. Small business size standard is $5M. The VA Maryland Health Care System, Baltimore Division, would like to enter into a "Cost Per Test" program for HIV testing for a period of one year and, in accordance with FAR 52.217-9, Option to Extend The Term of the Contract, may be amended for one one year option. Offerors are requested to provide their most current catalog price list based on the following projected annual usage: 12 kits per year for HIV kits per year (192 tests/kit). The following requirements MUST be met: (1) Turn-around-time for HIV testing MUST be three hours or less. (2) An "HIV" Test that WILL guarantee SAME DAY CONFIRMATION. (3) An automated test that will allow for verification of the run and make efficient use of Tech Time. Hands on time should be one hour or less. (4) A test that will permit the "batching of large numbers of specimens," thus allowing the capability of performing this test for the entire VAMHCS which includes medical centers located in Perry Point, Ft. Howard, and Baltimore, Maryland. (5) Sensitivity of 100% and Specificity of at least 99.7%. (6) Similar assay procedures to allow for instrument consolidation. Equipment required: (1) automated pipettor-diluter, (2) microwell plate or strip washer, (3) spectrophotometer with reference filter, (4) printer, (5) computer with monitor and software for test validation, and, (6) 8 channel pipettor. This will be a firm fixed price contract. Payment will be made in arrears on certified invoices. The following incorporated clauses and provisions are those in effect through FAC 90-42 and are applicable to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-2, Evaluation Commercial Items, apply to this acquisition with evaluation criteria to include: (1) Sensitivity and Specificity; (2) Turn-around-time, (3) Productivity (hands on time/"walk away" capability), (4) Technical Support, (5) Training and Support Materials, (6) Equipment (Availability, Troubleshooting, Preventive Maintenance, and Replacement), (7) Published Studies, (8) Continuous flow of New Products, (9) Past Performance, and (10) Cost. Offerors are to include a completed copy of the FAR provision 52.212-3 with their offer. Also included: 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, 52.222-3, Convict Labor (E.O. 11755); 52.233-3, Protest After Award; 52.222-26, Equal Opportunity; 52.232-28, Electronic Funds Transfer Payment Methods. Original proposals must be submitted in writing on company letterhead to: Carol L. Pomraning, Contracting Officer (90C), VA Maryland Health Care System, 10 North Greene Street, Baltimore, MD 21201, 2pm (Eastern Standard Time) by January 2, 1997. No fax or telephonic offers will be accepted. The Government intends to evaluate offers and award a contract without discussion with offerors. Therefore, the offers should contain the offeror's best terms from a price and technical standpoint. Award will not necessarily be made to the offeror with the lowest bid. CITE: (I-354 SN013776) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 375 CON LGC 102 E. Martin Street, Scott AFB, IL 62225-5015 SUBJECT: R--TANDEM CONTRACTOR SITE TRAINING COURSES SOL F11623-97-T0967 DUE 011797 POC SrA James B. Ting (618) 256-1500 x 330, SSgt Morton L. Gould (618) 256-1500 x 325 DESC: The Scott AFB Operational Contracting Office intends to make an award to Tandem Computers Inc. for contractor site training courses. The following is a listing of courses required: Performance Analysis and Tuning, Tandem Advanced Control Language Programming, System Management, C Programming in the Guardian Environment, Client/Server Concepts and Solutions, Data Communications Concepts, Pathway System Management, and TCP/IP System Management. Interested sources should provide this contracting office as early as possible but no later than 15 days after this notice, evidence of their technical qualifications to provide the training required in detail to allow evaluation by the contracting office. CITE: (W-353 SN013481) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O. Box 225, Stoneville, MS 38776-0225 SUBJECT: R--APPLICATOR AIRCRAFT AND PILOTS SOL 97-4431-003 DUE 020697 POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361 DESC: Correction: This action originally publicized in the CBD dated 12/05/96 is corrected as follows: The U.S. Department of Agriculture requires applicator aircraft, complete with pilots, and ground personnel necessary to apply an insect virus over an area of ca. 201,000 acres located in an area between Arcola and Isola, Mississippi. Each aircraft must have at least a 400 gallon capacity useful load and be capable of flying at least 120-140 MPH during application. Each aircraft must be equipped with micronairs and a flow meter to accurately spray a 50:50 mixture of vegetable crop oil and water at a rate of 1 quart per acre. Each acre treatment will consist of 1 pint crop oil, 12 oz. of water, and 4 oz. of virus formulation. Boom time is expect to be at least 90% of flight time. Each aircraft must be equipped with global positioning system with differential correction having accuracy within q10 feet of indicated position. Applicators and aircraft must have valid licenses for operation. The application will begin within the time period of 20 April and 10 May, 1997, and must be completed within 5 days, except due to unforseen weather complications. Supplier will supply fuel, storage tanks for crop oil, and ground personnel. The GPS coordinates of the area to be treated will be provided. An IFB will be issued on or about January 7, 1997. All requests for bid package must be submitted in writing or faxed to (601) 686-5373. CITE: (I-353 SN013485) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Park Service, Golden Gate National Receration Area, Contracting Office, Building 201, Fort Mason, San Francisco, CA 94123 SUBJECT: R--INDUSTRIAL HYGIENE SERVICES SOL 1443RP8140-97-003 POC Point of Contact - Glenn Anderson, Contract Specialist, 415-556-2934 DESC: The Golden Gate National Recreation Area(GGNRA) is soliciting proposals on a full and open competitive basis from qualified organizations to award an definite Quantities Contract to provide industrial hygiene services, the preparation of asbestos abatement plans, and laboratory analysis of unknown chemicals throughout the GGNRA. Interested organizations should submit their written request for a solicitation package within 30 days of the publication date of this notice to the attention of Glenn Anderson, Contract Specialist, Golden Gate National Recreation Area, Fort Mason, Building 201, San Francisco, CA 94123. CITE: (W-353 SN013487) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 SUBJECT: R--ENGINEERING SERVICES/SUPPORT SOL N00102-97-R-1105 DUE 022497 POC Sherry Beal, Contract Specialist, (207) 438-2649 (sab%c530%pns@ns01.ports.navy.mil), Contracting Officer Phil Cotton, (207)438-2423 DESC: Engineering Services/Support for the Deep Submergence Systems Program for Portsmouth Naval Shipyard, Portsmouth, NH. Services are primarily, but not limited to, the areas of telerobotics, manipulator technology and manipulator systems. The contract will be awarded as a cost plus fixed fee with one base year and four option years. Negotiations to be conducted with Western Space and Marine, 111 Santa Barbara Street, Santa Barbara, CA 93101. See Note 22 EMAILADD: sab%c530%pns@ns01.ports.navy.mil), Contracting Officer Phil Cotton, (207)438-2423 EMAILDESC: CITE: (I-354 SN013629) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of the Navy, NAWCAD Aircraft Support Contracts Department, Villa Road, Bldg.8110, St. Inigoes, MD 20684-0010 SUBJECT: R--ENGINEERING AND TECHNICAL SERVICES IN SUPPORT OF THE AN/UPX-34(V) RADAR TRACK DISCRIMINATOR SYSTEM (RTDS), RADAR, AND OTHER COMBAT FICATION SYSTEMS SOL N00421-97-R-1105 POC J.Larry Mattingly, Contract Specialist, (301)862-8119; William A. Case, Jr., Contracting Officer, (301)862-8641. DESC: The Naval Air Warfare Center Aircraft Division (NAWCAD), Code 4.5.8.2.3, St. Inigoes, MD has identified a requirement for engineering and technical services to support the AN/UPX-34(V) Radar Track Discriminator System (RTDS), radar, and other combat identification systems. These services will include system development, laboratory and field testing, management and test planning, data reduction and analysis, integration, installation, equipment maintenance, and technical report preparation. The contract type will be Cost-Plus-Fixed-Fee, and the period of performance will span five years inclusive of all options. The estimated level of effort over this period is broken down as follows: Base Period (3 mths) - 9,738 hours; Option Year I - 38,950 hours; Option Year II - 61,750 hours; Option Year III - 61,750 hours; Option Year IV - 61,750 hours; Option Period V (9 mths) - 46,312 hours. The total estimated level of effort for the five year period of performance is 280,250 hours. The majority of the work will be performed on-site at NAWCAD, St. Inigoes. Basis for award of the resultant contract will be the best value to the Government, cost and technical factors considered. Technical evaluation factors will include Personnel, Technical Approach, Past Performance, and Management Approach. This procurement action will be processed under full and open competition. These services are currently being provided by ManTech Services Corporation under contract N00140-93-C-BC08. Estimated release date for the solicitation is 1 February 1997. Requests for a copy of the solicitation should be faxed to the attention of Mr. J.Larry Mattingly, Code 2.5.4.1.1D, at (301) 862-8670. CITE: (I-354 SN013744) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of HUD, Atlanta ASC, Atlanta Contracting Branch 4AACO 75 Spring St., Richard Russell Fed. Bldg., Atlanta, GA 30303-3388 SUBJECT: R--REAL ESTATE CLOSING AGENT SERVICES SOL DU204-R-97-0008 DUE 021297 POC Charles Lipthrott or Michael L. Swan. DESC: HUD requires services to perform closings on the sale of HUD acquired property and document preparation for such closings and associated loan paperwork. Properties are located within the State of South Carolina: Area 5 (Aiken, Bambarg, Barnwell, Edgefield, Lexington, McCormick and Saluda counties); Area 6 (Chester, Clarendon, Fairfield, Kershaw, Lancaster, Lee, Richland and Sumter counties). The contract period is for two years, with two one-year extensions. Contract may result in separate contracts for each area. Copies of the solicitation may be obtained by written or faxed requests, or downloaded from our internet site http://www.hud.gov/cts/ctshome.html. Our fax number is (404) 730-3426, ATTN: Charles Lipthrott. Telephone requests will not be honored. See Numbered Note(s): 1. CITE: (I-354 SN013746) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of the Navy, NAWCAD Aircraft Support Contracts Department, Villa Road, Bldg.8110, St. Inigoes, MD 20684-0010 SUBJECT: R--ENGINEERING AND TECHNICAL SERVICES IN SUPPORT OF THE AN/UPX-34(V) RADAR TRACK DISCRIMINATOR SYSTEM (RTDS), RADAR, AND OTHER COMBAT CATION SYSTEMS SOL N00421-97-R-1105 DUE 030697 POC J.Larry Mattingly, Contract Specialist, (301)862-8119; William A. Case, Jr., Contracting Officer, (301)862-8641. DESC: The Naval Air Warfare Center Aircraft Division (NAWCAD), Code 4.5.8.2.3, St. Inigoes, MD has identified a requirement for engineering and technical services to support the AN/UPX-34(V) Radar Track Discriminator System (RTDS), radar, and other combat identification systems. These services will include system development, laboratory and field testing, management and test planning, data reduction and analysis, integration, installation, equipment maintenance, and technical report preparation. The contract type will be Cost-Plus-Fixed-Fee, and the period of performance will span five years inclusive of all options. The estimated level of effort over this period is broken down as follows: Base Period (3 mths) - 9,738 hours; Option Year I - 38,950 hours; Option Year II - 61,750 hours; Option Year III - 61,750 hours; Option Year IV - 61,750 hours; Option Period V (9 mths) - 46,312 hours. The total estimated level of effort for the five year period of performance is 280,250 hours. The majority of the work will be performed on-site at NAWCAD, St. Inigoes. Basis for award of the resultant contract will be the best value to the Government, cost and technical factors considered. Technical evaluation factors will include Personnel, Technical Approach, Past Performance, and Management Approach. This procurement action will be processed under full and open competition. These services are currently being provided by ManTech Services Corporation under contract N00140-93-C-BC08. Estimated release date for the solicitation is 1 February 1997. Requests for a copy of the solicitation should be faxed to the attention of Mr. J.Larry Mattingly, Code 2.5.4.1.1D, at (301) 862-8670. CITE: (I-354 SN013750) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Agency for International Development (USAID), REDSO/WCA/OP. Abidjan (ID), Department of State, Washington, D.C. 20521-2010 SUBJECT: R--EDUCATION DEVELOPMENT SPECIALIST SOL GUINEA DUE 012497 POC Contact Point: Carrie Dailey, Executive Officer, USAID/Guinea, Conakry, Tel. (224) 41-21-63; Fax No. (224) 41-19-85. DESC: The United States Agency for International Development in Guinea (USAID/Conakry) is soliciting expressions of interest from qualified U.S. Citizens to serve under a Personal Services Contract (PSC) as an Educational Development Specialist within its Strategic Objective Three (SO3) Team. The goal of SO3 is increased primary school enrollment with an emphasis on female and rural participation. The PSC is for a period of twenty-four months, with the possibility of extensions, and is expected to begin approx. 60 calendar days from the issuance date of this announcement. Salary will be based on the content of the tasks to be performed and qualifications of the selected individual. The salary range for the position is $49,000 to $65,000 per year, subject to FICA and U.S. Federal income tax withholding. In addition to salary the contract will provide for housing, utilities, travel and transport of household effects to post, a 25% hardship post differential, up to a high school-level education for dependent children, and other allowances as appropriate. General responsibilities: The Education Development Specialist will have offices within USAID/Guinea and will be a member of the USAID staff. Under the direct supervision of the SO3 Team Leader, s/he will assist in managing all aspects of the SO3 portfolio. Specific responsibilities will include: Management responsibility for activities under SO3 within USAID, Assist with monitoring routine day to day management of education activity implementation such as USAID reporting and implementation documents, Provide technical advice on request to SO3 and Ministry personnel on curriculum development, teacher training and/or other relevant areas within her/his expertise, Assist in the coordination of the responsibilities of other members of the SO3 team, Identify and propose solutions to problems in program implementation, monitoring and evaluation, as they arise, and alert SO3 team to problems in a timely manner: Assist with monitoring SO3 activities with respect to the design, collection and reporting of indicators of achievement, as well as performance and impact information, Advise on and evaluate the need for special studies or consultancies on key constraints to maximizing achievement under SO3, prepare scopes of work for these studies or consultancies, and provide supervision of consultants when in- country, as required. Ensure that adequate logistical arrangements are made, Represent SO3 in staff-level meetings and functions with Guinea Government, other International Donors, and USAID contractors and grantees working under SO3. Required Qualifications and Experience: A. Experience in education project management, preferably in an international setting, and teaching at an elementary, secondary or higher education level is preferred, B. Familiarity with and understanding of USAID's documentation and implementation procedures is desired, C. Excellent writing and analytical skills are mandatory. D. Must have excellent interpersonal skills--both diplomatic (sensitive to cultural/individual differences) and negotiation skills, E. Must have an advanced degree in education, management, or a related subject, F. Must be fluent in French at the FSI S-3/R-3 level, or equivalent, G. Must be a U.S. Citizen or U.S. resident alien, and must obtain all medical and security clearances. All dependents at post must also obtain medical clearance. Final contractor selection is subject to the availability of funds. The United States Agency for International Development encourages and welcomes the participation of qualified members of minority groups and women to the fullest extent possible. Application: Qualified individuals are requested to submit a standard form-171 or curriculum vitae, which includes information that demonstrates how the candidate's qualifications meet the work requirements, the names of at least three professional references, including their addresses and phone numbers, and an indication of the candidate's date of availability. Each of these items must be received by USAID/Guinea no later than 30 calendar days from the date of this announcement. Fax and e-mail submissions are acceptable. They are to be sent to the attention of Carrie Dailey, Executive Officer at any of the following addresses: (a) Via U.S. Mail: Executive Officer, USAID/Guinea, Department of State, Washington D.C. 20521-2110, (B) International Mail or courier service: Executive Officer, USAID/Guinea, s/c American Embassy, B.P. 603, 2nd Blvd and 9th Ave., Conakry, Guinea, (C) Telecommunications: Tel: (224) 41-21-63, 41-25-02, 41-20-29, fax: (224) 41-19-85, Internet: cdailey@usaid.gov. CITE: (I-354 SN013783) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: DIRECTOR, USAMRAA, 820 CHANDLER ST, FORT DETRICK MD 21702-5014 SUBJECT: R--MATERIEL FIELDING SUPPORT SERVICES TO EQUIP, MODERNIZE, CONVERT, TRANSFER, AND INACTIVATE APPROXIMATELY 280 UNITS IN THE UNITED STATES, EUROPE, JAPAN, KOREA, AND SOUTHWEST ASIA SOL DAMD17-97-R-0002 DUE 020397 POC Contract Specialist Cathy I. Collins (301) 619-2383 or Contracting Officer Raegon B. Clutz (301) 619-2395 (Site Code DAMD17) DESC: Professional and technical logistical services to provide materiel fielding support services to assist the Army Medical Department to equip, modernize, convert, transfer, and inactivate approximately 280 units in the Active Forces, National Guard, Ary Reserve and the Army War Reserve Program in the continental United States, Europe, Korea, and Southwest Asia. The Government contemplates a Cost-Plus-Fixed Fee type contract, with a period of performance which will be for a two year base period with thre (one) year option years. This acquisition is being offered for competition limited to eligible 8(a) concerns. SIC code for this requirement to determine the size standard is 7375 and $18M. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) firms are encouraged to request a copy of the solicitation as expeditiously as possible since the solicitatin will be issued without further notice upon SBA acceptance of the requirement for the section 8(a) program. The contractor is required to have a SECRET Facility Clearance before contract award. This requirement is a competitive 8(a) requirement. CITE: (I-354 SN013816) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.s. Department Of Energy, Chicago Operations Office, 9800 South Cass Avenue, Argonne, Illinois 60439 SUBJECT: R--TECHNICAL AND ANALYTICAL SUPPORT SERVICES FOR THE OFFICE OF ENVIRONMENTAL MANAGEMENT (EM), DEPARTMENT OF ENERGY (DOE) SOL DE-AC02-97EW40465 DUE 031997 POC Jenny Ahlberg, Contract Specialist, 630/252-2888/James R. Bieschke, Contracting Officer, 630/252-2120 DESC: SIC Code 8744 - The Department of Energy is soliciting small and large business concerns to provide technical support services to assist DOE in the evaluation of environmental restoration activities throughout the DOE complex. Such support will require the services of personnel in a number of highly technical, scientific, and professional disciplines, including, but not limited to, science and engineering, program and budget analysis, cost estimation and validation, regulatory analysis, computer science, and technical writing/editing. DOE anticipates 133,920 labor-hours of effort will be required per year for this project. A successful offeror(s) must be located or be willing to relocate within a one hour commute of DOE's offices located in Germantown, Maryland. The contractor(s) should possess significant past experience and be familiar with the activities and mission of DOE's Office of Environmental Management. Level of effort, task order contract(s) with fixed labor rates and performance based award fee provisions are contemplated with an initial base period of one year with four one-year option periods for a total of five years. It is the Government's intent to award multiple contracts under this solicitation, with at least one award made to a small business concern. The Government intends to award contract(s) based on initial proposals received without discussion or negotiation of such proposals. Therefore, it is critical that each proposal be fully responsive to the RFP, and contain the offeror's best terms from a technical, business management, and price standpoint. The RFP is expected to be available on the DOE Chicago Internet Home Page at http://www.doe.ch/division/acq/acq-home.htm on or about February 3, 1997, with proposals due on or about March 19, 1997. Any amendments to the RFP will also be posted on the Internet. Please note that users are not alerted when amendments are posted. Prospective offeror(s) are therefore advised to check the above Internet address on a daily basis. The contract(s) are expected to be awarded on or about July 1, 1997. All responsible sources may submit a proposal which shall be considered by the Government.***** LINKURL: http://www.ch.doe.gov/division/acq/acq-home.htm LINKDESC: EMAILADD: jennifer.ahlberg@ch.doe.gov EMAILDESC: CITE: (W-354 SN013858) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Agency for International Development (USAID), Management Office, B.P. 34 Bamako, Mali, West Africa:Attn:Alex Deprez, Executive Officer SUBJECT: R--DEMOCRACY/GOVERNANCE ADVISOR SOL N/A POC Contact Person: Alex Deprez, Executive Officer, USAID/Mali, Tel: (223) 22-36-02. DESC: Democracy and Governance Technical Advisor for USAID/Mali. Qualifications: U.S. citizen with a sound knowledge of democracy and governance as related to community development. Extensive experience working with civil society expecially with international and national NGO's and local community-level organizations; familiarity with Judical and Legislative processes, municipal governance, human rights issues, and knowledge of decentralization theory and practice. A graduate degree in Political Science, Development Economics, Public Administration, Management, or other field appropriate to USAID program concerns. At least five-years of progressively more responsible international development experience. Demonstrated mix of leadership and interpersonal skills. Ability to work in a collaborative, inclusive team-oriented manner. Demonstrated planning, coordinating, negotiating, and conflict resolving skills, extensive experience working in a developing country context. French language fluency at S-3+/R-3+ level, minimum. Excellent English oral and written language skills. Deadline January 15, 1996. Finalists will be required to submit Standard Form 171, available at any U.S. Government office. If in the U.S., send to: USAID/Mali, Management Office, Attn: Alex Deprez, Executive Officer, Department of State, Washington, D.C. 20521-2050, Fax: 223-39-33, internet: ADEPREZ@USAID.GOV. If overseas, send by International mail to: USAID/Mali, Management Office, Attn: Alex Deprez, Executive Officer, American Embassy, B.P. 34, Bamako - Mali. CITE: (I-354 SN013873) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Health Care Financing Administration 7500 Security Blvd., Baltimore, MD 21244-1850 SUBJECT: R--MARKET SURVEY - MANAGED CARE ORGANIZATION ASSESSMENTS SOL N/A POC Mr. Lee J. Spicher, Contract Specialist, (410) 786-8919. DESC: The Health Care Financing Administration (HCFA) is conducting a Market Survey to identify potential sources to perform comprehensive on-site assessments of the adequacy of the quality assurance program of a managed care organization (MCO). The contractor will be responsible for conducting a comprehensive assessment of the MCO's quality assurance program to include: Assessing the MCO's utilization management, management information systems, health service administration, health care delivery and governing board organization and function. Other areas for review may include: Assessment of the MCO's legal structure, function, finance, marketing facilities, and equipment and other speciality areas as determined by the Health Care Financing Administration. HCFA estimates that there will be approximately 18 comprehensive reviews each year. An assessment will require a minimum of four reviewers, one to review quality assurance process, one to review data collection and utilization management, and two to jointly review availability, accessibilty and continuity of care. Reviewers will consist of Medical Doctors (MDs), Registered Nurses (RNs) and Subject Matter Experts (SMEs). Depending on the size of the plan and the complexity of HCFA's reasons for determining that a comprehensive review is necessary, additional reviewers may be necessary. As much as 12 weeks or as little as five days notice may be given to the contractor to begin the review. The contractor is prohibited from performing technical assessments if contractor staff or consultants have been associated with the respective Health Maintenance Organization(HMO) or Competitive Medical Plan (CMP) within the past eighteen months in a remunerative capacity. Interested parties shall submit a capability statement to the attention of Mr. Lee J. Spicher at the above address within 15 calendar days from the published date of this notice. Capability statements must include: information which demonstrates the contractor's ability to accomplish the work described above, resumes of contractor staff including any consultants, and business size in accordance with the following Standard Industrial Code (SIC): 8742 with a size standard of $5.0m average annual sales over the past 3 years. A RFP package is not available. CITE: (I-354 SN013915) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Commanding Officer, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P.O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: S--JANITORIAL SERVICES, MARINE CORPS RESERVE TRAINING CENTER, CHARLESTON, SC SOL N62467-97-Q-0654 DUE 010697 POC No telephone orders for the specification can be accepted. To order solicitation package, request must be in writing and received by 27 Dec 96 at Southern Division, Naval Facilities Engineering Command, P.O. Box 190010, North Charleston, SC 29419-9010, Attention: Code 0231-DAR. Contact point, Debby Raposa (803) 820-5686 DESC: Correction: The closing date for receipt of quotations should have read 06 JAN 97 instead of 06 FEB 97. All other information published in the original synopsis is correct. CITE: (I-354 SN013635) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: US Army Corps of Engineers, LRD (CESWL-CT), PO Box 867, Little Rock, AR 72203-0867 SUBJECT: S--PROVIDE MAINTENANCE SERVICES, MILLWOOD-TRI LAKES PROJECT OFFICE, INCLUDES DEQUEEN, GILLHAM, DIERKS, & MILLWOOD LAKES, ASHDOWN, AR SOL DACW03-97-B-0015 DUE 022197 POC Billie J. Crownover, Contract Specialist, (501) 324-5718 FOR SPECIFICATIONS: Theresa M. Morris, (501) 324-6844. DESC: Contractor will furnish all management, personnel, materials, supplies, parts, tools, equipment, and etc. necessary to provide maintenance services for parks/areas under the jurisdiction of Millwood-Tri Lakes Project Office, Ashdown, Arkansas (to include Dequeen, Gillham, Dierks, and Millwood Lakes), for the period March 1, 1997 or date of award, whichever is later, through February 28, 1998 with option to extend through February 28, 1999. Issue date for solicitation will be on or about January 21, 1997 at a cost of $5.00 for specifications (charges are non-refundable). Solicitation documents will be made available upon written request, to include check or money order payable to F.A.O., U. S. Army, LRD, and mailed to Contracting Division at the above address. Bid opening date will be on or about February 21, 1997 at 2:00 p.m. This proposed procurement is 100% Small Business Set-Aside. SIC: 8999 CITE: (I-354 SN013745) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration, Business Service Center, 5ADB, Room 3714(M/S 37-9), 230 South Dearborn Street, Chicago, Illinois 60604-1696 SUBJECT: S--JANITORIAL AND RELATED SERVICES AT THE U.S. CUSTOMS & IMMIGRATION CARGO INSPECTION FACILITY, 2321 PINEGROVE AVENUE, PORT HURON, MICHIGAN SOL GS05P97GAC0036 DUE 030697 POC Questions may be directed to Lisa A. Stokes, Contract Specialist, 312/886-6926 or LISA.STOKES@GSA.GOV DESC: Janitorial and Related Services at the U.S. Customs & Immigration Cargo Inspection Facility, 2321 Pinegrove Avenue, Port Huron, Michigan. Performance period is for one year with four one year options, with an estimated start date of 050197. Contact the GSA Business Service Center shown above to obtain copies of this solicitation. See Note 1 EMAILADD: Questions may be directed to Lisa A. Stokes, Contract Specialist, 312/886-6926 or LISA.STOKES@GSA.GOV EMAILDESC: CITE: (W-354 SN013843) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services--Potential Sources Sought OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8, PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890 SUBJECT: T--IDC FOR SURVEYING OF VARIOUS PROJECTS FOR THE WILMINGTON DISTRICT, NC & VA SOL 129&&&-9612-0002 POC PAUL MASON, CESAW-EP-EE (910-251-4789); HILDA AYERS,CONTRACT SPECIALIST (Site Code DACW54) DESC: A-E services are required for Indefinite Delivery contract for surveying services for various projects for the Wilmington District Corps of Engineers. Contract will be negotiated for a 12-month performance period with an option to renew for a second 2-month period. Total value of the contract will not exceed $240,000 for each 12-month period with no individual delivery order to exceed $150,000. Multiple contracts may be awarded from this announcement. The Service Contract Act will be applicable to thi requirement. PROJECT INFORMATION: Work consists of all types of surveys and the associated production of maps and design documents. These surveys consist of topographic (including lake and river bottoms), planimetric, cadastral, location, construction layout, and route surveying. Horizontal and vertical control surveys of at least second order accuracy are expected. Mapping submittals will be required in Intergraph MicroSation CADD format (.dgn files) and Intergraph InRoads surface modeling format (.dtm files). SELECTION CRITERIA: Evaluation criteria, listed in descending order of relative importance, have been established for this requirement as follows: A. Professional qalifications necessary for satisfactory performance of required services. B. Specialized experience in the type of work required described above. C. Capacity to accomplish the Work: (1) Firm must have ability to provide a minimum of three 3-man survey parties of competent personnel with the required equipment. (2) Firm must be able to respond on short notice and meet delivery schedules. (3) Sufficiet equipment to meet schedules. Firms responding to this notice must furnish a list of all company owned survey equipment, including boats and 4-wheel drive vehicles. D. Past Performance on DOD and other contracts. E. Knowledge of the Locality: Familiarity ith the conditions, control and regulations effecting work portions of North Carolina and Virginia within the Wilmington District boundaries. F. SB and SDB Participation: Extent of participation of small business, small disadvantaged business, historically black colleges and universities and colleges, and minority institutions in the proposed contract team, measured as a percentage of the total estimaed effort. G. Equitable Distribution of DOD Contracts: Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perfor this work must submit a copy of the SF 255 (11/92 edition) and a copy of the SF 254 (11/92 edition) for the prime and all consultants to the above address, ATTN: PAUL MASON, NOT LATER THAN THE CLOSE OF BUSINESS ON THE 30TH DAY AFTER DATE OF THIS ANNOUNCEMENT. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Applicants may supplement theforms with other information deemed appropriate. Solicitation packages are not provided. This is not a request for proposal. SIC CODE: 8713. NOTE: THIS PROPOSED PROCUREMENT IS UNRESTRICTED. CITE: (I-354 SN013819) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Federal Bureau of Prisons, Western Regional Office, 6600 Goodfellow St., Dublin, CA 94568 SUBJECT: U--PARENTING PROGRAM SERVICES AT THE FEDERAL CORRECTIONAL INSTITUTION (FCI) AND FEDERAL PRISON CAMP (FPC), 37900 N. 45TH AVENUE, PHOENIX, AZ 85027. SOL IFB 187-0103 DUE 020797 POC Theresa Rush, (510) 803-2774. DESC: The Federal Bureau of Prisons, Western Regional Office, intends to solicit and award a contract for Parenting Program Services for the Federal Correctional Institution/Federal Prison Camp, 37900 N. 45th Avenue, Phoenix, AZ 85027. This solicitation will result in the award of a contract with a base year and four (4) one (1) year option periods. This procurement is being advertised as a Total Small Business Set-Aside under standard industrial classification code 8322, with a small business size standard of $5.0 Million. This solicitation will be available on or about January 7, 1997. The Bid Opening is tentatively scheduled for February 7, 1997. Only written requests for this solicitation will be accepted, no telephone calls will be accepted. Written requests may be faxed to (510) 803-2782. All responsible small business sources may submit an offer on this procurement. CITE: (M-354 SN013721) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: U.S. Department of Energy, Golden Field Office, 1617 Cole Blvd., Golden, CO 80401 SUBJECT: U--TELEVIDEO CONFERENCE FOR THE DOE FEDERAL ENERGY MANAGEMENT PROGRAM (FEMP) SOL DE-AC36-97GO10205 DUE 012597 POC John Golovach, (303) 275-4761, Beth H. Peterman, Contracting Officer, (303) 275-4719 DESC: This requirement is for a sole source award to KnightScenes, Inc., to procure their production and delivery of a televideo conference for the Department of Energy Federal Energy Management Program (FEMP). Entitled "Telefemp V: Saving Billions Without Spending a Penny; Super ESPC and Utility Incentives", this will be the fifth production by the proposed contractor for FEMP. The ninety minute video teleconference will be broadcast to downlink sites applying to participate. The contractor will also be responsible for coordinating the advertisement of the teleconference, all brochures and teleconference materials, as well as distribution of related materials as well as copies of the teleconference afterwards. This sole source award is based on KnightScenes, Inc. acquired expertise, having produced the prior four teleconferences, as well as based on the extensive subject matter training obtained by the personnel developing, producing and delivering the teleconference. CITE: (W-354 SN013722) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: NASA Headquarters(HQ) Acquisition Division, Code CW, 300 E Street SW, Washington DC 20546 SUBJECT: U--NASA SPACE STUDENT INVOLVEMENT PROGRAM (SSIP) SOL D-15302 DUE 011397 POC Lynn Marra Phone(202)358-1529, Fax(202)358-3048, E-mail: lynn.mara@hq.nasa.gov DESC: NOTICE: This is not a Request for Proposals/Release of Solicitation. Members of the public are hereby notified that NASA is seeking industry comments and recommendations about the Space Science Student Involvement Program. All interested parties are notified not to send cost/price data or any type of information that is considered proprietary as NASA will be using feedback from this Request for Information (RFI) to develop its requirements. NASA reserves the right not to issue a solicitation for this requirement. Any solicitation will be released via the NASA Internet Acquisition Service (NAIS). The solicitation will reside on a World Wide Web (WWW) server, which may be accessed using client browsers, such as MOSAIC or Netscape. The solicitation will be released no sooner than March of 1997. REQUEST FOR INFORMATION: NASA Headquarters requests information, ideas and sources for NASA's Space Student Involvement Program (SSIP). Subsequent to receipt and evaluation of this notice, NASA intends to issue a formal Request for Offer (RFO) to fulfill the requirements for this procurement. NASA is currently in the process of evaluating and soliciting new and innovative ideas for a Kindergarten through Grade 12 (K-12) Student Involvement Program. The current Space Science Student Involvement Program (SSIP) has been modified over the years from the original Shuttle Student Involvement Program (SSIP) which allowed senior high students the opportunity to propose experiments that could be performed aboard the Space Shuttle. The current Space Science Student Involvement Program (SSIP) encompasses Grades 3-12. As NASA modifies/streamlines its mission focus for the future 25 years, NASA would like to modify and redesign the student competition program to be more relevant to NASA's objectives. Additionally, the release of national standards in science, mathematics, and technology provide a challenge to develop innovative programs to help students achieve success in those disciplines. The SSIP will continue to serve as one of NASA's major national education programs addressing the need of American students for basic science, mathematics, and technology literacy. The objective of this Request for Information (RFI) is to obtain new and innovative ideas from the community on the redesign of this student involvement program. Proposed changes or new innovations must be compatible with the guidelines given at the following URL on the NASA Headquarters Acaquisition Division's homepage: http://www.hq.nasa.gov/office/procurement/acquisition/bizops.htm Interested parties are urged to download the full text of the Request for Information at the above URL before contacting Lynn Marra for additional information. LINKURL: http://www.hq.nasa.gov/office/procurement/acquisition/bizops.htm LINKDESC: Involvement or SSIP EMAILADD: lynn.marra@hq.nasa.gov EMAILDESC: CITE: (W-354 SN013734) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Wiesbaden Regional Contracting Center, ATTN: AEUCC-C-ASC CMR 410 Box 744, APO AE 09096 SUBJECT: U--POST SECONDARY EDUCATIONAL SERVICES SOL DAJA22-97-R-0008 POC Kathleen Jones DESC: The Wiesbaden Regional Contracting Center intends to award a require ments type contract for Post Secondary Educational Services. Period of performance is for one base year and 4 one-year option years. Place of performance is for various locations throughout Europe and the Middle East. All interested and responsible sources must submit a request in writing (fax acceptable) requesting copy of the solicitation. Please provide full company name and address, point of contact and fax number. Requests can be faxed to 011-49-611-816-2197/2198. Solicitation will be issued o/a 13 Jan 97. CITE: (I-354 SN013781) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services--Potential Sources Sought OFFADD: Panama Canal Commission, Logistical Support Division, Purchasing & Contracts Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: U--TRAINING PROGRAM SOL N/A DUE 011797 POC Sarinder Singh, Contract Specialist, (502) 272-3653 DESC: The Panama Canal Commission, a corporation of the U.S. Government, is in the process of identifying qualified institutions of training interested in advising and collaborating in the formulation and implementation of an expanded world-class training program at the Panama Canal in such areas as maritime training, marine fire fighting, hazardous materials, industrial training, and executive and managerial development. This program would be directed toward providing services to the private and public sectors as well as the Canal organization. All interested parties shall submit company information, as well as any other information related to the topics indicated in this announcement to the following addresses: via U. S. Postal Services to Panama Canal Commission, Purchasing and Contracts Branch, Attn.: Sarinder Singh, Unit 2300, APO AA 34011-2300, by courier to Panama Canal Commission, Purchasing and Contracts Branch, Attn.: Sarinder Singh, Building 28, Third Floor, Balboa, Republic of Panama, or by fax at 011-507-272-7661. Any information provided shall be at no cost to the Commission. The information received will be considered confidential and will not be disclosed withouth the express authorization of the supplier. This notice does not express or imply the intent to purchase any service or to enter into a contractual agreement. The information is required no later than January 17, 1997. CITE: (I-353 SN013482) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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 8097-11 DUE 031397 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 two (2) Bell 206L III helicopters, or equal aircraft, in support of the National Park Service fire suppression, short haul and search and rescue activities. The approximate period of use for the first helicopter will be June 5, 1997, through October 15, 1997, and the second helicopter will be July 15, 1997, through October 15, 1997. The term of this contract will be one (1) year with options to renew for two (2) additional years. Designated base is Jackson, WY. See notes 1 and 26. CITE: (W-354 SN013740) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Department of Veterans Affairs, Acquisition Operations & Analysis Service (93), Washington, DC SUBJECT: V--TRAVEL MANAGEMENT CENTER SERVICES SOL N/A POC Priscilla A. Lee, Contracting Officer, (202) 273-8762 DESC: This is to notify industry that the Department of Veterans Affairs (VA) intends to issue a Request for Proposal (RFP) to provide comprehensive commercial travel services for VA employees for official as well as personal travel and veterans beneficiary travel requirements nationwide. It is anticipated that the solicitation (RFP) will be issued or or about February 4, 1997. Questions regarding this procurement must be directed to the Contracting Officer, Priscilla Lee. CITE: (I-354 SN013755) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: U.S.Department of Energy, Document Control Specialist, P.O. Box 2500, Washington, DC 20013 SUBJECT: V--DRAFT RFP FOR HIGH-LEVEL RADIOACTIVE WASTE ACCEPTANCE AND TRANSPORTATION SERVICES SOL DE-RP01-97RW00320 DUE 121396 POC Michelle Miskinis, Contracting Officer, (202) 634-4413 or Beth Tomasoni, Contracting Officer, (202)634-4408. DESC: The Office of Civilian Radioactive Waste Management (OCRWM) will be seeking competitive proposals for commercial spent nuclear fuel (SNF) acceptance, transportation and delivery services, and provision of storage equipment, in accordance with the final version of this draft Request For Proposal (RFP). In May 1996, OCRWM published, in the Federal Register and Commerce Business Daily, a Request for Expression of Interest and Comments on a previous statement of work for these services. In July 1996, comments were sought from interested parties at a presolicitation conference. DOE is now requesting comments on all aspects of its proposed contracting approach. Under the approach described in the draft RFP, DOE will be purchasing services from a contractor-owned, contractor-operated waste acceptance, transport and delivery operation. The contractor must: finance the project, acquire the transportation and storage system hardware needed to support the specified SNF delivery rates; apply for and receive required permits, licenses and approvals; interact with State, Tribal and local governments regarding institutional activities such as routing and prenotification; and provide any facilities needed to support operation of the system (unless provided otherwise) and deliver the waste to a Federal storage or disposal facility. The contractor will be required to deactivate the facilities and equipment no longer required and dispose of all scrap and waste materials, including any hazardous and low level radioactive waste, generated through the performance of this contract. All costs for disposal of deactivated items, unused materials and waste material will be the responsbility of the contractor. It is the intention of DOE's privatization approach to allocate the financial, regulatory, performance, and operational risks between DOE and the contractor in an equitable manner that both protects the interests of the Government and encourages industry participation. The DOE contract will provide vendor benefits that include, economic price adjustments, payment coverage for idle capacity periods and allowable financing costs in the event of a termination for convenience. Because of the nature of the SNF, the contractor must operate in a strict regulatory environment. DOE's proposed approach is to utilize, to the maximum extent practicable, established and functioning externat regulatory authorities while minimizing DOE involvement. The contractor will comply with all Nuclear Regulatory Commission and Department of Transporttion rules and regulations governing the acquisition and operational phases of the procurement (Phases B and C, respectively). The contractor will be responsible for obtaining in its own name, and shall be solely responsible for compliance with, all necessary permits, authorizations and approvals from Federal, state and local regulatory agencies and tribal nations, and will assume the financial liability for any fines and penalties. The draft calls for a three-phased approach. Phase A, lasting a year, develops the necessary plans for contractor acceptance and transportation of SNF and delivery of storage containers to a designated Federal Facility. Phase B, lasting eight years, develops the capability to implement the plans developed in Phase A including pre-operational start-up in preparation for accepting SNF for transportation and delivery, development and acquisition of required hardware and facilitites, mobilization of resources and provision of intial storage systems and supporting hardware. Phase C, lasting five years, puts the plans into operation to accept and transport SNF. Phase C's start is dependent on DOE establishing SNF receiving capability at a yet to be designated Federal Facility. DOE has structured the initial phase of the contract to be "cost shared". DOE intends to pay no mare than a ceiling fixed-price for work performed in Phase A. No payments are to be expected in Phase B, but the costs of the phase B work would be recovered in the prices for Phase C services. It is anticipated that payment will be made at a fixed unit price per metric ton of SNF delivered. The continental United States has been divided into four service regions for purposes of this procurement. It is expected that multiple contracts will be awarded for each service region for Phase A. An offeror will propose on all four regions. Certain of the Phase A contractors, based on their deliverable products, will be authorized to proceed with Phase B and C work but there can be only one contractor for each service region. A single contractor would not be authorized to proceed with work in more than two regions. The overall project is anticipated to last approximately forty years. DOE will periodically seek competitive proposals from potential offerors on a per region basis over the forty year period. DOE's current plans call for the Phase A contract award to be made in April 1998 based on a July 1997 RFP release date. Phase B would begin approximately seventeen months after award of Phase A. Phase C could begin approximately at the end of the third year of Phase B, (i.e., year 2002) after Congress has designated an interim or final Federal storage facility. Thereafter, Phase C would be repeated in five year increments. OCRWM is interested in receiving comments relating to the draft RFP, especially with regard to the following: 1. Creative approaches for contractors to interact with State, Tribal and local governments and interested parties in addressing key institutional issues such as routing and prenotification. 2. Structuring the procurement to provide sufficient incentive for most offerors to enter the competition for this and follow-on contractos. 3. Financial safeguards for delay in commencement of Phases C as a result of delay in start of operations for an interim storage facility or repository. 4. Any other regulatory requirements, terms or conditions that DOE should consider in formulating this aquisition. DOE will consider and may utilize all information, recommendations and suggestions provided in response to this notice. Respondents should not provide any information that they consider to be privileged or confidential or which the respondent does not want disclosed to the public. Copies of all comments will be placed in the DOE Forrestal Building Public Reading Room. Each submittal should consist of one original and three photocopies. This notice should not be construed (1) as a commitment by the Department to enter into any agreement with any entity submitting an expression of interest or comments in response to this Notice, (2) as a commitment to issue any RFP concerning the subject of this Notice, or (3) as a request for proposals. All written comments are to be submitted to the following address: Michelle Miskinis, Contracting Officer, U.S. Department of Energy, 1000 Independence Avenue, SW, Attention: HR-561.21, DRAFT RFP DE-RP01-97RW00320, Washington, DC 20585. Comments shall be received by the Department no later than March 31, 1997. The solicitation will be available for downloading on the Internet, approximately fifteen days after issuance of this synopsis, from the OCRWM Home Page located at http://www.rw.doe.gov/, Word search: logistics, railroad, truckers, finance. Prospective offerors that do not have the electronic capability to download the solicitation shall submit a written request to the above address, however, a limited number of hard copies will be available and it is recommended that offerors obtain their copies via the internet. A presolicitation conference will be held in Washington DC in February 1997 to discuss the draft RFP. A separate Notice will be issued identifying the date and exact location. CITE: (I-354 SN013778) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 SUBJECT: V--MOTEL ACCOMMODATIONS-761 SRA-NEW LONDON, CT SOL n00102-97-r-1378 DUE 010897 POC Victoria Cook @ fax 207-438-1251 DESC: Copies of the solicitation will only be provided in response to written or faxed requests received directly from the requestor. Telephone requests will not be honored. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP) N00102-97-R-1378. The solicitation document and incorporated provisions and clauses are those in effect in Federal Acquisition Circular 90-32, Part 12. The associated standard industrial classification code is 7011. The small business size standard is $5,000,000.00. An estimated seven lot(s) will be required in support of the SSN 761 for the following estimated dates: 01/13/97 through 04/02/97 to be located in New London, CT. An estimated total number of room days is 9,495. Estimated check out date will be 04/03/97. When ACTUAL rooming requirements are received a faxed copy will be sent to all interested, prospective contractors upon request. Requests can be faxed to 207-438-1251. SECTION C-Description/Specifications: Minimum size of room is 196 square feet, excluding the bathroom/facilities area; Room must provide "Quality of Life", sanitary, living conditions; Minimum furnishings are one double bed, two pillows, one blanket, one bedspread, one full dresser, one comfortable chair, closet or clothes hanging space, a table or desk suitable for writing, adequate lighting such as one large overhead light and a table lamp; Private bath with shower, tub, toilet and sink, a shelf/shelves for toiletries and continuous hot water. To be free of rust, cracks, etc. in the porcelain and the surrounding area. Ceiling must be free of damage (cracks, breaks, etc), anti-slip tub/mats; Clean carpeted room. To be free of insects, dirt, etc. To be shampooed atleast every 6 months or less and vacuumed by daily housekeeping services as required; Room must have a clean, sanitary odor; Color TV in operating condition; All rooms require independently controlled air conditioning/heat in good working order; All units must be securely attached to the wall, floor, etc., be clean, electrically safe and inspected on a regular basis. If it's a wall unit they should have no draft/gap in the surrounding area where it's installed. Door with chain lock or dead bolt which must be securely fastened to the wall/door frame, etc. Minimum change of linen twice a week, or upon each change of occupancy, whichever comes first; Daily towel (clean towels provided) and maid/housekeeping service (Rooms must be dusted on a regular basis or as needed); Twenty-four (24) hour telephone service with local calls free of charge; Daily mail service; Laundromat or laundry service available within a "reasonable" walking distance; Ice machine on premises in operating condition; Adequate, safe parking. Location of the motel must be within 12 miles traveling the main routes to the front entrance of the base; Check in time must be no later than 11:00 A.M.; Portsmouth employees are assigned one per room and afforded access to all hotel facilities as regular guests; Contract is sales tax exempt. Tax exempt number is 02-83-0038K; Term of contract in no way will be altered without concurrence of code 535.VC, Portsmouth Naval Shipyard, with appropriate modification to the contract; All rooms shall be essentially identical. No gratuities in the form of room upgrades will be permitted. If an overbooking by a hotel occurs, upgrades are allowed on a temporary basis; All rooms require a microwave and refrigerator; All rooms require a smoke detector and/or sprinkler system in operating condition. A current fire inspection certificate must be posted; All electrical outlets to be in place and firmly attached to the wall. Minimum of three grounded outlets and no use of extension cords to prevent hazardous safety/fire conditions; SECTION E-Inspection and Acceptance: Inspection and acceptance of the motel room will be done by the contract specialist/beach administrator (if required). SECTION G-Contract Administration Data: Invoices will be paid upon receipt. All motel contracts are Net 15 days. SECTION H-Special Contract Requirements: Invoices will be verified by Donna Pepin, Code 338 Beach Administrator; Invoices shall be prepared and submitted in quadruplicate unless otherwise specified. Invoices shall contain the following information: contract number, invoice date, description of service, breakdown of the daily schedule (that is the date, number of rooms per day, price per room, amount for the individual day, payment terms and company name); The PNS administrator reserves the right to "sell back" rooms not being utilized by PNS personnel to the contracted motel. Otherwise the contracted motel CANNOT utilize these rooms with other customers other than PNS personnel if the government is paying for them; Do not invoice for additional rooms until modifications have been signed and returned to code 660. Invoices must match individual modifications; Invoices will be forwarded by the PNS administrator for payment to the Disbursing Officer, code 660, Portsmouth, NH 03804 and paid on a bimonthly basis. Vendor will maintain for 3 years after final payment, backup data to their invoices which will include on a daily basis: date, employees name and room number, number of contracted rooms not occupied with room number and total house occupancy. Portsmouth employees assigned to each motel are responsible for all expenses incurred beyond the scope of the contract, i.e., long distance phone calls, room service, damages, pets and dependents. Should the motel agree to provide additional services, the basis thereof and charges for such services are strictly between the motel and the PNS employee. Place of delivery and acceptance and FOB point is New London, CT. The following provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition; FAR 52.212-2, Evaluation-Commercial Items: it is assumed that each contractor can accommodate only 1 lot unless otherwise stated. Award of each lot will be made to the Technically Acceptable Low Offeror; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with your offer; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, apply to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies. Insert the following clauses: 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, 52.222-41 Service Contract Act of 1965, as Amended and 52.222-42 Statement of Equivalent Rates for Federal Hires. Please request a copy of the schedule when it becomes available by either US Mail from Portsmouth Naval Shipyard, Attn: Code 535.VC, Portsmouth, NH 03801-2590 or by faxing your request to 207-438-1251. Offers are due No Later Than 08 JAN 1997 at 3:30pm closing time at Portsmouth Naval Shipyard, Supply Dept/Purchase div, Bldg. 153, 6th floor, Code 535.VC, Portsmouth, NH 03801-2590. Point of Contact is Victoria Cook, Contract Specialist at 207-438-2386. CITE: (I-354 SN013803) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 1001, 761ST TANK BATTALION AVE, FORT HOOD TX 76544-5059 SUBJECT: V--HOTEL/MOTEL LODGING, 150 DOUBLE AND 26 SINGLE ROOMS, WITHIN 25 MILES OF FORT LEAVENWORTH, KS, FROM 8-20 JULY 1997. SOL DAKF48-97-B-0004 DUE 012197 POC Contract Specialist Ruth Jamandre (817) 287-5480 Contracting Officer Sue E. Everts (817) 287-6166 (Site Code DAKF48) DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are bing requested and a written solicitation will not be issued. Solicitation DAKF48-97-B-0004 is issued as an Invitation for Bids (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular90-41. This action is unrestricted. The Standard Industrial Classification (SIC) code is 7011. The small business size standard is $5 million. CLIN 0001: Provide double rooms for 12 days from 08 through 20 July 1997 - 150 ea. State your daily rate times 12 days equals unit price. State number of rooms available. CLIN 0002: Provide single rooms for 12 days from 08 through 20 July 1997 - 26 ea. State your daily rate imes 12 days equals unit price. State number of rooms available. The Government prefers lodging these personnel in one facility; however, if space is scarce, state the number of rooms available for this acquisition. Bids will be evaluated on the basis of avantage and disadvantages to the Government that might result from making more than one award (multiple awards). Individual awards shall be for item or combination of items that result in the lowest aggregate cost to the Government, including administrative cost. The contractor shall not be paid for rooms if the Contracting Officer provides a 2-day advance notification of cancellation or no shows priorto initiation of contract performance. The Contractor shall not invoice for rooms not used by the Government due to cancellation or no shows, for which advance notification has been given. The contractor shall provide personnel, management and services necssary to provide hotel/motel rooms for 326 US Army personnel from Fort Hood, TX, participating in Warfighter Exercise at Fort Leavenworth, KS. Check in 8 July 1997, check out 20 July 1997. The contract requires 26 single and 150 double rooms with bathroom facilities. Location must be within 25 miles of the Leader Development Center at Fort Leavenworth, KS. Rooms furnished shall be one individual to a bed ith no more than two individuals to a room for double occupancy and one individual to a room for single occupancy. Individuals of different genders (i.e., male and female) shall not be assigned to the same room. The contractor shall ensure that all rooms ae thoroughly cleaned and sanitized on a daily basis. Rooms shall consist of furnishings and equipment customarily provided for the establishment's most favored customers. All furnishings shall be in good condition and all equipment operating to ensure its suitability for normal daily use. Privileges normally extended to other guests by the establishment shall be extended to the individuals billeted at Govrnment expense. Room reservations will be made by the Contracting Officer or designated representative two days prior to the arrival of the personnel. The contractor will be notified of the estimated number of Armed Forces personnel. The contractor shall rserve the requested rooms until 10:00 PM on the scheduled reservation date. Rooms shall be assigned within 15 minutes after arrival. Payment will be made only for the lodging requirements established by the Contracting Officer or designated representative. Payment for services beyond the time specified by this contract will be the responsibility of the individual who requested the extra service. The contracor assumes full responsibility for obtaining payment for services extended beyond those authorized by this contract. The Government assumes no liability for damages caused by these personnel. The contractor shall not employ off-duty or any person who is anemployee of the United States Government if such employment would create a conflict of interest or be contrary to DOD Regulation 5500.7 (Standards of Conduct). Post award conference will be conducted by telephone or letter. The Contracting Officer or designated representative will inspect the contractor's facilities to ensure that state and local health, fire prevention standards are being maintained, roms are protected and secured, and that accommodations are being furnished in accordance with contract requirements. Such inspection will be conducted at unannounced times. Inspection and acceptance will take place at Contractor's facility (location of loding) upon receipt of services conforming to the solicitation specifications, and meeting all other critical elements of the solicitation and resulting contract. Inspection and acceptance shall be evidenced by execution of an acceptance certificate by the Government on a Material and Receiving Report Form, DD Form 250. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquiition and is incorporated by reference. Addendum to FAR 52.212-4 reads as follows: Paragraph (c): Paragraph is deleted and replaced with "Changes in the terms and conditions of this contract may be made in accordance with FAR clause 52.243-1 Alt 1, Changes All other changes which fall outside the Changes clause will be made by written agreement of the parties." Paragraph (j): "Risk of Loss" is deleted in its entirety. Paragraph (m): Paragraph is deleted and replaced with "Termination for Default. The Government reserves the right to terminate this contract in accordance with FAR clause 52.249-8, Default." Paragraph (p): Sentence one, delete "or implied. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and is incorporated in full text with the following additional clauses: paragraph (b): 52.203-6 Alt , 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37; paragraph (c): 52.222-41, 52.222-42 (This clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency. The statement is for information only; it is not a wage determination. (Copy can be requested fro the point of contact.), and 52.222-44. After award the Administrative Contracting Office for this acquisition will be the Directorate of Contracting, Contract Admin Div, Building 1001, Room W113, Fort Hood, TX 76544-5059. In furtherance of Federal policy nd the Alternative Dispute Resolution Act of 1990, ADR Act, Public Law 101-552, the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of the parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable in accordance with the authority and the requirements of the ADR Act. DFARS 252. 12-7001, Contract Terms and Conditions Required to Implement Statutes or Executives Orders Applicable to Defense Acquisitions of Commercial Items with the following additional clauses checked in paragraph (b): 252.205-7000 and 252.233-7000. The following aditional FAR and DFARS provisions and clauses are applicable to the acquisition and are incorporated by reference via addendum FAR 52.203-3, Gratuities; 52.214-6, Explanation to Prospective Bidders; 52.214-10, Contract Award Sealed Bidding; 52.232-17, Interest; 52.233-1, Disputes; 52.243-1 Alt 1, Changes Fixed Price; 52.249-8, Default; DFARS 252.201-7000, Contracting Officer's Representative; 252.204-7001,Commercial and Government Entity (CAGE) Code Reporting; 252.204-7003, Control of Government Personnel Work Product; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.232- 7006, Reduction or Suspension of Contrac Payments Upon Finding of Fraud; 252.242-7000, Postaward Conference; 252.243-7001, Pricing of Contract Modifications. The following additional FAR and DFARS clauses and provisions are applicable to the acquisition and are incorporated in full text by addendum: 52.216-1, Type of Contract, applies and is incorporated in full text via addendum and reads as follows: The Government contemplates award of a Fir Fixed-Price contract resulting from this solicitation. FAR 52.233-2, Service of Protest (Acknowledgement of receipt will be received from the Directorate of Contracting, Building 1001, 761st Tank Battalion, Room W103, Fort Hood, TX 76544-5059); The clauseat FAR 52.212- 1, Instructions to offerors Commercial Items, applies to this acquisition and is incorporated by reference. Addendum to FAR 52.212-1 reads as follows: Paragraph (a): Change the small business size standard from 500 employees to read $5,000,000. Paragraph (b): Second sentence delete "SF 1449" and "or as otherwise specified in the solicitation." The Wage Determination No. 94-2307, Revision No. , date of last revision 5/10/96 is applicable to this acquisition. (Copy can be requested from the point of contact.) The bidders will include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, wth its bid. (Copy can be requested from the point of contact.) Bidder must indicate that company is not currently on the List of Parties Excluded from Federal Procurement or Nonprocurement Programs. All responsible sources may submit a bid which shall be considered by the Directorate of Contracting. Bids must be submitted to Fort Hood, TX 76544-5059 by 3:00 PM local time, 21 January 1997. Facsimile bids ill be accepted and may be sent to (817) 287-3243 (preferred fax number), (817) 287-5354 or (817) 288-3999. CITE: (I-354 SN013823) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: USDA, FOREST SERVICE, 517 GOLD AVENUE, SW, ALBUQUERQUE, NM 87102 SUBJECT: V--HELICOPTER SERVICES, EXCLUSIVE USE, TYPE III SOL R3-97-4 DUE 022497 POC P.J. Haar, Contracting Officer, (505) 842-3126 or Barbara A. Castillo, (505) 842-3347 DESC: USDA Forest Service, Southwestern Region, intends to contract for four (4) contractor-owned, contractor-operated, Type III (light) helicopters for wild land firefighting initial attack and support missions. Contractor shall provide helicopter, pilot(s), mechanic, service truck and driver for transporting personnel and cargo for Forest Fire Operations, involving low level missions in mountainous terrain on hot days with internal and external loads. Helicopter will also be used for helirappelling. During the performance periods (4/17-7/27; 4/27-7/20; 5/14-7/12; 5/25-9/1), helicopters will be for exclusive use of the Government. Helicopters will be based at Forest Services bases in Arizona and New Mexico. Contract time will be one base year with two option years. CITE: (I-354 SN013891) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: V--PACKING/CONTAINERIZATION/LOCAL DRAYAGE OF HOUSEHOLD GOODS SOL N00406-97-R-5042 DUE 021097 POC T. Kelly DESC: this requirement is for an annual contract for the movement of household goods. areas to be serviced include the following washington state counties, kitsap, mason, jefferson, king, pierce, clallum, grays harbor and pacific. shipments will include inbound, outbound, intra-areas and inter-areas, a requirements type contract is anticipated with estimated quantities. A contract will be for a base year with an option year. This requirement is a 100% small business set-aside. duration of contract base year 1 may 97 - 31 apr 98 and option year 1 may 98 - 31 apr 99. all responsible sources may submit (offer.bid/quotation) which shall be considered by fleet & industrial supply center, puget sound telephone requests will not be honored fax requests will be honored and should be made to (360) 476-2931. CITE: (I-354 SN013908) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: General Services Administration, mid-atlantic region, FSS (3FBG) Attn: Monica L. gormley, 100 Penn Square East, Philadelphia, PA 19107 SUBJECT: V--COORDINATION AND RELOCATION OF NAVAL MEDICAL FACILITY, PORTSMOUTH, VA SOL GS-03F-97-AYC-0011 DUE 012697 POC Monica L. gormley, contracting officer, (215) 656-3831 DESC: Provide all necessary services to relocate three present U.S. Navy medical facilities to a newly constructed acute care facility in Portsmouth, VA. This contract will be executed in three Phases, with the third phase an option. Phase I - receive, warehouse and install all new owner-installed furniture and equipment. Receive, warehouse and coordinate distribution of vendor-installed furniture and equipment. Phase II - relocate presently owned furnishings and equipment. Phase III - consolidate remaining furniture and equipment. There will be a pre-proposal conference, property inspection and walk-through at all locations. Attendance is mandatory!!!! Deadline for acceptance of names for thewalk-through is January 16, 1997. bidders that fail to attend the walk-through or inspection of the properties to be relocated will not be considered for award. Source selection procedures will be used. Requests for solicitation must be mailed to the above address or transmitted by facsimile to the attentionof Monica L. gormley, (215) 656-3841. Telephone requests will not be honored. Proposed solicitation will be issued on or about 1/6/97, with closing thirty 30) days later. CITE: (I-354 SN013946) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential Sources Sought OFFADD: General Services Administration, mid-atlantic region, Federal Supply Service Bureau (3FBG), Attn: Monica L. gormley, 100 Penn squareeast, Philadelphia, PA 19107-3396 SUBJECT: V--TRANSPORTATION, TRAVEL AND RELOCATION SERVICES DUE 012697 POC Monica L. gormley, contracting officer (215) 656-3831. DESC: Provide all necessary services to relocate three present U.S. Navy medical facilities to a newly constructed acute care facility in Portsmouth, VA. This contract will be executed in three Phases, with the third phase an option. Phase I - receive, warehouse and install all new owner-installed furniture and equipment. Receive, warehouse and coordinate distribution of vendor-installed furniture and equipment. Phase II - relocate presently owned furnishings and equipment. Phase III - consolidate remaining furniture and equipment. The pre-bid conference, property inspection and walk-through will be conducted on January 7-8, 1997, at the Naval Medical Center, Portsmouth, VA. Attendance is mandatory!!!! Bidders that fail to attend the walk through or inspection of the properties to be relocated will not be considered for award. Source selection procedures will be used. Requests for solicitation must be mailed to the above address or transmitted by facsimile to the attention of Monica L. gormley, (215) 656-3841. Telephone requests will not be honored. Proposed solicitation will be issued on or about 12/26/96, with closing thirty (30) days later. CITE: (I-354 SN013970) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Naval Station Everett, Code 41C, 2000 W. Marine View Drive, Everett, WA 98207-5001 SUBJECT: W--CRANE RENTAL SOL N44255-97-Q-4232 DUE 011997 POC Contact Elizabeth Baierl (206) 304-3580/Contracting Officer, John Gerber (206) 304-3580. DESC: One (1) 80-ton crane rental for 90 days (26 Jan 97 - 26 Apr 97), Pier Alpha, Naval Station Everett, Washington. Crane to have hydraulic boom, 130 foot minimum radius, 2,000 pounds capacity, unlimited hours of use. Small business set-aside. When calling for a copy of solicitation, contact Elizabeth Baierl or John Gerber at (206) 304-3580, and provide name, address, and solicitation number in item 9. All responsible sources may submit an offer which will be considered. CITE: (I-354 SN013751) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: W--FORKLIFT LEASE SOL N00406-97-R-4037 DUE 041097 POC M. Renville DESC: Indefinite delivery type contract requirements type for the lease of an estimated 6 each 15,000 lb. capacity industrial type forklifts with 210 in. lift; diesel, gas or propane powered with pneumatic tires. normal repair and maintenance and repair is the contractor's responsibility. Contractor is required to respond to repair calls with 4 business hours, and if repair is not feasible, to replace the leased unit. duration of contract period: period of performance is from the date of award through one year, plus one option year. FOB destination: puget sound naval shipyard, bremerton wa 98314-5000 All responsible sources may submit (offer/bid/quotation) which shall be considered by the fleet and industrial supply center puget sound telephone requests will not be honored. Fax requests will be honored at (360) 476-2931 CITE: (I-354 SN013909) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Alaska, P.O. Box 898, Anchorage, Alaska 99506-0898 SUBJECT: Y--UPGRADE OF NAVAL RESERVE BUILDING 733, FT RICHARDSON, ALASKA SOL DACA85-97-B-0014 DUE 022797 POC Contact, Gail M. West, 907/753-2552/Contracting Officer, Thomas L. Carter, 907/753-2551 DESC: Description of work to be performed: Upgrade existing facility to provide office/drill services for approximately 130 Navy Reservists on the weekend, and a full-time Navy Officer personnel during the week. Mechanical and plumbing upgrades include new unit ventilators, smoke detectors, replace plumbing, sink and fixtures. Electrical upgrades include new fire alarm system, light fixtures, and provide modem and land lines. Structural upgrades consist of door assemblies, new fire walls, suspended ceilings, carpeting and painting. Responders are advised that the requirements may be delayed, cancelled, or revised at any time during the solicitation, selection, evaluation, negotiation, and/or final award process based on decisions related to DOD changes and disposition of the Armed Forces. Range: $500,000, - $1,000,000--FFP--245 days completion time--Plans & spec fee: $41.00--SIC Code 1542--all responsible sources may submit a bid which shall be considered by this agency. The solicitation listed herein is a Small Business Set Aside. CITE: (I-353 SN013497) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: 45CONS, 1201 Minuteman St, MS 7200, Patrick AFB, FL 32925-3237 SUBJECT: Y--REPLACE MFH, PATRICK AFB FL SOL F08650-97-B-0400 DUE 021997 POC Peggy Norman, Contract Specialist (407) 494-9951/Madhu B LeFevre, Contracting Officer (407) 494-9941 DESC: Provide all labor, materials and equipment necessary to demolish existing Housing Office, Housing Maintenance and Warehouse facilities, and replace with three new facilities within the new Housing Management Complex area at Patrick AFB FL. Work consists of demolition of existing buildings, asbestos abatement, constructing new parking lot and landscaped areas, new entrance portico and walkways; three (3) new buildings to include partitions, walls, interior finishes, signage, cabinetry, furnishings, storefronts, equipment, window coverings, ceilings, plumbing and mechanical systems, fire protection system, electrical system, lighting fixtures, lightning protection system and site lighting. Construction time is 365 days after Notice to Proceed. Bid opening is tentatively scheduled for 19 Feb 97. The applicable SIC code and small business size standard are 1542/$17M. Estimated range of this project is between $1,000,000 and $5,000,000. Requests for solicitation must be in writing or may be faxed to (407) 494-6193. All requests must include requester's telephone number, nine-digit zip code and information as to whether the requester is a large, small or small disadvantaged business. No telephone calls will be honored. A $25 nonrefundable fee will be charged for each copy of a construction solicitation package. A faxed request for copies of packages will still be accepted, however, checks must be received in 45 CONS/LGCCA prior to issuance of packages. Only business checks, certified checks, cashier checks, or money orders will be accepted and shall be made payable to: DISBURSING OFFICE DSSN 6624. NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNTIL FUNDS ARE AVAILABLE TO MAKE PAYMENTS UNDER A CONTRACT. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER BID OPENING, WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT. All responsible sources may submit a bid which shall be considered by the 45th Space Wing. CITE: (W-354 SN013714) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, Facilities Field Office, 34301 9th Avenue S, Third Floor, Federal Way WA SUBJECT: Y--CONSTRUCTION OF HILLSBORO DCU, WALNUT STREET, HILLSBORO OR 97123-9998 SOL 415046-97-A-0053 DUE 012197 POC Point of contact for solicitation information: Teresa Braddock (206) 925-9718; and for scope of work: Hugh C. Roche (206) 925-9719. DESC: The contractor will furnish all necessary materials, equipment, services and labor to construct a 28,732 sq. ft. Detached Carrier Unit (DCU) in Hillsboro, Oregon. Construction of the DCU will include site work, utility connections, footings and foundations, building construction, landscaping, paving and all other tasks set forth in the construction documents and specifications, dated 11/11/96. The estimated construction cost range is $2,400,000.00 to $2,800,000.00. The performance period for the contract will be 270 calendar days. Solicitation packages may be obtained from Royal Reprographics, 7825 S. 180th St., Kent WA 98032. Plans and specifications are available at a cost of $35.00 per set (Non-Refundable). Mail check or money order payable to: "Disbursing Officer, USPS", and reference the above solicitation number. Since this is a request for proposal, 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 offeror will not be disclosed to anyone until after the award of contract is made and the request is submitted in writing. Offerors are encouraged to submit their proposal by the U.S. Postal Service (First Class, Priority Mail, or Express Mail). CITE: (M-354 SN013717) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Y--P-053, BACHELOR ENLISTED QUARTERS 52 AREA, MARINE CORPS BASE CAMP PENDLETON, CA SOL N68711-95-R-7801 DUE 021997 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Mike Larson/Contracting Officer, Katherine G. Luhmann. DESC: Sources sought to design, engineer and construct a Bachelor Enlisted Quarters at 52 Area, Marine Corps Base, Camp Pendleton, California. The work includes site demolition and the design, engineering and construction of a complete and usable three-story concrete masonry Open Bay Barracks facility consisting of project structures, building systems, equipment, finishes, fixtures, all necessary site improvements, and off-site work as well. The contract is to be awarded to the responsible offeror who submits the proposal considered most advantageous to the Government considering "Price" and "Technical" evaluation factors. The following evaluation criteria has been established: (1) Past Performance of the Design/Build Team with the following subfactors: (1.1) Delivering quality work in a timely manner at a reasonable total cost. (1.2) Reputation for effectiveness of management and commitment to customer satisfaction. (1.3) Actual similarity of experience to this Bachelor Enlisted Quarters Project in scope, dollar value, and complexity. Factor (2): Design and Construction with the following subfactors: (2.1) Building design to include floor plan design, exterior appearance, building structural design, and building mechanical design, (2.2) Site design and engineering to include site design, compliance with site design requirments, and site engineering and utilities considerations, (2.3) Building engineering, material quality and maintenance to include quality and durability of materials and construction, quality of mechanical systems, quality of electrical system, and maintainability of the project. (2.4) Energy performance, life cycle cost and recycle, recyclable material considerations to include enery efficiency and life cycle cost for the efficiency and life cycle cost for the facility, energy efficiency and life cycle cost for appliances and equipment, and consideration for recycled and recyclable materials and environmentally sensitive design. Factor (3): Experience and qualifications of Contractor/A-E/Subcontractor to include the following subfactors: (3.1) Qualifications and past performance record of the entire Design/Build Team (including the Prime Contractor/Developer, the prime design Architect-Engineer Firm, and other subcontractors) shall be evaluated based on the following: (1) The team has completed in the past ten years other projects of similar magnitude in scope, complexity and cost, (2) The team having completed the past projects in a timely manner, with minimum change orders, delay and other problems. (3.2) Qualification of the Prime Contractor - For the projects provided by the offeror, evaluated by the following: (1) Contractor has successfully completed past projects similar to the subject project in dollar value and complexity. Were the projects completed on or ahead of schedule? Percent of work accomplished by the offeror's own forces, degree of satisfaction expressed by the customer when contacted. (3.3) Qualification of the Architect/Engineer (A-E) firm: (1) Experience in design of similar projects (i.e., design and construction of multiple housing units), (2) Satisfactory performance in past similar projects when owners/owner's agents are contacted. (3) Specialized qualifications of design personnel to be assigned to this project. Key personnel must be registered, demonstrate familiarity with the State of California Building Codes, and have experience with similar projects. Factor (4): Scheduling for the project with the following subfactors: (4.1) Schedule summary network diagram of the project which shows activity dependencies and duration, (4.2) Description of what is considered to be critical path activities, and proposed solutions to overcome or mitigate the critical tasks in the project. Factor (5): Subcontracting effort with the following subfactors: (5.1) Past Performance, (5.2) Subcontracting percentage values, (5.3) Services and/ or products to be subcontracted to various business. A pre-proosal conference shall be held on February 6, 1997 at 10:00 A.M. in the Blue Room at the Naval Facilities Engineering Command, Southwest Division, 1220 Pacific Highway, San Diego, California 92132. Participants must reserve seating a minimum of two days in advance of the conference date by contacting Mike Larson at (619)532-3368. This is not a public bid opening. The estimated cost is between $5,000,000 and $10,000,000. Firm Fixed Price Design and Construction Contract Proposals will be considered from all responsible sources. This project is unrestricted. The standard industrial code is 1522 and the annual size standard is $17 million. It is recommended that the subcontracting plan goals refelct a minimum goal of 5% for Small Disadvantaged Business Subcontracting efforts. Potential bidders should request in writing stating RFP number N68711-95-R-7801, with complete name, address, area code, and phone number and whether bidding as a prime/subcontract/supplier. There will be a charge for plans and specs. This amount will be determined before RFP's are available. Checks are to be made out to DEFENSE PRINTING SERVICE. FEES ARE NOT FEFUNDABLE. Mail requests to Southwest Division, Naval Facilities Engineering Command, Plan Issue, 1220 Pacific Highway, Building 132, San Diego, CA 92132-5187. Please fax requests to (619) 532-2083, however, requests will not be processed until your check has been received by this office. Submit one (1) check per project. Solicitation packages are limited to two (2) per prime and one (1) per subcontractor/supplier. Drawings produced using CAD software and RFP text using work processing software are available via the SWDIV Bulleting Board System (BBS) through the use of a modem. Individual drawing files are compressed into a single self-extracting DOS based .EXE file. Upon sownloading, the file should be executed from a local hard disk, causing the individual .DWG files to uncompress automatically without the need for special software. Note that drawings not produced using CAD software are not included and some substitutions for fonts and menus may be necessary to access the files. Files will be found in a directory C: d pub on the SWDIV Bulletin Board (619) 532-1779 or on the FTP server at ftp.efdswest.navfac.navy.mil/P053RFP1.EXE. Disclaimer: These data files are copies of the original document files used to prepare the Request for Proposal (RFP) package, the government does not guarentee that these data files are free of errors or omissions. In the event of any discrepancies between these data files and the RFP, the RFP documents control. The user agrees that the Government will not be liable to the user for any damages arising from the use of employes, and agents harmless from any damages caused by the user's name or these data files. Downloading of these files evidences acceptance of this agreement by the user. Issue date of RFP/BBS on or about January 17, 1997. CITE: (I-354 SN013743) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Engineering Field Activity, NW, NAVFACENGCOM, 19917-7th Avenue NE, Poulsbo, WA 98370-7570 SUBJECT: Y--INSTALL SOUTH DIKE LINER AT THE MANCHESTER FUEL DEPOT, MANCHESTER, WASHINGTON (W.R. #046-4016) SOL N44255-96-B-0994 DUE 021497 POC Margie Quimby, Contract Specialist (360) 476-5284/Wanda Edwards, Contracting Officer (360) 476-2427. DESC: PRE-SOLICITATION NOTICE. The work includes installation of approximately 6,500 square feet of pond liner, a 310 foot long cutoff wall that varies from 10 feet deep to 32 feet deep, an 18-inch by 30 feet deep diameter water well, and a cast-in-place sump and incidental related work. During performance of this work, asbestos, hazardous waste, or pollution abatement may be encountered. Plans and specifications will be available on or about 14 January 1997 at no charge until supply is exhausted. Contract completion time is 180 calendar days. Estimated cost range is between $250,000 and $500,000. The estimated bid opening date is 14 February 1997. Solicitation packages may be acquired in person from Plan Issue or by mail. Telephone requests will not be accepted. For plans and specifications to be mailed to your firm, either fax your request to Plan Issue (360) 396-0998, or mail your request to Engineering Field Activity NW, Attention : Plan Issue, NAVFACENGCOM, 19917-7th Avenue NE, Poulsbo, Wa 98370-7570. Your request must include the solicitation number, complete company name, address, telephone number including area code, and whether bidding as a prime/subcontractor/supplier. Your request must also indicate whether your firm is small business, small disadvantaged business or a large business and if woman owned. Planholder lists will not be faxed. The Standard Industrial Classification Code is 1629. The related small business size standard is $17,000,000. CITE: (I-354 SN013787) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DOE/WSSRAP, 7295 Highway 94 South, St. Charles, Missouri 63304 SUBJECT: Y--GEOSYNTHETICS FOR DISPOSAL CELL BOTTOM AND SIDE WALLS SOL RFP-3589-SC-WP479 DUE 022197 POC David L. Hay, (314) 441-8086. DESC: Presolicitation notice seeking subcontractors to furnish and install approximately 156,000 sy of high density polyethylene (HDPE) geomembrane, approximately 130,000 sy geosynthetic clay liner (GCL), approximately 159,000 sy of HDPE geonet, and approximately 421,000 sy of polyethylene geotextile on the bottom and side walls of the Disposal Cell. Work includes providing, furnishing, installing, inspecting, and testing the manufactured geosynthetic materials, including boots for pipe penetrations. There are only three approved manufacturers for the HDPE geomembrane. They are: Gundle Lining Systems, National Seal Company, and Poly-Flex Inc. The minimum technical criteria that will be required to be provided with the proposal will be: (a) Able to provide manufacturer's certifications that the installer and fabricator is manufacturer-approved and that the installation procedures for the geomembranes are in accordance with the manufacturer's installation procedures. (b) That QA Manager and site supervisor/foreman shall have overseen the installation of a minimum of one million square feet of geomembranes of the type required for this project. (c) Demonstrate competence in the installation of geomembrane by providing verifiable references for two similar projects where these services have been performed during the last five years. (d) Provide names of at least two current or former clients and points of contact. (e) Demonstrate a safe work history as proven by OSHA 200 reports and an EMR rating of 1.2 or less. (f) Financial capability and bonding capacity for a project of this magnitude. (g) Evidence of commitment to support socio-economic programs for small business and small disadvantaged businesses. Plans and specifications will be issued sometime in January 1997. The estimated cost is between $1,000,000.00 and $5,000,000.00 and the performance period is 1,007 calendar days. This project work is subject to site collective bargaining agreement under the National Maintenance Agreement. The awarded subcontractor will be required to be signatory to the National Maintenance Agreement and will flow down the requirements of this clause to all lower tier subcontractors working at this site. This project is open to both large and small businesses. Only written requests for the solicitation will be honored. CITE: (M-354 SN013796) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 SUBJECT: Y--STONE BANK PAVING, MISSISSIPPI, ATCHAFALAYA AND RED RIVERS AND OLD RIVER CONTROL CHANNEL SOL DACW29-97-B-0043 DUE 021897 POC Contract Specialist, Sheila Enclade, (504) 862-1514 DESC: The work consists of construction of 2 stone contraction dikes at Mile 298.0-L and construction of various types of stone bank paving at several locations along the Mississippi, Atchafalaya and Red Rivers and Old River Control Channels. $13.10 for plans and specification. $5.00 charge for specification only. Unrestricted. CITE: (I-354 SN013802) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY CORPS OF ENGINEERS, CONTRACTING DIVISION, P. O. BOX 1229, GALVESTON TX 77553-1229 SUBJECT: Y--DORMITORY AND SUPPORT FACILITIES, LOS FRESNOS, TEXAS, PORT ISABEL SERVICE PROCESSING CENTER IN CAMERON COUNTY, TEXAS SOL DACW64-97-B-0008 DUE 021097 POC Contract Specialist Carolyn Hilliard (409) 766-3848 Contracting Officer Mary A. Monnell (409) 766-3851 (Site Code DACW64) DESC: The work consists of constructing one 200-bed male dormitory and providing support utilities. The cost for one set of plans and specifications: Full Size $60.00; Half Size $35.00 (non-refundable). Subcontracting goals for the Galveston District are: 2.5% Small Business; 8.8% Small Disadvantaged Business; and 3.0% Woman-Owned Small Business. Price range for this work is between $1,000,000.00 and $5,000,000.00. CITE: (I-354 SN013809) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: Z--RESEAL CONTRETE JOINTS & CRACKS SOL F09650-97-Q-0388 DUE 020697 POC For copy, WR-ALC/PKOC, For additional information contact Evelyn Ellis/Pkoea/912-926-2057 DESC: Project 960076 - Reseal Contrete Joints and Cracks in bermes at tanks 23 and 24 Fuels Bulk Storage Area. Fax 912-926-7549 The approximate issue/response date will be 07 Jan 97. The anticipated award date will be 07 Feb 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-353 SN013404) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Dept of Health and Human Services, Indian Health Service, Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA 98121 SUBJECT: Z--MISC REPAIRS/ADA ALTERATIONS, WINNEBAGO, NE, PROJECT #AB4WI077H7/MULTI SOL 102-IFB-97-0002 DUE 030597 POC Judi M. Jzyk, Contracting Officer, 206/615-2025 DESC: Work to be performed consists of replacing existing windows throughout the hospital, repoint exterior masonry wall througout the hospital and provide caulking, renovate existing toilets to conform to ADA requirements. The plans and specifications use International System of Units (SI) metric equivalent measurements. Project completion time is estimated to be 120 calendar days after notice to proceed. Estimated construction cost is between $250,000 and $500,000.--The proposed contract listed herein is set aside for 51% Indian-owned, controlled, and operated firms under the authority of the Buy Indian Act. In accordance with the Public Health Service Acquisition Regulation Paragraph 380.503(e), not more than fifty (50) percent of the work to be performed under a prime contract awarded pursuant to the Buy Indian Act shall be subcontracted to other than Indian firms. For this purpose, work to be performed does not include the provision of materials, supplies, or equipment.--Award is subject to the availability of funds.--A pre-solicitation notice is being issued concurrently with this synopsis.--Bid documents will be available at no charge on about January 31, 1997, at the HHS/IHS/Engineering Services, address listed above. No telephone requests for bid documents, please, only written requests received directly from the requestor will be accepted. (FAX #206-615-2466). CITE: (W-353 SN013492) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, Civil Engineering Unit, 300 Ala Moana Blvd., Room 8122, Honolulu, HI 96850 SUBJECT: Z--REPAIR & PAINT REAR RANGE LIGHT TOWER AT HILO HARBOR, HILO, HAWAII DUE 020497 POC Point of Contact - Bonnie L. Hoe, Contracting Officer, (808) 541-2158, Fax (808) 541-2203 DESC: Provide materials, equipment, labor, and transportation required to repair and paint Hilo Harbor Rear Range Light Tower. Work includes replacing corroded rivets/bolt/nuts, fixed ladder and Safety-T-Climb fall prevention system and paint the entire 103 feet tall, foursided steel trussed tower. The entire tower and concrete pedestal are coated with lead-based paint. All work shall be completed within 120 calendar days after receipt of the Notice to Proceed. This solicitation is issued under and the resulting contract awarded under the Small Business Competitiveness Demonstration Program (PL 100-656). The construction range is between $25,000 and $100,000. Only faxed or written requests for bid packages are acceptable. This notice is for informational purposes for minority, women-owned and disadvantaged business enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. EMAILADD: B.Hoe/CeuHon@internet.uscg.mil EMAILDESC: Hilo, Hawaii CITE: (D-353 SN013498) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock Tower Building, P.O. Box 2004, Rock Island, Illinois 61204-2004 SUBJECT: Z--COTTONWOOD ISLAND REHABILITATION AND ENHANCEMENT, UPPER MISSISSIPPI RIVER ENVIRONMENTAL MANAGEMENT PROGRAM, POOL 21, RIVER MILE 328.5 THRU 331.0, MARION AND LEWIS COUNTIES, MISSOURI SOL DACW25-97-B-0011 DUE 021297 POC Contract Specialist, Rhonda Johanson, 309/794-5519 or Contracting Officer, Bonnie R. Donelson, 309/794-5241 DESC: Clearing and grubbing; channel excavation; pothole excavation; seeding; and excavation of notches in existing wingdams. Half size specifications will be furnished at a cost of $6.00; full size for $15.00. The estimated magnitude of the proposed procurement is between $500,000 and $1,000,000. All responsible sources may submit an offer which shall be considered. The SIC code for this solicitation is 1629. CITE: (W-354 SN013630) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 97th Contracting Squadron, 205 S 6th St, Bldg 318, Altus AFB OK 73523-5147 SUBJECT: Z--ADD/ALTER BOWLING CENTER SOL F34612-97-B0003 DUE 030397 POC Randy Raley, 405-481-7303, or Contracting Officer Karen Pike, 405-481-7303 DESC: Furnish all plant equipment, materials, labor and transportation to perform completely all operations to Add/Alter Bowling Center at Altus Air Force Base OK. This Acquisition is unrestricted and award will be made pursuant to the Small Business Competitiveness Demonstration Program with preference made to Small Disadvantaged Businesses. The magnitude of this project is between $1,000,000 and $5,000,000. Solicitation will be issued on or about 27 Jan 97 with a bid opening date on or about 3 Mar 97. Performance period for the proposed contract will be 341 calendar days. No telephone requests will be honored. FAX number is 405/481-7025. All who are requesting an IFB package must furnish a zip code with the plus-four code included in order to receive a package. Requests for releasable information specific to this acquisition may be obtained by contacting the buyer identified above. This includes such information as a list of interested bidders responding to this announcement, and copy of this referenced solicitation. A $50.00 non-refundable cashiers check or money order, payable to the U.S. Treasury, must accompany each request for each solicitation package. Cash or credit cards will not be accepted. The right is reserved to determine certain information be requested under the purview of the Freedom of Information Act/Privacy Act CITE: (W-354 SN013631) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Services Branch, AFDTC/PKOV, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--REMOVE AND DISPOSE OF 2.35 MILLION GALLONS OF SETTLED SOLIDS SOL F08651-97-Q-1185 DUE 010697 POC Contact Cynthia Savage, Contract Specialist, (904)882-4230 x5234, Megan K. Monaghan, Contracting Officer, (904)882-3519 x5231 DESC: The Air Force Development Test Center (AFDTC), Eglin AFB FL, has a requirement for removal and disposal of 2.35 million gallons of settle solids, 1.95 million gallons from the north holding pond and 0.400 million gallons of settled solids from the south holding pond. The solids shall be removed down to the clay bottom lining of the north holding pond and down to the asphalt bottom lining of the south holding pond. The north holding pond also contains vegetation including but not limited to cattails, duck weed, weeds, and various algae which will need to be disposed of at an approved disposal site. Settled solids shall be dewatered on site with the dewatered "solid cakes" going to an approved site and tilled into the natural soils. Contractor shall be responsible for all costs in disposing of solids and vegetation. This procurement is an open competition acquisition in accordance with the Small Business Competitiveness Demonstration Program (FAR 19.1005). The Standard Industrial Classification Code (SIC Code) for this acquisition is 4953 ($6.0 million). Please identify whether you are a large or small business based on this SIC Code. Telephone requests for solicitation sets will not be accepted. Written requests may be sent to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862. For those companies with facsimile capability, requests for solicitation sets will be accepted at machine number (904) 882-9441, Attn: AFDTC/PKOO CITE: (W-354 SN013637) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253 SUBJECT: Z--REPAIR AND INSTALL ROOFING ON MISCELLANEOUS TYPE FACILITIES LACKLAND AFB, TEXAS SOL F41636-97-B0002 DUE 020997 POC Johnie Johnson, Telephone (210)671-1732 DESC: PRESOLICITATION NOTICE: This presolicitation notice is for repair of existing roofing and installation of new roofing systems on miscellaneous type facilities (including Military Family Housing) and buildings up to three stories high at Lackland Air Force Base and Lackland Annex. A limitied amount of work could be done on a 10-story medical facility. Roof types include, but are not limited to mineral surfaced fiberglass strip shingles, structural, architectural, and factory formed,prefinished, sealed-seam steel, 20-year warrantable hot and cold-applied built-up and modified bitumen systems. Systems include all fastners, insulation, base sheets, and flashings. Some applications could be for uninsulated roll roofing. Some repair of steel, concrete, and wood decks could be required. Sheet metal work consists of fabrication and repair of fascias, gutters, downpipes, and miscellaneous custom sheet metal items. A limited amount of lead and asbestos abatement and disposal involving painted wood and metal surfaces and transite soffits and siding at the roof line could be encountered. Painting of wood and metal, application of elastomeric coatings, erection of structural steel tubing roof/canopy supports on concrete footings and installation of vertical metal panels also form a part of this contract. The magnitude of this project (including three option years) is between $5,000,000 and $10,000,000. Guaranteed minimum order amount for the basic year is $100,000 and $50,000 for the option years. Plans and specifications should be available approximately 10 January 1997. Plans and specifications will be furnished upon written request only. Please address your request to the 37th Contracting Squadron (address as listed above) and specifiy Solicitation No. F41636-97-B0002. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Plans, and specifications will be on a first-come, first served basis until the supply is exhausted. All responsible sources may submit a bid that will be considered by the agency. Responses to this presolicitation notice are due no later than 15 calendar days after publication of this notice in the CBD. THIS SOLICITATION IS ADVERTISED AS UNRESTRICTED. SIC Code 1761, Small Business Size Standard is $7 million. CITE: (W-354 SN013723) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USDA--Forest Service, San Bernardino National Forest, 1824 South Commercenter Circle, San Bernardino, California 92408 SUBJECT: Z--ROAD MAINTENANCE SOL RFQ-R5-12-97-2012 DUE 020697 POC Jennie Camacho, Procurement Technician, (909) 884-6634, Ext. 3093. DESC: Road Maintenance consists of blading and shaping of the roadbed, including shoulders, ditches, turnouts and intersections; and cleaning drainage facilities, removing ruts, washes, slough and other irregularities. To respond to this notice please mail a letter stating your address, telephone number, fax number, the solicitation number, and project name. Written requests only. CITE: (M-354 SN013731) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 341 Contracting Squadron, 7015 Goddard Drive, Malmstrom AFB, MT 59402-6863 SUBJECT: Z--RENOVATE BUILDING 300 SOL F24604 97 B0009 DUE 012597 POC Warren E. Hart, Contract Administrator, (406) 731-4001/Russell A. Bryan, Contracting Officer, (406) 731-4008. DESC: Description of Project: The work to be performed will include all labor, materials, equipment, and incidentals necessary to Alter/Renovate Building 300 at Malmstrom AFB Montana. The performance period is 60 calendar days after issuance of the Notice to Proceed. Invitation for Bid will be issued on or about 26 Dec 1996. Bid opening will be on or about 25 Jan 97. The acquisition is open competition for large and small business in accordance with the Small Business Competitive Demonstration Program. Only written request for the solicitation will be considered. All responsible sources may submit an offer which will be considered by the agency. The magnitude of this project is between $25,000.00 and $100,000.00. Standard Industrial Code is 1542. CITE: (M-354 SN013732) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Z--REPLACE UNDERGROUND STORAGE TANK SOL N62467-97-Q-6000 POC Catherine A. Paradise, Procurement Assistant, (407) 380-4329, Randy R. Knoll, Contracting Officer, (407) 380-4976 DESC: Replace Underground Storage Tank at the Naval Air Warfare Center, Orlando, Fl. Contact Catherine A. Paradise at (407) 380-4329, or Randy R. Knoll, Contracting Officer at (407) 380-4976. Work includes furnishing all labor, transportation, supervision, materials and equipment for performaning all operations in connection with replacement of underground storage tank at NAWCTSD Orlando, FL. This procurement action is estimated to be between $25,000 and $100,000. All reasonable sources should request copies of specifications in writing, by mail or fax (407) 381-8828. Please state solicitation number, complete name, area code, phone number, street address, city, state and nine digit zip code. Specifications should be available on/about 21 January 97. Standard Industrial Code is 1629. This is not a public opening. This acquisition will be processed using simplified acquisition procedures and is unrestricted. CITE: (W-354 SN013738) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of Veterans Affairs Medical Center, Contracting Officer (90C), 2121 North Avenue, Grand Junction, CO 81501 SUBJECT: Z--REPAIR STAIRWELLS SOL 575-409-97 DUE 020497 POC Denise Boren, Contract Specialist (970) 244-7723 DESC: Provide all labor and materials to repair stairwells for the VA Medical Center, 2121 North Avenue, Grand Junction, CO. Following is the statement of work. The reason for this project is to affect repairs to the east and west stair towers of building 1. 1. The contractor will be responsible for removal of all asbestos containing floor tile in accordance with Colorado Regulation 8, and OSHA Regulations. The contractor will remove the existing rubber stair nosing and replace both the tile and nosing with new vinyl tile and stair nosing. The colors are to be determined by the Resident Engineer. 2. The contractor will remove all plaster on the inside walls and resurface same with a synthetic stucco plaster coating of a texture and color to be determined by the Resident Engineer. The contractor will also repaint the remaining interior surfaces of the stair towers to include the hand rails. 3. The contractor will remove all existing sealing materials and covers from the building expansion joint, fill spandrel cuts and reseal with backer roads and caulking from bottom to top. Issue date for the solicitation is January 2, 1997. Estimated dollar range of this project is between $100,000 and $250,000. Completion time is 150 days. There is a non-refundable fee of $20.00 for the solicitation package. Make check/money order payable to the Department of Veterans Affairs. All responsible sources may submit a bid which will be considered. BOD is February 4, 1997. Award is contingent upon availability of funding. If the solicitation is cancelled the fee will be refunded. CITE: (I-354 SN013767) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 3rd Contracting Squadron/LGC, 6920 12th Street, Elmendorf AFB, AK 99506-2570 SUBJECT: Z--VEHICLE EXHAUST SYSTEMS, ELMENDORF AFB, ALASKA SOL F65501-97-B0005 DUE 021197 POC Della Simmons, Contract Specialist/907-552-2237/FAX 552-7497/Lucretia Teitzel, Contracting Officer/907-552-2772. DESC: PRESOLICITATION NOTICE: Provide all plant, materials, equipment, tools, supplies and labor required to perform the work necessary to complete project in accordance with the contract specifications and plans. Work includes but is not limited to: Installation of overhead tailpipe vehicle exhaust systems at four fire stations. Perform demolition work, including removal and disposal of lead-based paint as required to provide contractor and fire-station personnel with a site free from lead hazards. All surfaces in the fire stations are assumed to be painted with lead based paint. Magnitude is between $100,000.00 and $250,000.00. Solicitation packages will be availiable on or about 09 Jan 97 with a BOD of 11 Feb 97. Project is to be completed within 160 calendar days of the NTP. Packages will be sent upon written request. Requests shall include mailing address, phone number, fax number and size of business. There will be no charge for the solicitation. There will be a limited supply of packages and will be issued on a first come first serve basis until supply is exhausted. This project is open to both Large and Small businesses. CITE: (I-354 SN013768) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 3rd Contracting Squadron/LGC, 6920 12th Street, Elmendorf AFB, AK 99506-2570 SUBJECT: Z--REPLACE STEAM SEPARATORS, ELMENDORF AFB, ALASKA SOL F65501-97-B0003 DUE 021297 POC Della Simmons, Contract Specialist/907-552-2237, Fax 907-552- 7497/Lucretia Teitzel, Contracting Officer/907-552-2772. DESC: PRESOLICITATION NOTICE: Provide all plant, materials, equipment, tools, supplies and labors to complete project in accordance with the contract specifications and plans. Work includes but is not limited to: Install new steam-drum internals for six (6) existing Zurn Energy watertube boilers. Remove and dispose of all existing steam drum internals in entirety, including vortex-steam separators, chevron purifiers, connecting ducts, baffling, structural attachments, continuous-blowdown and chemical-feed piping. Asbestos and lead work is not required. Work is to be accomplished in the Central Heating and Power Plant at Elmendorf AFB, Alaska. Magnitude is between $500,000.00 and $1,000,000.00. Solicitation packages will be available on or about 10 Jan 97 with a BOD of 12 Feb 97. Project is to be completed within 150 calendar days of the NTP. Package will be sent upon written request. Request shall include mailing address, phone number, fax number and size of business. There will be no charge for the solicitation. There will be a limited supply of packages and will be issued on a first come first serve basis until supply is exhausted. This project is open to both large and small businesses. CITE: (I-354 SN013770) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Office (fp), U.S. Coast Guard Academy, 15 Mohegan Avenue, New London, CT 06320-4195 SUBJECT: Z--ACOUSTICAL CEILING INSULATION - SMITH HALL SOL DTCG39-97-B-QEE012 DUE 021697 POC Contact Caroline Bennington, Contracting Officer, 860-444-8665, FAX 860-444-8299 DESC: This project consists of providing acoustical ceiling insulation in existing suspended ceiling grid in first floor classroom suite of Smith Hall at the U.S. Coast Guard Academy, New London, Ct. There is no known hazardous material in this project. This acquisition is 100% set-aside for small business; SIC Code is 1742; Size Standard is 500 employees. The contract resulting from this acquisition will be awarded to that responsible bidder whose bid, conforming to the invitation, will be most advantageous to the Government, considering only price and price-related factors. The price is estimated to be between $25,000 and $100,000.00. It is intended to award a Firm Fixed-Price contract. Requests must be made in writing to Superintendent (fp), U.S. Coast Guard Academy, 15 Mohegan Avenue, New London, CT 06320-4195 and must specify the solicitation number. ALL REQUESTS SHALL BE ACCOMPANIED BY A $15.00 NON-REFUNDABLE CHECK PAYABLE TO THE U.S. COAST GUARD. No telephone requests accepted. FOR MINORITY, WOMEN-OWNED AND DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU) has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. DOT provides an 80 percent guarantee on the bond amount to a surety against losses. Loans are also available under DOT Short Term Leasing 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 and Bonding Assistance Program, please call the OSDBU at 1-800-532-1169. CITE: (I-354 SN013775) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Department of Housing & Urban Development, 6AACO1, P. O. Box 2905, 1600 Throckmorton, Fort Worth, Texas 76113-2905 SUBJECT: Z--TREATMENT OF DEFECTIVE PAINT SURFACES IN HUD-OWNED HOMES. SOL H06S97000500000 DUE 021497 POC Dan Blake, Contract Specialist, or Thomas D. Moore, Contracting Officer, (817) 978-9301. DESC: Treatment of defective paint surfaces are required for Single Family properties which are owned by or in the custody of HUD in the Counties of Hinds, Rankin, Madison, Warren, and Copiah near Jackson, MS. Invitation for Bids (IFB) shall be issued on or about January 15, 1997. Bids will be due 30 days after date issued. All responsible sources may request a Solicitation by letter directed to the above address. Telephone requests for Solicitations will not be accepted. See Numbered Note(s): 1. CITE: (I-354 SN013789) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Phillips Laboratory, Operational Contracting Division/PKOC, 2050 Wyoming Blvd SE, Kirtland AFB NM, 87117-5663 SUBJECT: Z--REPAIR PAVEMENTS, IDIQ, KIRTLAND AFB NM SOL F29650-97-B0002 DUE 022097 POC Mindy Goeres Contract Administrator, 505/846-2646; Ed Castillo, Contracting Officer, 505/846-2992. DESC: This directorate intends to issue an Invitation for Bid (IFB) F29650-97-B0002 on or about 20 Jan 97 with a bid opening date on or about 20 Feb 97. The proposed procurement listed herein is unrestricted. The Standard Industrial Classification (SIC) Code is 1611 and a size standard of $17.0M. The magnitude of this project is between $5,000,000.00 and $10,000,000.00 with a basic performance period of 365 calendar days and two one-year option periods. We anticipate awarding two separate Indefinite Delivery, Indefinite Quantity (IDIQ) contracts under this single IFB. The work in general, will consist of paving and improvement of roadways on Kirtland AFB NM. Work includes, but is not limited to application and installation of traffic pavement markings, layout and painting of street and parking lot surfaces and the application of reflective beads, layout and installation of thermo-plastic traffic markings, repairs to asphalt roads, streets, and parking lots, route and seal cracks in asphalt surfaces, full depth saw cutting of asphalt, application of prime and tack coats, raising utility manholes and handholds, overlay of asphalt surfaces, complete "in-place" reconstruction of existing asphalt surfaces including in-situ mixing, application of liquid bituminous emulsion, compaction to density specified, and application of intermediate and wearing courses. Application of "chip-seal" or Open Graded Friction Course, installation of loop detectors, spall repairs, resealing joints, full or partial slab replacement, installation of load transfer devices, installation/replacement of traffic signs, installation of concrete communication duct banks, repair or replacement of sidewalks, drive pads, curbs, and gutters, demolition, removal, and disposal of materials, finishing, curing, traffic control, and related tasks. Please note that funds are not presently available, however, they have been requested. This invitation is based upon your understanding that (1) funds are not available and (2) if funds do not become available, no obligation will be incurred by the Government because of this invitation for bid. Request for this IFB must be made by letter, by mail to address above or by fax to: 505/846-5444). Telephone requests will not be honored. Availability of this solicitation is limited, and it will be furnished on a first-come, first-served basis. Direct any questions to Mindy Goeres, 505/846-2646 or Ed Castillo, 505/846-2992 or FAX to 505/846-5444. CITE: (I-354 SN013791) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NASA, George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight CenterP12, Marshall Space Flight Center, AL 35812 SUBJECT: Z--REPAIRS TO HIGH PRESSURE PIPING SYSTEM SOL IFB MSFC 8-97-3 POC Contact Chuck Hamlin, GP56-L, 205-544-0347/Contract Specialist, or Harry B. Craig, GP56-I/Contracting Officer DESC: This project consists of providing labor, equipment, and all materials to perform installation, cleaning, and testing of the following approximate lengths of new XX STR C.S., stn. stl. valves, and auxillary hardware for 5,000 psig (34,500 kPa) GN2 and 3,500 psig (25,000 kPa) air: 15 m of 15-mm tubing; 1130 m of 40-mm pipe; 800 m of 80-mm pipe; and 18 m of 100-mm pipe -- Installation of the pipe will be above and below grade, under roads and paved areas, and in open trenches; numerous connections to existing facilities; removal of existing manholes and construction of new manholes -- Worksite is the George C. Marshall Space Flight Center, AL -- The standard industrial classification code for this procurement is (1711) -- Period of performance is 360 calendar days -- Estimated price range is between $500,000 and $1,000,000.00 -- Firms responding to this ad will be provided the solicitation package with drawings and specifications -- No solicitation packages will be issued 10 days prior to scheduled bid opening -- Bid packages containing specifications and drawings are available at the non-refundable cost of $50.00 -- Payment must accompany the request and be made only in the form of a certified check or money order -- Money orders or certified checks should be made payable to "NASA Cashier MSFC," and should be marked with the IFB number - - Personal and company checks are not acceptable -- The bid opening date will be contained in the solicitation -- All requests for the solicitation package must be in writing -- This is a Small Business Set-Aside -- An ombudsman has been appointed to hear concerns from bidders, potential bidders, and contractors during the preaward and postaward phases of this acquisition -- The purpose of the ombudsman is not to diminish the authority of the contracting officer or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them -- When requested, the ombudsman will maintain strict confidentiality as to the source of the concern -- The ombudsman does not participate in the evaluation of bidders, the source selection process, or the adjudication of formal contract disputes -- Interested parties are invited to call the installation ombudsman, Susan M. Smith at 205-544-0012 -- Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, Thomas S. Luedtke at 202-358-2090 -- Before consulting with any ombudsman, interested parties must try to resolve their concerns with the contract specialist or the contracting officer -- DO NOT CALL THE OMBUDSMAN FOR SOLICITATION REQUESTS/INFORMATION. LINKURL: http://msfcinfo.msfc.nasa.gov/midrange/presol/notices/notices.html LINKDESC: EMAILADD: Charles.S.Hamlin@msfc.nasa.gov EMAILDESC: CITE: (W-354 SN013835) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 11th Contracting Office/LGCC, 500 Duncan Ave., Room 250, Bolling AFB, DC 20332-0001 SUBJECT: Z--SIMPLIFIED ACQUISITION OF BASE ENGINEER REQUIREMENTS (SABER) SOL F9642-97-R0123 DUE 021497 POC Ms. Elkerson, Contract Specialist, (202) 767-7964. No collect calls will be accepted. DESC: SIMPLIFIED ACQUISITION OF BASE ENGINEER REQUIREMENTS (SABER). General work includes providing a broad range of minor maintenance, repair and modification of real property (construction) on Bolling AFB, DC and Air Force offices at the Pentagon, Arlington, VA. The work is required in support of Base Civil Engineer (BCE) activities at these locations. An Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract will be issued which will list a wide variety of individual construction tasks. During the contract period, the individual BCEs will identify individual minor construction jobs for which the contracting officer will issue delivery orders. The contractor will be required to furnish all materials, equipment, and personnel necessary to design, manage and accomplish the job. The contractor will also be required to maintain a management office at each location in order to receive work requests, develop proposals, negotiate requirements, and private such other management services associated with accomplishing the individual jobs. Individual jobs will vary in size with the majority expected to be priced between $25,000.00 and $300,000.00. Pricing will be accomplished by applying the contractor's coefficient to the prices contained in the most recent edition of the Means Facilities Construction Cost Data published by R.S. Means Company, Inc., Kingston, MA. The jobs will require a wide variety of specialized construction tasks such as, but not limited to, carpentry, road repair, roofing, excavation, electrical, steam fitting, plumbing, sheet metal, painting, demolition, masonry, fencing, and welding. These tasks include work under major groups 15, 16 and 17 of the Standard Industrial Classification Codes. Commencement of work will be ten days after the notice to proceed; duration of the contract will be twelve months, with four twelve-month extensions to be exercised at the government's discretion. The minimum amount for the life of the contract is $100,000.00; the maximum amount for the life of the contract is $50 million. The contract period is expected to start in May of 1997 and will be awarded on an all-or-none basis to one contractor. The acquisition will be solicited under full-and-open competition (unrestricted) in accordance with procedures set forth in FAR 19.10, Small Business Competitiveness Demonstration Program. This program was established by Title VII of the "Business Opportunity Development Reform Act of 1988," Pub. Law 100-656, as amended by Title II of Pub. Law 102-366 and implemented by an OFPP Policy Directive and Test Plan, dated Aug 31, 1989, as amended on Apr 16, 1993. Proposals will be evaluated and award made on a "best value" basis in accordance with procedures set forth in the Air Force Supplement to the Federal Acquisition Regulation, Appendix BB. Performance history will be a substantial portion of the evaluation. Interested offerors should indicate interest in writing not later than 08 Jan 97. At least twelve (12) percent of the work must be performed by the prime contractor. The size standard for a small business, including its affiliates, is not in excess of $7.0 million in average sales or receipts for each of the preceding three years. All replies to this notice must be in writing. Any requests which were made prior to this synopsis should not be resubmitted. CITE: (M-354 SN013839) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Civil Engineering Unit, P.O. Box 21747, 709 W. 9th Street, Room 817, Juneau, Alaska 99802-1747 SUBJECT: Z--REMOVAL OF TWO UNDERGROUND STORAGE TANKS (2000/5000 GAL.) AND REPLACE WITH ONE ABOVE GROUND STORAGE TANK AT USCG LORSTA SHOAL COVE, ALASKA SOL DTCG87-97-B-643026 DUE 021897 POC R. B. Wade, Contracting Officer, (907)463-2418 DESC: DTCG87-97-B-643026 - Underground Storage Tanks: Provide all materials, equipment, transportation, incidentals to perform labor for the removal of two existing underground storage tanks (USTs) located at USCG LORAN Station Shoal Cove, Alaska. The tanks consists of one (1) 5000 gallon gasoline storage tank and one (1) 2000 gallon diesel storage tank. Work includes, but is not limited to removal of tanks and disposition of tanks at an approved facility; peparation of site assessment report for the complete removal; and issuance of a Release Notification if contamination is found. Aboveground Storage Tank: Provide all materials, equipment, transportation, incidentals and perform labor to install and test one (1) 2000 gallon aboveground fire rated fuel storage tank (AST) and all associated piping, pumps, supports and monitoring systems complete and operable for use by USCG LORAN Station Shoal Cove personnel. This tank will be used to store and dispense diesel fuel. The estimated cost range for this project is between $75000 and $200000. The time for completion of this contract is 150 calendar days after notice of award. The work required by this solicitation is identified as Industry Standard #1629 and the applicable size standard is $17.0 million dollars in annual receipts for the past three years. This procurement is issued pursuant to the Small Business Competitiveness Demonstration Program, Public Law 100-656, as implemented by the OFPP Policy Directive and Test Plan dated 8/31/89. This is not a small business set-aside. All responsible sources may submit a bid which shall be considered by the U. S. Coast Guard. Requests for bid documens must be submitted and received by this office no later than 7 January 1997. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. This is applicable to any eligible prime or subcontractor at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guarantee of the bid bond amount to a surety against losses. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. Interested parties can obtain a bid package by sending a check or money order issued to the U. S. Coast Guard in the amount of $25.00 to Commanding Officer (ko), Civil Engineering Unit, P.O. Box 21747, Juneau, AK 99802-1747. This is a non-refundable fee for the plans and specifications. R. Wade/CEUJuneau@internet.uscg.mil Civil Engineering Unit CITE: (D-354 SN013846) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U. S. Army Engineer District, Norfolk, Attn: Cenao-CT, 803 Front Street, Norfolk, Virginia 23510-1096 SUBJECT: Z--MAINTENANCE DREDGING, CHINCOTEAGUE BAY CHANNEL, GREENBACKVILLE, VA SOL DACW65-97-B-0008 DUE 021197 POC Marsha D. Flood, (757) 441-7746 DESC: The work includes dredging approximately 10,000 CY to depths of 6 feet and 5 feet, and placing the dredged material within the confined upland placement site, including operation and maintenance of the placement site. Magnitude of project is estimated between $100,000 and $250,000. Duration of the project is 60 calendar days. This procurement is set-aside 100% for small business concerns. SIC Code 1629 applies. Solicitation documents are available from Defense Automated Printing Service (DAPS), 1641 Morris Street, Norfolk, VA 23511, (757)444-5968, in the non-refundable amount of $18.00 per set. DAPS will accept checks and money orders payable to U.S. Treasury as payment. Solicitation documents are NOT available for purchase from Norfolk District. Numbered Note 1 applies. EMAILADD: mflood@cenad1.nad.usace.army.mil EMAILDESC: CITE: (W-354 SN013859) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 (CGS), P.O. Box 25486, DFC, Denver, CO 80225 SUBJECT: Z--ASPHALT PAVING SOL 1448-60181-97-B028 DUE 020497 POC POC: Cathleen DeBerry/Procurement Assistant, 303/236-5412 x221; David M. Clack, Contracting Officer, 303/236-5412 x228. DESC: This is a pre-solicitation notice for a requirement to perform all work required to rehabilitate the asphalt pavement for a headquarters building area and residence driveways. The work includes building area and residence driveways. The work includes pavement reconstruction by excavating and wasting existing pavement and base material; compacting subgrade; placing and compacting a 6-inch thickness of base course material; and placing and compacting a 3-inch thickness of asphalt pavement material. The work also includes a 2-inch asphalt overlay of existing asphalt pavement. The project site is located at the Jackson National Fish Hatchery near Jackson, Wyoming. Solicitations will be available o/a January 3, 1997. Notice to proceed will not be issued on this project until o/a June 15, 1997. Estimated price range is between $100,000 to $250,000. This project is open to large and small businesses. Please fax requests for solicitation package to 303/236-4791, state solicitation number company name, mailing address and telephone number on request. CITE: (I-354 SN013860) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: Z--REPAIR ELECTRON DRIVE, WEST (R26-91) PART A, AND REPAIR ENTRY SILVERGATE, PART B, NAVAL COMMAND, CONTROL AND OCEAN SURVEILLANCE CENTER RDTE DIVISION, SAN DIEGO, CA SOL N68711-93-B-2205 DUE 021197 POC POC Ms. Pat Hickok, Code D211, Contracting Officer, (619)553-3854, for technical/contractual questions. POC for copy, Mr. J.C. Norris, (619)553-4331, FAX (619)553-6976. DESC: The work includes providing all labor, approved materials and equipment required for PART A demolition and removal of existing asphalt concrete, concrete, utilities and fencing; replacement of sensor loops; raising of manholes and valve boxes; excavation, regrading, and compaction; placement of new base coarse, asphaltic concrete, concrete walks, and curbs; placement of road pavers with sand bedding and concrete borders; installation of utilities and fencing; installation of traffic stripes and pavement markers; and for PART B demolition and removal of existing asphalt concrete, concrete, utilities, fencing, trees and shrubs; clearing and grubbing; sawcutting, excavation, regrading, and compaction; raising of manholes and valve boxes; placement of concrete walks and curbs; placement of asphaltic concrete pavement with base course; placement of asphalt overlay; placement of precast concrete wheelstops; restriping using preformed pavement markers; placement of road pavers with sand bedding and concrete borders; construction of steel reinforced masonry pilasters, steel gates, steel pickets, guard posts, and hydraulic gate operators with the electrical accessories, sensors and controls; placement of topsoil; planting of trees, shrubs, and ground cover; installation of steel poles and chain link fence; installation of underground electrical conduits, pull boxes, conductors, pressurized and non-pressurized irrigation lines, hose bibbs, shutoff valves, valve boxes, and remote controlled valve, and incidental related work, complete and ready for use.--Estimated cost range is between $250,000.00 and $500,000.00.--Firm Fixed Price Contract--Estimated start date is 25 February 1997 with 120 days to complete the work.--This proposed contract will be unrestricted.--SIC Code is 1611--Potential bidders should request plans and specifications in writing or pick up stating IFB Number N68711-93-B-2205 and complete name, address, area code, phone number and whether bidding as prime contractor/ subcontractor/supplier.--Telephone requests will not be accepted.--Mail requests to Naval Command, Control and Ocean Surveillance Center RDTE Division, Bid Office Code D214B, 53570 Silvergate Avenue, San Diego, CA 92152-5113 or FAX to (619) 553-6976.--Incomplete requests will be returned to sender.--Bids will be considered from all responsible sources.--NOTE: Plans and specifications will not be mailed to firms within a 25 mile radius of the issuing office.--Plans and specifications will be available until supply is exhausted on a first come, first served basis.--Bid opening date is 11 February 1997.--No deposit required. CITE: (I-354 SN013879) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: Z--IMPROVE WHERRY HOUSING SOL F33601-97-B-0005 DUE 021097 POC For Copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309 POC: R. Shyne/PKWOEB/937-257-6573, FAX NO 937-257-3926. DESC: PRESOLICITATION NOTICE. Estimated cost of proposed acquisition is between 5,000,000 and 10,000,000. SIC CODE 1522 SIZE STANDARD $17.0. Page Manor Interior & Exterior Improvements Phase 11 (WP 82-0016P11A) and Senior Officers Quarters Addition & Interior Improvements Phase 11 (WP 82-0016P11B). Performance Period is 300 days Senior Officers Quarters (Base Bid No. 1). Performance Period is 300 days Page Manor (Base Bid No. 2). The contractor shall perform the work in the two base bid items concurrently. There are three Options for Senior Officers Quarters (Base Bid No. 1) that may be awarded. If Option 1, 2, and 3 to Base Bid No. 1 are awarded independently from Base Bid No. 1 the performance period for the Options for Base Bid No. 1 are: 150 days, 60 days and 21 days respectively. The performance period shall be increased by 60 days for Option 1 to Base Bid No. 1 if this Option is awarded with Base Bid No. 1. Option 2 and Option 3 to Base Bid No. 1 shall not impact the performance period if awarded with Base Bid No. 1. There are three Options for Page Manor (Base Bid No. 2) that may be awarded. If Option 1, 2 and 3 are awarded independently from Base Bid No. 2 the performance period for the Options for Base Bid No. 2 are: 150 days, 90 days and 21 days respectively. The performance period shall be increased by 60 days for Option 1 and 30 days for Option 2 to Base Bid No. 2 if awarded with Base Bid No. 2. Option 3 to Base Bid No. 2 shall not impact the performance period if awarded with Base Bid No. 2. No tel requests. Only written requests received directly from the requestor are acceptable. Requests for solicitation documents must be accompanied by a non-refundable check or money order in the amount of $15.00, made payable to Accounting and Finance. This solicitation will be issued approx 97 Jan 10. All responsible sources may submit a bid, proposal, or quotation which shall be considered. Direct all requests for solicitations and routine communication concerning this acquisition to Rosemary Shyne, Contract Specialist, 937-257-6573 X4135. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. CITE: (I-354 SN013893) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--REPAIR/MAINTAIN SIDING MILITARY FAMILY HOUSING AT MCGUIRE AFB NJ SOL F28609-97-B-0002 DUE 030397 POC Saul Lefkowitz, Contract Specialist, 609-724-5935. DESC: Repair/maintain siding throughout Military Family Housing area at McGuire AFB NJ. WRITTEN REQUESTS ONLY - FAX number (609)724-5931. The work includes but is not limited to; remove and replace existing aluminum siding with new vinly siding, repair existing aluminum siding, fascia, soffits, louvers, gutters and downspouts by patching with matching aluminum materials, disconnect and reconnect exterior utilities as required, replace damaged masonite siding when needed, contain lead based paint when directed. The proposed solicitation is for a base year and four one year options. The proposed contract will be a Requirements Type and is solicitated as UNRESTICTED. Standard Industrial Classification Code is 1542. Any concern 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. The magnitude of this procurement including the base year and four options is between $1,000,000.00 and $5,000,000.00. CITE: (I-354 SN013916) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Procurement & Contracts Office, Washington Headquarters Services, 1155 Defense Pentagon, Washington, DC 20301-1155 SUBJECT: Z--RENOVATION OF FIRST FLOOR SHOWER ROOM SOL MDA946-97-Q0015 DUE 012097 POC Lucy Picciolo, Contract Specialist, (703)693-3750, Ext. 17, Linda Luczak, Contracting Officer, Ext. 16 DESC: Renovation of first floor shower rooms at the Casimir Pulaski Building, 20 Massachusetts Avenue, NW, Washington, DC. Work consists of: Demolition, Painting, Electrical, Mechanical, and New Work. THIS IS A SIMPLIFIED ACQUISITION PROCUREMENT. Work will begin after Notice To Proceed is issued. NO TELEPHONE REQUESTS WILL BE ACCEPTED, BUT REQUESTS BY FACSIMILE (703)695-0513 WILL BE HONORED. Issuance date for the solicitation will be on or about January 6, 1997. CITE: (W-354 SN013920) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 12th Contracting Squadron/LGC, 395 B Street West, Randolph AFB, TX 78150-4525 SUBJECT: Z--REPAIR/REPLACE/INSTALL ROOFING SOL F41691-97-R0007 DUE 050397 POC Frank Melchione/(210)652-5183 DESC: Furnish all materials, labor, plant, tools, transportation, equipment, services, and incidentals necessary for Repair/Replace/Install Roofing, Randolph AFB, TX. Work consist of removing and disposing of existing roofing, metal work, and carpentry including roll roofing, asphalt shingles, built-up-roofing (BUR), clay tile and sheet metal roofs and replace with new. One basic year and two option years are anticipated. This IDIQ shall be ordered through the issuance of delivery orders during the contract period. The magnitude of this proposed project is more than $10,000,000.00. SIC Code is 1761. Size standard is $7.0 Million. Funds are not presently available for this project. No award will be made until funds are available to make payments under a contract. The Government reserves the right to cancel this solicitation, either before or after bid opening, with no obligation to the offeror by the Government. This acquisition is unrestricted. All request must be in writing to this office, mailed or faxed to (210)652-4673 CITE: (W-354 SN013975) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 (CGS), P.O. Box 25486, DFC, Denver, CO 80225 SUBJECT: Z--ASPHALT PAVING SOL 1448-60181-97-B028 DUE 020497 POC POC: Cathleen DeBerry/Procurement Assistant, 303/236-5412 x221; David M. Clack, Contracting Officer, 303/236-5412 x228. DESC: This is a pre-solicitation notice for a requirement to perform all work required to rehabilitate the asphalt pavement for a headquarters building area and residence driveways. The work includes pavement reconstruction by excavating and wasting existing pavement and base material; compacting subgrade; placing and compacting a 6-inch thickness of base course material; and placing and compacting a 3-inch thickness of asphalt pavement material. The work also includes a 2-inch asphalt overlay of existing asphalt pavement. The project site is located at the Jackson National Fish Hatchery near Jackson, Wyoming. Solicitations will be available o/a January 3, 1997. Notice to proceed will not be issued on this project until o/a June 15, 1997. Estimated price range is between $100,000 to $250,000. This project is open to large and small businesses. Please fax requests for solicitation package to 303/236-4791, state solicitation number company name, mailing address and telephone number on request. CITE: (I-354 SN013978) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--YOKE, BIPOD. POSSIBLE E/I, LIGHT ARMORED VEHICLE SOL SP0750-97-Q-0357 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, Julie brill, (614) 692-1278. DESC: PR-NO: MPC96169001339 NSN 1015-01-306-3355, CAGE 56161 Part No 10560905 CAGE 72712 Part No 10560905 yoke, bipod. General motor Corp's P/N 10560905, CAGE 72712. 6 -EA Del to New Cumberland PA 17070-5001 Del by 90 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This 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: GMC overseas dist 72712. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013565) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 10--SPACER SOL SP0440-97-Q-U462 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: DSCR-JGPB/ay 809/804-279-3927, contracting officer: Karen McKinney/ 804-279-4780. DESC: PR-NO: YPG96334000328 NSN 1055-01-150-4726, spacer, Transtechnology Corp., Breeze-Eastern Div., CAGE 08484, P/N bl-10226 Tech data package availability: 222 -EA Del to Norfolk VA 23511-3392 Del by 180 days. Unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013709) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St Louis, MO 63120-1798 SUBJECT: 12--WINDOW OPTICAL, INSTRUMENT SOL DAAJ09-97-R-0188 DUE 022897 POC L. Anderson-Samuel, Procurement Technician, 314-263-0789, Pamela Moran, Contracting Officer, 314-263-0782, fax 314-263-9012. DESC: NSN: 1240-01-171-8373, P/N: 13084609, Quantity: Minimum quantity: 11 each/Maximum quantity: 51 each, applicable to the TAD/PNVS program. This is a 5 year Indefinite Delivery Indifinite Quantity firm fixed price contract. First year delivery is FOB destination and subsequent years delivery will be FOB origin. Delivery for the first year will be 11 each by 480 days after contract award when first article testing is required to Martin Marietta Corp, US Army AH64 Support Center, 8150 Chancellor Drive, Suite 145, Orlando, FL 32809-7665 and when first article testing is not required delivery will be 11 each 240 days after contract award. First article test report is due 210 days after contract award. This procurement requires prequalification. Contractors who desire to be qualified must submit qualification documentation. 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 sources: Lockheed Martin Corp, Lockheed Martin Electronics Facility, Missiles West Orlando Facility, 5600 W Sandlake Rd, (FSCM: 04939), Exotic Materials Inc, 36570 Briggs Rd, Murrieta, CA 92563 (FSCM: 22669) and Alpha Optical Systems Inc, 1611 Government Street, P O Box 669, Ocean Springs, MS 39564, (FSCM: 54287). Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-354 SN013749) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 12--GEAR MOTOR, DRIVE, BI SOL DAAH01-97-T-0179 DUE 010897 POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250. DESC: Synopsis No: 5410-96, (MA) THIS IS A COMBINED SYNOPSIS/SOLICITATION. PRON: D1613848; NOUN: GEAR MOTOR, DRIVE, BI; NSN 1260-01-165-6360, Army P/N 1D49793-501, Qty 11 each: INSPECTION/ACCEPTANCE POINTS: SOURCE; INSPECTION REQUIREMENT: BAR CODE MARKING REQUIRED. FOB POINT: DESTINATION; DESTINATION: XU TRANSPORTATION OFFICER, RED RIVER ARMY DEPOT, TEXARKANA, TX 75507-5000; 8 EACH, PACKAGING:A/C IAW MILSTD2073, DESTINATION: XU TRANSPORTATION OFFICER, DEFENSE DIST DEPOT SUSQUEHANNA, NEW CUMBERLAND, PA 17070-5001, 2 EACH, PACKAGING: A/B IAW MILSTD2073, DESTINATION: SU USAMC WAR RESERVE GEN SUPPLY ACTIVITY, CAMP CARROLL KOREA, APO AP 96260-5000, 1 EACH, PACKAGING A/B, IAW MILSTD2073; SUPPLEMENTED BY MIL-P-116J. DELIVERY SCHEDULE 200 DAYS AFTER CONTRACT AWARD, BEST POSSIBLE DELIVERY REQUESTED. Offerors must be approved and qualified. 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 opportunities 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. Restricted Source is McDonnell Douglas Corporation, Defense and Electronics Systems, 5301 Bolsa Avenue, Huntington Beach, CA 92647. 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 1260-01-165-6360, Awd Date 073088, Qty 23, Unit Price $1,870.00. 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. SIC Code 3631; Number of employees 1000. Quotes should be submitted to Commander, U.S. Army Missile Command, Acquisition Center, AMSMI-AC-CDDA: Donna Willard, Redstone Arsenal, AL 35898-5280. Reference DAAH01-97-T-0179. See Numbered Note(s): 22. CITE: (I-354 SN013764) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164EH, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 13--EXPLOSIVE BELLOWS, DETONATORS, AND CIRCUIT BOARDS SOL N00164-97-R-0011 POC Contact point, Mr. Gary Mundy, Contract Specialist, Code 1164EH, 812/854-1391, Fax 812-854-3465,E-Mail glm759@smtp.nwscc.sea06.navy.mil DESC: Correction: This action originally publicized in the CBD dated 11/04/96 is a sole source, delivery dates are changed, and additional information is added as follows: The Navy requires 1,650 each Explosive Bellows, 3,300 each Detonators, and 1,650 each Circuit boards. Options will be included for 1,650 each Explosive Bellows, 3,300 each Detonators, and 1,650 each Circuit Boards. First articles of 160 each will be required for the Explosive Bellows and the Detonators. The first articles will be consumed in testing at NSWC Crane. The efforts to be performed will provide the Marine Corps with components and data in support of the M1134A3E1 Linear Demolition Charge fuze redesign efforts utilizing semi-conductor bridge (SCB) technology. The current fuze system is susceptible to static electricity which sometimes causes premature detonation. (This is classified as one of hazards of electromagnetic radiation to ordnance (HERO)). Substantial modifications are required to improve the fuze system. No detonator utilizing SCB technology, which is inherently HERO resistant, has passed testing and been certified for military use by the Weapons System Explosives Safety Review Board (WSERB). First article units shall be delivered FOB destination to NSWC Crane IN, within 180 days after contract award. Production units shall be delivered FOB destination to NSWC Crane IN, within 420 days after contract award. Inspection and acceptance will be at destination, FAR Part 12 procedures will not be used. The solicitation will be issued on a sole-source basis to Quantic Industries, Inc. 2751 San Juan Road, Hollister, CA 95023, in accordance with FAR 6:302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements). See Note(s): 22. CITE: (I-353 SN013468) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164EJ, Bldg. 64, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 13--SKIPPER BACK-FIT MXU-737A/B AIR FOIL GROUP CONVERSION KITS SOL N00164-97-R-0031 DUE 021097 POC Contact point, Ms. Hilda Quillen, Procurement Technician, Code 1164EJ, 812/854-2422, Fax 812-854-3465 DESC: The Navy requires approximately 2,300 each Skipper Back-Fit Conversion Kits. The kits comprise 17 separate components/assemblies which will be used by the Government to convert obsolete MXU-737A/B Air Foil Groups (AFG's) into MXU-667 AFG's. These AFG's are a major component of the MK80 Series Laser Guided Bomb. The Conversion Kits will be procured on a sole-source basis from Texas Instruments, Inc., Lewisville, TX in accordance with FAR 6.302-1, since Texas Instruments is the only company that has the proprietary information required to manufacture these conversion kits. This is anticipated to be a Firm Fixed Price contract with options. Testing for the converted units will also be included. The shipping terms will be F.O.B. destination within 90 days after contract, with final inspection and acceptance at destination. See Note(s): 22, 26. CITE: (I-353 SN013469) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: 13--PARACHUTE ASSEMBLY SOL DAAA03-97-R-0010 DUE 022497 POC Pam Burton, Contract Specialist, 501/540-3017. DESC: This is a correction to previously submitted synopsis for solicitation DAAA03-97-R-0010. The title was inadvertly advertised as "Components of the M8 TA Smoke Pot". The correct tile is "Parachute Assembly" The description of the previously submitted synopsis remains the same. CITE: (I-354 SN013753) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 14--CONVERTER, SIGNAL DATA SOL SP0920-97-Q-A098 DUE 021897 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: YPE96290000469 NSN 1430-01-187-3433, CAGE 18876 Part No 10177175 circuit construction type: solid state connection type and location: 14 pin external bottom. 45 -EA Del to (Call contracting office) Del by 02 Nov 96. Please provide price breaks all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013596) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 15--HORZIONAL STAB SOL F42620-97-R-24085 DUE 020497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Jeannine Stowell/Lfke/[801]777-6042 DESC: Item 0001 NSN 1560-ND-063-392GXW P/N: 16T7461-831, This item is a horizontal stabilizer which is used on the F-16 Aircraft. 10ea. Destn: FMS Countries. Delivery: 31 Oct 97 10 ea Item requires application of master or coordinated tooling. The approximate issue/response date will be 03 Jan 97. To: Per Udsen Aircraft Company, Grenaa Denmark. To: Cyclone Aviation Products Limited, Carmiel Israel 20100 0000. To: Korean Air Aerospace, . No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. CITE: (I-353 SN013400) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Wr-Alc/Lrk, 750 Third St, Robins Air Force Base Ga 31098-2122 SUBJECT: 15--GROUND CAR-MOTORING SOL F09604-96-R-00246 DUE 020697 POC For copy, Robert A. Nable/Lrkb/[912]926-1721, For additional information contact Robert A. Nable/Lrkb/[912]926-1721 DESC: Item 0001 NSN 1560- - - P/N: LA-RG920-1, 2ea. Destn: Robins Air Force Base Ga 31098-2122. Delivery: 31 Mar 97 2 ea Item 0002 NSN 1560- - - Ground Car-Motoring P/N: LA-RG920-1, 2ea. Destn: Robins Air Force Base Ga 31098-2122. Delivery: 31 Mar 97 2 ea Item 0003 NSN 1560- - - Ground Car-Motoring P/N: LA-RG920-1, 2ea. Destn: Robins Air Force Base Ga 31098-2122. Delivery: 31 Mar 97 2 ea The approximate issue/response date will be 07 Jan 97. To: Greene Machine & Mfg, Macon Ga 31202 0000. To: Bryants Machine Shop, Unadilla Ga 31091 0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22 and 26. CITE: (I-353 SN013403) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 15--PANEL STRUCTURAL SOL F41608-97-R-0100 DUE 010697 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Menchaca, A./ldkj/[210]925-8845 DESC: Item 0001 NSN 1560-01-370-1959LD P/N: 17P2A6021-50, SIZE: 18" X 12" X 0.25" ESTIMATED FUNCTION: FILLET PANEL, OVERWING, OUTBOARD (LIFE SUPPORT SYSTEM TO C-17 ACFT MATERIAL: PLASTIC ARAMID AND POLYAMIDE DELIVERY: 31 JUL 97 3EA. Applicable to: C-17 Acft. Destn: FB2065=ROBINS AFB, 455 BYTON ST., DO35K(DDWG-ER-DLA), GA.. Delivery: 31 JUL 97 3 ea GOVERNMENT FURNISHED SPECIFICATIONS, BLUE PRINTS, BID-SETS, AND/OR ANY OTHER DATA IS NOT AVAILABLE The approximate issue/response date will be 16 DEC 96. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 26. CITE: (I-353 SN013414) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, = Tinker Air Force Base Ok 73145-3020 SUBJECT: 15--WINDSHIELD AY = SOL F34601-97-R-04168 DUE 020797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Katherine Mozee'/Ladbc/[405]739-2416 DESC: Item 0001 NSN 1560-01-018-8341AW P/N: 5-89354-3098, Dim: approx = 1.25 x 19 x 38 inches. Matl: glass, phenolic, rubber, corrosion resistant steel. Various assembled components (IE inner pane core, outer pane, frame, sensing element, filler, strips). Function: to provide pilot with high degree of visibility and to maintain structural integrity while withstanding comparatively high cabin pressure differentials and temperature extremes. 5EA. Applicable to: E3a. Destn: Tinker Air Force Base Ok 73145-3020. Delivery: 31 MAR 97 5 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 Multiple Year BEQ Requirements Contract. Contract for Three Years. Subcontracting Opportunities: Sierracin Corp, PPG Industries, Boeing. The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 21 FEB 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Caution: The drawings which will be furnished under this RFP and any resultant contract are proprietary to the Boeing Company. Firms interested in proposing on this RFP must have on file a current OC-SAF/66, "Rights Guard Certificate", signed by an individual authorized to bind your company, or the bid package will not be furnished. This certificate may be obtained from OCALC/PKXDA, Tinker AFB OK 73145-5320. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. CITE: (I-353 SN013445) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Sa-Alc/Aircraft Directorate, 375 Airlift Drive-Suite 1, Kelly Afb Texas 78241-6334 SUBJECT: 15--STANDBY ATTITUDE INDICATOR MOD KIT SOL F41608-97-54549 DUE 020797 POC For copy, Fax request to LAKA at (210)925-8812, For additional information contact Hardage, A./laka/[210]925-5434 DESC: Item 0001 NSN 1560-K0-182-092ALH P/N: 1C-5-635, Center Panel max dimensions 23.28"W X 13.88"H with machined tolerances less tha than or equal to. 003" Looking for sources who can fabricate and package a modification kit for the C-5 aircraft to install a Standby Attitude Indicator into the pilots center instrument panel in the cockpit of the C-5 aircraft. Aircraft modification hardware includes wires, connectors, circuit breakers, and a redesigned pilots center instrument panel to integrate the new equipment item with existing weapon system subsystems and the airframe. Kit will include interfacing bracket for the new SAI. The indicator is being procured separately, and will be provided directly to Air Force field activities. Predominate Material: Various types of Aluminum and Steel 126ea. Applicable to: C-5 Acft. Destn: Kelly Afb Texas 78241-6334. Delivery: 30 Apr 97 1 ea 28 May 97 25 ea 30 Jun 97 25 ea 30 Jul 97 25 ea 29 Aug 97 25 ea 30 Sep 97 25 ea Drawings are available The approximate issue/response date will be 08 Jan 97. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) NOTE 26. CITE: (I-353 SN013455) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--BELL CRANK; FAIRING, FUSELAGE, AI SOL DAAJ09-97-Q-0493 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: 1560-01-248-9971, P/N: 7-311517070-13, QTY: 6 Each, FOB Origin with delivery of 6 each 180 days ARO to Texarkana, TX. NSN: 1560-01-157-1423, P/N: 7-311150123-11, QTY: 2 Each, FOB Origin with delivery of 2 each 180 days ARO to Texarkana, TX. Applicable to the AH-64 Program. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications and drawings. It is restricted to the following approved source, 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. See Numbered Note(s): 22. CITE: (I-353 SN013471) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--FITTING ASSEMBLY, WI SOL SPO460-97-Q-C548 DUE 020397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement. for copirs of RFQ Sol icitations, contact thebuyer: Robert Tobin/BU713/804-2 79-3639 contracting officer: Margaret Adams/804-279-51 37 DESC: PR-NO: YPG96341000304 NSN 1560-00-498-1761, fitting assembly, WI Mfg: Lockheed Martin, CAGE 98897 P/N 3W31045-106 Rev 'g' Tech data package availability: 10 -EA Del to Robins AFB GA 31098-1887 Del by: 45 DARO specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. More than one source, intended sources: Lockheed Martin, CAGE 98897 bertot Ind. Inc., CAGE 33119 critical application item. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013520) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--BEAM,AIRCRAFT SOL N0038397QN080 DUE 012897 POC Contact Point, Maria C Allen, 0233.01, (215)697-3770, 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-1560-01-429-2512-AH, Ref Nr 209-032-101-101, Qty 35 EA, Delivery FOB Origin-----. There are NO DRAWINGS AVAILABLE., See Note 22 CITE: (I-354 SN013617) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--SUPPORT, STRUCTURAL SOL SP0460-97-Q-C490 DUE 020397 POC Contact: POC Kenneth gholson/BU815; 804-279-3296; FAX 804-27 9-4005 contracting officer: Vonda Melton/804-279-5969 DESC: PR-NO: YPG96330001561 NSN 1560-01-139-5875, 189 -EA Del to Robins AFB GA 31098-1887 Del FOB origin 150 DARO; FOB destination 165 DARO 111 -EA Del to Stockton CA 95296 Del FOB origin 150 DARO; FOB destination 165 DARO 120 -EA Del to New Cumberland PA 17070-5001 Del FOB origin 150 DARO; FOB destination 165 DARO Lockheed P/N 3326589-1 Rev C, drawings re this buy are not available and cannot be furnished by the GOV. ; other than full and open; more than one source, intended sources: airborne product support; A&M aerospace; Aero eng. and Mfg.; total small bus. setaside all responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013683) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--TUBE ASSEMBLY, COMPR SOL SP0460-97-Q-C489 DUE 020397 POC Contact: POC Kenneth gholson/BU815/804-279-3296; FAX 804-27 9-4005 contracting officer: Vonda Melton/804-279-5969 DESC: PR-NO: FPG96310003549 NSN 1560-00-676-1454, 68 -EA Del to New Cumberland PA 17070-5001 Del FOB origin 150 DARO; FOB destination 165 DARO Lockheed P/N 695801-19 Rev R, drawings re this buy are not available and cannot be furnished by the GOV.; other than full and open; more than one source, intended sources: Lockheed; senior Flexonics all responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013699) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--GLASS ASSEMBLY, CANOPY SOL SP0460-97-Q-C465 DUE 020397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement. for copies of RFQ Sol icitations, contact thebuyer: Teresa Merhout/BU715/804 -279-5575 contracting officer: Margaret Adams/804-279- 5137 DESC: PR-NO: NPG96326000380 NSN 1560-00-977-9316, glass assembly, canopy Rockwell Int'l Corp., cge 89372 P/N 249-318906-5 11 -EA Del to Jacksonville FL 32212-0097 Del by: 150 DARO drawing approvl required. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Other than full and open comp (10 U.S.C. 2304(C)(1) (sole source) FAR 6.302-1 only one source (NOTE 22). Intended source: Maney Acft. Inc, CAGE 10000 total small business (SB) set-aside (NOTE 1) DSCR does not currently have an approved Tech data package available for this NSN. Solicitation will be made: in writing all responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013701) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--CLAMP HALF, TROOP SEAT THE FOLLOWING EXCEPTIONS TO DWG 60-3749, REV "A" SOL SP0460-97-Q-C412 DUE 022097 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. PO C: Kevin Allen/BU916/804-279-6683. Patricia Livingston contracting officer. DESC: PR-NO: YPG96295001440 NSN 1560-00-694-3657, 1,200 -EA Del to Stockton CA 95296 Del by 18 May 97. Rights guard data restriction apply. Requests for technical data must be accompanied by a rights guard non-disclosure certification (DGSC form P42.) all responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013705) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--DUCT ASSEMBLY, BLEED AIR (INCONEL) SOL SP0460-97-Q-C488 DUE 020397 POC Contact: POC Kenneth gholson/BU815/804-279-3296/ FAX 804-27 9-4005 contracting officer Vonda Melton 804-279-5969 DESC: PR-NO: YPG96305000917 NSN 1560-01-369-0113, 27 -AY Del to Richmond VA 23297-5900 Del FOB orgin 150 DARO; FOB dest 165 DARO Lockheed P/N 3336479-1 drawings re this buy are not available and cannot be furnished by the GOV. Other than full and open; more than one source, intended sources, Lockheed; senior Flexonics all responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013706) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--CONNECTOR, DROP TANK SOL SP0460-97-R-0527 DUE 011397 POC Contact: 7OR copies of RFQ contact the buyer. Carl Hudson B V610/804-279- 6071, FAX 804-279-6078. KO Kimberly W. H ansen 804-279-3624. DESC: PR-NO: YPG96332000869 NSN 1560-01-267-7388, connector, drop tank "source control item: Parker Hannifin Corp, gull electronics systems Div CAGE 26055. P/N 076015001. specifications, PLA plans or drawings relating to the procurement described are not available and cannot be furnished by the government. unrestricted. Other than full and open comp. sole source. Only one source. Trade agreement act (NOTE 12) technical data availability: 200 -EA Del to New Cumberland PA 17070-5001 Del by 150 days. 100 -EA Del to Stockton CA 95296 Del by 150 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013708) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO 63120-179 SUBJECT: 15--BELL CRANK SOL DAAJ09-97-R-0198 DUE 013097 POC Mary Deutschmann, Contract Specialist, 314-263-0515, or June P. Tharp, Contracting Officer, 314-263-0800, FAX No. 9012. DESC: NSN: 1560-01-158-9685, P/N: 70400-08102-045, Quantity: 298 each, applicable to the UH-60 Aircraft. F.O.B. Destination with deliveries to Texarkana, TX, and New Cumberland, PA. When calling be prepared to state name, address and solicitation number. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence to the Contracting Officer which will permit their participation in the current or future solicitation. This is a 100% Small Business Set-Aside. Approved sources are The Purdy Corp., Manchester, CT, Rotair Industries Inc., Bridgeport, CT, TEK Precision Co. Ltd., Deer Park, NY and Seanair Machine Co., Farmingdale, NY. 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. Authority and justification is FAR 6.302-1. Intended sources are listed above. See Note 26. CITE: (I-354 SN013784) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 15--LAUNCHER ASSEMBLY SOL DAAH01-97-T-0171 DUE 011097 POC AMSMI-AC-CDBB, Roberta Bodine Contracting Officer, 205-842-6113/FAX 205-955-7737. DESC: Synopsis No. 5406-96 (MA) This amendment is to change the packaging : A/C IAW MIL-P-45213E, Supplemented by MIL-P-116J; Delivery 175 days first article (CLIN 001AA), 440 days production quantity (CLIN 001AB) or 174 days production quantity without first article (CLIN 002AA) must quote on all CLINs, and SIC Code has been changed to 3728 and 1000 employees. See Numbered Note(s): 1. CITE: (I-354 SN013889) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components--Potential Sources Sought OFFADD: NASA, Johnson Space Center, BL2, Houston, TX 77058-3696 SUBJECT: 15--T-38 AIRCRAFT REDESIGNED INLET CASTINGS SOL 9-BL2-12-7-02P DUE 030197 POC Contract Specialist: Nancy Robb, (281) 244-9923 Contract Officer: Alice Jean Pursell, (281) 244-9922 DESC: NASA/JSC is seeking sources for fabrication of castings using "Quickcast" or similar rapid prototyping technology. The release of a Request For Offer for the fabrication of castings for redesigned T-38 aircraft inlets is anticipated by March 1997. For timeliness of delivery and precision in the dimensions of the finished casting, NASA envisions the foundry will use "Quickcast" or similar rapid prototyping technology in this effort. Drawings of the inlets will become available in mid-February 1997 and the RFO will be released shortly after completion of the drawings. The first shipset of hardware (first article) is required by September 1997. After acceptance of the first article, which will require installation on an aircraft and completion of a flight test, fabrication of an additional 31 shipsets will be required. Interested sources may contact Nancy Robb. See Numbered Note 26. This perspective procurement is being conducted under the NASA/JSC MidRange Pilot Test Program approved by the Office of Federal Procurement Policy on April 16, 1993. An ombudsman has been appointed to hear concerns from offers and potential offerors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the ajudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Brian Duffy at 281-483-6050. Concerns, issues, and disagreements which cannot be resolved at the installation may be referred to the NASA ombudsman, Tom Luedtke at 202-358-2090. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in RTF format and will reside on a World-Wide Web (WWW) server, which may be accessed using client browsers, such as, MOSAIC or NETSCAPE. The WWW address, or URL, of the JSC Procurement home page is: "http://www.jsc.nasa.gov/bd2/" It is the offeror's responsibility to monitor this site for solicitation release. Potential offerors will be responsible for downloading their own copy of the solicitation. The RFO will be released on or about March 1, 1997. If there are any questions, the contract specialist may be contacted via E-mail at nancy.a.robb1@jsc.nasa.gov or by phone at (281) 244-9923 or the contracting officer may be contacted via E-mail at alice.j.pursell1@jsc.nasa.gov or by phone at (281) 244-9922. CITE: (I-354 SN013911) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 16--SENSOR, CONTROL SOL F41608-97-R-74185 DUE 020397 POC For copy, FAX TO LCK AT (210)925-9020, For additional information contact Burkhardt, T, Capt/Lck2731/[210]925-6837 DESC: Item 0001 NSN 1680-01-414-4872LD P/N: 103E4161G4, CONTROL STICK SENSOR ASSEMBLY 4EA. Destn: FB2065. Delivery: 28 Nov 97 4 ea NO GOVERNMENT DATA OR DRAWINGS ARE AVAILABLE The approximate issue/response date will be 03 Jan 97. To: Martin Marietta Corp, Johnson City Ny 13790-1888. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22. CITE: (I-353 SN013394) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 16--SHOCK ABSORBER SOL F41608-97-R-16085 DUE 020797 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Gordon, J./ldktl/[210]925-0190 DESC: Item 0001 NSN 1680-00-895-1058 P/N: 5-89525-6, TO 9P2-3-25-4.SIZE 14.75IN LENGTH. WGT 22.29LBS.STROKE2.32IN.APPLKC135USED TO A BSORB LOADS WHEN REFUELINGBOOM IS IN STOWED POSITION. MATERIAL METAL. 15ea. Applicable to: Kc135 Aircraft. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31 JUL 97 15 ea The approximate issue/response date will be 08 Jan 97. To: Stearns Co, Woodinville Wa 98072-9058. To: Downey Mfg Inc, Downey Ca 90241-4934. To: Boeing Defense And Space Group, Seattle Wa 98124 2499. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The solicitation will contain the Blue Ribbon Program (BRP) solicitation provisions. Under the BRP, price and designation as a Blue Ribbon Contractor in the appropriate Federal Stock Class will be evaluated and considered in the contract award decision. If an offer is not received from a BRC and none of the participating offerors is designated as a BRC prior to contract award, award will be made to the offeror who meets the minimum requirements of the solicitation, offers the lowest evaluated price and is determined to be responsible. CITE: (I-353 SN013415) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, = Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--ACCUMULATOR, HYD = SOL F34601-97-08178 DUE 020697 POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional = information contact Phil Mcconnell/Lidac/[405]739-4347 DESC: Item 0001 NSN 1650-00-640-8490 P/N: MS28700-5, Dim: 36 1/8 = inches long 3 13/16 inches wide. Func: Dampens pressure surges and maintains pressure during momentary increases of system. Matl: Aluminum and steel. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. 43EA. Applicable to: C5a. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 JAN 97 43 ea 31 DEC 97 ea The approximate issue/response date will be 07 Jan 97. The anticipated award date will be 06 MAR 97. Written procedure will be used for this solicitation. To: Allied-Signal Aerospace Co, Torrance Ca 90504-6061. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 9; NUMBERED NOTE 26. CITE: (I-353 SN013422) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, = Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--VALVE, LIQUID OXYGEN = SOL F34601-97-R-08189 DUE 020697 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Gayla Burchfield/Lidab/[405]739-5466 DESC: Item 0001 NSN 1660-01-092-5377BO P/N: 21088-15, P/N 0580560100-3 = Type CRU-50A per QPL-25961 and MIL-V-25961.AERNO #46-4000. Alum alloy hsg with 5 ports for tube line attachments. Valve has 2 1/2 x 2 in rectangular mounting flange on one end. Internal parts consist of drilled parts, seating surfaces, s eats and springs of critical dimensions and tolerances 5 x 2 in provice facilit y for oxygen converters. Must meet clean requirements for high pressure oxygen equipment. NHA LOX converters, 1660001678388, 1660009552647, 1660010414494. App l acft F4 F5 F105 F106 F111 T38 A7 E3A B52 C5 C130 C135 C141. 167EA. Applicable to: Common. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 29 AUG 97 167 ea The approximate issue/response date will be 07 Jan 97. The anticipated award date will be 31 MAR 97. Written procedure will be used for this solicitation. To: Essex Industries Inc, Saint Louis Mo 63143-3800. To: Carleton Technologies Inc, Orchard Park Ny 14127 4195. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-353 SN013433) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--PANEL ASSEMBLY SOL SP0460-97-Q-B648 DUE 010897 POC Contact: for copies of RFQ solicitations contact the buyer. Dorothy car-ter BV412/804-279-4134, FAX 804-279-6078. KO Dolores O'Brien/BV510/804-279-4567. DESC: PR-NO: FPG96345000356 NSN 1680-01-237-8889, panel assebly McDonnell Douglas Co Corp CAGE 76301 P/N68A810381-1005 Rev C "export control applies" source. manufacturing technology Inc. CAGE 1Z216. First article testing required. specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the government. more than one source. 76301,1Z216. Export control applies. government furnished Mylar applies. 4 -EA Del to New Cumberland PA 17070-5001 Del by 202 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013518) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--CYLINDER ASSEMBLY, ACTUATING SOL SP0770-97-Q-MJ01 DUE 012197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Bruce rose (614) 69 2-3818 DESC: PR-NO: YPC96330001074/YPC96310000591-YPC96302001771 YPC96281000066-YPC96298000997 NSN 1650-00-394-4092, CAGE 36659 Part No 673230-105 CAGE 99643 Part No 46570-4 cylinder assembly, actuating. Vickers Inc P/N 46570-2. 1 -EA Del to Cecil field FL 32215 Del by 45 days ADO. Solicitation not available until 15 days after published in the CBD. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final contract award decision will be based upon a combintio of price and past performance, as described in the solicitation. While price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013571) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--CYLINDER ASSEMBLY, ACTUATING SOL SP0770-97-Q-MJ03 DUE 012197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Bruce rose (614) 69 2-3818 DESC: PR-NO: YPC96292000841/YPC96310002447 YPC96274000072 NSN 1650-00-394-4092, CAGE 36659 Part No 673230-105 CAGE 99643 Part No 46570-4 cylinder assembly, actuating. Vickers Inc P/N 46570-2. 2 -EA Del to Cecil field FL 32215 Del by 45 days ADO. Solicitation not available until 15 days after published in the CBD. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final contract award decision will be based upon a combination of price and past performnce, as described in the solicitation. while price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013577) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--DISCONNECT ASSEMBLY SOL SP0920-97-Q-A099 DUE 021897 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: YPE96295001001 NSN 1660-01-035-0628, CAGE 99449 Part No 024-750091-1 CAGE 99449 Part No 024-780136-1 13 -EA Del to New Cumberland PA 17070-5001 Del by 30 Jan 97. 31 -EA Del to Lathrop CA 95330 Del by 30 Jan 97. Please provide price breaks. All responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013598) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--TURBINE WHEEL, AIRCR SOL SP0920-97-R-X012 DUE 021897 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: YPE96332000329 NSN 1660-00-594-7233, CAGE 70210 Part No 205424 CAGE 72599 Part No 205424 92 -EA Del to Lathrop CA 95330 Del by 17 Jan 97. A 12-MONTH (365 day) indefinite delivery requirements contract is anticipated. Please provide price breaks. All responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013603) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--SEPARATOR, WATER, AIR SOL SP0920-97-Q-A093 DUE 011697 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96284000778 NSN 1660-01-399-1553, CAGE 70210 Part No 2303056-1 222 -EA Del to Charleston AFB SC 29404 Del by 01 Nov 96. no drawings are available. Other than full and open competition: part numbered item. Products offered clause applies. Various increments solicited: 350-750, 751-1500, 1501-2500. Destinations: New Cumberland, PA, Lathrop, CA, Charleston AFB, SC. Delivery schedule: 90 days ADO; increments of of 100 EA thereafter. Set-aside type: unrestricted (sole source/single source) (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013611) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--SCREEN, PRECOOLER SOL SP0920-97-Q-A097 DUE 012097 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: YPE96313000819, YPE96330000452 NSN 1660-01-204-3624, screen, precooler Rockwell (43999) P/N L5332739-001 text: AL alloy 6061-0, 2024-T3, cres per QQ-A-250/11, QQ-A-250-/5, RR-W-360: C/O 1 frame, 1 screen, 1 ring, 8 standoffs, 1 subassembly, assorted attachment hardware; NHA L5331351. Part numbered item. products offered clause applies. PR quantity: 7 each various increments solicited from 1 thru 10 EA. 5 EA Del to FB4661 Dyess AFB TX 79607-0130 2 EA Del to Stockton CA 95296-0130 delivery schedule: 7 IN 90 days set-aside type: G unrestricted (sole source/single source) (no preference) size standard: 1000 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013613) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--CONTROL LOGIC ASSY. SOL N0038396Y2604 DUE 010997 POC Contact Point, William A Ryan, 0225.02, (215)697-2530, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 7R-1680-01-011-8448-CS, Ref Nr (36659) 1213579-113, Qty 8 EA, Delivery FOB Origin, RDD 30--The items listed in the synopsis are additions to an existing Basic Ordering Agreement with Lockheed Aeronautics Co. in Marietta, GA. Control Logic Assy., 7R 1680-01-021-8602 CS, P/N (36659) 1213580-113, 5 EACH, Hydraulic Reservoir, 7R 1650-00-372-5543 CS, P/N (36659) 672997-107, 10 EACH, Hydraulic Reservoir, 7R 1650-00-369-0390 CS, P/N (36659) 672996-103, 10 EACH.BOA N00383-96-G-006J applies., See Note 22 CITE: (I-354 SN013618) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--PUMP,OIL SOL N0038397QA075 DUE 012897 POC Contact Point, Tyrone White, 0223.12, (215)697-2118, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent Hall, 0223.03, (215)697-6548 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-1660-00-887-6891-BP, Ref Nr 680182, Qty 69 EA, Delivery FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE NOT AVAILABLE FROM NAVICP.---, See Note 22 CITE: (I-354 SN013619) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--DISC, BRAKE. SOL SP0740-97-R-2666 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 Esther Hayden/AEBB2/614-692-4727 DESC: PR-NO: YPC96295001738 NSN 1630-00-127-4038, CAGE 97153 Part No 244-306 DISC, brake. I/A/W B.F. Goodrich, P/N: 244-306. 462 -EA Del to New Cumberland PA 17070-5001 Del 200 IN 120 days after award Del 200 IN 200 days after award Del balance IN 250 days after award PR-NO: YPC96242000918 307 -EA to New Cumberland PA 17070-5001 solicitation not available until 15 days after published in the cbd.specifications, plans or drawings are not available.this is an unrestricted acquisition with a 10% preference for SDB concerns. this acquisition is for supplies for which the 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 soulrces are: B F Goodrich. 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 solcitation. while price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013646) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--SHAFT, SPEED SENSOR SOL SP0770-97-Q-MG81 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 Bruce rose, 614-692-3818. DESC: PR-NO: YPC96304000929 NSN 1650-00-199-8586, CAGE 59364 Part No 363724-2 CAGE 59915 Part No 363724-2 shaft, speed sensor. Alliedsignal incp/N 363724-2. Service & sales Inc P/N 363724-2. 89 -EA Del to Tinker AFB OK 73145-9013 Del by 60 days ADO. Solicitation not available until 15 days after published in the CBD. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013648) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--JACK POINT, LANDING SOL SP0740-97-Q-0613 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) Kent morioka 614/69 2-3899 DESC: PR-NO: YPC96313000884 NSN 1620-01-237-6000, CAGE 76301 Part No 68D010007-1001 Jack point, landing gear. Mc Donnell Douglas Corp P/N 68D010007-1001. 19 -EA Del to New Cumberland PA 17070-5001 Del 220 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10M U.S.C. 23049(C)(1). Approved sources are: McDonnell Douglas Corp (76301). Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013649) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--F/A-18 AN/APG-73 RADAR UPGRADE PHASE II SOL N00019-95-G-0006 POC Contact, James M. Gerber, Phone (703)604-6100 DESC: The Naval Air Systems Command (NAVAIR) intends to issue a delivery order under Basic Ordering Agreement (BOA) N00019-95-G-0006 for non-recurring engineering effort and production line start up equipment and tooling associated with production of AN/APG-73 Radar Upgrade Phase II (RUG II) retro-fit kits in support of the F/A-18 strike fighter aircraft. NAVAIR intends to negotiate this delivery order with McDonnell Douglas Aerospace (MDA) who is the designer, developer and sole manufacturer of the F/A-18 aircarft. As such, (MDA) is the only firm possessing the technical knowledge, expertise, and familiarity with the design and specifications of the F/A-18 aircraft required to successfully produce and integrate the AN/APG-73 upgrade. This synopsis is for informational purposes only. See note No. 22 - NAVAIR Synopsis No. 20195-96. CITE: (I-354 SN013747) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--F/A-18E/F AIRCRAFT -- EXTERNAL FUEL TANK SOL N00019-97-R-0004 POC Contact, Gregory Vogt, Phone (703)604-6100 DESC: The Naval Air Systems Command (NAVAIR) intends to competitively award a contract 1) for the design,development, manufacture and test of an external aircraft fuel tank (EFT) with full organic Organizational (O) level support capability for the F/A-18E/F Super Hornet aircraft, and 2) to acquire a technical data package for this tank with Government-purpose data rights. This technical data package is intended to become the basis for future competitive reprocurements. The EFT shall be designed: 1) with a useable capacity of approximately 480 gallons; 2) to be compatible with the F/A-18E/F configuration and full flight envelope; 3) a carrier-deck survivable filament wound composite outer shell, and 4) a fuel permeability barrier. Upon successful completion of EFT performance verification testing, NAVAIR intends to exercise up to two production options for EFTs in a quantity commensurate with the requirements of the F/A-18E/F program. Capable interested companies who desire to be placed on the distribution list for this procurement should notify NAVAIR in writing at the following address: Naval Air Systems Command 1421 Jefferson Davis Highway Bldg. JP1, Room 124, Arlington, VA 22243-2140 Attn: AIR-2.2.5E.6/Mr. G. Vogt. Requests may also be made via facsimile at (703) 604 3062. Please call (703) 604 6100 x3512 to confirm facsimile transmittals and written requests. A draft solicitation will be made available for industry comment and a pre-solicitation conference may be conducted prior to the release of a formal solicitation. Companies must notify NAVAIR (in accordance with instructions herein) of their desire to be placed on the distribution list to receive any further correspondence on this matter. This will be the only announcement for this procurement. - NAVAIR Synopsis No. 20173-96. CITE: (I-354 SN013790) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 16--GENERATOR SIGNAL SOL F09603-97-Q-47319 DUE 021097 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Kenneth R. Burke/Lkkb/[912]926-0866 DESC: Item 0001 NSN 1662-01-426-1555 P/N: 8665A-003-008-909, Dim: 7 x 16.5 x 25.5 inches. Func: Generates signals. Simplified Acquisitio n Procedures (SAP) apply in accordance with FAR part 13. 2ea. Applicable to: Wrttm. Destn: Destination will be provided at time of award.. Delivery: 31 Dec 97 2 ea To obtain a complete solicitation package send a written request or a FAX (912 )926-7572. The approximate issue/response date will be 10 Jan 97. The anticipated award date will be 03 Mar 97. Written procedure will be used for this solicitation. To: Hewlett-Packard Co, Cupertino Ca 95014-0602. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-354 SN013850) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 16--PANEL,CONTROL,ELECT SOL F41608-97-R-74119 DUE 021097 POC For copy, FAX TO LCK AT (210)925-9020, For additional information contact Burkhardt, T, Capt/Lck2731/[210]925-6837 DESC: Item 0001 NSN 1680-01-381-6222LD P/N: 7622A0001-01, P/N 7622A0001-02 PANEL,CONTROL,ELECT 3EA. Destn: FB2065. Delivery: 30 MAR 98 3 ea NO GOVERNMENT DRAWINGS OR DATA ARE AVAILABLE The approximate issue/response date will be 10 Jan 97. The anticipated award date will be 19 FEB 97. Written procedure will be used for this solicitation. To: Vickers Inc, Grand Rapids Mi 49588-0872. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22. CITE: (I-354 SN013857) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U. S. Army ATCOM, ATTN: AMSAT-A-PLBA, 4300 Goodfellow Blvd., St. Louis, MO 63120- SUBJECT: 16--BELLCRANK ASSEMBLY SOL DAAJ09-96-Q-1634 DUE 013197 POC Carla Bean, Contract Specialist at (314) 263-0802 or Daniel Fuller at (314) 263-2555, datafax (314) 263-9012. DESC: Bellcrank Assembly, NSN: 1615-01-158-9658, part number 70400-08150-045. Quantity has changed from 113 each to 333 each. This item is a flight safety part that requires engineering testing. The only tested source is Sikorsky Aircraft Corporation. All responsible sources may submit a response which will be considered. 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 solicitation. Authority and Justification is FAR 6.302-1. Intended source is listed above. See notes 22 and 26. CITE: (I-354 SN013884) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: US SPECIAL OPERATIONS COMMAND, 4300 GOODFELLOW BLVD., ST. LOUIS, , MO 63120-1798 ATTN:AMSAT-D-TK SUBJECT: 16--MISSION PROCESSOR BATTERY, PART NUMBER: MAP-9352, QUANTITY: 155 SOL USZA95-97-Q-0011 DUE 020797 POC DARRELL L DODDS, (314)263-0852, ddodds@tapo1.stl.army.mil;Donna Luedte, (314)263-0851 DESC: The proposed procurement is for 155 ea. mission processor batteries, part number: MAP-9352, with deliveries 36 weeks ARO. The Government's minimum needs can only be satified from the prime contractor, Eagle-Picher Technologies,P.O. Box 47, Joplin, MO 64802-8000. Opertunity for subcontracting with the prime contractor is the basis for synopsis. This is for informational purposes only. Firms that recognize and can provide the required services described above are encouraged to identify themselves to the Contracting Officer. See Numbered NOTE(S): 22. CITE: (I-354 SN013980) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: US SPECIAL OPERATIONS COMMAND, 4300 GOODFELLOW BLVD., ST. LOUIS, , MO 63120-1798 ATTN:AMSAT-D-TK SUBJECT: 16--MISSION PROCESSOR BATTERY, PART NUMBER: MAP-9352, QUANTITY: 155 SOL USZA95-97-Q-0011 DUE 020797 POC DARRELL L DODDS, (314)263-0852, ddodds@tapo1.stl.army.mil;Donna Luedte, (314)263-0851 DESC: The proposed procurement is for 155 ea. mission processor batteries, part number: MAP-9352, with deliveries 36 weeks ARO. The Government's minimum needs can only be satified from the prime contractor, Eagle-Picher Technologies,P.O. Box 47, Joplin, MO 64802-8000. Opertunity for subcontracting with the prime contractor is the basis for synopsis. This is for informational purposes only. Firms that recognize and can provide the required services described above are encouraged to identify themselves to the Contracting Officer. See Numbered NOTE(S): 22. CITE: (I-354 SN013983) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 17--TRAILER COMPRESSOR SOL F41608-96-R-20698 DUE 020397 POC For copy, Fax request to LDKS at (210)925-1073, For additional information contact Mccormick, D./ldksh/[210]925-4741 DESC: Item 0001 NSN 1740-00-061-8830 P/N: 1C5719G02, This item is used to transport and store the compressor rotor from the TF-39 en gine in the back shop. Predominant material: steel. Approx. 22" wide X 40" wide X 74" long. Application: Multi aircraft 4EA. Applicable to: Multi Acft. Destn: FE2053. Delivery: 31 MAR 97 4 ea The approximate issue/response date will be 03 Jan 97. The anticipated award date will be 31 MAR 97. Written procedure will be used for this solicitation. To: Dunrite Systems Corp, Ronkonkoma Ny 11779-6906. To: Twin Manufacturing, Inc, South Windsor Ct 06074-4104. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1. CITE: (I-353 SN013388) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT SOL IAP-770,930-05 DUE 020597 POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio Huerta, Contracting Officer, (507) 272-4620 DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and Drawing VF-1301-88-1583. When requesting solicitation state Name, Address, and solicitation Number. Request will be accepted by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-353 SN013463) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT SOL IAP-770,930-05 DUE 020597 POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio Huerta, Contracting Officer, (507) 272-4620 DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and Drawing VF-1301-88-1583. When requesting solicitation state Name, Address, and solicitation Number. Request will be accepted by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-353 SN013465) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT SOL IAP-770,930-05 DUE 020597 POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio Huerta, Contracting Officer, (507) 272-4620 DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and Drawing VF-1301-88-1583. When requesting solicitation state Name, Address, and solicitation Number. Request will be accepted by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-353 SN013466) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Inventory Management Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT SOL IAP-770,930-05 DUE 020597 POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio Huerta, Contracting Officer, (507) 272-4620 DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and Drawing VF-1301-88-1583. When requesting solicitation state Name, Address, and solicitation Number. Request will be accepted by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG. All responsible sources may timely submit an offer which shall be considered by the Commission. Basis of award may be made on "Best Value" factors such as delivery time, quality of product, experience, past performance and responsibility shall be considered to ensure that the purchase is advantageous to PCC. CITE: (I-353 SN013483) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: Contracting Competency, Building 588, Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland 20670-5304 SUBJECT: 23--TRUCK, 1996 CAB AND CHASSIS SOL N00421-97-Q-5111 DUE 121796 POC Francine Keys, Purchasing Agent, (301) 342-7462. DESC: The Patuxent River NAWC AD has a requirement to procure a 1996 truck equipped with 175 H.P. Diesel engine, auto AT452 trans, hydraulic brakes, 1800 GVWR wheels, AC, AM/FM radio, painted white new K-Pac Model, DPCCR container carrier with rotator and standaard features, plus cable PTO/Direct mount pump, toolbox. Delivery is required FOB destination to NAS Patuxent River, Maryland 30 days ARO. Award is to be made under Simplified Acquisition Procedures. All responsible sources may submit a quotation which shall be considered by the agency. Request for this RFQ shall be FAXED to Contracts, Attn: Francine Keys, (301) 342-7463 or mail to Contracts, Bldg 1490, M/S 1, Attn: Francine Keys, NAWC AD, Patuxent River, MD 20670. Estimated RFQ issue date is January 3, 1997. See Numbered Note(s): 1. CITE: (I-354 SN013772) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, bid room phone (703) 305-6145), jefferson-davis highway, FSS, bid room c-39, Arlington, VA. 22202 SUBJECT: 23--BUSES SOL FCAP-V6-BUS96-N DUE 012197 POC Sherman E. Farves (703) 308-4188 DESC: Correction: solicitation for FCAP-V6-BUS96-N is amended to revise the specification requirement for buses, 6X2 only, Transit type for the immigration and naturalization service (INS). The new closing date is on or about January 21, 1997. all responsible sources may submit an offer, which will be considered by the agency. Offers must be in English and U.S. dollars. Copies of the RFP and amendments are available from the address above. see NOTE 12. CITE: (I-354 SN013945) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, FSS, Automotive Center (fcapr), Washington, DC 20406 SUBJECT: 23--LIGHT TRUCKS, WRECKERS SOL FCAP-R2-05758-N DUE 013097 POC Contact point, Mike Blumenfeld, (703) 308-4661 DESC: Description: twelve (12) wrecker trucks, 15,000 lb. GVWR, in accordance with GSA Automotive Center purchase description. RFP will result in a definite quantity, firm fixed price contract. provisions for total small business set-aside. FOB destination delivery within one hundred and fifty (150) days after receipt notice of award. 100% option to increase quantities clause. see numbered NOTE 12. request copies of SFO from the above address, or FAX requests for solicitation to (703) 305-3034. CITE: (I-354 SN013950) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--WHEEL ASSEMBLY, PNEUMATIC TIRE (15 X 17.50). ON M172A1 AND M529 SEMITRAILERS. SOL SP0750-97-Q-0443 DUE 013197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Shirley Walker, (614)692-3515. DESC: PR-NO: YPC96312001232 NSN 2530-01-125-4084, CAGE 19207 Part No 11669686 wheel, pneumatic tire. Used on M172A1 and M529 semitrailers. Per army drawing 11669686 and all related data. 223 -EA Del to New Cumberland PA 17070-5001 Del by 100 days after date of award. See NOTE 1. Small business size standard is 1,000 employees. solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn; DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While rpice 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-354 SN013567) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--TANK, OIL, HYDRAULIC SYSTEM CAGE (50079), 262-5749508-069 SOL SP0760-97-R-4500 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) Brenda Owens, 614-6 92-3707 DESC: PR-NO: YPC96313000923 NSN 2590-01-331-6519, CAGE 50079 Part No 262-5745508-069 tank, oil, hydraulic system. Textron Inc., P/N 262-5749508-069. 17 -EA Del to Norfolk VA 23512-0001 Del by 420 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Proposed procurement contains a 100% option for increased quantities. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013568) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--ADJUSTER, SOL SP0750-97-Q-0422 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Robert Garman, (614)692-1329. DESC: PR-NO: YPC96318000563 NSN 2540-01-359-9280, CAGE 19200 Part No 12918999 adjuster. IAW U.S. Army drawing 12918999. 132 -EA Del to New Cumberland PA 17070-5001 Del by 90 days after date of award. 83 -EA Del to Lathrop CA 95330 Del by 90 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitteed to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013569) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--OIL COOLER ASSEMBLY, TRANSMISSION. ON 5 TON 6X6 TRUCK MODEL M939 & M939A1 SERIES. SOL SP0750-97-Q-0398 DUE 020697 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, William M. Mayo, (614)692-1369. DESC: PR-NO: YPC95065001360 NSN 2520-01-098-5124, CAGE 19207 Part No 11669164 oil cooler assembly, transmission. used on 5 ton 6X6 truck model M939 & M939A1 series. 25 -EA Del to Richmond VA 23297-5900 Del by 200 days after date of award. 52 -EA Del to New Cumberland PA 17070-5001 Del by 200 days after date of award. PR-NO: YPC96277001278 solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers the final contract award decision will be based upon a combination of price and past performance, as described in the solicitation. While price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013572) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--REPAIR KIT, PLANET CARRIER STEER ASSEMBLY. EXCEPTION: SOL SP0750-97-Q-0528 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Robert Garman, (614)692-1329. DESC: PR-NO: YPC96229000868 NSN 2520-01-129-7426, CAGE 19207 Part No 5705160 repair kit, planet carrier steer assembly. Per army drawing 19207 5705160 142 -EA Del to Anniston AL 36201 Del by 150 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013573) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--FRAME, WINDOW, VEHICULAR. SOL SP0750-97-Q-0514 DUE 013197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer, Shirley Walker, (614)692-3515. DESC: PR-NO: YPC96341000643 NSN 2510-01-158-7090, CAGE 19207 Part No 8747992 frame, window, vehicular. IAW us.army drawing number 8747992. 540 -EA Del to New Cumberland PA 17070-5001 Del by 80 days after date of award. 256 -EA Del to Lathrop CA 95330 Del by 80 days after date of award. See NOTE 9. Small business size standard is 1,000 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 42316-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013579) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--PARTS KIT, HUB AND ARM (UPPER SPINDLE). ON M1 TANK. SOL SP0750-97-Q-0491 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) Robert Garman (614) 692-1329 DESC: PR-NO: YPC96067000947 NSN 2530-01-270-7498, CAGE 19207 Part No 5705461 CAGE 2D511 Part No 5705461 parts kit, hub and arm (upper spindle). used on M1 tank. Per army (19207) drawing 5705461 and all related data. 213 -EA Del to New Cumberland PA 17070-5001 Del by 150 days after date of award. 902 -EA Del to Richmond VA 23297-5900 Del by 150 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990 colubmus, 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 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 evaluation of offers, the final awrd decision will be based upon a combination of price and past perfomrance as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery and past perofmrance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013644) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--FRAME, SEAT, VEHICULAR. (SEAT ASSEMBLY, FRAME & SPRING, DRIVER) SOL SP0750-97-Q-0486 DUE 011797 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) Roslyn Diggs, 614-6 92-4755 DESC: PR-NO: YPC96320000728 NSN 2540-01-318-9229, CAGE 19207 Part No 12338503-1 CAGE 34623 Part No 12338503-1 frame, seat, vehicular. (seat assembly, frame & spring, driver) steel material. I/A/W U S Army Tank Automotive Command drawing 12338503. 100 -EA Del to Lathrop CA 95330 Del by 120 days after award 137 -EA Del to New Cumberland PA 17070-5001 Del by 120 days after award Del to various dests.-- solicitation not available until 15 days after published in the CBD. written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)6922344. requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013651) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 26--Tires and Tubes OFFADD: General Services Administration, FSS, 4FQP 401 W. Peachtree St., Suite 2600 Atlanta, GA 30365-2550 SUBJECT: 26--TIRES, PNEUMATIC PASSENGER AND LIGHT TRUCK SOL AT/TC 20252 DUE 012197 POC Patricia G. Walker TEL: 404-331-3059 FAX: 404-331-2073 DESC: This is a re-purchase aganist GSA solicitation at/TC 20244. The fleet management requirement comprises the anticipated usage for our national tire program. The successful bidder must have a national distribution and retail organization capable of meeting the quality, quantity and timeliness and geographic requirements of the solicitaion. No telephonic requests for the solicitation package will be honored. The facsimile number is 404-331-2073. the point of contact is Patricia Walker 404-331-3059. CITE: (I-354 SN013947) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 26--Tires and Tubes OFFADD: General Services Administration, FSS, 4FQP 401 W. Peachtree St, NW Atlanta, GA 30365-2550 SUBJECT: 26--PNEUMATIC HIGHWAY TIRES, NEW PASSSENGER AND LIGHT TRUCK SOL AT/TC 20252 POC Patricia G. Walker, contracting officer TEL: 404-331-3059, facsimile 404-331-2073 DESC: The General Services Administration, Federal Supply Service contemplates the award of fixed price contract for new passenger and light truck tires. The tires must be nominated by the manufacturer as an original equipment tire for one or more vehicle models produced by Ford, GM or Chrysler. No oral requests for the solicitation package will be honored. Facsimile numberis 404-331-2073. CITE: (I-354 SN013972) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--MODIFICATION: PROCUREMENT OF 250-C30R/3 ENGINE WITH FADEC FOR INTEGRATION INTO OH-58D, LOGISTIC SUPPORT SERVICES AND DATA TO BE AN EXCHANGE OF THE CURRENT FLEET ENGINES SOL DAAJ09-96-R-0548 POC Sandra J. Garcia, Contract Specialist, (314) 263-0527, or Robert F. Erbs, Jr., Contracting Officer, (314) 263-0602 DESC: MODIFICATION: This action was originally publicized in the CBD dated 6/13/96 for procurement of the 250-C30R/3 engine with a single channel Full Authority Digital Electronic Control (FADEC) for integration into the Kiowa Warrior Helicopter (OH-58D) along with engineering and logistical support services and associated data. This requirement is also to include the exchange of the current Kiowa Warrior fleet engines for the upgraded engine (250-C30R/3). CITE: (W-353 SN013384) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--MODIFICATION: PROCUREMENT OF 250-C30R/3 ENGINE WITH FADEC FOR INTEGRATION INTO OH-58D, LOGISTIC SUPPORT SERVICES AND DATA TO BE AN EXCHANGE OF THE CURRENT FLEET ENGINES SOL DAAJ09-96-R-0548 POC Sandra J. Garcia, Contract Specialist, (314) 263-0527, or Robert F. Erbs, Jr., Contracting Officer, (314) 263-0602 DESC: MODIFICATION: This action was originally publicized in the CBD dated 6/13/96 for procurement of the 250-C30R/3 engine with a single channel Full Authority Digital Electronic Control (FADEC) for integration into the Kiowa Warrior Helicopter (OH-58D) along with engineering and logistical support services and associated data. This requirement is also to include the exchange of the current Kiowa Warrior fleet engines for the upgraded engine (250-C30R/3). CITE: (W-353 SN013385) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--RING ASSEMBLY SOL F41608-97-R-45092 DUE 020397 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Flores, H. L./lpkah/[210]925-6385 DESC: Item 0001 NSN 2840-01-317-0256PT P/N: 4072235, Approx. 25 in dia by 3 in wide Matl: Titanium Alloy To place 1st and 2nd Stator Vanes onto front Lub and #1 Bearing 24ea. Applicable to: F100pw229 Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery: 28 Nov 97 12 ea 31 Dec 97 12 ea The approximate issue/response date will be 06 Jan 97. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 13,22,26. CITE: (I-353 SN013393) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, = Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--SEAL, NO. 2, OIL = SOL F34601-97-Q-49499 DUE 020697 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Willie Roberts/Lpdpb/[405]739-4346 DESC: Item 0001 NSN 2840-01-146-7481JF P/N: 9340M15P03, P/N 9340M15P04 = P/N: 9340M1SP03, DESCRIPTION: AN ASSY MADE OUT OF VARIOUS INTERNAL PARTS. FUNCTION: TO HOLD O IL IN THE #2 BEARING F101GE102 ENGINE, B1-B ACFT CAVITY AND CONTAIN S RETAINING RING,SNAP RING, SPRINGS AND CARBON SEGMENTS. DIMENSIONS: APPR OX 6.5 INCHES BY 5.5 INCHES INSIDE DIAMETER BY 1.5 INCHES HIGH AND 1.5I NCHES WIDE. MATERIAL: STAINLESS STEEL ALLOY WITH CARBON SEGMENTS. OIL SEAL I S USED ON THE F101-102 ENGINE, B1B ACFT AMD THE F110-100 ENGINE, F16C/D ACFT . 97EA. Applicable to: F101ge102; B1-B. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 29 May 98 32 ea 30 Jun 98 32 ea 31 Jul 98 33 ea The approximate issue/response date will be 07 Jan 97. The anticipated award date will be 07 Mar 97. Written procedure will be used for this solicitation. To: Kaydon Corp, Baltimore Md 21203-0626. To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. To: Stein Seal Co, Kulpsville Pa 19443-0316. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. This acquisition involves technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with the Defense Logistics Services Center (DLSC) (1=A9800=A9352=A93572) at the time of the request and have a legitimate business purpose. US contractors must submit with their request for solicitation a copy of their current, approved DD Form 2345 if obtained within the last 60 days. If you do not have a cage code but you have a current certified DD Form 2345, you must submit your DD Form 2345 with your request. To request this certification, write to the Commander, United States/Canada Joint Certification Office, Defense Logistics Services Center, ATTN: DLSC=A9SBB, 74 Washington Avenue North, Battle Creek MI 49017=A93084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345 in accordance with the current solicitation mailing process. The extent of foreign participation has not yet been determined. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small=A9business set=A9aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-353 SN013428) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, = Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--SUPPORT = SOL F34601-97-R-0033 DUE 020797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Mark Jackson/Lpdpb/[405]739-4439 DESC: Item 0001 NSN 2840-01-221-8304JF P/N: 9526M11G03, Dim: ID 21.040 = inches to 21.050 inches,OD 24.129 inches to 24.139 inches, width 2.297 inches to 2.305 inches. Matl: Inconel 718. 5EA. Applicable to: F101, B1b, F110, F16. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Dec 97 5 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 07 Apr 97. Written procedure will be used for this solicitation. To: Dover Tool Company, Bridgeport Ct 06605-2220. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Purdy Corp The, Manchester Ct 06045-1898. To: Aba Industries Inc, Pinellas Park Fl 34666-9000. To: Union Machine Co, Groveland Ma 01834-0248. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 1. CITE: (I-353 SN013431) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, = Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--CASE AND VANE ASSY-COMPRESSOR = SOL F34601-97-R-52847 DUE 020797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Jim Stephens/Lpdpa/[405]739-5501 DESC: Item 0001 NSN 2840-00-798-2846RV P/N: 515666, Dim: Outer case = and inner shroud with 38 equally spaced slots for vanes. 51.840 inches frt dia x 48.650 inches aft dia x 15.785 inches. Matl: AMS 4910 titanium. Function: Attaches to fan discharge case; provides housing for 1st and 2nd stage front compressor fan. 23EA. Applicable to: Tf33 Engine. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 May 99 23 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 08 Jan 97. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Delta Industries, East Granby Ct 06026-9789. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1. CITE: (I-353 SN013436) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, = Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--DUCT CCOUT = SOL F34601-97-R-52969 DUE 020697 POC For copy, Robert W Driver/Lpdpa/[405]739-5497, For additional = information contact Robert W Driver/Lpdpa/[405]739-5497 DESC: Item 0001 NSN 2840-00-243-7740RV P/N: 694794, Duct assy of = combustion chamber outle. Assy consists of 8 flanges converging into one circular outlet duct. ID of the duct precisely locates and secures the inner turbine nozzle case. The outer periphery of the duct incorporates slotted cooling louvers. The assy is manufactured of high termerature steel sheet metal. Overall dimens are approx 34 OD x 14 ID x 5 thick. Appl to TF33 P3/5/7/7A/9/100A/102/102A/103/11A/100 engine. 54EA. Applicable to: Tf33 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Mar 99 54 ea Item 0002 NSN 2840-00-243-7740RV Duct Ccout P/N: 694794, Duct assy of combustion chamber outle. Assy consists of 8 flanges converging into one circular outlet duct. ID of the duct precisely locates and secures the inner turbine nozzle case. The outer periphery of the duct incorporates slotted cooling louvers. The assy is manufactured of high termerature steel sheet metal. Overall dimens are approx 34 OD x 14 ID x 5 thick. Appl to TF33 P3/5/7/7A/9/100A/102/102A/103/11A/100 engine. 77EA. Applicable to: Tf33 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Mar 99 77 ea Item 0003 NSN 2840-00-243-7740RV Duct Ccout P/N: 694794, Duct assy of combustion chamber outle. Assy consists of 8 flanges converging into one circular outlet duct. ID of the duct precisely locates and secures the inner turbine nozzle case. The outer periphery of the duct incorporates slotted cooling louvers. The assy is manufactured of high termerature steel sheet metal. Overall dimens are approx 34 OD x 14 ID x 5 thick. Appl to TF33 P3/5/7/7A/9/100A/102/102A/103/11A/100 engine. 144EA. Applicable to: Tf33 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Mar 99 144 ea Item 0004 NSN 2840-00-243-7740RV Duct Ccout P/N: 694794, Duct assy of combustion chamber outle. Assy consists of 8 flanges converging into one circular outlet duct. ID of the duct precisely locates and secures the inner turbine nozzle case. The outer periphery of the duct incorporates slotted cooling louvers. The assy is manufactured of high termerature steel sheet metal. Overall dimens are approx 34 OD x 14 ID x 5 thick. Appl to TF33 P3/5/7/7A/9/100A/102/102A/103/11A/100 engine. 29EA. Applicable to: Tf33 Engines. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Mar 99 29 ea The approximate issue/response date will be 07 Jan 97. To: United Technologies/Pratt & Whitney, West Palm Beach Fl 33410-9600. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-353 SN013437) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, = Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--LINER,COMPRESSOR = SOL F34601-97-49510 DUE 020797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact John Mckeel/Lpdpb/[405]739-5495 DESC: Item 0001 NSN 2840-01-147-4566JF P/N: 9992M75G03, Steel AMS = 5643, stage 5.0.870 min.in.0.875, max. in lg 10.295 min. in 10.304 max in. radius. Acft. eng. 101. Function: Item is adjacent to the 5th stage compressor blade and provides optimum clearance between 5th stage blade and compressor stator. NHA: Engine 200EA. Applicable to: F101 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 AUG 98 200 ea Item 0002 NSN 2840-01-147-4566JF Liner,Compressor P/N: 9992M75G03, Steel AMS 5643, stage 5.0.870 min.in.0.875, max. in lg 10.295 min. in 10.304 max in. radius. Acft. eng. 101. Function: Item is adjacent to the 5th stage compressor blade and provides optimum clearance between 5th stage blade and compressor stator. NHA: Engine 27EA. Applicable to: F101 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 AUG 98 27 ea Item 0003 NSN 2840-01-147-4566JF Liner,Compressor P/N: 9992M75G03, Steel AMS 5643, stage 5.0.870 min.in.0.875, max. in lg 10.295 min. in 10.304 max in. radius. Acft. eng. 101. Function: Item is adjacent to the 5th stage compressor blade and provides optimum clearance between 5th stage blade and compressor stator. NHA: Engine 320EA. Applicable to: F101 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 AUG 98 320 ea Item 0004 NSN 2840-01-147-4566JF Liner,Compressor P/N: 9992M75G03, Steel AMS 5643, stage 5.0.870 min.in.0.875, max. in lg 10.295 min. in 10.304 max in. radius. Acft. eng. 101. Function: Item is adjacent to the 5th stage compressor blade and provides optimum clearance between 5th stage blade and compressor stator. NHA: Engine 120EA. Applicable to: F101 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 AUG 98 120 ea FIRST ARTICLE FOR CONTRACTOR TESTING MAY BE REQUIRED. PREQUALIFICATION OF SOURCES IS REQUIRED. The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 07 MAR 97. Written procedure will be used for this solicitation. To: Beacon Industries Inc, Bloomfield Ct 06002-3594. To: Lpi Corp, Hollywood Fl 33021-4441. To: Palmer Mfg Co Inc, Malden Ma 02148-0911. To: Electro-Methods Inc, South Windsor Ct 06074-2422. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1. CITE: (I-353 SN013444) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--SEAL SOL F41608-97-R-0105 DUE 020797 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Heckler, N./lpkah/[210]925-6385 DESC: Item 0001 NSN 2840-01-381-6850PT P/N: 4080811, Size: Length 2.535 min and 2.545 max diameter 7.179 inches X 7.181 inches Material: Titanium Function: Prevents air leakage from the No. 3 bearing area Requirements contract is being solicited with 1 basic year and (2) one year opt BEQ's: Basic year 32 each; 1st opt year 10 ea; 2nd opt year 8 ea. Delivery: 6 ea per month beginning Nov 97 and continue at a rate of 6 per month until complete. 32EA. Applicable to: F100/Pw229 Engine. Destn: Kelly Afb, Texas 78241-6318. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 000001 Government furnished drawings and specifications are not available. The approximate issue/response date will be 08 Jan 97. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 23,26. CITE: (I-353 SN013459) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 28--SECTOR SHROUD,TURBINE, STG 2 SOL F41608-97-R-50209 DUE 020797 POC For copy, Fax request to LPKBD at 210-925-2398, For additional information contact Stefan, C./lpkbd/[210]925-8731 DESC: Item 0001 NSN 2840-00-907-2901RX P/N: 4002T85P01, P/N 4002T85P01 Size: Approx. 045 thickness inches by 1.6 inches wide --90 degrees ARC Pred Matl: AMS 5536 Used to seal turbine rotor to prevent air leakage. The Government is contem- plating award of a Three-Year Requirements Contract with a total BEQ of 2467 ea. Delivery will be as follows: all within 210 days after receipt of order. Government furnished drawings and specifications are not available. . Applicable to: J85 Engine Series. Destn: Kelly Afb, Texas 78241-6015. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 08 Jan 97. To: Samsung Aerospace Industries, Ltd, Chung-Ku Rep Of Korea. To: Kratz-Wilde Machine Co, West Chester Oh 45069-0000. To: General Electric Co, Lynn Ma 01910-0445. To: Metro Machine Works Inc, Romulus Mi 48174-2717. To: Electro-Methods Inc, South Windsor Ct 06074-0054. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1,23,26. CITE: (I-353 SN013461) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 28--MANIFOLD, EXHAUST SOL DAAE0797QT187 DUE 021897 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Lisa Zoski (810) 574-8052 DESC: NSN: 2815003889992, qty: 133, FOB: destination, opt: none item: manifold, exh see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 021897 (see soliciation for actual offer due date). CITE: (I-353 SN013488) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--PARTS KIT, DIESEL ENGINE. (GASKET AND PREFORMED PACKING SET, ENGINE OVERHAUL) SOL SP0770-97-Q-MJ02 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 Walter Anderson, 614/692-1159. DESC: PR-NO: YPC96250000838 NSN 2815-01-406-2734, CAGE 19207 Part No 57K1319 gasket and performed packing set, engine overhaul, as used on Teledyne continental Diesel engine models LDS-465-2, LD-465-1, LDT-465-1D, and LDS-465-1. Hercules engine Co. P/N 47-0000084. 115 - SE Del to Lathrop CA 95330 Del by 213 days after date of award. 237 -SE Del to New Cumberland PA 17070-5001 Del by 213 days after date of award. 121 -SE Del to Tinker AFB OK 73145-9013 Del 213 days after date of award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10 % preference for SDB concerns. Automated Best Value Model (ABVM) 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-354 SN013575) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 28--CRANKSHAFT,ENGINE SOL N0010497RDB93 DUE 020697 POC Contact Point, Richard S Fry, 02112.17, (717)790-2828, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James A Komaromy, 02112, (717)790-2854 DESC: NSN 7H-2815-01-282-4373-M1, SPEC NR TDP VER 001, Qty 1 AY, Deliver to Receiving Officer Fisk Norfolk Norfolk VA, See Notes 9,22 CITE: (I-354 SN013626) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--LINER, TRANSITION SOL SP0480-97-R-0504 DUE 020597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Donna Cartwright/PLBL479/804-279-3774. KO: STE phen Mason/279-3724. DESC: PR-NO: YPG96312000427, YPG96270000195, YPG96254000203 NSN 2835-00-302-1028, Alliedsignal Inc (CAGE 99193) P/N 364959-1 this NSN must be reviewed to determine the correct AMC/amsc and if the available data is duitable for evaluating an alternate offer. If after reviewing the data, it is determined to be suitable for an alternate offer evaluation, insert table A0062 into the synopsis and remove the engineering "Y" code. 106 -EA Del to Kelly AFB TX 78241-5312 Del 120 days. Other than full and open comp (sole soruce). Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013676) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--ROTOR, COMPRESSOR GAS TURBINE STARTER SOL SP0480-97-R-0528 DUE 020597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Donna Cartwright/PLBL479/804-279-3774. KO: STE phen Mason/279-3724. DESC: PR-NO: YPG96312000947 NSN 2835-00-548-8097, rotor, compressor gas turbine star Alliedsignal Inc Alliedsignal Engines (CAGE 99193) P/N 366975-1 60 -EA Del to Kelly AFB TX 78241-5312 Del 120 days. Other than full and open comp (sole source). Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013677) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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 ASSEMBLY, SPECIAL SOL SP0480-97-R-0501 DUE 020597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Donna Cartwright/PLBL479/804-279-3774. KO: STE phen M. Mason/279-3724. DESC: PR-NO: YPG96327000816 NSN 2835-01-167-7334, seal assembly, special Alliedsignal Inc Alliedsignal Engines (CAGE 99193) P/N 3826106-3 adequate data for evaluation of alternate offers is not available at the procurement agency. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. 107 - EA Del to Tracy CA 95376-5000 Del 120 days. 200 -EA Del to Cherry Point NC 28533-5001 Del 120 days. Other than full and open comp (sole source). Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013682) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--MOUNT ASSEMBLY GEAR SOL SP0480-97-Q-J956 DUE 020597 POC Contact: for copies of RFQ solicitations, contact the buyer: Edwin Clements/PLBL478/804-279-4404 or write DSCR at TN: DSCR-JLP Richmond VA 23297-5876. KO: Alice Collier/ 279/4556. DESC: PR-NO: YPG96331000318 NSN 2840-01-140-3887, Mount assembly gear Northrop Grumman Corp (CAGE 76823) Hawthorne, ca P/N 74A541130-1007 adequate data for evaluation of alternate offers is not available at the procurement agency. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. 20 - EA Del to New Cumberland PA 17070-5001 Del 120 days. 23 -EA Del to San Diego CA 92132-5044 Del 120 days. Other than full and open comp (sole source). Solicitation will be made in writing and orally. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013684) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--TIE ROD, FAN CASING SOL SPO480-97-Q-J972 DUE 012897 POC Contact: for copies of RFQ solicitations (available at leas T 21 days from announcement, phone or write DGSC Attn: DGSC-JLP, Richmond, VA 23297-5312. contact the buyer. Crystal Ober, BL371, DSCR-JLP, 804-279-3717 contractin G officer: Martha Gay, 804-279-3717 DESC: PR-NO: NPG96344000572 NSN 2840-00-082-3241, 8 -EA Del to New Cumberland PA 17070-5001 60 ARO 6 -EA Del to Tracy CA 95376-5000 60 ARO General Electric Co., CAGE 99207, P/N 5023T1602. Specs, plans or Dwgs relating to the procurement described are not avail and cannot be furnished by the GOVT. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013702) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--COWL, OUTER COMBUSTION SOL SPO480-97-Q-J973 DUE 012897 POC Contact: for copies of RFQ solicitation (available at least 21 days from announcement, please contact DSCR-JLP, R ichmond, VA 23297-5312.CONTRACT the buyer: Crystal Obe R, BL371, 804-279-3717. contracting officer: Martha GA Y, 804-279-3717. DESC: PR-NO: NPG96344000585 NSN 2840-01-049-2480, 130 -EA Del to New Cumberland PA 17070-5001 60 ARO. 124 -EA Del to Tracy CA 95376-5000 60 ARO. General Electric Co., CAGE 9907, P/N 4047T87P01. Specs, plans or Dwgs relating to the procurment described are not available and cannot be furnished by the GOVT. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013703) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--NOZZLE, TURBINE, NONAIRCRAFT GAS TURBINE ENGINE SOL SP0480-97-R-0502 DUE 020597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Donna Cartwright/PLBL479/804-279-3774. KO: STE phen Mason/279-3724. DESC: PR-NO: YPG96278003324 NSN 2835-01-224-4218, nozzle, turbine, nonaircraft gas T Alliedsignal Inc (CAGE 99193) P/N 3844289-1 49 -EA Del to Kelly AFB TX 78241-5312 Del 120 days. Other than full and open comp (sole source). Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013704) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--DEFLECTOR, OIL SOL SPO480-97-Q-J974 DUE 012897 POC Contact: for copies of RFQ solicitations (available at leas T 21 days from announcement, phone or write DSCR Attn: DSCR-JLP, Richmond VA 23297-5312. contact the buyer: C rystal ober, BL371, DSCR-JLP804-279-3717. contracting officer: Martha Gay, 804-279-3717. DESC: PR-NO: YPG96344000591 NSN 2840-01-131-4533, 79 -EA Del to Jacksonville FL 32212-0097 60 days ARO. 45 -EA Del to San Diego CA 92132-5044 60 days ARO. 65 -EA Del to New Cumberland PA 17070-5001 60 days ARO. General Electric Co., CAGE 99207, P/N 4054T62P01. Specs, plans or Dwgs relating to the procurement described are not avail and cannot be furnished by the GOVT. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013712) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--DUCT AND SUPPORT, TURBINE SOL F41608-97-R-45125 DUE 021097 POC For copy, Fax Request to LPKAH at (210)925-6659, For additional information contact Hawkins, L./lpkah/[210]925-6385 DESC: Item 0001 NSN 2840-01-387-0025PT P/N: 4080527, P/N 4082975 Noun: Turbine Duct Support Size and Dimensions: Approximately 2" in width by 26" in diameter. Predominant Material: Nickel Alloy. Form, Fit and Function: The rear turbine support and duct set is located between the high pressure case and the turbine exhaust case. The second stage turbine duct support acts as a barrier between the high temperature gas path and the rear compressor cooling air which passes through holes in the second stage turbine duct segment. This is a FRACTURE CRITICAL part. To be eligible for award, offerors must be approved sources IAW clause I-70. The Government is NOT required to delay contract award pending source approval requests. Offerors are encouraged to submit SARs ASAP. EA. Applicable to: F100/229 Engine. Destn: Kelly Afb, Texas 78241-6318. Three Year Requirements Contract. BEQs: Basic Year, 26; First Option Year, 59; Second Option Year, 69. The approximate issue/response date will be 10 Jan 97. To: United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. CITE: (I-354 SN013856) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 29--NOZZLE,FUEL SOL FD2050-97-Q-34518 DUE 020397 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Thomas, S./ldkj/[210]925-8845 DESC: Item 0001 NSN 2910-01-113-6438YP P/N: 3830061-2, P/N 3830061-2 37791-2 P/N: 37791-2, Size: Approx 2.5 inches diameter X 1.5 inches deep. Predominate material: CRES (Steel) Function: Sprays fuel into the combustion chamber where it's ignited. 137EA. Applicable to: Gtcp 36-50, A10 Acft. Destn: Kelly Afb, Texas 78241-6449. Delivery: 30 May 97 27 ea 28 Nov 97 110 ea Drawings and data not available The approximate issue/response date will be 18 Dec 96. The anticipated award date will be 03 Feb 97. Written procedure will be used for this solicitation. To: Allied Signal Inc, Phoenix Az 85072-2181. To: Delavan Inc, West Des Moines Ia 50265-0100. To: Aviation Electric Ltd, St Laurent Canada H4L 4X8. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 12, 26. CITE: (I-353 SN013399) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 29--FUEL PUMP SOL F41608-96-R-59045 DUE 012097 POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional information contact Torres, F. R./lck2586/[210]925-6837 DESC: Item 0001 NSN 2915-01-386-0190 P/N: 5010224, Size/Dimensions: Length 12 inches Predominant Matl: Steel Form, Fit, and Function: Provides pressurized fuel to the Fuel Control. 2EA. Applicable to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 31 Oct 97 2 ea Government drawings and/or specifications are NOT available. The approximate issue/response date will be 30 Dec 96. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Sundstrand Corporation, Rockford Il 61108 7002. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-353 SN013412) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 29--FUEL PUMP SOL F41608-96-R-59049 DUE 012097 POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional information contact Torres, F. R./lck2586/[210]925-6837 DESC: Item 0001 NSN 2915-01-386-0190 P/N: 5010224, Size/Dimensions: Length 12 inches Predominant Matl: Steel Form, Fit, and Function: Provides pressurized fuel to the Fuel Control. 8EA. Applicable to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 31 Oct 97 8 ea Government drawings and/or specifications are NOT available. The approximate issue/response date will be 30 Dec 96. To: Sundstrand Corporation, Rockford Il 61108 7002. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22, 26. CITE: (I-353 SN013413) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 29--FUEL CONTROL SOL F41608-97-R-40020 DUE 012397 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Medina, C./ldkj/[210]925-8881 DESC: Item 0001 NSN 2910-01-135-5681 P/N: 160034-400, Size: 7.7" x 5.75" x 5.75 Pred Matl: Aluminum Function: Provides automatic control of acceleration and operating speed of the Jet Fuel Starter_applicable to F16. 20ea. Applicable to: F16 Acft. Destn: Foreign Military Sales. Delivery: 31 Dec 97 20 ea Drawings and specifications are not available. The approximate issue/response date will be 20 Dec 96. To: Sundstrand Corporation, Rockford Il 61108 7002. To: Sundstrand Corp, San Diego Ca 92138-5757. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) #26,. CITE: (I-353 SN013417) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air = Force Base Ok 73145-3015 SUBJECT: 29--NUT SPECIAL = SOL F34601-97-Q-52962 DUE 020697 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Gregory Harris/Lpdpa/[405]739-5482 DESC: Item 0001 NSN 2915-00-497-3291PQ P/N: 664829, P/N 664829 Dim: Id = 7/8 in x 1 1/4 in x 1 1/4 in long. Func: To support assy and direct air for proper burning of fuel. Matl: Steel. 940EA. Applicable to: Tf30-P3-7-9; F111. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 29 AUG 97 940 ea The approximate issue/response date will be 07 Jan 97. The anticipated award date will be 07 MAR 97. Written procedure will be used for this solicitation. To: Cmp Manufacturing Inc, Edgewood Ny 11717-8243. To: White Engineering Surfaces Corp, Newtown Pa 18940-0880. To: Moeller Mfg Co Inc, Wixom Mi 48393 2827. To: Textron Inc, Zeeland Mi 49464-1320. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1, 26. CITE: (I-353 SN013429) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 29--PUMP, FUEL, METERING SOL DAAE0797RT205 DUE 021897 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Linda Wiedenmeyer (810) 574-8078 DESC: NSN: 2910010730124, qty: 100, FOB: destination, opt: 100% item: pump, fuel, M see NOTE: 22. The offer due date is on or about 021897 (see soliciation for actual offer due date). CITE: (I-353 SN013489) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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-0459 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, Dee Schneider, (614)692-3483. DESC: PR-NO: YPC96323001131 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. 364 -EA Del to New Cumberland PA 17070-5001 Del by 175 days after date of award. 484 -EA Del to Lathrop CA 95330 Del by 175 days after date of award. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyers name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013570) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--LEVER ASSEMBLY SOL N0038397QA074 DUE 012897 POC Contact Point, Tyrone White, 0223.12, (215)697-2118, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent Hall, 0223.03, (215)697-6548 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2915-01-130-2708-TN, Ref Nr 2663812, Qty 740 EA, Delivery FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE NOT AVAILABLE FROM NAVICP.---, See Note 22 CITE: (I-354 SN013620) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--LEVER AND BRACKET A HAMILTON STANDARD DIV 73030 SOL SP0480-97-R-0163 DUE 011697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JLP Richmond VA 23297-5876 AC (804)279-4077, FAX 804-279-3123, buyer: Gwen Pearson; contracting off icer: Stephen M. Mason DESC: PR-NO: YPG96233000456 NSN 2915-01-124-9368, P/N 707009-2, lever and bracket as Hamilton Standard Div 73030 specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 56 -EA Del to New Cumberland PA 17070-5001 Del 200 days ARO. 54 -EA Del to Tracy CA 95376-5000 Del 200 days ARO. 100% option applies to all lines unrestricted. NOTE 22, only one source. letter Sol. IAW basic ordering agreement. NOTE 12. trade agreemt. All responsible sourcesmay submit offer which DSCR shall consider. Submit complete TDP. This is being revised to update the closing date to 16 Jan 1997. CITE: (I-354 SN013674) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--BELLOWS HOUSING & INSULATION ASSY. UNITED TECHNOLOGIES CORP HAMILTON STD DIV SOL SP0480-97-R-0204 DUE 011697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: dgsc-jlpb Richmond VA 23297-5876 AC (804)279-4077, FAX 804-279-3123, buyer: Gwen Pearson. contracting of ficer: Stephen M. Mason/804-279-3724. DESC: PR-NO: YPG96278003337 NSN 2915-00-728-0040, P/N 589526-1 CAGE 73030, United techologies, Hamilton STD Div specifications, plans or drawings relating to the procur ement described are not available and cannot be furnished by the government. 110 -EA Del to New Cumberland PA 17070-5001 Del by 130 days ARO FOB origin. 110 -EA Del to Tracy CA 95376-5000 Del by 130 days ARO FOB origin. 100% option applies for each line. Unrestricted. NOTE 22 only one source. letter Sol. IAW basic ordering agreement. NOTE 12 trade agreement all responsible sources may submit offer which DSCR shal L consider. Submit complete Tech data package this is a revised synopsis to update closing date to 1/16/97. CITE: (I-354 SN013675) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--CONTROL ASSEMBLY, ENGINE THROTTLE SOL SP0480-97-R-0503 DUE 020597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Buyer: Donna Cartwright/PLBL479/804-279-3774. KO: STE phen Mason/279-3724. DESC: PR-NO: YPG96305000929 NSN 2995-01-060-4030, control assembly, engine throttle triump controls Inc (CAGE 78710) P/N 7-43057-41 vendor substantiation reqdused on the control assypush pull cable engine throttle on a-10 Acft. 40 -EA Del to Richmond VA 23297-5900 Del 120 days. Other than full and open comp (sole source). Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013707) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 30--CONNECTING LINK, RIGID SOL F41608-97-R-0093 DUE 020397 POC For copy, FAX TO LCK AT (210)925-9020, For additional information contact Wynne, P./lck2636/[210]925-6837 DESC: Item 0001 NSN 3040-01-358-5174LD P/N: AMBK07-1001, CONNECTING LINK, RIGID SOLID SIZE/DIMENSIONS: Overlength 16 Inches FORM, FIT AND FUNCTION: A component to the Core Nozzle Thrust Reverser and an adjustable Connecting Link. PREDOMINANT MATERIAL OF MANUFACTURE: Solid 419EA. Applicable to: C-17a Acft. Destn: Kelly Afb, Texas 78241-6425. Delivery: 31 Jul 98 419 ea The approximate issue/response date will be 03 Jan 97. To: New Hampshire Ball Bearings Inc, Laconia Nh 03246-2993. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 22,26. CITE: (I-353 SN013391) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 30--PAWL SOL F41608-97-Q-74141 DUE 021097 POC For copy, FAX TO LCK AT (210)925-9020, For additional information contact Wynne, P./lck2636/[210]925-6837 DESC: Item 0001 NSN 3040-01-365-3947LD P/N: 17P2G3514-1, Size/Dimensions: Approximately 1 inch Round Form, Fit, Function: Tighten/Loosen Arm Adjusting Cable Tension. Predominant Material of Manufacture: Stainless Steel. 59EA. Applicable to: C-17 T.O 16r1-2-31-2. Destn: Kelly Afb, Texas 78241-6425. Delivery: 29 Aug 97 59 ea The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 05 Sep 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 22,26. CITE: (I-353 SN013457) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--PAWL SOL SP0770-97-Q-MH17 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Sharla Miller (614) 692-4029 DESC: PR-NO: YPC96310002883 NSN 3040-01-131-6235, CAGE 98391 Part No 1211176-207 pawl. Arkwin Industries P/N 1211176-207. 14 -EA Del to New Cumberland PA 17070-5001 Del by 31 Jan 97. 67 -EA Del to McClellan AFB CA 95652-1621 Del by 31 Jan 97. 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. It is suggested that small business firms or others interested in subcontracting opportunities make direct contact with firm(S) listed. 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: Arkwin Industries Inc. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013566) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEAR CLUSTER, SPUR. STEEL, FIRST GEAR-65 TEETH, SECOND GEAR-17 TEETH. SOL SPO740-97-Q-0614 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)Marcella Moore, 614692-1295 DESC: PR-NO: YPC96270001436 NSN 3020-01-128-3029, CAGE 00198 Part No 3030610 gear, cluster, Spur steel, first gear-65 teeth, second gear-17 teeth. no technical data available at DCSC for this solicitation. Pratt and Whitney aircraft of Canada LTD P/N 3030610 ". 11 -EA Del to Cherry Point NC 28533-5001 Del by 90 days after date of award. Solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. This is an unristricted 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. This request will be issued via a written RFQ. The expected award date is 05 Mar 97. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013645) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798, AMSAT-A-PLBA SUBJECT: 30--HOUSING, MECHANICAL, NSN: 3040-01-371-4276, P/N: 70351-38110-045, QTY: 6 EACH SOL DAAJ09-97-Q-0429 DUE 012797 POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX 314-263- 9012, or Daniel J. Fuller, 314-263-2555. DESC: NSN 3040-01-371-4276, P/N: 70351-38110-045, 6 each, applicable to the UH-60 Aircraft. F.O.B. Origin with deliveries to Texarkana, TX. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence to the Contracting Officer which will permit their participation in the current or future solicitation. The approved source for this requirement is Sikorsky Aircraft. 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. Authority and Justification is FAR 6.302-1. Intended source is listed above. See numbered note(s):22 CITE: (I-354 SN013785) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 SUBJECT: 30--CONNECTING LINK, RIG, NSN: 3040-01-087-1606, P/N: 70400-02264-063, MIN: 295/MAX: 1095 SOL DAAJ09-97-R-0201 DUE 013097 POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX 314-263- 9012, or Daniel J. Fuller, Contracting Officer, 314-263-2555. DESC: NSN: 3040-01-087-1606, P/N: 70400-08104-048, Minimum Quantity 295/Maximum Quantity 1095, applicable to the UH-60 aircraft. F.O.B. Destination with deliveries to New Cumberland, PA; Texarkana, TX; and Stockton, CA. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Firms that recognize and can produce the required item(s) described above are encouraged to identify themselves to the Contracting Officer and provide supporting evidence to the Contracting Officer which will permit their participation in the current or future solicitation. This is a 100% Small Business Set-Aside. Approved sources are TEK Precision and W & G Machine. 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. Authority and Justification is FAR 6.302-1. Intended sources are listed above. See Numbered Note(s) 1, 22 and 26. CITE: (I-354 SN013786) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air = Force Base Ok 73145-3015 SUBJECT: 31--BEARING 2 1/2 = SOL F34601-97-Q-52981 DUE 020697 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Diane Kalousdian/Lpdpa/[405]739-5391 DESC: Item 0001 NSN 3110-00-246-9784RV P/N: 489705, P/N 489699 BEARING = 2 1/2 - COMPRESSOR INTERMEDIATE. BEARING ROLLER 110 MM ID X 150 MM OD X 20 MM. SOLID INNER CASEENGINEERING CRITICAL. APPL TF33-3, 5, 7, 9, 100A, AND J57 ENGINES. CONTAINS PRECIOUS METAL. 13EA. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 27 MAR 98 13 ea The approximate issue/response date will be 07 Jan 97. The anticipated award date will be 07 MAR 97. Written procedure will be used for this solicitation. To: Split Ballbearing, Lebanon Nh 03766-7301. To: S K F Industries Inc, King Of Prussia Pa 19406-1312. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,26. CITE: (I-353 SN013430) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--CAM FOLL0WER, NEEDLE BEARING SOURCE CONTROL DATA SOL SP0500-97-R-0043 DUE 020797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Joseph McHenry Jr/HAA20/X0215 buy er: Bob Hutkowski/HAA20/X0215 DESC: PR no: IDT96341005100 NSN 3110-00-925-8600, Boeing C0 source control document P/N BACB10B315 1 -EA Del to (Call contracting office) Del by 31 Dec 97. See NOTES 9, 22, RFP due date 97 Feb 07 specs: primary quantity: estimated yearly quantity: 1 YEAR1350 EA delivery schedule: 185 days offers will be evaluated with a 10% preference for small disadvantaged business concerns this contract actionis 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: Torrington Co (60380); McGill Mfg Co (39317) `` this solicitation contains an a one year base with 2, one year options specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-354 SN013545) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 34--SOLDERING-DESOLDERING STATION WELLER A DIV OF COOPER INDUSTRIES, CAGE 97049 SOL SP0490-97-Q-V209 DUE 020797 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 Jean Reese/CK 950/(804)279-4053/fax # (804279-5643/KO- Magnora Jacks on/(804)279-5924 DESC: PR-NO: YPG96334000209 NSN 3439-00-556-5525, soldering-desoldering station, Weller a Div of Cooper Industries, CAGE 97049 P/N ds-100, consisting of the following-ds101 soldering iron, DS102 desoldering iron, DS103 collector tubes, DS104 clean-out tubes, DS105 sponge Holder, DS106 sponges, DS107 tool Holder, DS108 retainer springs, DS109 power unit with foot switch. Origin inspection macdonald and Co., CAGE 13102, P/N DS556-5525 pace Inc., CAGE 17794, P/N sx-214x. QPL - FAR 52.209-1 OR 52.209-2 (NOTE 23). Delivery schedule is 30 days ARO. Total small business (SB) set-aside (NOTE 1). This solicitation will issue on or about 08 Jan 97. Solicitation will close 07 Feb 97. This solicitation will be in written. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013541) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 34--TORCH SET, CUTTING AND WELDING ORIGIN INSPECTION REQUIRED. SOL SP0490-97-Q-V206 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 Jean Reese/CK 950/(804)279-4053/FAX# (804)279-5643/KO- Magnora Jacks on/(804)279-5924 DESC: PR-NO: YPG96325000802 NSN 3433-00-294-6743, torch set, cutting and welding, origin inspection required. Tech data availability: this NSN is procured as fully competitive in accordance with a military/federal specification/ standard. See section L, clause 52.211-2 for ordering such data. I/A/W sepc NR MIL spec MIL-T-1388OH basic DTD 11/07/85 Amend NR DTD type number type 1 specification (NOTE 9 ), QPL - FAR 52.209-1 OR 52.209-2 (NOTE 23), delivery schedule 30 days ARO. Total small business (SB) set-aside (NOTE 1) solicitation will be made in writing. The solicitation will be issued on or about 04 Jan 97. Closing date is 03 Feb 97. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013680) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 34--HOPPER GRINDER SOL 1PI-R-0672-97 DUE 020697 POC Contract Specialist, CAVANAUGH, TATEA, 202-508-3952, 202-347-9416 fax # DESC: UNICOR anticipates entering into a firm fixed definite delivery definite quantity type contract FOB Destination FCC Coleman, Fl for a Hopper Grinder. Line item 0001 - Hopper Grinder, Qty: One (1), Unit of Issue: Each. This is a brand name or equal reuirement. The brand name is Scan Hugger. Additional specifications will be provided in solicitation document. Period of performance is date of award through Seventy five (75) days after receiot of contract. Delivery Period is Seventy five (75) days after rceipt of contract. Request for solicitation may be faxed to 202-347-9416, Attn: Tatea R. Cavanaugh. No telephone request will be honored. All responsible sources may submit an offer whoich will be considered. CITE: (I-354 SN013811) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 35--Service and Trade Equipment OFFADD: GSA FSS TACC TAD II (6FESP-B1) 1500 E. Bannister Road Kansas City, Mo 64131 SUBJECT: 35--3510 & 7320 WASHING MACHINES, DRYING TUMBLERS & DISHWASHERS HOUSEHOLD/COMMERCIAL TYPE SOL 6FES-B1-96B102-S DUE 010997 POC Andrea M. Harrison 816-823-1281 DESC: Solicitation 6FES-B1-96B102-S is amended to correct the contract period to read May 1, 1997 thru April 30, 1999 with three, 1 year option periods. No other changes. CITE: (I-354 SN013943) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 35--Service and Trade Equipment OFFADD: Fleet and Industrial Supply Center, Norfolk Washington Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC 203 SUBJECT: 35--MAINTENANCE SOL n0000000000000 DUE 121996 POC fred DESC: testing error in system CITE: (W-354 SN013977) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: 168 LS/LGC, 3127 Wabash Avenue, Ste 101, Eielson AFB, Alaska 99702-1794 SUBJECT: 36--SCISSOR LIFT SOL DAHA51-97-Q-2034 DUE 011096 POC Connie Lamprecht, Contracting Officer, (907) 377-2917 DESC: One (1) scissor lift. Must have at least a 39 foot platform height with a 750 pound capacity; 4 foot roll out extension and a descend alarm. The front wheels shall have hydraulic motors. Lift shall be self-propelled; have an inside turning radius of no more than 5 feet and be cabable of speeds up to 2.3 mph. This lift shall also be equipped with a battery charger and at least a 24 volt battery pack. Requests for quotation (RFQ) will be issued on or about 3 Jan 97 and receipt of quotation is required by 10 Jan 97. No telephone requests will be accepted - only written, telefaxed, or electronic mail requests received directly from the requester are acceptable. Facsimile number is (907) 377-2919 and e-mail address is clamprecht@akeil.ang.af.mil. The Government reserves the right to cancel this solicitation, either before or after the closing date, with no obligation to the offeror by the Government. EMAILADD: clamprecht@akeil.ang.af.mil EMAILDESC: e-mail. CITE: (W-354 SN013794) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: General Services Administration, FSS, AUTOM0TIVE center - fcap-s Washington, DC 20406 SUBJECT: 38--PART I, SECTION A: CONSTRUCTION AND HIGHWAY MAINTENANCE EQUIPMENT SOL FCAP-S5-950038-2-N DUE 122796 POC Jacqulin M. Draughn (703) 305-5918, Brenda Sajous (703) 308-4665 or christy morrison (703) 305-5840 DESC: The General Services Administration, Automotive Center will be issuing a second open Season for FSC group 38, part I, section a, construction and highwaymaintenance equipment. The solicitation will issue on or about January 6, 1997 and close on or about February 20, 1997. This is the second open Season solicitation and is amended to incorporate new clauses delete clauses no longer applicable, and to revise clauses to convert this shcedule to a worldwide federal supply schedule to provide for delivery to overseas customers. Overseascoverage, by the contractor is optional. Contractor's may offer domestic and overseas converage, domestic coverage only, or overseas coverage only. The special item number that was offered under the international federal supply schedule was B38 - Road maintenance, clearing, and cleaning equipment is now incorporated into one of the special item numbers under FSC 38 part I, section a. This is a three year (3) contract period (June 1, 1997 or date of award - whichever is later - through September 30, 2000). All interested parties who wish to obtain a copy must send a request on company letter head to the above address or by fascimile (703) 305-3034 by COB 4:30 PM on December 27, 1996. Allprevious responses to the pre-invitation notice need not re-submit. Current contractors will automatically be sent a copy of the solicitation. This is a non-mandatory indefinite quantity indefinite delivery contract. CITE: (I-354 SN013938) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfeloow Blvd, St Louis, MO 63120-1798 SUBJECT: 41--IMPELLER, FAN, AXIAL SOL DAAJ09-97-Q-0508 DUE 022897 POC L. Anderson-Samuel, Procurement Technician, 314-263-0789, Evelyn Harris-Kelley, 314-263-0792, fax 314-263-9012. DESC: NSN: 4140-01-165-9469, P/N: 571442-1, Quantity: 113 each applicable to the AH-64 Aircraft. FOB origin with delivery of 68 each to New Cumberland by 98 May and 45 each to Stockton, CA by 98 May. 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 or drawings, however, it is restricted to the following approved source: Allied Signal Inc, Aerospace Equipment Systems, Torrance Site, 2525 W. 190th Street, P O Box 2960, Torrance, CA 90509. The Authority and Justification is 10 U.S.C. 2304(c)(1). The proposed contract action is for supplies which cannot be procured through full and open competition because the authority cited state only on responsible source or only a limited number of responsible and no other supplies will satisfy agency requirements. FAR 6.302-1. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the contracting officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-354 SN013917) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 42--TRANSPORT OF LUBE OIL & JP5 SOL N00406-97-R-5043 DUE 020797 POC J. Gregg DESC: Transport of lube oil and jp5. Furnish all labor, equipment, fittings, hoses and vehicles/tankers necessary for transporting and handling of government owned lubricating oil and jp5 to various naval activities on the island of guam. types of fuel lube oil grade 2190, 2190(tep) grade 9250 (L06); turbine fuel aviation (jp5). quantities vary from 7,500 to 500,000 gallons. period of performance date of award thru one year there-after all responsible sources may submit (offer/bid/quotation) which shall be considered by fleet & industrial supply center puget sound. telephone requests will not be honored Fax requests will be honored at (360) 476-2931. CITE: (I-354 SN013906) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly Afb, Texas 78241-6449 SUBJECT: 43--PUMP, ROTARY SOL F41608-97-R-40000 DUE 012397 POC For copy, Fax request to LDKJ at (210)925-1058, For additional information contact Thomas, S./ldkj/[210]925-8845 DESC: Item 0001 NSN 4320-01-371-7734YP P/N: 5005022A, PUMP, ROTARY, 3 1/2" x 1 1/2" Item provides lubrication flow for the ADG geartrain during engine start and inflight operations 85EA. Applicable to: F-16 Adg. Destn: Kelly Afb, Texas 78241-6449. Delivery: 31 Aug 98 85 ea Drawings and data are not available for this purchase. The approximate issue/response date will be 23 Dec 96. To: Sundstrand Corporation, Rockford Il 61108 7002. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 12, 26. CITE: (I-353 SN013416) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--REPAIR KIT, CONDENSER. SOL SP0770-97-Q-MH39 DUE 020297 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) Jana Engels / 614-6 92-1582 DESC: PR-NO: YPC96232001517 NSN 4420-00-006-1963, CAGE 43689 Part No 6250-69 CAGE 66042 Part No 4420-73250 repair kit, condenser. Per Wilson Thomas Inc. P/N 4420-73250 3 -EA Del to Suffolk VA 23435-0000 Del by 03 Apr 97 OR 60 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performane, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013574) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--CORE ASSEMBLY, FLUID COOLER SOL SP0770-97-Q-MG80 DUE 012397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Anna Huggins (614)6 92-7360 DESC: PR-NO: YPC96290000805 NSN 4420-17-108-6415, CAGE H0006 Part No B13-2Z-01-002 CAGE 68225 Part No 550841002 fluid cooler core assembly: bloksma BV P/N B13-2Z-01-002 8 -EA Del to see Preface to Navy address Co Del by 90 days after date of award. See NOTE 22. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This 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: senner Karl Inc & bloksma radiateurenfabriek BV. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013576) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 47--TEE FLANGE SOL F41608-97-Q-74173 DUE 021097 POC For copy, FAX TO LCK AT (210)925-9020, For additional information contact Wynne, P./lck2636/[210]925-6837 DESC: Item 0001 NSN 4730-01-358-1331YP P/N: 3884525-1, Size/Dimensions: Aprroximately 3 inches in diameter by 3 feet in length. 5EA. Applicable to: Gtcp 331 Engine. Destn: Kelly Afb, Texas 78241-6425. Delivery: 28 Feb 97 5 ea The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 14 Feb 97. Written procedure will be used for this solicitation. To: Allied Signal Inc, Phoenix Az 85072-2181. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 22,26. CITE: (I-353 SN013458) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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. SOL SP0770-97-Q-MG86 DUE 012397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Anna Huggins (614)6 92-3198 DESC: PR-NO: YPC96304001136 NSN 4720-01-298-0732, CAGE 62913 Part No 163020EX0600 CAGE 65154 Part No 50-0049 hose assembly, nonmetallic. Garsite/TSR Inc. P/N 50-0049; durodyne Inc. P/N 163020EX0600. 41 - AY Del to Mechanicsburg PA 17055-0789 Del by 60 days after date of award. 14 -AY Del to Tracy CA 95376-5000 Del by 60 days after date of award. See NOTES 1, 13. 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. It is suggested that small business firms or others interested in subcontracting opportunities make direct contact with firm(S) listed. 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: garsite/ tsr and durodyne Inc. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013578) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: General Services Administration General Products Center, Stock Contracting Division (7FXIS-G6) 819 Taylor Street, RM 6A24 Fort Worth, TX 76102-6114 SUBJECT: 47--NOZZLE, FIRE, MOP-UP SOL RFQ S-W-DP454-1 DUE 012997 POC Gay Kirkpatrick, contracting officer, 817-978-3672 DESC: Solicitation scheduled to issue on or about 01-15-97. 1 NSN. NOTE: this will be procured using simplified acquisition procedures and will be distributed via standard form 18-REQUEST for quotation. Responses to this RFQ should be written. This procurement is for nozzle, fire hose, mop-up. Shall be manufactured in accordance with Forest service specification 5100-243B dated May 1982 and amendment 1 dated November 1982. The nozzle shall be brass. First article samples are required. Quantity 4100, unit of issue EA, destination Stockton, CA 95203, simplified acquisition procedures. All responsible sources may submit a quotation which, if timely received, shall be considered. NOTE: the government will be distributing this requirement using the standard form 18REQUEST for quotation using simplified acquisition procedures. CITE: (I-354 SN013921) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 48--VALVE,BUTTERFLY SOL N0010497QCB02 DUE 020697 POC Contact Point, Linda F Hoover, 02111.3, (717)790-7770, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Linda H Thomas, 02111.6, (717)790-6473 DESC: NSN 7H-4820-01-422-0509, SPEC NR TDP VER 001, Qty 7 EA, Deliver to Supervisor N62791 San Diego CA, See Note 9 CITE: (I-354 SN013627) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 48--VALVE,SOLENOID SOL N0010497RFB42 DUE 021197 POC Contact Point, David E Snyder, 0243.11, (717)790-2367, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Brian C Garrett, 0243, (717)790-3918 DESC: NSN 3H-4810-01-331-6805-SS, SPEC NR TDP VER 007, Qty 19 EA, Deliver to Receiving Officer Portsmouth NH --This is a Subsafe/Level 1 item which will be acquired from approved sources only. Contracts will be awarded to offerors whose inspection system conforms to MIL-I-45208A as certified by a joint DCAS/NAVICP survey team. Information about the MIL-I-45208A requirement may be obtained from NAVICP, Code 8452, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Drawing is "sole source"-Vacco., See Notes 9,22 CITE: (I-354 SN013628) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--SLEEVE AND SLIDE, DIRECTIONAL CONTROL LINEAR VALVE. SOL SP0770-97-Q-MH87 DUE 011697 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) Linda Sieg / 614-69 2-4734 DESC: PR-NO: FPC96310003083 NSN 4810-01-052-8044, CAGE 99643 Part No 35936 sleeve and slide, directional control linear valve. Vickers Inc CAGE 99643, P/N 35936. 19 -EA Del to Hill AFB UT 84056-5734 Del by 04 Aug 97 OR 200 days after 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 govern - Ment does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authooity of 10 U.S.C.2304(C)(1). Approved sources are: Vickers Inc 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 combinat - ion of price and past performance, as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013643) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--POPPET ASSEMBLY, RELIEF. SOL SP0770-97-Q-MH83 DUE 011697 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) Linda Sieg / 614-69 2-4734 DESC: PR-NO: YPC96295002080 NSN 4810-00-222-2745, CAGE 81982 Part No 83660 95 -EA Del to Cherry Point NC 28533-5001 Del by 16 Jun 97 OR 150 days after 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 govern - Ment 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: Crane 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. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013647) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE ASSEMBLY, HYDRAULIC. (VALVE, SAFETY RELIEF ), MATERIAL STEEL OVERALL, MEDIA HYDRAULIC FLUID SOL SP0740-97-Q-0602 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 Sara Hansford/AEBA1/614-692-3644 DESC: PR-NO: YPC96319001045 NSN 4820-00-767-6814, CAGE 06177 Part No 1694-1 CAGE 76823 Part No 2-43922 CAGE 76823 Part No 2-43922-1 CAGE 81982 Part No A70173H CAGE 99643 Part No 13440 "valve assembly, hydraulic (valve, safety relief), material steel overall, media hydraulic fluid, mineral base; max oper. Press. 3500.0 PSI; discharge flow rate 2.0 GPM; connection type threaded external boss; nom. Thread size UNF 0.625 IN; disk spring loaded. 191 -EA Del to Tracy CA 95376-5000 Del 30 days after award solicitation not available until 15 days after published in the CBD. written requests for drawings are to be submitted to Defense Construction Supply Center, Attn: dscc-vrtd, PO Box 3990.COLUMBUS OH 43216-5000. by FAX 614-692-2998 or Call 614-692-2344. Requests should include the IFB/RFP/RFQ number, opening/ closing date, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. while price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-354 SN013650) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 48--VALVE, REDUCER SOL F41608-97-17164 DUE 021097 POC For copy, Fax request to LDKB at (210)925-1054, For additional information contact Yancey, J./ldktl/[210]925-0190 DESC: Item 0001 NSN 4820-01-019-7550 P/N: 31263, VALVE, REDUCER, C130H ACFT 13ea. Applicable to: C-130. Destn: Kelly Afb, Texas 78241-5947. Delivery: 30 May 97 13 ea Government furnished drawings and specifications are not available. The approximate issue/response date will be 10 Jan 97. To: Vickers Inc, Los Angeles Ca 90039-1106. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. CITE: (I-354 SN013854) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite # 2, Kelly Afb, Texas 78241-5947 SUBJECT: 48--VALVE SOL F41608-97-R-16083 DUE 021097 POC For copy, Fax request to LDKB at (210)925-1054, For additional information contact Yancey, J./ldktl/[210]925-0190 DESC: Item 0001 NSN 4820-01-019-7551 P/N: 31213, 11ea. Applicable to: C-130. Destn: Kelly Afb, Texas 78241-5947. Delivery: 30 May 97 11 ea Government furnished drawings and specifications are not available. The approximate issue/response date will be 10 Jan 97. The anticipated award date will be 30 Apr 97. Written procedure will be used for this solicitation. To: Vickers Inc, Los Angeles Ca 90039-1106. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. CITE: (I-354 SN013855) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 49--VARIABLE REMOTE CONTROL SOL FD2050-97-13078 DUE 030497 POC For copy, Fax request to LDKS at (210)925-1073, For additional information contact Rosales, R./ldksg/[210]925-4348 DESC: Item 0001 NSN 4920-00-001-2166 P/N: 9413M40G01, NHA C-5A/B REMOTE TRIMMER Size/Dimension: 5" long - cylinder Form, Fit and Function: measures vane angle of engine Predominant Material: Steel 4EA. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31 Jul 97 4 ea Government drawings and specifications are not available. The approximate issue/response date will be 03 Feb 97. The anticipated award date will be 07 Apr 97. Written procedure will be used for this solicitation. To: General Electric Co, Cincinnati Oh 45215-6303. To: Valley Enterprise Inc, Sandy Ut 84070-1420. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-353 SN013398) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--TEST FIXTURE, TELESC SOL SP0920-97-R-A015 DUE 022097 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: RPE96320000467 NSN 4931-00-508-5434, CAGE 19200 Part No 7197944 1 -EA Del to (Call contracting office) Del by 24 Nov 96. Foreign military sale (FMS) requirements 5 purchase requests (prs) are combined for this solicitation. Total quantity = 10 each all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013605) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--CONVERTER, AC TO DC SOL SP0920-97-Q-A102 DUE 021897 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: YPE96320000468 NSN 4935-00-938-8125, CAGE 05716 Part No 10178431 CAGE 18876 Part No 10178431 CAGE 49956 Part No 93000605 46 -EA Del to (Call contracting office) Del by 24 Nov 96. See NOTES 9, 22, please provide price breaks. All responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013614) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 51--ACCESSORIES KIT SOL F41608-97-20226 DUE 021097 POC For copy, Fax request to LDKS at (210)925-1073, For additional information contact Thetford, J./ldksf/[210]925-6267 DESC: Item 0001 NSN 5180-01-135-9990AX P/N: RE368110002-1, Size/Dimensions: 24" x 18" x 12" weight 100 LBS Form, Fit and Function: Used to oversize coldwork lower wiring and fuselage lugs when used with existing Depot tooling, RE168110002 wing ream frame, RE46832000002 power feed/speed equipment set Predominant Material of Manufacture: Steel 1ea. Applicable to: F15. Destn: FE2067/ROBINS AFB GA. Delivery: 29 AUG 97 1 ea NO BID SETS ARE AVAILABLE The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Mcdonnell Douglas Corp, Saint Louis Mo 63166-0516. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 26. CITE: (I-353 SN013454) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: GSA/enterprise development ofc., RM. 1160 1500 E. Bannister Rd Kansas City, Mo 64131 SUBJECT: 51--PNEUMATIC TOOLS SOL 6FES-G5-970066-S DUE 010797 POC Pamela Waters, 816-823-1290 DESC: Description file name: FSC 5130-PNEUMATIC tools, 47 NSN's. This is to synopsize socicitation 6FES-G5-970066-S which issued 11/04/96 and for which amendment 1 was issued 11-25-96 (and appeared in this publication 11-29-96). It was discovered that the original request for synopsis datted 10-18-96 never processed if you have a copy of the solicitation and amendment 1 there is no need to contact the procurement office. A second amendment will be issued to reflect the change in the bid opening date and some other items which have come to our attention and need to be addressed. Items 1 thru 9 are IAW Fed. spec. 00-D-691F, dated 08/17/95, items 10-12, 17-20, 27, 31 & 37 are IAW technical descriptions, items 13-16 are IAW Fed spec. 00-G-669G, dated 08-17-95, items 21, 22, & 34 are Brand name or equal, items 23 and 24 are IAW Fed spec. 00-R-421B, dated 06/07/76 and amendment-2 dated 08/01/80, items 25, 26, 28, 32, 33, 35, 36 and 42-46 are IAW commercial item descriptions, items 29 & 30 are IAW military spec. MIL-R-85188A, dated 11/14/86 and amendment-1 dated 1/10/92, items 38-40 are IAW General Services Administration purchase description, item 41 is IAW military SPEC.MIL-S-4243C, dated 04/06/67 and interim amendment-7, dated 01/02/76. All items are subject to the domestic product restrictions IAW current DOD appropriations act. This procurement is for a firm fixed price indefinite quantity requirements contract for the period 02/01/97 or dated of award, whichever is later thru 1/31/99 with three one year options and economic price adjustment.. items 17, 35, 38-40 and 47 are totally set-aside for small business. Delivery is rquired within 150 days ARO. For question contact, Pamela Waters, PH: 816-823-1290, FAX: 816-926-3678. CITE: (I-354 SN013933) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: GSA tools Acquisition Division (6FESG-E8) 1500 E. Bannister Rd Kansas City, Mo 64131 SUBJECT: 51--GUN, RIVET PIN SOL 6FES-E8-3787 DUE 121096 POC Pete kunellis, (816) 823-1713 DESC: 5130-00-231-3429 - Huck Mfg PN 200 - 6 EA. CITE: (I-354 SN013934) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: GSA FSS TACC TAD 11 (6FESP-G5) 1500 E. Bannister Rd Kansas City, Mo 64131 SUBJECT: 51--PNEUMATIC TOOLS SOL 6FES-G5-970066-S DUE 010797 POC Pamela Waters, 816-823-1290 DESC: This is an amendment to make the following changes to solicitation 6FES-G5-970066-S. The Bib opening is extended to 1:00 PM Tuesday, January 7, 1997. Items 17 and 35 which were originally set aside for small business will now be procured on an unrestridcted basis. Regarding technical description for item 17. 5130-00-293-2797 - change body diameter to read "1-31/32" maximum "in lieu of" 1-5/8 "maximum". Exception to specification: federal specification 00-D-691F, DTD 09/17/95, Para 3.7.2, secondary lubrication, should read as follows: secondary lubrication of 1/4 inch and 3/8 inch drills shall be applied in accordance with manufacturer's standard commercial practice. Drills and borers 1/2 inch and larger requiring periodic lubrication of parts other than those in the air stream shall be provided with an external means of applying the required lubricant. "if you have any questions contact Pamela Waters, (816)823-1290. CITE: (I-354 SN013948) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools--Potential Sources Sought OFFADD: GSA FSS TACC TAD (6FESI-B3) 1500 E. Bannister Road Kansas City, Mo 64131 SUBJECT: 51--WRENCH SET, SOCKET, MATERIAL STEEL, FINISH CHROME PLATED TOOLS SOL 6FES-96-B7723 DUE 011097 POC Loretta Martin, (816) 823-1721 DESC: Wrench set, socket; material-steel; finish-chrome plated tools; 3/8 "sq. Drive set, includes 11 EA. STD length 12-PT. sockets, 1 EA. STD. handle sealed ratchet, 1 EA. speeder handle 1 EA. 9-1/2" LNG hinged handle (break bar), 1 EA. universal joint, 1 EA. 3 "bar extension, 1 EA. 6" bar extension, & 1 each 11 "bar extension; furnished in a painted metal box. FOB: destination. snap-on part tool P/N 218FPB. POC is Loretta Martin (816) 823-1721, FAX (816) 926-3678. CITE: (I-354 SN013936) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 52--Measuring Tools OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 52--PROTRACTOR, UTILITY SOL SP0451-97-R-0497 DUE 012797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. Co ntact Ellen Steinmetz/804-279-3275/C.O. Lynn McCormick DESC: PR-NO: YPG96332000482 NSN 5220-01-251-2120, solicitation SP0451-97-R-0497 is cancelled in its entirety. CITE: (I-353 SN013514) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 52--Measuring Tools OFFADD: GSA FSS TACC TAD (6FESN-K0) 1500 East Bannister Road Kansas City, Mo 64131 SUBJECT: 52--CALIBRATION GUAGE DECKS SOL 6FES-K0-97K001-N DUE 013197 POC Selwyn L. calahan (816) 823-1291 DESC: A nonstock, sole source, fixed price, requirements type solicitation will be issued on or about January 9, 1997 for various calibration guage decks, to include but not limited to the following national stock numbers: (1) 5210-01-359-9258, (2) 5210-01-368-3531, (3) 5210-01-371-4906, (4) 5210-01-416-5084, (5) 5210-01-432-4244, (6) 5210-01-425-8239, (7) 5210-01-426-3027, & (8) 5210-01-432-4243. This proposed sole source contract will be for 5 years with 5 - 1 year options. These items are in accordance withspangler printers part numbers (P/N): items (1) P/N mlocr-b, (2) P/N mlocr-a, 3) P/N bcs-wabcr, (4) P/N 251685, (5) P/N 2650044, (6) P/N JAC7245IR, (7) P/N PW-1237-HUNT, & (8) P/N STAN-7520-JAN. First article testing will be required. CITE: (I-354 SN013954) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 53--BOLT, SHEAR SOL F41608-97-R-0040 DUE 020397 POC For copy, Fax request to LPKBD at 210-925-2398, For additional information contact Arredondo, E./lpkbd/[210]925-6330 DESC: Item 0001 NSN 5306-01-381-6235 P/N: 9134M83P03, 908EA. Destn: Kelly Afb, Texas 78241-6015. Delivery: 31 DEC 97 908 ea BOLT SHOULDER, 0.375 INCHES, NOMINAL THREAD DIAMETER, WIDTH BETWEEN FLATS 0.4375 INCHES NOMINAL EXTENDED WITHIN FASTENERS:0.020 INCHES NOMINCAL THREAD S The approximate issue/response date will be 03 Jan 97. The anticipated award date will be 30 MAY 97. Written procedure will be used for this solicitation. To: General Electric Co, Cincinnati Oh 45215-6303. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 26. CITE: (I-353 SN013390) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, = Tinker Air Force Base Ok 73145-3028 SUBJECT: 53--COVER ASSY = SOL F34601-97-08181 DUE 020697 POC For copy, Charles Ferguson/Lidac/[405]739-4465, For additional = information contact Charles Ferguson/Lidac/[405]739-4465 DESC: Item 0001 NSN 5340-00-863-7334BO P/N: 388310-3, Dim: approx 21 = in high and 22 in dia OD. Container wall thickness approx 0.050 flanged around open end approx 1 in wd. Container in two pieces bolted together. Function: covers lox converter as protection shield. Life support oxygen systems component. ea. Applicable to: C130. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 JAN 98 105 ea 31 DEC 98 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 07 Jan 97. The anticipated award date will be 06 MAR 97. Written procedure will be used for this solicitation. To: Lockheed Aeronautical Systems Co, Marietta Ga 30063-0290. To: Skyspares Parts Inc, Riverside Ca 92503-1457. To: L & S Machine Co Inc, Wichita Ks 67277-2264. To: Gse Dynamics Inc, Hauppauge Ny 11788-2021. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 9; NUMBERED NOTE 26. CITE: (I-353 SN013423) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL RING, METAL (19207) US ARMY TANK AUTOMOTIVE COMMAND SOL SP0500-97-Q-H791 DUE 011497 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: howardtevelson/LCB20/X6426 buyer: Marsha goldberg/LCB24/X6183 DESC: PR-NO: RPI96331000951 NSN 5330-00-735-4245, 550 -EA Del to New Cumberland PA 17070-5001 Del by 23 Dec 96. RFQ due date 97 Jan 14 specs: seal ring, metal primary quantity: 550 deliveries to CONUS(excluding Alaska) delivery schedule: 90 days indefinite delivery type contract offers will be evaluated with a 10% preference for small disadvantaged business concerns this solicitation action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304 (C) (1) while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation NOTE 9 applies to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-354 SN013546) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--PACKING, PREFORMED SYNTHETIC RUBBER SOL SP0500-97-Q-H518 DUE 011497 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Howard Tevelson/LCB20/X6426 buyer: Marsha goldberg/LCB24/6183 DESC: PR-NO: YPI96304001167 NSN 5330-00-003-3143, @CROSS-SECTIONAL height 0.100 inches minimum and 0.106 inches maximum @CENTER hole diameter 6.214 inches minimum and 6.260 inches maximum 14,391 -EA Del to Barstow CA 92311-5014 Del by 09 Jan 97. 14,279 -EA Del to New Cumberland PA 17070-5001 Del by 09 Jan 97. RFQ due date 97 Jan 14 specs: preformed packing predominant mater: synthetic rubber primary quantity 14279 deliveries to CONUS(excluding Alaska). Delivery 90 days offers will be evaluated with a 10% preference for small disadvantaged busines concerns. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. NOTE 9 applies. Other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333 or X1462 or X2978. CITE: (I-354 SN013548) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--PACKING, PREFORMED /V-RING/ SOURCE CONTROL DATA SOL SP0500-97-Q-H335 DUE 020797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: rose Rexer/LAC24/215-697-3075 BU yer: Rosemarie Rexer/LAC24/215-697-3075 DESC: PR-NO: YPI96330001552 NSN 5330-00-599-6720, 1,000 -EA Del to New Cumberland PA 17070-5001 Del by 05 Jan 97. See NOTES 9, 22, RFQ due date: 97FEB07 specs: naval Air Engineering center P/N E8772-23 primary qty: 1000 deliveries to CONUS (excluding Alaska) delivery schedule: 80 days ADO 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: JM Clipper Corp (48482) drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-354 SN013549) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, PLAIN ENCASED SOURCE CONTROL DRAWING SOL SP0500-97-Q-H844 DUE 011697 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Howard Tevelson/LCB20/X6426 buye R: Marsha goldberg/LCB24/X6183 DESC: PR-NO: YPI96331000925 NSN 5330-00-143-8648, 228 -EA Del to New Cumberland PA 17070-5001 Del by 04 Jan 97. 60 -EA Del to Corpus Christi TX 78419 Del by 04 Jan 97. See NOTES 9, 22, RFQ due date 97 Jan 16 specs: seal, plain encased P/N 1-300-234-02 primary quantity: 60 deliveries to CONUS(excluding Alaska) delivery schedule: 90 days indefinite delivery type contract offers will be evaluated with a 10% preference for small disadvantaged business concerns this contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304 (C) (1) approved source is: freudenberg-nok general partnership (91251) while price will be a significatn factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-354 SN013550) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, PLAIN AMERICAN VARISEAL CORP (64422) SOL SP0500-97-Q-H918 DUE 010297 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Ed brogan/LCC03/X6182 buyer: Amy B ertoline/LCC28/X5601 DESC: PR-NO: YPI96332000988 NSN 5330-01-271-5954, G element @STEEL comp 302 spring @CONSTRUCTION one-piece @SEAL width 0.070 inches minimum and @0.080 inches maximum 510 -EA Del to Bremerton WA 98314 Del by 22 Dec 96. RFQ due date 97 Jan 02 yearly estimated quantity primary quantity 510 deliveries to CONUS (excluding Alaska). Delivery schedule: 30 days required. Indefinite delivery type contract. NOTE 1 applies sizestandard: 500 while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333 or X1462 or X2978. Specs/Dwgs are not required. CITE: (I-354 SN013551) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St Louis, MO 63120-1798 SUBJECT: 53--BOLT ECCENTRIC SOL DAAJ09-97-Q-0507 DUE 022897 POC L. Anderson-Samuel, Procurement Technician, 314-263-0789, Evelyn Harris-Kelley, Contracting Officer, 314-263-0792, fax 314-263-9012. DESC: NSN: 5306-01-164-8106, P/N: 406-010-120-101, Quantity: 67 each applicable OH-58 aircraft.FOB origin with delivery of 3 each to Camp Carroll Korea by 97 Apr, 50 each to New Cumberland Army Depot by 98 Jan, and 14 each to Red River Army Depot by 97 Oct. This procurement requires pre qualification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract is for supplies for which the Government does not own specifications or drawings, however it is restricted to the following approved source: Bell Helicopter Textron, 600 E. Hurst Blvd, Fort Worth, TX 76101. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-354 SN013913) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA. 23461-2299 SUBJECT: 54--BUILDING SOL USZA99-97-Q-0072 DUE 121396 POC Ms. Mary Tuttle, (757) 433-7960, Ext. 211. DESC: This Synopsis is for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Item requirement: 1/each precast concrete's building with 4000 psi, steel reinforced concrete (ASTM C260). All responsible sources may submit a bid or quotation. Telephone, written, or faxed responses are acceptable to request a copy of the Request for Quotation (Fax: (757) 433-7954). See numbered note 22. CITE: (M-354 SN013798) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 58--CONTROL, CU SOL F04606-97-Q-25273 DUE 020797 POC For copy, contact the info office indicated., For additional information contact Alsdorf.3fa/Pklra/[916]643-0572 DESC: Item 0001 NSN 5820-01-203-7100 P/N: 508B-581B, Control for Radar. 4ea. Applicable to: An/Fxq-4. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 Jun 97 4 ea FAX REQUESTS TO (916)643-2873. The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. See Note (s) 26. CITE: (I-353 SN013440) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--INTERCOM CONTROL SOL F09603-96-R-ZU503 DUE 020797 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Larry E. Johnson/Lykb/[912]926-7053 DESC: Item 0001 NSN 5831-00-523-5328 P/N: A81-91, Dim: 6" X 7" X 4" EST. Matl: Aluminum alloy. Func: Provides intercommunication and radio monitoring for aircraft and ground installations. 45ea. Applicable to: Aic-18. Destn: Robins Air Force Base Ga 31098-1611. Delivery: 30 Sep 97 45 ea Fax Nr 912-926-7572 The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Andrea Radio Corp, Long Island City Ny 11101-5213. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-353 SN013448) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--CONTROL SOL F09603-97-R-0001 DUE 020797 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Harry Bryan/Lykb/[912]926-7088 DESC: Item 0001 NSN 5821-01-311-7551 P/N: 707793-807, Dim: 5.75" W X 4.875" H(B) X 5.34" D. Matl: Aluminum. Func: Allows operator to control the receiver transmitter from a remote location. 6ea. Applicable to: Arc-164. Destn: EY9688. Delivery: 28 Nov 97 6 ea Fax Nr 912-926-7572 The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Hughes Defense Communications, Fort Wayne In 46808-4106. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-353 SN013450) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--UHF.DF ANTENNA SELECTOR SOL F09603-97-R-0002 DUE 020797 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Harry Bryan/Lykb/[912]926-7088 DESC: Item 0001 NSN 5821-01-054-6424CX P/N: 100D0845, Dim: 2.750" X 2.500" X 1.156". Matl: Aluminum, resistors. Func: Provides switching function between multiple UHF antenna. 24ea. Applicable to: Arc-164. Destn: EY9688. Delivery: 28 Nov 97 24 ea Fax Nr 912-926-7572 The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Daico Industries Inc, Rancho Dominguez Ca 90220-0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-353 SN013451) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--RECEIVER TRANSMITTER SOL F09603-97-R-0003 DUE 020797 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Harry Bryan/Lykb/[912]926-7088 DESC: Item 0001 NSN 5821-01-306-3385 P/N: 707698-802, Dim: 4.98" x 4.73" x 8.25". Mat: Various circuit cards, capacitors, resistors ICS, metal. Func: The radio set provides air to air, air to ground, ground to ground normal voice communications in 225.000 KHZ to 399.975 KHZ military band. 6ea. Applicable to: Arc-164. Destn: EY9688. Delivery: 28 Nov 97 6 ea Fax Nr 912-926-7572 The approximate issue/response date will be 08 Jan 97. To: Hughes Defense Communications, Fort Wayne In 46808-4106. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-353 SN013452) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 58--RECEIVER TRANSMITTER 1518 SOL F09603-97-R-80057 DUE 020797 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Harry Bryan/Lykb/[912]926-7088 DESC: Item 0001 NSN 5821-01-137-6660 P/N: 707224-821, Dim: 4.98" X 4.73" X 8.25". Funct: This radio provides air to air, air to ground or ground to ground normal voice communication in 225.000 KHZ to 399. 975 KHZ military band. Matl: Various circuit cards, capacitors, resistors, ICS, metal. Option 1 for 30 each on stock number 5821-01-138-1676. 19ea. Applicable to: Arc-164. Destn: Robins Air Force Base Ga 31098-1611. Delivery: 31 Jul 98 19 ea Fax Nr 912-926-7572 The approximate issue/response date will be 08 Jan 97. To: Hughes Defense Communications, Fort Wayne In 46808-4106. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,26. CITE: (I-353 SN013453) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild AFB, WA 99011-9403, Attn: Theodore D. Sweet, Director Of Business Programs SUBJECT: 58--HANDS-FREE INTERCOM SYSTEM SOL F4561396T7172 DUE 011397 POC Sandra Barnes, (509)247-4597; Barry Sperber, (509)247-4884 DESC: MFG: AIPHONE OR EQUAL. Hands-free intercom system. Includes microprocessor control unit; 8 deskmaster stations; 23 wall-mount master stations; 50 foot pedals; 5 station cards; paging adapter; 4 ceiling speakers; 4 mounting rings; miscellaneous wire and hardware. Bid must include installation. See Note #1. CITE: (W-354 SN013804) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North Charleston, SC 29419-9022 SUBJECT: 58--TROPO/SATELLITE SUPPORT RADIO (TSSR) SYSTEM SOL N65236-97-R-0326 DUE 021597 POC Point of Contact - Nancy Gartner, Code 1113NG, (803)743-4720, Contracting Officer, Paulette Dillard, Code 1113, (803)743-6635 DESC: Tropo/Satellite Support Radio (TSSR) Systems - Estimated Annual Quantity - 8 each. This requirement will be for a base year with four (4) one-year option periods. The type of contract anticipated is a Fixed Price Requirements type contract. The Standard Industry Code is 3663 and the number of employees is 750. This procurement will be issued on a sole source basis to California Microwave, Microwave Radio Communication Division, 20 Alpha Road, Chelmsford, MA. All responsible sources may submit a proposal which will be considered. Requests for solicitation must state that neither the requestor nor principal officials/owners are currently suspended/debarred from receiving contracts from any federal agency. Failure to so represent will be grounds for refusing the request. No verbal information will be given. Telefax request to (803)743-1064. Note 22 applies. EMAILADD: gartnern@niseeast.nosc.mil EMAILDESC: CITE: (D-354 SN013845) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: 23d Contracting Squadron, 1443 Reilly Road, Suite C, Pope Afb Nc 28308-2896 SUBJECT: 58--RADIO SET, MULTIBAND MAN PACK SOL F31601-96-RA032 DUE 010397 POC SSgt Solomon Porter, Contractor Administrator, 910-394-6250 DESC: RADIO SET, MULTIBAND MAN PACK Harris Radio Sets. All quantities are 6 ea: AN/PRC-117D(c). The purpose of this modification is to change the response date of the Sources Sought to 3JAN97. CITE: (W-354 SN013869) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: GSA Mid Atlantic region, FSS General Procurement Branch, the Wanamaker Building, 100 Penn Square East, Philadelphia, PA 19107 SUBJECT: 58--FSC GROUP 58, PART IX: COMMUNICATIONS EQUIPMENT, MULTIPLE AWARD, OPEN SEASON. SOL GS-03F-94-AYC-0041 POC Mr. William T. Glacken (215) 656-3835 DESC: GSA multiple award schedule: group 58, part IX. Open Season. Solicitation No. GS-03F-94-AYC-0041. POC: Mr. William T. Glacken, contracting officer, 215-656-3835. This solicitation includes FSC classes 5820, 5821, 5840, 5845, 5850, 5860, and 5895. Telemetry equipment; radar equipment; underwater sound equipment; visible and invisible light communications equipment; LASER equipment; and recorder/reproducer set, Signal data multiapplication. Commercial items. Federal supply schedule. For new offerors contract period will be April 1, 1997, (or date of award, whichever is later) through March 31, 1999. The open Season solicitation amendment will include the following: maximum order; option; and GSA advantage. Maximum order: all resulting contracts will contain a maximum order (Mo). To assist the customer agencies todetermine when they should seek a price decrease, a level called a maximum orderwill be established under each contract. When an agency order exceeds this amount, it is recommended that the agency contact the vendor for a reduced price. The vendors will not be obligated to accept these orders in accordance with FAR 52.216-19. Option: all resulting contracts will include an option to extend the term of the contract for an additional 5 year period. Advantage: all resulting contracts will require contractors to submit electronic contract data in a prescribed format for addition to GSA advantage, an on-line electronicdatabase. Federal stock Nos.; not applicable. No samples required. Place of delivery to be shown on orders issued under contract. 100 percent non set-aside procurement. Amendment to solicitation GS-03F-94-AYC-0041 will be issued on or about December 27, 1996. Closing date will be thirty days (30) after date of issuance of amendment. Request for solicitation must bein writing to the above address, or by FAX at 215-656-3841. Telephone request will not be honored. See NOTE 12. CITE: (I-354 SN013971) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: 58--SOURCES SOUGHT FOR DUAL CHANNEL, 1 KVA PER CHANNEL POWER AMPLIFIER POC Contact Carol Gorman, Contracting Officer at (401) 841-2442 X203. . Fax number (401) 841-4820. DESC: This is not an advertisement of a solicitation at this time. Information only from potential sources as requested below is being sought by the Naval Undersea Warfare Center, Division Newport. We are looking for sources for a Dual Channel, 1KVA per Channel, low distortion Power Amplifier for use on the Acoustic Augmentation Support Program (see specification below). Please review this information and provide factual supporting documentation, including technical data sufficient to permit meaningful evaluation by the requirer, and a description of your relevant corporate experience (include applicable contract numbers and names of contract administrators with their telephone number). Provide this information to Carol Gorman, Commercial Acquisition Department, Building 11, Naval Undersea Warfare Center Division Newport, Code 5913, Simonpietri Drive, Newport, RI 02841-1708; or facsimile number 401-841-4820. Responses before 17 January 1997 will be appreciated. Specification: The following describes t he electrical, physical, and environmental requirements of a high power, very low distortion, Class B/AB, two channel, solid state power amplifier. The amplifier will be used to drive high power ceramic sonar transducers, with their associated tuning and impedance matching transformers. Rated power into resistive and reactive loads, low distortion, high reliability, and minimum weight are key amplifier characteristics. Amplifier Requirements--Number of Channels: Two (2). Operating Class: Class B/AB; ('s witch mode' amplifiers are NOT acceptable). Output Power Per Channel: 1 KVA min, single tone (sinusoidal), continuous duty, 20 Hz to 20 kHz. Load Configuration: (GFE) Transformer plus resistive and reactive sonar transducers. Load Impedance: (1) AC impedance magnitude, 8.0 Ohms min, 20 Hz to 20 kHz; (2) AC Impedance Phase Angle, (-)88 deg. to (+)88 deg.; (3) DC resistance, 0.1 Ohms min, (GFE transformer primary winding). Damping Factor: 100 min, 20 Hz to 20 kHz. Voltage Gain & Tolerance: 26 dB +/- 0 .5 dB, 8 Ohm load or higher; 20 Hz to 20 kHz. Input Impedance: 10 K Ohms min, differential, 20 Hz to 20 kHz. Common Mode Rejection: 40 dB min, 20 Hz to 20 kHz. Input Connectors: One (1) isolated BNC connector per channel. Total Harmonic Distortion: 0.1%THD max, lVA to lKVA output per channel, 20Hz to 20kHz. Self Protection: Amplifier shutdown for output over-current or over-temperature. Prime Power: 440V, +/- 10%, 3 Phase, 60 Hz, delta connected. Monitor Features: Scaled replicas of output voltage an d current for each channel. Weight: Minimum practical. Mounting Configuration: 19 inch rack mountable. Depth behind front panel: 20.5 inches max, including connectors, handles, etc. Depth in front of front panel: 2.5 inches max, including handles, grills, etc. Height: Minimum practical. Cooling: Internal forced air. Operational Ambient Temp.: 50 to 95 degrees F. The GFE transformer will be rack mounted with the power amplifier, but not in the same enclosure (current equipment configuration prohibits this). In light of this, size and weight characteristics of the GFE transformer should not be a consideration. LINKURL: http://www.npt.nuwc.navy.mil/contracts/ LINKDESC: EMAILADD: GORMAN@CODE59.NPT.NUWC.NAVY.MIL EMAILDESC: CITE: (I-354 SN013849) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: PM Intelligence Fusion, 1616 Anderson Road, McLean, VA SUBJECT: 58--SINGLE SOURCE PROCESSOR - SIGINT SOL DAAB07- POC Mr. Gary Brain, SSP-S System Manager, (703) 275-8085. DESC: The Project Manager, Intelligence Fusion is interested in locating sources who are capable of performing specialized upgrades to the All Source Analysis System (ASAS) communications subsystsems. ASAS is a tactical intelligence system that is currently fielded to 24 operational Army units. It operates System High in a Sensitive Compartmented Information (SCI) environment. Half of the communications subsystems are housed in S-250 shelters using Version 3 of the Communications Support Processor (CSP) software on PDP-11 computers. The other subsystems are in transit cases using the CGS-100 software on rugged PC computers. These subsystems contain a year 2000 software problem and must be upgraded. The upgrade will consist of hardware and software modifications to provide secure communications for both multi-level record traffic and system high network connectivity with file transfer. Hardware upgrades will make maximum use of the Army's Common Hardware/Software (CHS) products. A mature Version 5.X of the CSP software will be provided by CECOM but with new communications protocols that cannot be fully engineered or tested until an initial fielding under this procurement. Upgrades and training will be performed at each deployment site on a non-interference basis with personnel cleared to the Top Secret (TS)/SCI level and are expected to be a significant schedule driver. The required tasks are: design upgrades for both shelter and transit cased versions; provide full documentation of the changes; develop test plans and procedures; upgrade training materials; conduct training for government tester and TRADOC personnel; implement the systems integration test program; provide modification kits for all operational systems; install the hardware at each site; coordinate with CECOM for software installation; and assist or supplement TRADOC personnel to conduct operator training. Due to the tight schedule, the government will only consider organizations that possess SCI approved facilities, SCI cleared staff, and direct relevant experience in most of the following areas: CSP V5.x software, shelter modifications, Intelligence and Electronic Warfare (IEW) tactical communications (including MSE circuit, MSE packet, NRP, Autodin, TYC-39, Trojan, NEWSDEALER, JWICS and SATCOM), Defense Intelligence Agency (DIA) security accreditation testing, TRADOC approved training programs, ASAS, CHS and DMS. Written responses must be received not later than 15 days from date of initial publication. CITE: (I-354 SN013912) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--MAST, TELESCOPIC SOL F04606-97-25243 DUE 020797 POC For copy, contact the info office indicated., For additional information contact Janes.0lj/Pklcb/[916]643-2990 DESC: Item 0001 NSN 5985-01-342-8778ZX P/N: CTM15J, 50 FOOT TELESCOPING FIBERGLASS PIPE SUPPORTS 2 ANTENNAS. HAS GUY ROPES & PEGS. STORES IN CANVAS BAG. 12ea. Applicable to: An/Trc-181. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30 JUN 97 12 ea The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 03 Mar 97. Written procedure will be used for this solicitation. To: C And S Antennas Inc, Sterling Va 20166 0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. CITE: (I-353 SN013439) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 59--RADIO SET AN/VRC-83(V)2 SOL F04606-97-R-25313 DUE 020797 POC For copy, contact the info office indicated., For additional information contact Janes.0lj/Pklcb/[916]643-2990 DESC: Item 0001 NSN 5996-01-193-7347ZX P/N: 811830-802, P/N AM-7176A/VRC-83 Radio frequency amplifier; bhsx circuit construction type-solid state; bhtb freq per channel-116.0 mhz min 1st op channel/149.9 mhz max 1st op channel/ 225.0 mhz min 2nd op channel/399.9 mhz max 2nd channel; albm op control method- automatic; afsu average life measure-not rated; akna inclosure type-encased; Amqy install design-module; agta basic shape style-(1) rectangular or square; Abhp length-11.812": abkw height-6.500"; abmk width-10.375"; feat special feature- vehicle mount/channels: 8360, on-off & vol control, built-in test ind, audio speaker, operating power require: 28vdc 15a; abbh iii inclosure material- aluminum; awjn iii unpackaged unit weight-30.00 pounds; agav iii end item ident-5820-01-113-1925 & 5820-01-075-2001 radio sets; supp iii supplementary features- integral eccm in uhf spectrum; ftld iii functional descrip- linear rf power amplifier which mates with receiver-transmitter; design control reference Part number 811830-802. 35ea. Applicable to: An/Vrc-83. Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 31 Oct 97 35 ea The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Harris Corp, Rochester Ny 14610-1888. To: Hughes Defense Communications, Fort Wayne In 46808-4106. To: Lincoln Labs, Lexington Ma 02173-0073. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. CITE: (I-353 SN013442) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, = Tinker Air Force Base Ok 73145-3032 SUBJECT: 59--SWITCH = SOL F34601-97-R-52973 DUE 020797 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Nancy Cook/Lpdpb/[405]739-5492 DESC: Item 0001 NSN 5930-00-441-1007PL P/N: C2373, Item is approx 2" = long x 1" wide. Made of aluminum and ceramic material. Has 6 electrical terminals and 2 threaded holes. Transmits signal for lighting afterburner. NHA: P/N CG12291. Appl: J79-15/17 eng F/RF-4C/D/E acft. Contains precious metals. 45EA. Applicable to: J79-15/17eng;f4 Acft. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 31 Dec 98 45 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 30 May 97. Written procedure will be used for this solicitation. To: Westport Development & Mfg Co Inc, Orange Ct 06477-0540. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. CITE: (I-353 SN013447) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 SUBJECT: 59--RF AMPLIFIER SOL F09603-97-Q-50956 DUE 020797 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Brenda White/Lnkb/[912]926-2607 DESC: Item 0001 NSN 5996-01-270-2196EW P/N: 7547519P11, P/N LM585401 Dim: 1.505" L X 0.396" H X 0.700" W; Mat: IAW MIL-M-38510; Func: Hybrid Microwave RF Amplifier. 14EA. Applicable to: Alq-161. Destn: Robins Air Force Base Ga 31098-1611. Delivery: 29 APR 97 14 ea Fax No: 912-926-7572 The approximate issue/response date will be 07 JAN 97. The anticipated award date will be 05 FEB 97. Written procedure will be used for this solicitation. To: Martin Marietta Corp, Utica Ny 13502-5993. To: Amplica Inc, Newbury Park Ca 91320-1509. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). See Note (s) 22, 26. CITE: (I-353 SN013449) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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-0487 DUE 013197 POC Evelyn Kelley, Contracting Officer, Point of contact is Debbie Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-0784. DESC: NSN: 5998-01-414-2758, P/N: 8520668-902, QTY: 7 Each, applicable to the OH-58 Program. FOB Origin with delivery of 7 each 180 days ARO to New Cumberland, PA. 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 or drawings. It is restricted to the following approved source, Honeywell, Inc. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-353 SN013470) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, SPEC BOEING HELICOPTERS SOL SP0451-97-Q-F435 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JBPA Richmond VA 23297-5312 AC (804)279-3129. For copies of RFQ solicitations, contact the buyer. PO C: Lorraine Ricks/BB731/804-279-3129; KO: Joyce M. COOP er/804-279-5279. DESC: PR-NO: YPG96284000993 NSN 5995-01-312-5475, cable assembly, spec. Boeing helicopters, CAGE 77272, P/N A02ES161-2, and Unison Industries LTD partnership, CAGE 59501, P/N 10-321745-1. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Option to Inc qty apply. Unrestricted. Other than full and open comp (sole source) FAR. 6.302-1. More than one source. 92 -EA Del to San Diego CA 92132-5044 Del by 156 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013534) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, PRIN KAISER ELECTRONICS A KAISER SOL SP0451-97-Q-F434 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JBPA Richmond VA 23297-5312 AC (804)279-3129. For copies of RFQ solicitations, contact the buyer. PO C: Lorraine Ricks/BB731/804-279-3129; KO: Joyce M. Coo per/804-279-5279. DESC: PR-NO: YPG96289001839 NSN 5995-01-168-4782, cable assembly, prin. Kaiser Electronics, CAGE 09344, P/N 37520-19B. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Option to Inc qty apply. Unrestricted. Other than full and open comp (sole source) FAR 6.302-1. Only one source (NOTE 22). 19 -EA Del to Stockton CA 95296 Del by 270 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013535) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, SPECIAL PURPOSE, ELECTRICAL LUCAS WESTERN INC SOL SP0451-97-Q-F433 DUE 011797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JBPA Richmond VA 23297-5312 AC (804)279-3129. For copies of RFQ solicitations, contact the buyer. PO C: Lorraine Ricks/BB731/804-279-3129; KO: Joyce M. COOP er/804-279-5279. DESC: PR-NO: YPG96299000862 NSN 5995-01-122-3580, cable assembly, special purpose, electrical. Lucas Western Inc, CAGE 00462, P/N 42305E730. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Option to Inc qty apply. Unrestricted. Other than full and open comp (sole source) FAR 6.302-1. Only one source (NOTE 22). 25 -EA Del to Stockton CA 95296 Del by 166 days ARO. 17 -EA Del to Mechanicsburg PA 17055-0789 Del by 166 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013536) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RELAY, ELECTROMAGNETIC SOL SP0930-97-Q-0595 DUE 010697 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96290000548 NSN 5945-00-660-9315, CAGE 96906 Part No MS24171-D1 nonpile-up main contact arrangement: 1 pole single throw, normally open, double make, momentary action; main contact maximum voltage rating in volts: 28.0 DC main contract load current rating at maximum rated voltage: 200.0 amperes DC resistive load 100.0 amperes DC inductive load, 200.0 amperes DC motor load; operating voltage rating and type at specified temp: 28.0 volts DC 25 deg Celsius single winding; 500 -EA Del to Memphis TN 38114-5210 Del by 31 May 97. Full and open competition: miitary specification item various increments solicited: 275 to 749 PR quantity: 500 EA delivery schedule: 270 days set aside type: unrestricted (sole source/single source (no preference) size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013597) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--THIS IS A PCG ITEM. SOL SP0930-97-Q-A119 DUE 011097 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: YPE96297000685 NSN 5945-01-282-6900, CAGE 81349 Part No M83536/15-021M nonpile-up main contact arrangement 4 pole, double throw, both positions maintained. Main contact maximum voltage rating in volts 115.0 AC and 28.0 dc.main contact load current rating at maximum rated voltage 10.0 amperes DC resistive load 8.0 amperes AC and 8.0 amperes DC inductive load 2.0 amperes AC and 2.0 amperes DC lamp load 4.0 amperers AC and 4.0 amperes DC operating voltage rating and type at specified motor load temp 28.0 volts DC 25 deg celisus single winding nominal operating current rating and type 120.00 milliamperes DC single winding 700 -EA Del to Lathrop CA 95330 Del by 03 May 97. Full and oopen cmpetition: military specification item various increments solicited: 701 to 1999 PR quantity: 700 EA delivery schedule: 90 days set aside type: unrestricted (sole source/single source) (no preference) size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013599) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--THIS IS A PGC ITEM. SOL SP0930-97-Q-A118 DUE 010297 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: YPE96299000717 NSN 5945-01-263-2808, CAGE 81349 Part No M83536/17-002L @NONPILE-UP main contact arrangement 4 pole, dou ble throw, one position momentary @MAIN contact maximum voltage rating in volts 11 5.0 AC and @28.0 DC @MAIN contact load current rating at maximum rat Ed voltage 10.0 amperes AC and @10.0 amperes DC @8.0 amperes AC and @8.0 amperes DC @2.0 amperes AC and @2.0 amperes DC @4.0 amperes AC and @4.0 amperes DC @OPERATING voltage rating and type at specified temp 115.0 volts AC 25 deg Celsius @NOMINAL operating current rating and type 40.0 milliamperes DC 125 -EA Del to Mechanicsburg PA 17055-0789 Del by 01 Apr 97. 125 -EA Del to Lathrop CA 95330 Del by 01 Apr 97. Full and open cmpetitin: military specification item various increments solicited: 1 to 300 PR quantity: 250 EA delivery schedule: 150 days set aside type: unrestricted (sole source/single source) (no preference) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013600) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, SENSITIVE SOL SP0930-97-Q-A117 DUE 020697 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: YPE96302000859 NSN 5930-00-938-4794, CAGE 91929 Part No 444EN1-6 @SWITCH contact arrangement 4 pole, double throw, both positions maintained single switch unit @MAXIMUM DC voltage rating in volts 28.0 @CONTACT load current rating at maximum DC Volta GE rating 7.0 amperes resistive and 4.0 amperes inductive and 4.0 amperes motor @BODY style 81M bushing mounted commercial OFF-THE-SHELF item adequate catalog data is available at DESC for the evaluation of alternate offers 414 -EA Del to Lathrop CA 95330 Del by 16 Dec 96. Other than full and open competition: part numbered item product offered clause applies various increments solicited: 200 to 1400 PR quantity: 44 EA delivery schedule: 414 EA within 120 days, balance rate: 250 EA every 30 days thereaft set-aside type: total small business set aside size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013601) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--SEMICONDUCTOR DEVICE, THYRSTOR QUOTE/AWARD TO BE IAW(90911)22D1245 AND POSSESS SOL SP0960-97-Q-A073 DUE 012197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96302000936 NSN 5961-01-226-2103, CAGE 04801 Part No 22D1245-3 no releaseable data sufficient for manufacturing purposes. Written solicitation 31 -EA Del to Lathrop CA 95330 Del by 09 Mar 97. 20 -EA Del to Mechanicsburg PA 17055-0789 Del by 09 Mar 97. Buyer name: D. Bloomer/ext. 67407 Co name: T. Woodgeard/ext. 67373 other than full and open competition: NOTE 22 of CBD applies. part numbered item. products offered clause applies. Various increments solicited: from 25 to 49/from 50 to 99/from 100 to 249. PR quantity: 51 EA line quantity DODAAD destinations 1 31 W62G2T Stockton CA 95296-0130 2 20 SW3100 Mechanicsburg PA 17055-0789 more than 3 DESTINATIONS-(Y/N): N delivery schedule: 50 within 90 days and 50 every 90 days thereafter. Set-aside type: unrestricted (sole source/single source) (no preference) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013602) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, SENSITIVE SOL SP0930-97-Q-A118 DUE 010997 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96134000663 NSN 5930-00-394-0733, CAGE 91929 Part No 4CE8 @SWITCH contact arrangement 2 two circuit, doubl E break/double make, one position momentary sing le switch unit @MAXIMUM AC voltage rating in volts 250.0 @CONTACT load current rating at maximum AC Volta GE rating 10.0 amperes resistive @MAXIMUM DC voltage rating in volts not rated @BODY style 14M bushing or two hole mounting 30 -EA Del to Lathrop CA 95330 Del by 20 Nov 96. Other than full and open ompetition: part numbered item various increments solicited: 1 to 100 PR quantity: 30 EA delivery schedule: 120 days set aside type: total small business set aside size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013606) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PUSH SOL SP0930-97-Q-0815 DUE 010697 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96162000441 NSN 5930-01-283-6757, CAGE 18350 Part No TD140MF079Y2 58 -EA Del to Mechanicsburg PA 17055-0789 Del by 01 Feb 97. Other than full and open competition: PAR numbered item. Products offered clause applies various increments solicited: 10 to 99 PR quantity: 58 EA delivery schedule: 120 days set aside: unrestricted (sole source/single source) (no preference) size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013607) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, PROXIMITY SOL SP0900-96-T-P804 DUE 020497 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: YPE96178000122 NSN 5930-01-216-7077, CAGE 07217 Part No 624804-1-1 CAGE 19207 Part No 12336773 108 -EA Del to Mechanicsburg PA 17055-0789 Del by 27 Dec 96. See NOTES 9, 22, other Tan full and oopen cmpetition: part numbered item products offered clause applies various increments solicited: 50 to 200 PR quantity: 108 EA delivery schedule: 108 EA within 200 days, balance rate: 108 EA every 30 days thereaft set aside type: unrestricted (sole source/single source) (no preference) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013608) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PUSH SOL SP0930-97-Q-A115 DUE 020497 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: YPE96227000498 NSN 5930-00-562-1280, CAGE 86831 Part No 5500-2 no releaseable data sufficient for manufacturing purposes. 13 - EA Del to Mechanicsburg PA 17055-0789 Del by 05 Oct 96. 20 -EA Del to Lathrop CA 95330 Del by 05 Dec 96. Other than full and open competition: part numbered item products offered clause applies various increments solicited: 1 to 150 PR quantity: 33 EA delivery schedule: 18 EA withing 240 days, balance rate 18 EA every 30 days thereafter set asisde type: unrestricted (sole source/single source (no preference) size standare: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013609) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--RELAY, ELECTROMAGNETIC SOL SP0900-97-T-0440 DUE 010297 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: YPE96281000275 NSN 5945-01-168-6569, CAGE 81349 Part No M83726/27-001W nonpile-up main contact arrangement: 1 pole, double throw, one position, momentary. main contact maximum voltage rating in volts: 28.0DC. Main contact load current rating at maximum rated voltage: 2.0AMPERES DC resistive load, 200.0 milliamperes DC lamp load. operating voltage rating and type at specified temp: 28.0VOLTS DC 25DEG Celsius single winding. 63 -EA Del to Mechanicsburg PA 17055-0789 Del by 20 Apr 97. 40 -EA Del to Lathrop CA 95330 Del by 20 Apr 97. Full and open competition: military specification item various increments solicited: 100 to 249 PR quantity: 103 EA delivery schedule: 280 days set-aside type: unrestricted (sole source/single source) (no prference) size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013610) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, PROXIMITY SOL SP0930-97-Q-A116 DUE 020497 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: YPE96310001297 NSN 5930-01-120-1719, CAGE 05606 Part No 798E845 CAGE 91929 Part No 113FW41-R2 23 -EA Del to Lathrop CA 95330 Del by 14 Apr 97. 12 -EA Del to Mechanicsburg PA 17055-0789 Del by 14 Apr 97. Other than full and open competition: part numbered item products offered clause applies various increments solicited: 10 to 299 delivery schedule: 35 EA W/in 240 days, balance rate 35 EA every 30 days thereafter set-aside: unrestricted (sole source/sigle source) (no preference) size standard: 500 PR quantity: 35 EA all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013612) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, PRESSURE SOL SP0930-97-Q-A123 DUE 020397 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: YPE96320000505 NSN 5930-01-161-8189, CAGE 02750 Part No 6607-2-110 CAGE 78286 Part No 70652-02451-135 no additional descriptive data available 62 -EA Del to Mechanicsburg PA 17055-0789 Del by 08 May 97. 47 -EA Del to Lathrop CA 95330 Del by 08 May 97. See NOTES 9, 22, other than full and open competition: part numbered item. products offered clause applies. Various incremnts solicited: 1 to 400 PR quantity: 109 EA delivery schedule: 109 EA, 120 days set-aside type: unrestriced with preferential consideration for SDB size standard: 500 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013615) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--SOLENOID, ELECTRICAL SOL SP0930-97-Q-A114 DUE 020697 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: YPE96326000522 NSN 5945-00-945-2330, CAGE 81982 Part No 58829 no releaseable data sufficient for manufacturing purposes. 15 -EA Del to Lathrop CA 95330 Del by 10 Dec 96. Other than full and open competition: part numbered item. products offered clause applies. Various increments solicited: 1 to 49 PR quantity: 15 EA delivry schedule: 15 EA, 120 days set-aside type: unrestriced with preferential consideration for SDB size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-354 SN013616) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAH01-97-T-0156 DUE 010897 POC AMSMI-AC-CDCB, Jerri Vickers, Team Chief, 205-842-7630/FAX 205-876- 9633. Solicitations are to be requested by Fax. DESC: THIS IS A COMBINED SYNOPSIS/SOLICITATION. Synopsis No.5396-96 (MA) NSN 5998-01-391-5273, Army P/N 11470803-3, 13 EACH, PRON D17H0023, Inspection/Acceptance Pts: Source. Inspection requirements: 52.246-2, 52.246-16, MIL-Q-9858A, Bar Coding Required. FOB Point: Destination. Destination: XU Transportation Officer, Defense Dist Depot Susquehanna, New Cumberland, PA 17070-5001. Packaging: A C IAW MIL-P-45213E dated 8 Aug 89, Supplemented by MIL-P-116J. Delivery Schedule 220 days after contract award. Best possible delivery requested. 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 opportunities 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. Restricted Source is Raytheon Company, Missile Systems Div., Andover Plant, 350 Lowell Street, West Andover, MA 01810. All responsible sources may submit a quotation which shall be considered by this agency. Inquiries may be sent to the address above. The most recent representative unit price and quantity relative to this acquisition is NSN 5998-01-391-5273, Awd Date 092696, Qty 15, Unit Price $2,375.00. 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. SIC Code 3679, 500 employees, quotes should be submitted to Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, AMSMI-AC-CDCB, Jeri Vickers, reference DAAH01-97-T-0156. See Numbered Note(s): 22. CITE: (I-354 SN013758) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAH01-97-T-0169 DUE 010897 POC AMSMI-AC-CDCB, Jerri Vickers Contracting Officer, 205-842-7630/FAX 205-955-7737. DESC: SNNOPSIS NO. 5402-96 (MA) THIS IS A COMBINED SYNOPSIS/SOLICITATION, PRON D1701413; NOUN: CIRCUIT CARD ASSEMBLY; NSN: 5998-01-396-3983, APN: 11475218-003, QTY: 4, INSPECTION/ACCEPTANCE PTS, SOURCE INSPECTION REQUIREMENTS: MIL-I-45208, 52-246-2, 52-246-16, BAR CODING REQUIRED. FOB POINT: DESTINATION. DESTINATION: XU TRANSPORTATION OFFICER, DEFENSE DIST DEPOT SUSQUEHANNA, NEW CUMBERLAND, PA 17070-5001. PACKAGING: A/B IAW MIL-P-45213E, DATED 8 AUG 96, SUPPLEMENTED BY MIL-P-116J. DELIVERY SCHEDULE 120 DAYS, BEST POSSIBLE DELIVERY REQUESTED. OFFERORS MUST BE APPROVED AND QUALIFIED. 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 OPPORTUNITIES IN CONNECTION WITH THIS PROCUREMENT, MAKE CONTACT WITH THE FIRM(S) LISTED. THE GOVERNMENT DOES NOT POSSESS ADEQUATE DOCUMENTATION TO ACQUIRE FROM OTHER THAN THE APPROVED SOURCE. RESTRICTED SOURCE IS RAYTHEON COMPANY , MISSILE SYSTEMS DIVISION, ANDOVER PLANT 350 LOWELL STREET, WEST ANDOVER, MA 01810. ALL RESPONSIBLE SOURCES MAY SUBMIT A BID, PROPOSAL, OR QUOTATION WHICH SHALL BE CONSIDERED BY THIS AGENCY. INQUIRIES MAY BE SENT TO ADDRESS ABOVE. THE MOST RECENT REPRESENTATIVE UNIT PRICE AND QUANTITY RELATIVE TO THIS ACQUISITION IS NSN: 5998-01-396-3983, AWD DATE: 10 MAY 96, QTY: 2, UNIT PRICE $11,436.50. 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 AND WILL NOT BE FURNISHED. POTENTIAL OFFERORS ARE ENCOURAGED TO PURSUE QUALIFICATION FOR FUTURE BUYS IN ACORDANCE WITH MICOM PAMPHLET 702-1 AVAILABLE THROUGH INTERNET. SIC CODE 3674, NUMBER OF EMPLOYEES: 500, QUOTES SHOULD BE SUBMITTED TO COMMANDER, U.S. ARMY MISSILE COMMAND, ACQUISITION CENTER, REDSTONE ARSENAL, AL 35898-5280, ATTN: AMSMI-AC-CDCB, JERRI VICKERS, (REFERENCE DAAH01-97-T-0169, PRON D1701413. See Numbered Note(s): 22. CITE: (I-354 SN013759) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAH01-97-T-0149 DUE 010897 POC AMSMI-AC-CDCB, JERRI VICKERS Contracting Officer, 205-842-7630/FAX 205-876-9633. Solicitations are to be requested by Fax. DESC: Synopsis No. 5399-96 (MA) This is a combined Synopsis/Solicitation, Pron D1701359; Noun: Circuit Card Assembly; NSN 5889-01-377-8821, Army P/N 11469757, 11 each. Inspection/Acceptance PTS: Source; Inspection Requirements: Mil-Q-9858A, 52.246-2, 52.246-16, Bar Coding Required. Fob Point: Destination. Destination: XU Transportation Officer, Defense Dist Depot Susquehanna, New Cumberland, PA 17070-5001. Packaging: A/C Iaw Mil-Std-2073, Supplemented by Mil-P-116J. Delivery schedule 170 days, best possible delivery requested. Offerors must be approved and qualified. 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 opportunities in connection with this Procurement, make contact with the firm(s) listed. The Government does not possess adequate documentation to acquire from other than the approved source. Restricted source is Raytheon Company, Missile Systems Division, Andover Plant, 350 Lowell Street, West Andover, MA 01810. All responsible sources may submit a quotation which shall be considered by this agency. Inquiries may be sent to address above. The most recent representative unit price and quantity relative to this acquisition is NSN 5889-01-377-8821, Awd Date 26 Sep 96, Qty 6, Unit Price $7,760. 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 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. SIC Code 3679, Number of employees 500, Quotes should be submitted to Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280, ATTN: AMSMI-AC-CDCB, Jerri Vickers, (Reference DAAH01-97-T-0149, Pron D1701359. See Numbered Note(s): 22. CITE: (I-354 SN013760) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAH01-97-T-0165 DUE 010897 POC AMSMI-AC-CDCB, Jerri Vickers Contracting Officer, 205-842-7630/FAX 205-876-9633. Solicitations are to be requested by Fax. DESC: THIS IS A COMBINED SYNOPSIS/SOLICITATION. Synopsis No. 5405-96 (MA) NSN 5998-01-395-8578, Army P/N 11469185-8, 2 each, PRON D1701483, Inspection/Acceptance Pts, Inspection - Source, Acceptance Source. Inspection requirements: 52.246-2, 52.246-16, and 52.246-11. MIL-I-45208. Bar Coding Required. FOB Point: Destination. Destination: XU Transportation Officer, Defense Dist Depot Susquehanna, New Cumberland, PA 17070-5001. Packaging A/B IAW MIL-P-45213E, dated 8 Aug 89, supplemented by MIL-P-116J. Delivery schedule 210 days after contract award, best possible delivery requested. Offerors must be approved and qualified. 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 opportunities in connection with this procurement, make contact with the firm(s) listed. The Government does not possess adequate documentation to acquire this item from other than the approved source. Restricted source is Raytheon Company, Missile Systems Division, Andover Plant, 350 Lowell Street, West Andover, MA 01810. All responsible sources may submit a quotation which shall be considered by this agency. Inquiries may be sent to address above. The most recent representative unit price and quantity relative to this acquisition is NSN 5998-01-395-8578, Awd Date 062496, Qty 2, Unit Price $14,434. 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 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. Sic Code 3674, number of employees 500. Quotes should be submitted to Commander, U.S. Army Missile Command, Acquisition Center, AMSMI-AC-CDCB, Jerri Vickers, Redstone Arsenal, AL 35898-5280, reference DAAH01-97-T-0165. See Numbered Note(s): 22. CITE: (I-354 SN013761) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAH01-97-T-0175 DUE 010897 POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250. DESC: THIS IS A COMBINED SYNOPSIS/SOLICITATION, Synopsis No. 5404-96, Pron: D1701317; NOUN: Circuit Card Assembly; NSN 5998-01-267-3121, Army P/N 5003790-2, Qty 24 each; Inspection/Acceptance Points: Source; Inspection Requirements: MIL-I, and MIS-50000; Bar Code markings required. Fob Point: Destination: XU Transportation Officer, Red River Army Depot, Texarkana, TX 75507-5000; 5 each, Packaging: A/C IAW MILSTD2073, Destination: XU Transportation Officer, Defense Dist Depot Susquehanna, New Cumberland, PA 17070-5001, 9 each, Packaging: A/C IAW MILSTD2073, Destination: XU Defense Dist Region West, Distribution Depot San Joaquin, Trans Ofc, P.O. Box 960001, Stockton, CA 95296-0130, 9 each, Packaging: A/C; 1 each, A/B IAW MILSTD2073, Supplemented by MIL-P-116J. Delivery schedule 192 days after contract award, best possible delivery requested. Offerors must be approved and qualified. 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 opportunities in connection with this procurement, make contact with the firm(s) listed. The Government does not possess adequate documentation to acquire this item from other than the approved source. Restricted source is Rockwell International Corporation, Defense Electronics Operations, Anaheim Division, 3370 Miraloma Avenue, P.O. Box 4192, Anaheim, CA 92803. All responsible sources may submit a quotation which shall be considered by this agency. Inquiries may be sent to address above. The most recent representative unit price and quantity related to this acquisition is NSN 5998-01-267-3121, Awd Date 093096, Qty 24, Unit Price $3,945. 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 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. SIC Code 3679; number of employees 500. Quotes should be submitted to Commander, U.S. Army Missile Command, Acquisition Center, AMSMI-AC-CDDA, Attn: Donna Willard, Redstone Arsenal, AL 35898-5280. Reference DAAH01-97-T-0175. See Numbered Note(s): 22. CITE: (I-354 SN013762) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAH01-97-T-0186 DUE 010897 POC AMSMI-AC-CDDA, DONNA WILLARD, Team Chief, 205-876-1510/FAX 205- 842-6108. DESC: THIS IS A COMBINED SYNOPSIS.SOLICITATION. Synopsis No. 5409-96 (MA) NSN 5999-01-167-1452, Army P/N 340441, 23 each, D1701318, Inspection Acceptance Pts, Inspection - Source, Acceptance Source. Inspection requirements: MIL-I-45208. Bar Coding required. FOB Point: Destination. Destinations: SU USAMC War Reserve General Supply ACT Camp Carroll Korea, APO AP 96260-5000, Quantity 1 each, Packing A/B IAW MILSTD2073, supplemented by MIL-P-116J, xu Transportation Officer, Defense Dist Depot Susquehanna, New Cumberland, PA 17070-5001, Quantity 1 each, Packing A/B IAW MILSTD2073, supplemented by MIL-P-116J, XU Transportation Officer, Red River Army Depot, Texarkana, TX 75507-5000, Quantity 12 each, Packing A/C IAW MILSTD2073, supplemented by MIL-P-116J, XU Transportation Officer, Defense Dist Depot Susquehanna, New Cumberland, PA 17070-5001 Quantity 9 each, Packing AC IAW MILSTD2073, Supplemented by MIL-P-116J. Delivery Schedule 210 days after contract award, best possible delivery requested. Offerors must be approved and qualified. 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 opportunities 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. Restricted Source is Northrop Corporation, Electronic Division, 2301 West 120th, Street, Post Office Box 5032, Hawthorne, CA 90250-3363. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. The most recent representative unit price and quantity relative to this acquisition is NSN 5999-01-167-1452, Awd Date 090892, Qty 9, Unit Price $4,064.37. 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 qualificaition for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. SIC Code 3679, number of employees 500, Quotes should be submitted to Commander, U.S. Army Missile Command, Acquisition Center, AMSMI-AC-CDDA, Donna Willard, Redstone Arsenal, AL 35898-5280, reference DAAH01-97-T-0186. See Numbered Note(s): 22. CITE: (I-354 SN013763) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, NJ 07703-5008 SUBJECT: 59--CIRCUIT CARD ASSEMBLY, INVERTER ASSEMBLY SOL DAAB07-97-Q-F013 DUE 020697 POC Contact Jennifer Augustine, 908/532-1613, AMSEL-ACCB-A-BB, Contracting Officer, Alan A. Kotch DESC: Inverter Assembly, NSN: 5805-01-143-8130, P/O AN/TTC-39, IAW GTE Government Systems Corp. P/N SM-D-817480, Qty 43 each, delivery to New Cumberland, PA. Circuit Card Assembly, NSN: 5998-01-120-3113, P/O AN/TTC-39, IAW GTE Government Systems Corp. P/N SM-E-815557, Qty 17 each, delivery to New Cumberland, PA. A noncompetitive acquisition is proposed with GTE Government Systems Corp., Taunton, MA because this procurement is confined to the contractor's P/N referred to and must be compatible in form, fit and function with existing equipment. The Government has no way of evaluating a substitute item. However, all responsible sources may submit a quote which shall be considered by the agency. Most recent representative unit price for NSN: 5805-01-143-8130 is $869.00 for a quantity of 33 each, awarded 21 Mar 88. Most recent representative unit price for NSN: 5998-01-120-3113 is $386.00 for a quantity of 25 each, awarded 25 Aug 87. The Government provides this data without assuming responsibility for its accuracy or for any conclusions or interpretations which may be drawn from this data. The data is provided solely for information purposes and should not be relied upon as a basis for preparation of an offer. See Note 22. EMAILADD: defazioj@doim6.monmouth.army.mil EMAILDESC: CITE: (D-354 SN013792) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--FILTER, RADIO FREQUENCY SOL DAAH01-97-R-A055 DUE 020197 POC AMSMI-AC-CDDB, Mary Pitman Contracting Officer, 205-876-8039. DESC: Synopsis No. 5394-96 (MA) NSN 5915-01-345-4444, Army P/N E80018-1. 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 16, known quantity of 41, and a maximum quantity of 57. Plus options for base year and one program. Destinations to be furnished. Delivery schedule 210 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 GEC/UK/Aerospace, Inc., 110 Algonquin Parkway, Whippany, NJ 07981-1640. 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 5915-01-345-4444, Awd Date 110896, Qty 41, Unit Price $1,888.00. 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. See Numbered Note(s): 22. CITE: (I-354 SN013888) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAH01-97-R-A059 DUE 020197 POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250. DESC: Synopsis No. 5412-96 (MA) NSN 5998-01-414-6648, Army P/N 350111-301. 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 30, known quantity of 66, and a maximum quantity of 80. Plus options for base year and three one program years. 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 Northrop Corporation, Electronics Division, 2301 West 120th Street. P.O. Box 5032, Hawthorne, CA 90250-3363. 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. See Numbered Note(s): 22. CITE: (I-354 SN013890) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 59--SPARES FOR THE DEEP SUBMERGENCE OBSTACLE AVOIDANCE SONAR (DS/OAS) SYSTEM SOL N00406-9 DUE 010897 POC M. Steinbacher DESC: This is a synopsis for an order against basic ordering agreement (BOA) N00104-97-G-A754 with applied research laboratory (ARL) on a sole source basis. Items required are various spares in support of the recently installed deep submergence obstacle avoidance sonar (DS/OAS) system. Types of spares to be procured include but not limited to circuit card assembly, power supplies and projectors. These NAVSEA certified items to be procured on a sole source basis with applied research laboratory (ARL). Delivery schedule to be within 30 days after award. FOB destination, puget sound naval shipyard bremerton wa 98314-5000. All responsible sources may submit (offer/bids/quotation) which shall be considered by fleet & industrial supply center puget sound. Telephone requests will not be honored Fax requests will be honored at (360) 476-2931 note 22 applies CITE: (I-354 SN013907) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, = Tinker Air Force Base Ok 73145-3028 SUBJECT: 61--MOTOR DC = SOL F34601-97-07051 DUE 020697 POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional = information contact Phil Mcconnell/Lidac/[405]739-4347 DESC: Item 0001 NSN 6105-00-902-3698TP P/N: 48289-3-2, THIS MOTOR = DRIVES A GEAR ASMBLY THAT OPENS AND CLOSES A VALVE. MOTOR IS APPROX. 2.97 IN. LONG X LONG X 1.33 IN. WIDE X 1.33 IN HIGHNHA 1660007770154. C-141/C-130 ACFTALLIED-SIGNAL CORP 75EA. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 JAN 97 75 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 07 Jan 97. To: Alliedsignal Aerospace Company, Torrance Ca 90504-6099. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) NUMBERED NOTE 26. CITE: (I-353 SN013421) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, = Tinker Air Force Base Ok 73145-3028 SUBJECT: 61--MOTOR A C = SOL F34601-97-R-08110 DUE 020697 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information contact Captain Dan Hicks/Lidab/[405]739-5997 DESC: Item 0001 NSN 6105-01-036-5478TP P/N: 35890, Component part of = 1660010043145. Consists of various cmpts and metals. Motor operates on 115 V.A C4 cps with 1.2 amps at operating voltage. Appl E3A acft 42EA. Applicable to: E3. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 Dec 96 35 ea 31 Dec 97 7 ea The approximate issue/response date will be 07 Jan 97. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Allied Signal-Allied Signal Aero, Tempe Az 85285-2200. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-353 SN013432) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--ELECTRONIC CONTROL SOL SP0430-97-R-0337 DUE 121896 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. AM Y Richards/ZZ880/804-279-4283. Judith H. Hawthorne/804 -279-4905. DESC: PR-NO: RPG96299000864 NSN 6110-01-268-8739: electronic control. Eaton Corp. Defense product marketing CAGE 52304. P/N 599730. Synopsis is cancelled in its entirety. CITE: (I-353 SN013511) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--BATTERY, NONRECHARGEABLE SOL SP0430-97-B-0517 DUE 020797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Contact: Jim Willcox/ZY283/804279-5368. contracting: Michael E. Kuszmaul/804-279-5800. DESC: PR-NO: ARG96341045003 NSN 6135-00-470-7779, Battery, nonrechargeable. I/A/W drawing NR 13873 TDPL-004707779-96188, DTD 07/06/96. I/A/W drawing NR 42470 Dwg 10800100 Rev B DTD 04/30/69. Type number Dwg P/N 10800100.; 24 cells, OA dim LG 12.125 ref only. Recommend btry assy marking: NSN btry assy no. Contract No., Mfg name, Mfg FSCM, date of Mfg. Recommend refrigerated storage area to extend. Shelf life beyond 12 months. Tech data package availability: 1 - Del to (Call contracting office) Del by 30 Dec 96. 1,000 - Del to Tracy CA 95376-5000 Del by 90 on each order. 1,100 - Del to Richmond VA 23297-5900 Del by 90 on each order. Option to ext term of contract: 60 total months. Duration of contract period: one base year, 4 option years. See NOTE 1. drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense General Supply Center. IQC: total EST'd qty: 2100, quan. miminum: 500, max. K qty: 2600. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013515) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--BATTERY, STORAGE SOL SP0430-97-Q-Q302 DUE 012397 POC Contact: for copies of RFQ solicitations, contact the buyer: contact: from announcement, phone or write DGSC Attn DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Fo R copies of RFQ solicitations, contact the buyer. DESC: PR-NO: FPG96331000432 NSN 6140-01-393-2369, Battery, storage. Eldec Corp, CAGE 08748, P/N BA29-1. Eagle-Picher Industries Inc, 3820 S hancock exp, CAGE 50120, P/N epi-18229. 9 -EA Del to Barksdale AFB LA 71110-2417 Del by 30 days. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013517) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--POWER SUPPLY SOL SP0430-97-Q-Q309 DUE 012397 POC Contact: for copies of RFQ solicitations, contact the buyer. contact: Myra Severt/ZY187/804-279-4286. contracting officer: Michael Kuszmaul/804-279-5800. DESC: PR-NO: YPG96317000816 NSN 6130-00-137-0167, power supply. Mid-eastern Ind Inc, CAGE 06179, P/N PR40-5-01-09. Power EN Inc, CAGE 61987, P/N ser 3100/mod 4006. PPM Inc, CAGE 29504, P/N HPPG-40-5. @OUTPUT voltage rating 0.0 DC volts minimum and @40.0 DC volts maximum single power output @OUTPUT current rating 0.0 DC amperes minimum an D @5.0 DC amperes maximum single power output @INPUT voltage rating 115.0 AC volts nominal SIN gle operating power rqmt 16 -EA Del to Tracy CA 95376-5000 Del by 80 days. 47 -EA Del to Mechanicsburg PA 17055-0789 Del by 80 days. See NOTE 1. Specifications, plans or drawings or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013537) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPEC SOL SP0451-97-Q-H593 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. SH aron Glasscock/BG350/804-279-3172. contractoffficer/L. McCormick. DESC: PR-NO: FPG96332000602 NSN 6150-01-325-8545, cable assembly, spec P/N 35-35351-516. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. unrestricted. See NOTE 22. 10 - EA Del to Mechanicsburg PA 17055-0789 Del by DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013700) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--WIRING HARNESS SOL SP0451-97-Q-H586 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. SH aron Glasscock/BG350/804-279-3172. contractofficer/L. McCormick. DESC: PR-NO: YPG96338000895 NSN 6150-01-345-3240, wiring harness, P/N 15-004-252-1. 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. Tech data package abailability: 22 -EA Del to Richmond VA 23297-5900 Del by DARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013710) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPEC SOL SP0451-97-Q-H588 DUE 020597 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. SH aron Glasscock/BG350/804-279-3172. contractofficer/L. McCormick. DESC: PR-NO: YPG96339000456 NSN 6150-01-188-3548, cable assembly, spec P/N P2N01T01087.7 specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. unrestricted. See NOTE 22. the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitatio 49 -EA Del to Barstow CA 92311-5014 Del by 90 DARO. ` all responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013711) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 SUBJECT: 61--ARMATURE STACK SOL N00102-97-Q-1231 DUE 011097 POC J J NOSEWORTHY,CONTRACT SPECIALIST, 207-438-2798(jjn%c530pns@ns01.ports.navy.mil), Contracting Officer, Phil Cotton, 207-438-2423 DESC: Negotiations to be conducted with Argo Marine & Industrial, Virginia Beach, Va. To replace armature laminations on 2 ea 500KW SSMG rotors from "semi closed slot type" to "open slot type". Units as mfg by GE. See note 22 EMAILADD: jjn%c530pns@ns01.ports.navy.mil), Contracting Officer, Phil Cotton, 207-438-2423 EMAILDESC: CITE: (I-354 SN013866) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 63--Alarm and Signal, and Security Detection Systems OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 1001, 761ST TANK BATTALION AVE, FORT HOOD TX 76544-5059 SUBJECT: 63--CABINATE, CENTRAL MUTIPLEXER MODEL 7370 INCLUDES INSTALLATION PN SJ7370 MFG SHANE GELLING SOL DAKF48-97-Q-0030 DUE 122496 POC Purchasing Agent Joanne Smonko (817) 287-5730 (Site Code DAKF48) DESC: Cabinet, Central Multiplexer, Model 7370, Shane Gelling P/N SJ7370, including installation, to be delivered to Fort Hood, TX. Request for Quotation DAKF48-97-Q-0030. Tentative Issue date is 9 Januaary 1997 and Tentative Closing Date is 18 January 199. The anticipated delivery and installation date is 1 May 1997. A sole source purchase order with Shane Gelling, 98 Prospect Ave., Seacliff, NY 11579 is anticipated. The standard Industrial Classification Code (SIC) is 5063. CITE: (I-354 SN013822) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt Rd., Kelly Afb, Texas 78241-6425 SUBJECT: 66--INDICATOR SOL F41608-97-R-0094 DUE 020397 POC For copy, FAX TO LCK AT (210)925-9020, For additional information contact Wynne, P./lck2636/[210]925-6837 DESC: Item 0001 NSN 6620-01-367-4960LD P/N: 372-066-001, INDICATOR, RATIO,ENGIN PRESSURE ALUMINUM SIZE/DIMENSIONS: 3.00 Inches high by 6.75 inches wide by 11.5 inches deep. Weight 5 pounds FORM, FIT AND FUNCTION: Provides status of engine parameters to ensure control of each engine. Backup for main avionics multi-function display system. PREDOMINANT MATERIAL OF MANUFACTURE: Electronic equipment chassis, front panel display and controls, rear panel and 2 connectors, circuit cards and electronic components as an assembly. 11EA. Applicable to: C17 Aircraft. Destn: Kelly Afb, Texas 78241-6425. Delivery: 28 Nov 97 11 ea The approximate issue/response date will be 06 Jan 97. To: Mcdonnell Douglas Corp, Long Beach Ca 90807-4418. To: Parker-Hannifin Corp, Smithtown Ny 11787-0000. To:, . No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 22,26. CITE: (I-353 SN013392) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Directorate Of Contracting, Sa-Alc/Pkos 1288 Growdon Road Bldg 1585, Kelly Afb, Texas 78241-5318 SUBJECT: 66--DIGITAL & VISISON READOUT SYSTEMS SOL F41650-97-R-0502 DUE 020397 POC For copy, Fax request to PKOS at (210)925-8990, For additional information contact Martinez, M./pkoc/[210]925-5827 DESC: Item 0001 NSN 6625-L6-326-0100 P/N: MASTER - G (MG), P/N MILL VISION (MV) P/N: MASTER - TP (TP), P/N TURN VISION (TV) Purchase ACU Rite Digital Readout System's (DRO's) in order to remain consistent and compatible with existing equipment. Function: used for precision measuring and positioning accuracy during repair and manufacturing. Size: Various sizes. Delivery date 30 days ARO. ea. Applicable to: N/A. Destn: SA-ALC/F2TIME KELLY AFB, TX 78241-6037. The approximate issue/response date will be 06 Jan 97. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Rex Supply Corp, San Antonio Tx 78219-0000. To: AJ ROD CO, HOUSTON TX 77011. To: McDOWELL MACHINERY & SUPPLY CO, DALLAS TX 75220. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1. CITE: (I-353 SN013395) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: 66--OSCILLOSCOPE SOL F42650-97-T-6489 DUE 011497 POC For copy, Alison Trowbridge/Pkoc/[801]775-2381, For additional information contact Alison Trowbridge/Pkoc/[801]775-2381 DESC: Honeywell Oscillograph, NSN: 6625P1858TAH, P/N: 1858T79H, 3 each. Honeywell Rack Mount, NSN: 6625P1677610100, P/N: 16776101-002, 3 each. Honeywell Amplifier, NSN: 6625P1882LGD (low gain differential) P/N: 1882LGD, 13 each. Honeywell Amplifier, NSN: 6625P1881HGD (high gain differential) P/N: 1881HGD, 2 each. Honeywell Amplifier, NSN: 6625P1883AMPD (medium gain differential), P/N: 1883A-MPD, 7 each. Delivery: 28 Jan 97 Destn: Hill AFB UT 84056 Items must meet all interface requirements with existing Test Consoles. The approximate issue/response date will be 03 Jan 97. The anticipated award date will be 14 Jan 97. Oral procedure will be used for this solicitation. To: Metrum Distributors, Salt Lake City UT 84115. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. This synopsis contains enough information for the buyer to receive oral quotes. No separate written solicitation will be issued. If you are interested in quoting on this acquisition, please contact the buyer stated above with your quote. CITE: (I-353 SN013401) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 66--INDICATOR , LIQUID QUANTITY SOL F41608-97-R-23543 DUE 020797 POC For copy, Fax request to LDKT at (210)925-1059, For additional information contact Ortiz, F./ldkte/[210]925-8975 DESC: Item 0001 NSN 6680-00-877-7009 P/N: 393084-11881, 4.2 Inches long, 115 Vac, 400HZ single phase, predominant material metal w/elec. components. Function: Indicates amt of liquid oxygen in a tank. 6ea. Applicable to: C-130. Destn: FMS Requirement. Delivery: 31 DEC 97 6 ea Government furnished drawings and specifications are not available. The approximate issue/response date will be 08 Jan 97. The anticipated award date will be 31 Mar 97. Written procedure will be used for this solicitation. To: Simmonds Precision Products Inc, Vergennes Vt 05491-8801. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,33,73,. CITE: (I-353 SN013460) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS-AL-PC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 SUBJECT: 66--MOLECULAR BEAM EXPITAXY (MBE) REACTOR SOL DAAL01-96-R-9384 DUE 020797 POC Patricia States, Contract Specialist, (301) 394-4348, Carolyn S. Gonser, Contracting Officer, (301) 394-1604. DESC: This is a modification to a synopsis issued November 5, 1996 under solicitation DAAL01-96-R-9384. Organizations that have already requested the solicitation in response to the November 5, 1996 synopsis have been placed on the solicitation mailing list, and need not respond to this synopsis. The folllowing represents the revised requirements for this solicitation. The contractor shall provide and install one (1) Molecular Beam Epitaxy (MBE) System that will provide state-of-the-art capabilities in the deposition of thin films of arsenide, antimonide and phosphide materials for the Army Research Laboratory at Adelphi, Maryland. The system shall be fitted with 20 ports for evaporation cells. The system shall include software and hardware to achieve these objectives via fully automated processes. The contractor shall perform a site survey and install the MBE system in the new Physical Sciences Building, in Adelphi, MD. Commencement of the site survey and installation of the system will begin when the new building is complete, which is expected to be no earlier than 1 July 1998. The contractor shall demonstrate that the unit meets manufacturer's stated specifications, prior to acceptance of the system. The contract shall also provide spare parts, documentation, and an industry standard warranty that will include parts, labor, and shipping for at least one year from the date of acceptance of the system. The contractor shall also provide formal training to U.S. Army Research Laboratory personnel. All responsible sources may submit a bid or proposal which will be considered by the Agency. No telephone requests will be honored. CITE: (I-353 SN013472) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--CAP, LENS MOUNTING SOL SP0440-97-R-0255 DUE 020797 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: Shirley maxe Y/AX607/804-279-3364. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: YPG96291000941 NSN 6650-01-331-8502, cap lens mounting the open/closing date for solicitation SP0440-97-R-0255 has been changed from 97 Jan 27 to 97 Feb 07. CITE: (I-353 SN013512) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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-R-0283 DUE 020797 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: Shirley maxe Y/AX607/804-279-3364. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: YPG96311000913 NSN 6680-01-312-3202, transmitter, liquid the open/closing date for solicitation SP0440-97-R-0283 has been changed from 97 Jan 27 to 97 Feb 07. CITE: (I-353 SN013513) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--GEAR AND BEARING UN SOL SP0440-97-Q-U491 DUE 020797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, Jeannette Bowman/AY80 9/804-279-3927/contracting officer: Karen McKinney/AY8 04/804-279-4780 contact the buyer. DESC: PR-NO: FPG96327000276 NSN 6615-00-919-2695, gear and bearing unit, P/N various, specifications, plan S or drawings relating to the procurement described are not available and cannot be furnished by the government. Delivery 120 days ARO. (sole source) FAR 6.302-1. Inten DED sources Barden Corp. P/N Z224ZAX22, Honeywell P/N 2586456, General Motors P/N 2930472. Dfars 205.207 (D) (IV).) all responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013516) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--HOUSING-MOTOR GYRO SOL SP0440-97-Q-U488 DUE 020797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, contact Jeannette Bow man/AY809/804-279-3927, contracting officer: Karen mck inney/AY804/804-279-4780 contact the buyer. DESC: PR-NO: YPG96169001591 NSN 6615-01-252-6965, housing-motor gyro, Honeywell, P/N 10042638, specificati ons, plans or drawings relating to the procurement descr ibed are not available and cannot be furnished by the government. delivery 180 days ARO. (sole source) FAR 6.302-1. All responsible sources may submit offer which DGSC shall consider. CITE: (I-353 SN013519) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--SHAFT AND BEARING SOL SP0440-97-Q-U492 DUE 020797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, contact Jeannette Bow man/AY809/804-279-3927, contracting officer: Karen mck inney/AY804/804-279-4780. contact the buyer. DESC: PR-NO: YPG96327000837 NSN 6615-00-786-5777, shaft and bearing, qplfar 52.209-1 OR 52.209-2 (NOTE 23), P/N various, specifications, plans or drawings rela ting to the procurement described are not available and cannot be furnished by the government. Delivery 180 day S ARO. Intended sources: Allied Signal P/N 1314570-1, Kearfott P/N 321696, Barden Corp. P/N PZ168. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013538) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--GAGE, FUEL FLOW SOL SP0440-97-Q-U490 DUE 020797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, contact Jeannette Bow man/AY802/804-279-3927, contracting officer: Karen mck inney/AY804/804-279-4780. contact the buyer. DESC: PR-NO: YPG96332000904 NSN 6620-00-557-3179, gage, fuel flow, intended sources Allied Signal, air instro. Delivery 180 ARO, (sole source) FAR 6.302-1. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013539) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--LAMP BOARD ASSEMBLY SOL SP0440-97-Q-U489 DUE 020797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Contact: Jeannette Bowman/AY809804-279-3927/ contract ing officer: Karen McKinney/804-279-4780 DESC: PR-NO: YPG96332000906 NSN 6620-01-127-7389, lamp board assembly, Canadian Marconi Co., P/N 220-41984 4-002, specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. delivery 150 days ARO. Sole source FAR 6.302-1, dfars 205.207 (D) (IV).) all responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013540) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--STATOR ASSEMBLY SOL SP0440-97-Q-U487 DUE 020797 POC Contact: Jeannette Bowman/AY809/804-279-3927 contracting of ficer: Karen McKinney Attn: DGSC-JJAB Richmond VA 23297 -5312 AC (804)279-3350. for copies of RFQ solicitation S, contact the buyer. DESC: PR-NO: YPG96339000552 NSN 6615-00-398-0705, stator assembly, Kearfott guidance & navigation Corp. P/N 315415, specifications, plans or drawings relating to the procurement described are not available and canno T be furnished by the government. Delivery 180 ARO. Sole source FAR 6.302-1. Dfars 205.207 (D) (IV).) all responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013542) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--TORQUER, SIGNAL GENERATOR SOL SP0440-97-Q-U465 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: DSCR-JGPB/ay 809/804-279-3927, contracting officer: Karen McKinney/ 804-279-4780. DESC: PR-NO: YPG96320000845 NSN: 6615-01-257-2450, torquer, Signal generator, honey well Inc., CAGE 94580, P/N 10042617-116 49 -EA Del to Mechanicsburg PA 17055-0789 Del by 150 days. Unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013678) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--DIAL AND LIGHT ASSEMBLY SOL SP0440-97-Q-U466 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: DSCR-JGPB/ay 809/804-279-3927, contracting officer: Karen McKinney/ 804-279-4780. DESC: PR-NO: YPG96320001023 NSN 6610-00-430-5199, dial and light assembly, jet electronics & technology Inc., CAGE 25583, P/N 542-1028-01 26 -EA Del to San Diego CA 92132-5044 Del by 150 days. 74 - EA Del to Barstow CA 92311-5014 Del by 150 days. Unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013679) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--ROTOR HOUSING ASSY SOL SP0440-97-Q-U463 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: DSCR-JGPB/ay 809/804-279-3927, contracting officer: Karen McKinney/ 804-279-4780. DESC: PR-NO: YPG96326000919 NSN 6615-00-405-6484, rotor housing assy, jet electronics & technology Inc., CAGE 25583, P/N 502-1154-01 35 -EA Del to Tracy CA 95376-5000 Del by 180 days. 9 -EA Del to San Diego CA 92132-5044 Del by 180 days. See NOTE 23. Unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013681) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--TELETORQUE UNIT, COM SOL SP0440-97-Q-U464 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: DSCR-JGPB/ay 809/804-279-3927, contracting officer: Karen McKinney/ 804-279-4780. DESC: PR-NO: YPG96344001022 NSN 6610-00-093-4171, teletorque unit, COM Sequa Corp Kollsman Div., CAGE 89944, 1377N0411 35 -EA Del to Tinker AFB OK 73145-9013 Del by 180 days. Unrestricted. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-354 SN013685) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 66--GYROSCOPE, RATE SOL DAAH01-97-T-0257 DUE 010897 POC AMSMI-AC-CDDA, Donna Willard, Team Chief, 205-876-1510/Solicitation should be requested VIA Fax Number 205-876-9633. DESC: THIS IS A COMBINED SYNOPSIS/SOLICITATION, Synopsis No. 5418-96 (MA) NSN 6615-01-288-4749, Army P/N 1D54296-1, 16 each; PRON D1701324, Inspection/Acceptance Pts. Source, Inspection requirements: MIL-I-45208, 52.246-2, 52.246-16. Bar Coding Required. FOB Point: Destination. Destination: Red River Army DEPOT, TEXARKANA, TX Quantity 16 each, Packing A/C IAW MILSTD2073, Supplemented by MIL-P-116J. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. 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 opportunities 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. Restricted source is McDonnell Douglas Corporation, Defense and Electronics System, 5301 Bolsa Ave., Huntington Beach, CA 92647. All responsible sources may submit a quotation which shall be considered by this agency. Inquiries may be sent to the address above. The most recent representative unit price and quantity relative to this acquisition is NSN 6615-01-288-4749, Awd Date 082295, Qty 12, Unit Price $4,046.00. 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 qualifiation for future buys in accordance with MICOM Pamphlet 702-1 Available through Internet. Sic Code 3679, Number of employees 500. Quotes should be submitted to Commander, U.S. Army Missile Command, Acquisition, AMSMI-AC-CDDA, Donna Willard, Redstone Arsenal, AL 35898-5280, reference DAAH01-97-T-0257. See Numbered Note(s): 22. CITE: (I-354 SN013766) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 SUBJECT: 66--INSTRUMENTS AND LABORATORY EQUIPMENT SOL DAAL01-96-R-9891 DUE 123096 POC Reginald Godwin, Contract Specialist, (301) 394-3148, Kathleen M. Tennant, Contracting Officer, (301) 394-3439. DESC: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. The solicitation number is DAAL01-96-R-9891. This acquisition is issued as a request for proposal (RFP). It is intended to award a contract to Rank Taylor Hobson, Inc., 2100 Golf Road, Suite 350, Rolling Meadows, IL 60008-4231, pursuant to 10 U.S.C. 2304(c)(1). Market research has demonstrated that Rank Taylor Hobson, Inc., is the only vendor capable of meeting the Government's minimum needs. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-41. The associated Standard Industrial Classification Code (SIC) is 3829. The small business size standard is 500 employees. The following is a list of the contract line item numbers and items, quantities and units of measure. CLIN No. 0001-Provide a Form Talysurf Non-contact Profilometer Laser System, 1 each, CLIN No. 0002-On-site formal training, 1 lot, Not separately priced. Description of requirements: The Army Research Laboratory (ARL) intends to procure a Form Talysurf Non-contact Profilometer Laser System. The Form Talysurf Non-contact Profilometer Laser system is comprised of a laser pick-up, motorized stage, data acquisition system, form and surface texture software with 3D capabilities, and vibration isolation system. The contractor shall provide on-site training for two (2) Government personnel on the proper operating procedures and maintenance requirements for the Form Talysurf Laser System. The Form Talysurf Laser System shall have a 120mm traverse length with variable measuring speeds; resolution requirements of 16nm at 1mm range and 0.6nm at 0.04mm range. Also, resolution shall be better than 12um at 6mm range; straightness accuracy of 0.5 um over the 120mm traverse and 0.1um over the 20mm traverse; form accuracy of 0.25um over 40mm with skidless range of 6mm using the best fit straight line method. The system shall have a motorized index stage and controller. The system shall have non-contact capability (laser pick-up). The system shall have a digital instrumentation module. The digital instrumentation module shall be a state-of-art microprocessor with Pentium CPU. The accompanying software shall be able to handle various surface geometries and be able to show 3D topographic analysis of the surface texture. The digital instrumentation module shall have an output device. The contractor shall provide their standard warranty to include parts and labor for a period of at least one (1) year from the date of Government acceptance. Delivery shall not be made prior to March 1997, unless agreed to by the Contracting Officer. The contractor shall notify the Contracting Officer at least 10 days prior to delivery. Delivery shall be made to the Army Research Laboratory, Aberdeen Proving Ground, Maryland. Acceptance shall be performed at Army Research Laboratory, Aberdeen Proving Ground, Maryland following a successful operation demonstration. The FOB point is destination. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: 52.211-6, 52.215-16, 52.215-41, 52.216-1 - The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation, 52.233-2 - Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office or the General Services Administration Board of Contract Appeals, shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Army Research Laboratory, ATTN: Kathleen M. Tennant, AMSRL-CS-AL-PS, 2800 Powder Mill Road, Adelphi, MD 20783-1197. In accordance with 52.215-41, the offeror shall submit, with its offer, a copy of its catalog price list or information other than cost or pricing data for determining reasonableness of the price proposed. Funds are presently available for this acquisition. Although this is a sole source procurement, firms interested in submitting a proposal may do so, but must include all information required by this synopsis, along with descriptive literature which clearly demonstrates that the proposed items meets all/each of the requirements contained herein. Failure to submit this information may result in the proposal receiving no further consideration. Information must be submitted prior to the offer due date/time. Responses must be made by the due date stated below. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, with its offer. The following addenda have been attached to these clauses: 52.215-11, 252.225-7006, Contractor Establishment Code and, Commercial and Government Entity Code. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: 52.203-3, 52.211-5, 52.211-7, 52.211-15, 52.215-42, 52.225-11, 52.232-17, 52.237-2, 52.242-13, 52.247-34, 252.225-7008, 252.225-7009, 252.225-7025, 252.232-7006 and 252.212-7001 with the following applicable DFARS clauses contained therein 252.225-7007, 252.225-7012 and 252.233-7000. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36 and 52.222-37. The following additional contract requirement(s) or terms and conditions apply: The Contractor shall provide an industry standard warranty to include parts and labor, for a period of one (1) year from the date of Government acceptance. The acquisition is rated under Defense Priorities and Allocations System (DPAS) as DO. See Numbered Note 22 of the Commerce Business Daily. Offers are due on 06 January 1997, 2:00 pm, at the Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783-1197. For information regarding this solicitation, please contact Reginald Godwin on (301) 394-3148. CITE: (I-354 SN013773) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: US Army Aviation and Troop Command, ATTN:AMSAT-A-PLBB,4300 Goodfellow St. Louis, MO SUBJECT: 66--INDICATOR, LIQUID LEVEL SOL DAAJ09-97-R-0015 DUE 012097 POC Phil Eatherton, Contract Specialist (314)263-0733 OR MS Rita Surgeon, Contracting Officer (314)263-0742. DESC: NSN: 6680-01-123-7727, IAW USAATCOM's technical data package 145ES004 OR IAW Parker-Hanifin part number 218-008-001, Quantity 20 each. Applicable to the the CH-47 aircraft. Delivery will be FOB Origin for New Cumberland, PA (10), Stockton, CA (5) and Texarkana, TX (5). Required delivery is 150 days after receipt of order. Approved sources are Boeing Helicopter Division and Parker-Hanifin (Gull Electronic Systems Division). This requirement requires prequalification. Justification for other than full and open competition is FAR 6.302-1. All responsible sources may submit an offer which shall be considered by the agency. Subject to availability of funds. No telephone requests for solicitations will be accepted. You may fax your request to AMSAT-A-PLBB, Phil Eatherton, Contract Specialist, on (314)263-9012. See Numbered Note(s): 23. CITE: (I-354 SN013777) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 SUBJECT: 66--INSTRUMENTS AND LABORATORY EQUIPMENT SOL N00102-97-Q-1063 DUE 020797 POC Carla Gordon, Contract Specialist, 207-438-1772 (cmg%530%pns@ns01.ports.navy.mil), Contracting Officer, Patricia Vachon, 207-438-1320. FAX 207-438-1251. DESC: Item 0001, Horizontal Dry Method Magnetic Particle Inspection Equipment in accordance with specifications to be listed on Enclosure 1 and MIL-STD-271F, MIL-STD-6867C, AND MIL-STD-278F(SH) with exceptions to be noted in upcoming solicitation, One(1) each. Deliveries to Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 FOB destination within 12 weeks after award of contract. All responsible sources may submit a bid, proposal or quotation which shall be considered by the agency. EMAILADD: cmg%530%pns@ns01.ports.navy.mil), Contracting Officer, Patricia Vachon, 207-438-1320. FAX 207-438-1251. EMAILDESC: CITE: (I-354 SN013799) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 67--CURTAIN ASSEMBLY RECON/OPTICAL INC CAI (11871) SOL SP0500-97-Q-J367 DUE 012197 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: M. Kashow/LAB31/215-697-0939 buy er: Margaret Kashow/LAB31/215-697-0939 DESC: PR-NO: YPI96332000996 NSN 6720-00-888-3623, CICA - descriptive data is proprietary BOA may exist for this item-check BOA listing action started Comp Code B 84183 action started Comp Code I 84183 action started Comp Code G 85001 Tech data package availability: 131 -EA Del to Mechanicsburg PA 17055-0789 Del by 17 Jan 97. 30 -EA Del to Tracy CA 95376-5000 Del by 17 Jan 97. RFQ due date: 97JAN21 specs: Recon/Optical Inc P/N 5602-147 primary qty: 161 EA deliveries to CONUS (excluding Alaska) delivery schedule: 120 days ADO offers will be evaluated with a 10% preference for small disadvantaged business concerns. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 X2978. CITE: (I-354 SN013544) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 67--PREAMPLIFIER ASSEMBLY RECON/OPTICAL INC CAI DIV (11871) SOL SP0500-97-Q-J566 DUE 012197 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: M. Kashow/LAB31/215-697-0939 buy er: Margaret Kashow/LAB31/215-697-0939 DESC: PR-NO: YPI96332000997 NSN 6760-00-899-1769, @MAJOR components capacitor 3, cup encapsulation 1, diode 4, printed wiring board 2, resistor 13, resistor variable 2, transistor 5 @OVERALL length 2.022 inches nominal @OVERALL width 1.022 inches nominal @OVERALL height 1.062 inches nominal Tech data package availability: 50 -EA Del to Mechanicsburg PA 17055-0789 Del by 20 Feb 97. 50 -EA Del to Tracy CA 95376-5000 Del by 20 Feb 97. RFQ due date: 97JAN21 specs: Recon/Optical Inc P/N 7320-840 primary qty: 100 deliveries to CONUS (exlcuding Alaska) delivery schedule: 120 days ADO offers will be evaluated with a 10% preference for small disadvantaged business concerns. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-354 SN013552) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: 67--HIGH RESOLUTION DIGITAL CAMERA SYSTEM SOL F33601-97-Q-0042 POC For Copy, ASC/PKWO, ATTN: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309, POC: T. Hayes/PKWOCA/937-257-5852, FAX No (937) 257-3926. DESC: Wright-Patterson AFB OH has a requirement for a high resolution digital camera system. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation F33601-97-Q-0042 is a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-40. This is a small business set-aside procurement. The associated Standard Industrial Code (SIC) for this procurement is 3861, and the small business size standard is 500 employees. There is one line item for a high resolution digital camera. Description: The high resolution digital camera system shall have the following specifications: Resolution of 1.5 MP image size (1524x1012); Dynamic Range: 12 bits/color, Integration to 2 seconds; Gain of 1x to 4x; Camera Body: Nikon N90 F-Mount adapters; Standard storage chip size of 14mm x 9.3mm; Computer Interface with standard SCSI Controller and cables; Software driver compatible with Photoshop plug-in Windows Twain Driver; Post acquisition software compatible with Windows 95; Print photgraphic color print quality 1.9 minutes per page; Printer compatible with Windows 95 print driver, up to 64 MB RAM for caching of print jobs. POST ACQUISITION SPECIFICATIONS: Count and size object automatically; Image files in TIFF, Targa, Halo, IMG, and PCX format; Measure areas, perimeters, lengths, and angles; Export measurements to statistical and spreadsheet package via DDE; Display measurements as histograms, and scatter-grams; Output intensity map in ASCII format; Create direct and inverse transforms (FFT). Contractor shall supply two (2) sets of commercial off the shelf operation and maintenance manuals, to be delivered with the equipment. All offerors shall submit literature and materials demonstrating that their system meets the requirements as stated above. Date of delivery is 90 days after receipt of order; place of delivery and acceptance is Wright-Patterson AFB OH. FOB Destination. Solicitation provision at FAR 52.212-1, Instruction to Offerors--Commercial Items (Oct 1995) is hereby incorporated by reference. FAR 52.212-2, Evaluation--Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (1) technical capability of the system offered to meet the Government's requirements; (2) past performance; (3) price, in descending order of importance. Technical and past performance, when combined, are more important than price. All offerors are to include with their offers a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (available on request). FAR 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 1995) is hereby incorporated by reference. The following additional FAR clauses which are cited in clause 52.212-5, Contract Tems and Conditions Required to Implement Statues or Executive Order--Commercial Items are applicable to this acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. Contractor shall provide a standard commercial warranty of one (1) year. All offers are due 1600 EST on 22 Jan 97 and must be submitted to ASC/PKWOCA, Attn: Timothy Hayes, 1940 Allbrook Drive, Ste 3, Wright-Patterson AFB OH 45433-5309, (937)257-5852 Ext. 4306. Faxed offers will not be accepted. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. See Numbered Note(s): 1. CITE: (I-354 SN013895) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: U.S. International Trade Commission 500 E Street, SW., Washington, DC 20436 SUBJECT: 70--DATABASE INFORMATION RETRIEVAL SERVICES SOL 06100-OOGC-7001 DUE 123096 POC Debi Kearns, Contract Specialist (202) 205-2736. DESC: The U.S. International Trade Commission intends to issue a Delivery Order against an existing Basic Ordering Agreement (BOA) with the Library of Congress To West Publishing Company to renew the WESTLAW Subscription Services for automated legal research service. Services will continue through September 30, 1997. All responsible sources may respond. No telephone calls will be accepted. No award will be based on any offer or proposal received in response this notice. No solicitation document exists. CITE: (I-353 SN013473) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--THE MATHWORKS, INC., SOFTWARE LICENSE AND MAINTENANCE SOL N66604-96-Q-1606 DUE 122696 POC Contact Dian Locke, (401) 841-2442 X205 or C. W. Garand, Contracting Officer, (401) 841-2442 X269. Fax number (401) 841-4820. DESC: The Naval Undersea Warfare Center Division Newport has a requirement for the acquisition of three (3) perpetual licenses and three (3) years of maintenance for the following: Site ID 80297 - 1 user license for MatLab, ML7-42c and the following tools; Signal Processing Toolbox SG30-b. Site ID 77832 - 4 user license for MatLab, ML7-42c and the following tools: Signal Processing Toolbox SG30-b: Simulink SL-13c; and Statistics Toolbox ST-20. Site ID 79441 - 1 user license for MatLab, ML7-42c and the following tools; Control Systems Toolbox, CT-30b; MU-Analysis and Synthesis Toolbox, MU-20; Non Linear Control Design Toolbox, NC-10a; Robust Control Toolbox, RC-20b; Signal Processing Toolbox SG30-b; Simulink SL-13c; System Identification Toolbox, ID-40. It is intended to issue a Firm Fixed Price Contract per FAR part 13 on a sole source basis to The MathWorks, Inc., Natick, MA.The MathWorks, Inc. is the developer of the software (which is proprietary). The following Small Business size standards apply: SIC 3571, 1,000 employees. See Note 1 and Note 22. LINKURL: http://www.npt.nuwc.navy.mil/contracts LINKDESC: EMAILADD: LOCKE@CODE59.NPT.NUWC.NAVY.MIL EMAILDESC: CITE: (I-354 SN013581) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Naval Air Warfare Center TSD, Code 274, Attn: Rita Schnyder, 12350 Research Parkway, Orlando FL 32826-3275 SUBJECT: 70--GENERAL PURPOSE ADP PROCESSING EQUIPMENT, SOFTWARE, SUPPLIES AND SUPPORT EQUIPMENT SOL N61339-97-R-0016 DUE 020897 POC Contact Point--LINDA GANS, 407-380-4059/CONTRACTING OFFICER, SUSAN GREGORY MINOR, 407-380-8020 DESC: No known NSN items, no specifications available. The Government intends to negotiate on a sole source basis with Trident International, Inc., Orlando, FL. The parts to be acquired are various Trident Int'l computer components to be used as spare parts. The components must interface with existing equipment and operate mechanically and electrically in the same manner as the parts to be replaced. Requested Del 90 days. Only written requests for Solicitation will be honored and should contain Contractor's Data Universal Numbering System (DUNS). FAX No. (407) 380-4164. See note 22. LINKURL: http://www.ntsc.navy.mil/contract/porcure.htm LINKDESC: EMAILADD: linda_gans@ntsc.navy.mil EMAILDESC: CITE: (W-354 SN013636) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: U.S. International Trade Commission 500 E Street, SW., Washington, DC 20436 SUBJECT: 70--DATABASE INFORMATION RETRIEVAL SERVICES SOL 06100-OOGC-7001 DUE 123096 POC Myra Lay. DESC: The U.S. International Trade Commission intends to issue a Delivery Order against an existing Basic Ordering Agreement (BOA) with the Library of Congress to West Publishing Company to renew the WESTLAW Subscription Services for automated legal research service. Services will continue through September 30, 1997. All responsible sources may respond. No telephone calls will be accepted. No award will be based on any offer or proposal received in response this notice. No solicitation document exists. CITE: (I-354 SN013788) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North Charleston, SC 29419-9022 SUBJECT: 70--MINIRATE ALARM RATEMETER SOL N65236-97-Q-0652 DUE 011097 POC Point of Contact - Terri Jones, 803-974-4115; FAX 803-974-5471 DESC: (200) EACH, MINIRATE ALARM RATEMETER SPECIFICATIONS ARE AVAILABLE UPON REQUEST WITH THE REQUEST FOR QUOTATION. ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH WILL BE CONSIDERED BY THE GOVERNMENT. TO REQUEST A COPY OF THE REQUEST FOR QUOTATION, FAX YOUR REQUEST TO TERRY JONES AT (803) 974-4115. The government intends to award on a sole source basis to XETEX, INC. Note 22 applies; however, all offers received within fifteen days, after calendar date of publication of original synopsis will be considered by the government. EMAILADD: jonest@niseeast.nosc.mil EMAILDESC: CITE: (D-354 SN013844) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NASA, Johnson Space Center, BJ23, Houston, TX 77058 SUBJECT: 70--MODIFICATION TO THE REQUEST FOR INFORMATION FOR THE JSC INFORMATION TECHNOLOGY CONTRACT. SOL 9-BJ23-06-6-17P DUE 121796 POC Contract Specialist: Judith A. Sparks, (281) 483-4152 Contract Officer: Ronald Johnson, (281) 483-4164 DESC: The Johnson Space Center has withdrawn the Information Technology Contract Request for Information. Johnson Space Center supports the NASA desktop outsourcing initiative led by the Goddard Space Flight Center. CITE: (I-354 SN013910) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential Sources Sought OFFADD: Social Security Administration, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, Maryland 21207-0696 SUBJECT: 70--DASD TRACKING SOFTWARE POC Marcia Friedman Katz Tel: 410-965-9477 DESC: The Social Security Administration (SSA) seeks to identify vendors who can provide software to track, control and manage Direct Access Storage Device (DASD) requirements and DASD storage space requests. The software must run on IBM compatible systems with Multiple Virtual Storage/Enterprise Systems Architecture (MVS/ESA) Version 5.2.2 and higher with Job Entry Subsystem 3 (JES3), Version 5.2.1 and higher and the Data Facility System Managed Storage (DFSMS) Version 1.3 and higher. The package must include the following functionalities: 1.) Provide a historical database of DASD requirements; 2.) Standardize and automate DASD space requests; 3.) Track requests and requirements in groupings such as by application, department or storage group; 4.) Provide an ISPF or CICS interface; 5.) Provide flexible reporting and forecasting; and, 6.) Provide for security (protection) to authorize users and allow for review of entries. Additionally, SSA requires the software be presently licensed, fully supported and documented, including future enhancements, revisions and updates of the product. The software must be fully operational and running successfully at a minimum of three sites comparable in size and complexity to SSA, excluding any of the vendor's computer systems. Vendors capable of providing a product with the functionalities and mandatory specifications as stated above are invited to submit complete information, software description, pricing, brochures and GSA Schedule Contracts (if applicable) about their product. Interested parties must response to this notice in writing within 15 calendar days from the date of this publication. Please refer to MFK-9701. THIS IS A REQUEST FOR PRODUCT INFORMATION ONLY. This is not a request for proposal (RFP). Information received will be used in SSA's assessment of capable sources. The Government does not intend to pay for information received. REQUESTS FOR COPIES OF A SOLICITATION WILL NOT BE HONORED OR ACKNOWLEDGED. CITE: (I-354 SN013737) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: Department of Veterans Affairs, Great Lakes Healthcare Systems, Contract Service Center, Bldg. 5, 5000 West National Ave., Milwaukee WI 53295 SUBJECT: 71--REFURBISHED OFFICE EQUIPMENT SOL 69D-182-97 DUE 012497 POC Gloria Whitaker, Contracting Officer, (414) 384-2000x6917 DESC: Provide refurbished office equipment for 23 sub stations and 3 private offices located at Great Lakes Healthcare System Contract Service Center, Milwaukee, Wisconsin. Requirement includes design and installation. Requests for solicitations must be submitted in writing. No telephone requests will be accepted. Faxed requests are acceptable. Fax No. (414) 382-5383. Set-aside for small business concern. CITE: (I-354 SN013742) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: Disa/ditco/dts6 2300 East Drive Scott Afb Il 62225- 5406 SUBJECT: 71--WORKSTATIONS AND WORKSURFACES NECESSARY THE CONSOLIDATION OF THE FT. RITCHIE RCC/COLS RCCS. SOL DCA200-97-R-0047 POC Natalie Smith-Davis DESC: The Defense Information Technology Contracting Organization intends to award a sole source procurement for the additional workstations and worksurfaces necessary to accomodate the consolidation of the Ft. Ritchie RCC/Cols RCCs increasing the mission area responsibility at the DISA Columbus DMS. The workstations and miscellaneous parts are required to enable attachment to the existing Ft. Ritchie RCC Command Bridge Console. The anticipated release date of the Request for Proposal is 06 Jan 1997 with a closing date of 07 February 1997. All responsible sources may submit a proposal which shall be considered. The proposal must be received in Hard Copy. CITE: (W-354 SN013865) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--COLD FOOD COUNTER, M COSPOLICH REFRIGERATOR CO SOL SP0500-97-Q-SH41 DUE 012397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Robert Kubiak/VAB22/215-697-9238 buyer: Lynne DeSanto/VAB26/215-697-9211 DESC: PR-NO: YPI96248001532 NSN 7310-01-388-1017, 5 -EA Del to see Preface to Navy address Co Del by 07 Sep 96. RFQ due date: 97JAN23 primary qty: 5 deliveries to CONUS (exlcuding Alaska) delivery schedule: 120 days ADO NOTES 1 and 9 apply to obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-354 SN013547) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: General Services Administration General Products Center Stock Contracting Division (7FXIR-D4) 819 Taylor Street, RM 6A24 Fort Worth, Texas 76102-6114 SUBJECT: 73--PAPER CONICAL WATER CUPS SOL 7FXI-D4-97-7364-N DUE 030597 POC Frank Lioce, contracting officer, 817-978-4544 DESC: Preinvitation notice scheduled to issue on or about 12-23-96. Solicitation scheduled to issue on or about 01-31-97. NSN's 7350-00-224-7702 and 7350-00-290-0584. Commercial item description A-A-2577 dated 08-19-88. Spec. & whether an offeror, its product, or service must meet a qualification requirement in order to be eligible for award, & identification of the office from which additional information about the qualification requirement may be OBTAINED.) contract period 07-01-97 or date of award, whichever is later, through 06-30-99. I-FSS-168, option to extend the term of the contract. See NOTE 12 trade agreements. All responsible sources may submit a quotation which, if timely received, shall be considerd. CITE: (I-354 SN013937) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: U.S. Department of Commerce, Acquisition Services, 14th & Constitution Ave., N.W., Room H-6517, Washington, D.C. 20230 SUBJECT: 76--ELECTRONIC ON-LINE LEGAL INFORMATION SERVICES POC Michael B. Smith DESC: The U.S. Department of Commerce intends to issue a Delivery Order per the provisions of the Library of Congress, Fedlink Basic Ordering Agreement (95CLFB0040) for Electronic On-Line Legal Information Services. This is not a Request for Proposals, but rather an inquiry to determine the availability of qualified firms. This office believes that only West Publishing of St. Pauls, MN can provide this service. Firms believing that they have the ability to furnish these services must furnish detailed technical information clearly demonstrating their capabilities within 15 days of the date of this notice. This is not a solicitation or the announcement of a forthcoming solicitation. There is no document to request, however, all responsive capability statements will be considered. If no affirmative response is received by the 15th day afterpublication of this notice which clearly demonstrates a firm's ability to provide the above services, a Delivery Order will be issued to West Publishing in accordance with the terms of the Basic Ordering Agreement. CITE: (I-354 SN013801) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives OFFADD: General Services Administration, paints and chemicals center, Acquisition Division, GSA center, 400 15TH Street S.W., Auburn, WA 98001-6599 SUBJECT: 80--COATING COMPOUND (BITUMINOUS), PLASTIC COATING COMPOUND (STRIPPABLE), PUTTY (ZINC CHROMATE) AND PLUMBING FIXTURE SETTING COMPOUND SOL TFTP-97-AT-8305 DUE 030197 POC Donna R. ramirez, 206-931-7079 DESC: The General Services Administration has a requirement for coating compound, bituminous, solvent type IAW military specification MIL-C-450 and MIL-C-18480; plastic coating compound (strippable) in accordance with military SPECIFICATIONSMIL-C-6799, MIL-P-149 and MIL-P-23242; putty, Zinc chromate, general purpose, IAW military specification MIL-P-8116; and plumbing fixture setting compound iawfederal specification TT-P-1536. QPL requirements are required for MIL-C-450, MIL-C-6799 and MIL-P-149. This procurement is a two year fixed-price contract W/economic price adjustment for direct delivery FOB destination to various GSA depots and locations in the continental US. The standard industrial classification codes for this acquisition are 2851, 2891 and 2952. The small business size standard is 500 employees. The solicitation packages will be available O/A February 1, 1997. The time for receipt of proposals shall be 30 days from the date of issuance of the solicitation. All sources may submit a proposal which shall be considered by the agency. However, all sources responding to this synopsis shall submit information relative to business status, including identification as to whether it is a small, large, minority-owned and/or women-owned business. NOTE codes 2, 9, 12, 23 and 26 apply. CITE: (I-354 SN013949) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives OFFADD: General Services Administration, Acquisition Division 10FTP-P 400 15TH Street SW, Auburn, WA 98001-6599 SUBJECT: 80--8010 - VARIOUS ENAMELS, PAINTS AND PRIMER SOL TFTP-97-DP-8028 DUE 011597 POC Y. Trevino (206) 931-7090 DESC: Indefinite, multi-year quantity requirements contract for delivery to various GSA depots (Burlington, NJ; Ft. Worth, TX; Palmetto, GA; and Stockton, CA). Various colors IN 1 and 5 gallon cans IAW specifications TT-E-485, TT-E-509C (small business SET-ASIDE), TT-E-516A (QPL qualifications), A-A-2994 primer, formally TT-E-545C, small business SET-ASIDE) and MIL-E-15090C. Material will be required to be available for inspection and testing by the government prior to shipping. Contract period July 1, 1997 thru June 30, 1999, with an economic price adjustment clause. All responsible sources may submit a bid which shall be considered. NOTE: firms responding to CBD notice 80-INTERIOR alkyd enamels and primer, so. TFTP-96-DP-8007, DTD 11/12/96, will automatically be send a copy of this solicitation. Therefore those firms need not respond to this notice. Written requests preferred. CITE: (I-354 SN013967) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives OFFADD: General Services Administration, Acquisition Division 10FTP-P 400 15TH Street SW, Auburn, WA 98001-6599 SUBJECT: 80--8010 - INTERIOR ALKYD ENAMELS AND PRIMER SOL TFTP-96-DP-8007 POC Y. Trevino (206) 931-7090 DESC: This is a modification of a synopsis published on 11/12/96 for interior alkyd enamels and primer, under Sol. TFTP-96-DP-8007. This project is canceled due to items being consolidated into Sol TFTP-970DP-8074. Those firms responding to the synopsis published on 11/12/96 will automatically be send copies of Sol. TFTP-97-DP-8028 and Sol. TFTP-97-DP-8074. CITE: (I-354 SN013968) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives OFFADD: General Services Administration, Acquisition Division 10FTP-P 400 15TH Street SW, Auburn, WA 98001-6599 SUBJECT: 80--8010 - VARIOUS ENAMELS (ACRYLIC-EMULSION, GLOSS, SEMI-GLOSS, LOW LUSTER,, FLOOR AND DECK, INTERIOR AND EXTERIOR. SOL TFTP-97-DP-8074 DUE 011597 POC Y. Trevino (206) 931-7090 DESC: Indefinite, multi-year quantity requirements contract for delivery to various GSA depots (Burlington, NJ; Ft. Worth, TX; Palmetto, GA; Stockton, CA) and locations within the contiguous United States. Various colors and sizes iawspecifications TT-E-487, TT-E-527G and TT-3-529G (QPL qualifications) TT-P-1565, TT-E-2784 (small business SET-ASIDE) and MIL-E-1115D. Material will be requiredto be available for inspection and testing by the government prior to shipping. Contract period July 1, 1997 thru June 30, 2002, with an economic price adjustment clause. All responsible sources may request a copy of the solicitation. Written requests preferred. CITE: (I-354 SN013969) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 81--SHIPPING AND STORAG SOL N0038397RM074 DUE 012897 POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 6K-8145-01-435-1598-UN, SPEC NR TDP VER 001, Ref Nr 15771, Qty 93 EA, Delivery FOB Origin, See Note 22 CITE: (I-354 SN013621) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 81--SHIPPING AND STORAG SOL N0038397RM128 DUE 012897 POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 6K-8145-99-362-7955-UN, SPEC NR TDP VER 001, Ref Nr 15770, Qty 1 EA, Delivery FOB Origin, See Note 22 CITE: (I-354 SN013622) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 81--SHIPPING AND STORAG SOL N0038397RM129 DUE 012897 POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 6K-8145-99-562-4237-UN, SPEC NR TDP VER 001, Ref Nr 15772, Qty 1 EA, Delivery FOB Origin, See Note 22 CITE: (I-354 SN013623) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 81--SHIPPING AND STORAG SOL N0038397RM130 DUE 012897 POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 6K-8145-99-562-4237-UN, SPEC NR TDP VER 001, Ref Nr 15772, Qty 31 EA, Delivery FOB Origin, See Note 22 CITE: (I-354 SN013624) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: General Services Administration, 2FYS, Business Service Center region 2, RM 18-130, 26 Federal Plaza, New York, NY 10278 SUBJECT: 81--8115 BOX, SHIPPING, CORRUGATED FIBERBOARD, SINGLE WALL SOL 2FYS-BG-96-0002-S DUE 022197 POC Margo michelsen-clare 212-264-7386 DESC: This solicitation is cancelled. CITE: (I-354 SN013931) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: General Services Administration 26 Federal Plaza room 19-116 New York, NY 10278 SUBJECT: 81--35/05 PLASTIC BAGS(G.P) AND PLASTIC SHEETS SHRINK TUNNEL SOL 2FYS-BQ-97-0013 POC Lonnie Cummings Contract Specialist telephone: 212-264-2497 FAX: 212-264-1780 DESC: This is an amendment to solicitation 2FYS-BQ-97-0013-N that previously appeared in the CBD. The original issue date was December 16,1996 and closing date was January 7, 1997. The new issue date will be December 22, 1996 and the new closing date will be January 17, 1997. Bid samples will be required for allline items under this solicitation. If you have any questions please Call Lonnie Cummings at 212-264-2497. All those who called in or faxed requesting a copy have already been added to the mailing list and do not have to Call again. CITE: (I-354 SN013932) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--TENT SECTIONS SOL SP0100-96-R-4008 DUE 020297 POC Contact: DPSC-FOTM-1 buyer-liz Bailey 215/737-3071 DESC: This solicitation is hereby modified to change the items being purchased.nsn: 8340-01-198-5358 is deleted and substituted with NSN: 8340-01-198- 7618. A quantity of 500 of these will be required. On NSN: 8340-01-213-9557 a quantity of 600 units is required. these items are tent sections, temper desert Tan. For information please contact Liz Bailey 215/737-3071. CITE: (I-354 SN013554) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--MATTRESS TICKING SOL 1PI-B-1951-97 DUE 020797 POC Contract Specialist, CLARK, MILLIE, 202/508-3970 DESC: UNICOR, Federal Prison Industries, Inc., intends to enter into a one year Indefinite Delivery Indefinite Quantity contract with one option year for delivery to Federal Prison Industries, USP Atlanta, GA. Item No.1: UNICOR APECS No. FAB-0562, estimate Maximum 15,000 yards of Fabric, Slip Resistant Ticking. 100% polyester, stitch bonded fabric with acrylic foam backing or knit construction. 82" weight: 4.5 oz per sq yd. Ticking shall be similar or equal to tietex Style C-165, Pattern 9055, color silver.Must meet or exceed minimum requirements of DOC-FF-472 Flammability Standards. Guaranteed Minimum Amount is 5,000 yards. Item No. 2: UNICOR APECS No. FAB-0482, estimated Maximum 50,000 yards of Fabric, Satin Ticking 100% polyester satin knit construction. Width 84" weight 3.2 oz per sq. yd. color Navy in accordance with PPP-P-1134. Must meet or exceed minimum requirements of DOC-FF-472 flammability standards. Guaanteed minimum Amount is 25,000 Yds. Delivery is 30 days after each delivery order. Delivery order limitations are Item 0001 Minimum is 2,000 yards and Maximum is 15,000 yards. Item 0002 Delivery order limitations are Minimum 2,0000 yards and Maximum 50,00 yards. Telephone requests will not be honored. All requests for solicitation must be written on your company letterhead. Please indicate your business size (Large or Small, Women-Owned or Small Disadvantaged) on all requests. All responsible sources may submit a bid, which shall be considered by the Agency. Facsimile request will be honored at number 202-508-8498. CITE: (I-354 SN013814) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--DECORATION SET, NAVY, ACHIEVEMENT SOL SP0100-97-Q-4069 DUE 092197 POC Contact: DPSC-FOTM-2 buyerloretta Cicirello 215/737-3294 DESC: PR-NO: YPT96347000003 NSN 8455-00-926-6784, 25,000 -SE Del to Mechanicsburg PA 17055-0789 Del by 14 Jul 97. See NOTES 1, 9, item description: decoration set, Navy, achievement. First article required. Utilizaing simplified procedures if procurement is under $100,000. Quantity: 25,000 unit of issue: SE production leadtime: 165 days No. of deliveries: 6. CITE: (I-354 SN013580) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: 84--DIVERS HOT WATER SUITS SOL N61331-97-Q-1813 DUE 010697 POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol A. Dreger, Contracting Officer, (904)234-4863. DESC: The Coastal Systems Station, Dahlgren Division, NSWC, Panama City, FL intends to award a sole source Purchase Order to Diving Unlimited International Inc,. San Diego, CA for the manufacture of 36 each Hot Water Suits in accordance with NAVSEA drawing 608-6264929 and other associated drawings. These are source controlled drawings to the contractor cited above and cannot be substituted without NAVSEA approval. This will be an Indefinite Quantity Purchase Order and the period of performance will be for three (3) years. The contractor shall procure all required material, parts and accessories and these items shall be inspected by an authorized EX14 project representative prior to the manufacture of the Hot Water Suits. See Note 22. CITE: (I-354 SN013756) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 85--Toiletries OFFADD: General Services Administration Business Service Center, region 2 26 Federal Plaza, room 18-130, NY NY 10278 SUBJECT: 85--40 PAPER, TOILET SOL 2FYP-DR-970008-S DUE 011797 POC Karen Hutson-Harris - 212-264-2675 DESC: This item was suppose to be issued on December 13, 1996 but it will be issued December 17, 1996 and bid opening date is now January 17, 1996. CITE: (I-354 SN013942) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91--COAL, BITUMINOUS SOL SP0600-97-R-0047 DUE 020397 POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D. Frankel, Contracting Officer, (703) 767-8524 DESC: Modification: This synopsis was originally published in the CBD on 9 Dec and modified on 11 and 19 Dec 96. This modification is issued to change the closing date to 03 Feb 97. All other information published in the original synopsis remains the same. CITE: (I-354 SN013795) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Gilcrest Electric And Supply Company, Nasa Plum Brook Station, 6100 Columbus Avenue, Sandusky Oh 44870 SUBJECT: 93--FABRICATED GRAPHITE PARTS SOL 7404 POC Marlisa M. Young, (419) 621-3258 DESC: Fabricate and Machine several Graphite Parts to be used in the hot train rebuild of a heater unit in the Hypersonic Tunnel Facility (HTF), located at the NASA Plum Brook Station, Sandusky, Ohio. This solicitation will be for material authorized under NASA Contract Number NAS3-26951. Delivery will be to NASA, Plum Brook Station, Sandusky, Ohio 4870. Delivery required by February 1997. Requests for this solicitation must be received no later than 4:30pm E.S.T., on December 30, 1996. When calling please be prepared to state name, address, and solicitation number. FAX request and e-mail requests are acceptable and should be sent to Marlisa M. Young at 419-621-3276 or pbyounm@lims01.lerc.nasa.gov, using solicitation number 7404. All responsible sources may submit a bid which shall be considered.***** CITE: (W-353 SN013381) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Gilcrest Electric And Supply Company, Nasa Plum Brook Station, 6100 Columbus Avenue, Sandusky Oh 44870 SUBJECT: 93--FABRICATED GRAPHITE PARTS SOL 7404 POC Marlisa M. Young, (419) 621-3258 DESC: Fabricate and Machine several Graphite Parts to be used in the hot train rebuild of a heater unit in the Hypersonic Tunnel Facility (HTF), located at the NASA Plum Brook Station, Sandusky, Ohio. This solicitation will be for material authorized under NASA Contract Number NAS3-26951. Delivery will be to NASA, Plum Brook Station, Sandusky, Ohio 4870. Delivery required by February 1997. Requests for this solicitation must be received no later than 4:30pm E.S.T., on December 30, 1996. When calling please be prepared to state name, address, and solicitation number. FAX request and e-mail requests are acceptable and should be sent to Marlisa M. Young at 419-621-3276 or pbyounm@lims01.lerc.nasa.gov, using solicitation number 7404. All responsible sources may submit a bid which shall be considered.***** CITE: (W-353 SN013382) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Gemini 8-m Telescopes Project, AURA, 950 N. Cherry Ave., P.O. Box 26732, Tucson, Arizona, 85726-6732. FAX (520) 318-8590 SUBJECT: 93--FABRICATION OF 50 CARBON COMPOSITE BAFFLE LEAVES SOL 8101298 DUE 011097 POC John Roberts (520) 318-8413, Contracts Manager, Andrew Flach (520) 318-8537. DESC: The Gemini 8-m Telescopes Project is seeking qualified firms to fabricate 50 carbon composite baffle leaves that will be used as part of the M2 Deployable Baffle assemblies on the Gemini telescopes. Each leaf will be composed of high-stiffness carbon composite, be approximately 300 mm wide, 560 mm long and 2.5 mm thick, and be curved about its long axis. Each leaf will also have a stainless steel backing plate bonded to it. The Gemini 8-m Telescopes Project is an international collaboration to build two 8-meter telescopes, one to be located on Mauna Kea in Hawaii, the other to be located on Cerro Pachon in Chile. The Gemini project partners include the USA, United Kingdom, Canada, Argentina, Brazil, and Chile. The Gemini project is operated by the Association of Universities for Research in Astronomy (AURA) under contract to the National Science Foundation. Companies who are interested in receiving the Request for Proposal for this procurement should send a letter of interest by 3 January, 1997, to the address below: Gemini 8-m Telescopes Project, 950 North Cherry Avenue, P.O. Box 26732, Tucson, Arizona 85726-6732, Attn: Contracts Manager, Request for Proposal No. 8101298, FAX (520) 318-8590. CITE: (M-354 SN013863) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 95--ALUMINUM Z- BAR SOL 1PI-R-0664-97 DUE 123096 POC Contract Specialist, MITCHELL, BETH, 202/508-3960 DESC: Correction to 1PI-R-0664-97: Size shall be 2 5/8" x 3" x 2 5/8". There is a variance of 1/8" of any of the 3 sizes. For any additional questions, you may submit a fax to Beth Mitchell at 202/508-8498. CITE: (I-354 SN013813) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: U.S. Forest Service, Shasta-Trinity National Forest, 2400 Washington Avenue, Redding, CA 96001 SUBJECT: 99--SUPPLY OF SEEDLING PROTECTORS AND BAMBOO STAKES SOL RFQ 97-06 DUE 020697 POC Lynda Gilley, (916) 246-5227, Contracting Officer, Cleveland Percy, (916) 246-5161. DESC: Project consist of supplying approximately 300,000 seedling protectors and approximately 250,000 bamboo stakes for the Yolla Bolla Ranger District, Shasta Trinity National Forest. The approximate first delivery shall be April 1, 1997. CITE: (M-354 SN013720) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: minerALS MANAGEMENT SERVICE, PROCUREMENT & PROPERTY MANAGEMENT DIV, 381 ELDEN STREET MAIL STOP 2500, HERNDON, VA 20170-4817 SUBJECT: 99--99-GEOLOGICAL AND GEOPHYSICAL DATA SOL 7-8100-1002 1435-02-97-RQ-40287 DUE 021097 POC Contract Specialist, MARY A. HADEN, (303)275-7376 DESC: The Minerals Management Service intends to award a contract to ARCO Alaska, Inc., P.O. Box 100360, Anchorage, Alaska 99510-0360, utilizing other than full and open competition for the purchase of approximately 6.44 line miles of 2-D seismic reflection data. The subject data is within the State of Alaska jurisdiction and adjacent to Federal OCS jurisdiction waters. This data was acquired in conjunction with OCS data acquired under OCS Permit No. 93-02. No solicitation is available for this sole source acquisition. Authority for this non-competitive acquisition is found under 41 U.S.C. 253(c)(1) and (5). CITE: (I-354 SN013728) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Bureau of Land Management, 6881 Abbott Loop Rd., Anchorage, AK 99507 SUBJECT: 99--CARGO NETS SOL 1422-L953-Q97-2001 DUE 012496 POC Terese Bertini, 907/267-1320. DESC: SYNOPSIS The Government anticipates entering into a sole-source contract with P & R Mfg. Inc. P.O. Box 7, Mineral Wells, Texas 76067. The cargo nets were designed for the Fire Service to be used specifically with a helicopter and in specially designed packing boxes for fire use. This is a simplified procurement using commercial acquisition procedures described in Part 12 of the FAR. Firms which believe they can furnish equivalent equipment will be considered but only if responding with clear and convincing documentation, in writing, substantiating their ability to meet the entire requirement refer to 1422-L953-Q97-2001. This data must be submitted within thirty calendar days after publication of this notice. This is a request for quotation and no solicitation documents exist. The helicopter cargo net shall have a safe working load of 6,000 pounds and demonstrate a proof test of 12,000 pounds. The net shall be a 15-foot x 15- foot square, consisting of net mesh and a perimeter rope of a size that shall meet the working load weight and proof test requirements. Tethering rings shall connect to segments of the perimeter rope, the perimeter rope shall be divided into two segments of equal length with rings at the segment junctions. Thimbles shall be used so the perimeter ropes perform as drawstrings as the load is lifted, enclosing the top of the net during transport. All component materials, including metallic and non-metallic parts, shall be new and not reprocessed or reworked. The perimeter rope of the cargo net shall be nylon, Dacron, or polypropylene. The perimeter rope shall have a maximum of 5/8 of an inch diameter. The perimeter rope shall be anchored to the net by plasticized wrapped jointing at each intersection. The spacing between the intersection strands shall be maintained during all usage of the net so that the distance between the centers of the adjacent intersection shall not exceed six (6) inches. The net mesh shall be made of three strand polypropylene, and a minimum of 3/8 of an inch in diameter. The rope for the net mesh shall be alternating colors of black and yellow interwoven. The extremities of the cargo net shall be fitted with plastic thimbles, spliced or swaged to the ends of the net strands. Splices shall incorporate a minimum of four tucks. Thimbles shall not crack or break when the net on which they are installed is stressed too maximum working load. Thimbles on each side of the hoist rings and where connected to the hoist ringer shall be made of steel. The hoist rings shall be a minimum of two and one half inches inside diameter. Approximate finished weight of net shall be 42 pounds. All materials used shall not be affected by exposure to desert sunlight or outdoor storage for a period of at least one (1) year. All materials used shall be unaffected in their physical properties by exposure to dust, moisture herbicides, pesticides and other chemicals found in general fire fighting forestry work conditions, or to jet fuel, and oils and additives used for and around helicopters. The cargo net shall be capable of performing as designed throughout the temperature range of O degrees F to 140 degrees F. Each net shall be marked showing the rated capacity, the manufacturer, and the date of manufacture. Markings shall be permanently stamped or embossed with a durable tag securely attached to the net. Written certification by a qualified engineer shall be provided for the designed cargo net. This certification shall document the net prototype can pass a proof test of 12,000 pounds. Only written or facsimile inquiries will be accepted, at Bureau of Land Management, 6881 Abbott Loop Road, Anchorage, AK 99507 the fax number is (907) 267-1434. Upon written or facsimile request a clause packet and a drawing of the cargo net will be furnished. CITE: (I-354 SN013780) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. ARMY MEDICAL RESEARCH ACQ ACTIVITY, 820 CHANDLER ST, FORT DETRICK MD 21702-5014 SUBJECT: A--NON-INVASIVE METHEMOGLOBIN MONITOR POC Contracting Officer Patricia M. McAllister (301) 619-7360 Contract Specialist Cheryl A. Lowery (301) 619-7150 (Site Code DAMD17) CNT DAMD17-97-C-7003 AMT $150,000 DTD 121696 TO OHMEDA, 1315 WEST CENTURY DRIVE, LOUISVILLE, CO 80027 CITE: (I-354 SN013815) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway 98, Panama City, FL 32407-7001 SUBJECT: A--MINE COUNTERMEASURE PROGRAM POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol A. Dreger, Contracting Officer, (904)234-4863. CNT N61331-97-D-0009/N61331-97-R-0008 AMT $979,952.00 LINE 0001 - 0002 DTD 121896 TO Arinc, Inc. 2551 Riva Rd. Annapolis, MD 21401 CITE: (I-354 SN013885) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: A--SMART WEAPONS MASTER PLANNING SUPPORT SERVICES FOR THE AMC SMART WEAPONS MANAGEMENT OFFICE (AMC-SWMO) POC (PCF) Anthony Grayson, Contract Specialist, AMSMI-AC-CFHC, (205) 842- 7319, Dana E. Holmes, Contracting Officer, AMSMI-AC-CF, (205) 842- 0521. CNT DAAH01-94-C-0089/P00073 AMT $80,000.00 LINE N/A DTD 121896 TO Dynetics Incorporated 1000 Explorer Blvd, P O Drawer B, Huntsville, AL, 35806-2806 CITE: (I-354 SN013886) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 210000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: A--MANUFACTURING RESEARCH AND DEVELOPMENT OF X-BAND ACTIVE ELECTRONICALLY SCANNED ARRAY TRANSMIT/RECEIVE MODULES POC William T. Monckton, Contract Specialist, (619) 939-8234 or John R. Davidson, Contracting Officer, (619) 939-7408. CNT N68936-97-C-0017 AMT $4,498,223.00 LINE 0001 AND 0002 DTD 121796 TO Raytheon Electronic Systems, 180 Hartwell Road, Bedford, MA 01730 CITE: (I-354 SN013896) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: US ARMY CORPS OF ENGINEERS FT WORTH DIST, 819 TAYLOR STREET, ROOM 6A18, P O BOX 17300 ATTN CESWF-ED-MC, FORT WORTH TX 76102-0300 SUBJECT: C--NATIONAL RANGE CONTROL CENTER, WHITE SANDS MISSILE RANGE, NEW MEXICO POC Contract Specialist John H. Rodgers (817) 978-7058 (Site Code DACA63) CNT DACA63-97-C-0007 AMT $262,397 DTD 121396 TO MERRICK & COMPANY, P O BOX 22026, DENVER, CO 802220026 CITE: (I-354 SN013826) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047 SUBJECT: F--HAY: ALFALFA POC N/A CNT 1422-N651-P97-0004 AMT $50,000.00 LINE N/A DTD 121796 TO M. Van Vliet & Sons, Inc. 15799 S. Carrolton Rd., Escalon, CA 95320 LINKURL: N/A LINKDESC: EMAILADD: N/A EMAILDESC: CITE: (W-353 SN013383) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air = Force Base Ok 73145-3015 SUBJECT: J--ENGINEERING SERVICES = CNT F34601-97-D-0086, F34601-96-R-48248 = AMT $339,649 = DTD 121796 TO Chrysler Tech Airborne Systems Co, Po Box 154580, Waco Tx = 76715-4580 CITE: (I-353 SN013426) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Materiel Systems Contracting Division, 4375 Chidlaw Road Rm C022, Wright-Patterson Afb Oh 45433-5006 SUBJECT: J--HARDWARE MAINTENACNE CNT F19628-97-C-0319 AMT $28,032 DTD 121896 TO Storage Technology Corp, 12200 Tech Rd, Silver Spring Md 20904-1983 CITE: (I-353 SN013438) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: J--ASBESTOS ANALYSIS SERVICES CNT F04699-97-D-0025, F04699-96-R-0205 AMT $174,625 DTD 112596 TO Precision Micro Analysis Inc, 3463 Ramona Ave Ste 16, Sacramento Ca 95826 0000 CITE: (I-353 SN013443) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: General Services Administration, Public Buildings Service, Contracts Branch (5PMC, M/S 33-3), 230 South Dearborn Street, Room 3324, Chicago, Illinois 60604-1696 SUBJECT: J--ELEVATOR MAINTENANCE SERVICE, FEDERAL BUILDING, 536 S. CLARK ST., U.S. CUSTOMHOUSE, 610 S. CANAL ST., AND FEDERAL PARKING FACILITY, 450 S. FEDERAL ST., CHICAGO, IL POC Lorraine Scott, Contract Specialist, 312/886-6936 CNT GS05P96GAC0044 AMT $546660 DTD 121896 TO Dover Elevator Company, 4118 N. Nashville, Chicago, IL 60634 EMAILADD: lscott@fed.gov EMAILDESC: CITE: (W-353 SN013495) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Defense Contract Management Command, Lockheed Martin Marietta, 86 South Cobb Drive, Marietta, Ga 30063 SUBJECT: J--REPAIR OF CIRCUIT CARDS POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin Marietta, Marietta, GA (770) 494-6770 CNT N00383-96-G-006J, RK03 AMT $31,298.00 LINE B032,B033,B035 DTD 110596 TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive, Marietta, GA 30063 CITE: (W-354 SN013827) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Defense Contract Management Command, Lockheed Martin Marietta, 86 South Cobb Drive, Marietta, Ga 30063 SUBJECT: J--REPAIR OF CIRCUIT CARDS AND POWER ALARMS POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin Marietta, Marietta, GA (770) 494-6770 CNT N00383-96-G-006J, RK04 AMT $72,480.00 LINE B017,B036 DTD 112796 TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive, Marietta, GA 30063 CITE: (W-354 SN013828) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Defense Contract Management Command, Lockheed Martin Marietta, 86 South Cobb Drive, Marietta, Ga 30063 SUBJECT: J--REPAIR OF CIRCUIT CARDS POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin Marietta, Marietta, GA (770) 494-6770 CNT N00383-96-G-006J, RK05 AMT $46,045.00 LINE B012,B014,B019 DTD 120496 TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive, Marietta, GA 30063 CITE: (W-354 SN013830) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Defense Contract Management Command, Lockheed Martin Marietta, 86 South Cobb Drive, Marietta, Ga 30063 SUBJECT: J--REPAIR OF CIRCUIT CARDS AND CONTROL PANELS POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin Marietta, Marietta, GA (770) 494-6770 CNT N00383-96-G-006J, RK06 AMT $29,352.00 LINE B020,B023,B027,B028, DTD 120496 TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive, Marietta, GA 30063 CITE: (W-354 SN013833) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Defense Contract Management Command, Lockheed Martin Marietta, 86 South Cobb Drive, Marietta, Ga 30063 SUBJECT: J--REPAIR OF PITCH TRIM ACTUATORS POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin Marietta, Marietta, GA (770) 494-6770 CNT N00383-96-G-006J, RK07 AMT $156,260.00 LINE A005 DTD 121196 TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive, Marietta, GA 30063 CITE: (W-354 SN013834) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Defense Contract Management Command, Lockheed Martin Marietta, 86 South Cobb Drive, Marietta, Ga 30063 SUBJECT: J--REPAIR OF ACTUATORS POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin Marietta, Marietta, GA (770) 494-6770 CNT N00383-96-G-006J, RK08 AMT $210,500.00 LINE A001 DTD 121196 TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive, Marietta, GA 30063 CITE: (W-354 SN013838) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: L--CETS POC Gerald Furey, Contract Negotiator, (215)697-9621. CNT N00140-97-D-K130 AMT $1,057,759.00 LINE 0001 DTD 112296 TO Litton Systems, Inc. Guidance & Control Systems Division 19601 Nordhoff Street Northridge, CA 91324 CITE: (I-353 SN013475) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8, PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890 SUBJECT: M--OPERATION & MAINTENANCE OF TWO (2) GOVERNMENT-OWNED, MOVABLE SPAN BRIDGES, CROSSING THE ATLANTIC INTERCOASTAL WATERWAY AT HOBUCKEN AND FAIRFIELD, NC. POC Contracting Officer SHERREL SHOLAR-JACKSON (910) 251-4866 (Site Code DACW54) CNT DACW54-97-C-0011 AMT $363,550 DTD 120196 TO WINCOR MANAGEMENT GROUP INC, POST OFFICE BOX 160, 1401 NORTH ELLIS AVENUE, DUNN, NC 28335 CITE: (I-354 SN013818) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Division of Acquisition Management, Oklahoma City Area Health Service, 3625 NW 56th Street, Five Corporate Plaza, Oklahoma City, Oklahoma 73112 SUBJECT: Q--GENERAL DENISTRY SERVICES POC Ronald G. Grinnell, (405) 951-3883, Contracting Officer, (405) 951-3891. CNT 246-97-0014 AMT $1,216,094.18 Base ($6,080,470.90 Base + 4 Option Years LINE Schedule I, II and II DTD 110196 TO Delta Dental Plan of Oklahoma, 3501 Lakeside Dr., P.O. Box 54709, Oklahoma City, Oklahoma 73154 CITE: (M-354 SN013718) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Park Service, Harpers Ferry Center, Office of Procurement, P.O. Box 50, Taylor Street, Harpers Ferry, West Virginia 25425-0050 SUBJECT: R--MULTIMEDIA TOUCH SCREEN VISITOR INFORMATION SYSTEMS FOR HARPERS FERRY NATIONAL HISTORICAL PARK, HARPERS FERRY, WEST VIRGINIA POC Kimberly A. Strite, Contract Specialist, (304) 535-6485 CNT 1443-CX-1100-97-004 AMT $198,011 DTD 121396 TO SilverCreek Digital Media, Inc., 967 East Murray-Holladay Road, Suite 2A, Salt Lake City, Utah 84117 CITE: (I-353 SN013380) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: US Department of Commerce, NOAA, Acquisition, Grants and Facilities, Acquisition Management Division, General Contracts Branch, OFA512:ET, 1325 East-West Highway, STA 4301, Silver Spring, Maryland 20910-3283 SUBJECT: R--ENGINEERING AND TECHNICAL SUPPORT SERVICES FOR FLEET REPLACEMENT AND MODERNIZATION PROJECT OFFICE CNT 50-DGNA-4-00037, Task Order 56-DGNA-7-60011 AMT $35,158.56 DTD 121396 TO Resource Consultants, Inc., 1960 Gallows Road, Vienna, Virginia 22182 CITE: (I-354 SN013543) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Small Business Administration, Office of Procurement and Grants Management, 409 3rd Street, SUITE 5000,5th Floor, Washington, D.C. 20416 SUBJECT: R--SUBSCRIPTION FOR WESTLAW COMPUTERIZED LEGAL RESEARCH POC Kyle B. Groome (202) 205-6622 CNT 7.2221.0212 AMT $25,195 Per MO. DTD 012197 TO West Publishing Corporation, P.O. Box 64833, St. Paul, MN 55164-1803 LINKURL: http://www.gpo.gov/procurement/index.html LINKDESC: CITE: (W-354 SN013829) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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 ENGINEERING AND TECHNICAL ASSISTANCE SUPPORT TO THE LAUNCH ROCKET SYSTEM PROJECT OFFICE POC (PCF) Maria Vencill, Contract Specialist, AMSMI-AC-CFHA, (205) 876- 2566, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA, (205) 876-7321. CNT DAAH01-97-C-0042/P00003 AMT $470,755.00 LINE N/A DTD 121996 TO Madison Research Corporation 401 Wynn Drive, Huntsville, AL, 35805 CITE: (I-354 SN013887) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Contracting Squadron (CONS/LGC), 4380B Alabama Road, Moody AFB GA 31699-1794 SUBJECT: S--CLEAN AND PUMP OIL WATER SEPARATORS POC T. Green, (912) 257-2959, Buyer; K.D. Dawsey, (912) 257-3465, Contracting Officer CNT F09607-97-D7003 AMT $29,441 DTD 110696 TO Holland Oil Co, Inc, 1101 West Hill Ave, Valdosta GA 31603 CITE: (M-354 SN013719) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Centers for Disease Control and Prevention (PGO), 255 East Paces Ferry Road, N.E., Room 419, Atlanta, Georgia 30305 SUBJECT: S--PICKUP AND DISPOSAL OF RADIOACTIVE WASTE - PERFORM LAB RADIATION SURVEYS POC Cynthia Alred, Contract Specialist, (404) 842-6763 CNT 200-97-0012 AMT $109,505 LINE N/A DTD 121696 TO Bionomics, Inc., P.O. Box 817, Kingston, TN 37763 CITE: (I-354 SN013771) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration, PBS, Service Contracts (GPMF-S), 1500 E Bannister Rd., Rm 2201, Kansas City, MO 64131-3088 SUBJECT: S--GUARD SERVICE POC Katherine Miles or Ruth Cummings, (816) 926-7078 CNT GS06P97GXM0027 AMT $23,840.33 LINE N/A DTD 121896 TO Lyons Security Service, Inc., 180 N. Riverview, Anaheim, CA 92808 CITE: (W-354 SN013836) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 1201 Oakridge Dr., Suite 150, Ft. Collins, CO 80525-5562 SUBJECT: S--NATURAL GAS SERVICE POC Stew Penrod, Procurement Technician, 970-229-5571 or fax 970-229-5531. CNT 54-82HW-7-3 AMT $34,680.00 LINE N/A DTD 101696 TO Mountain Iron and Supply Company, 257 North Broadway, Suite 200, Wichita, KS 67202 CITE: (I-354 SN013880) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Atlanta Regional Printing Procurement Office, U.S. Government Printing Office, 1888 Emery St. NW, Suite 110, Atlanta, GA 30318 SUBJECT: T--VARIOUS PUBL. CNT Program 1462-S AMT $100,666 DTD 120296 TO Thornton Services, P.O. Box 5807, 151 Import Circle (35806), Huntsville, AL 35816. CITE: (M-354 SN013733) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: U--EDUCATION AND TRAINING SERVICES POC Scott Cobb, Contract Negotiator, (215)697-9645. CNT N00140-97-C-0222 AMT $7,944,544.16 LINE SEE BELOW DTD 112096 TO San Diego Community College, 3375 Camino Del Rio, San Diego, CA 92108- 3883 LOT 1 0001-0008, 0011-0018, 0021-0029, 0032-0041, 0044-0053 CITE: (I-353 SN013477) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: U--EDUCATION AND TRAINING POC Scott Cobb, Contract Negotiator, (215)697-9645. CNT N00140-97-D-G223 AMT $5,936,960.00 LINE SEE BELOW DTD 112996 TO San Diego Community College 3375 Camino Del Rio South San Diego, Ca. 92108-3883.Lot 0009-0010;0019-0020;0030-0031;0042-0043;0054-0055. CITE: (I-353 SN013478) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: U--SUPPORT TRAINING SERVICES POC S. Pieczara, CS, 908/532-5500, AMSEL-ACCB-C-BS CNT DAAB07-96-D-H003 AMT $25,760.00 DTD 121696 TO Viatech, Inc, 615 Hope Rd, Eatontown, NJ 07724 EMAILADD: caprionr@doim6.monmouth.army.mil EMAILDESC: CITE: (D-354 SN013633) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: U--ATM BACKBONE POC C. Rakowski, CS, 908/532-4386, AMSEL-ACCA-D-AV CNT DAAB07-97-C-D604 AMT $412,000 DTD 121796 TO AT&T Corp, Defense Markets, Greensboro, NC 07806 EMAILADD: caprionr@doim6.monmouth.army.mil EMAILDESC: CITE: (D-354 SN013634) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: U--SUPPORT TRAINING SERVICES POC S. Pieczara, CS, 908/532-5500, AMSEL-ACCB-C-BS CNT DAAB07-96-D-H003 AMT $25,760.00 DTD 121696 TO Viatech, Inc, 615 Hope Rd, Eatontown, NJ 07724 EMAILADD: caprionr@doim6.monmouth.army.mil EMAILDESC: CITE: (D-354 SN013726) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: U--ATM BACKBONE POC C. Rakowski, CS, 908/532-4386, AMSEL-ACCA-D-AV CNT DAAB07-97-C-D604 AMT $412,000 DTD 121796 TO AT&T Corp, Defense Markets, Greensboro, NC 07806 EMAILADD: caprionr@doim6.monmouth.army.mil EMAILDESC: CITE: (D-354 SN013727) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: V--LODGING-HOTEL/MOTEL POC Joanne Hoover, Contract Negotiator, (215)697-9689. CNT N00140-97-D-M213 AMT $96,019.00 LINE 0001, 0002, 0004 DTD 102996 TO Holiday Inn Express-Waukegan 619 S. Greenbay Road Waukegan, IL 60085 CITE: (I-353 SN013476) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: DA, DIRECTORATE OF CONTRACTING, FORT DRUM, NY 13602-5220 SUBJECT: V--PACKING, CRATING AND DRAYAGE SERVICES, FORT DRUM, NEW YORK POC Contracting Officer MARIA J. PIZARRO (315) 772-6514 (Site Code DAKF36) CNT DAKF36-97-D-0002 AMT $1,142,652 DTD 121396 TO RRB INCORPORATED, LIVINGSTON MOVING AND STORAGE, 6303 COFFEEN STREET, WATERTOWN, NY 13601 CITE: (I-354 SN013821) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: General Services Administration, General Procurement Branch (9FBG), 450 Golden Gate Ave, 4th Floor West, San Francisco, CA 94102 SUBJECT: V--OFFICE RELOCATION, US GEOLOGICAL SURVEY, SACRAMENTO, CA POC Joseph Brown, Contract Specialist 415 522-2832 CNT GS-09F-80493 AMT $26,713.00 LINE 0001 DTD 112696 TO First Class Moving Systems, Inc., 6015A Power Inn Road, Sacramento, CA 95824 EMAILADD: JosephBrown@GSA.GOV EMAILDESC: CITE: (W-354 SN013918) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: General Services Administration General Procurement Branch (3FBG-W) 490 L'Enfant Plaza, East, STE 8214 SUBJECT: V--SHIPMENT OF U. S. SAVINGS TYPE SECURITIES BY ARMORED CARRIER FOR THE DEPARTMENT, BUREAU OF THE PUBLIC DEBT POC MS. LA'Vaida D. hunt (202) 619-8910 CNT GS-11F-97-EPD-0115 AMT $100,000.00 LINE 1-PITTSBURGH, PA DTD 120596 TO Dunbar armored, Inc 7675 Canton center drive Baltimore, Maryland 21224-2028 CITE: (I-354 SN013935) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Commanding Officer, Naval Facilities Engineering Command, P. O. Box 190010, North Charleston, SC 29419-9010. SUBJECT: Y--35/10 TON CRANE ADDITION, NWS, CHARLESTON,SC POC N/A CNT N62467-96-C-1107 AMT $306,373.00 DTD 121796 TO Hydro Power, Inc. 1221 hulman Street, PO Box 2181, Terre Haute, IN 47802 CITE: (I-353 SN013467) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Commanding Officer, Naval Facilities Engineering Command, P. O. Box 190010, North Charleston, SC 29419-9010. SUBJECT: Y--PROPANE/AIR SYSTEM, AFB, CHARLESTON,SC POC N/A CNT N62467-95-C-0784 AMT $342,770.00 DTD 121896 TO Ely Energy, Inc. 11385 E. 60th Place South, Tulsa, OK 74146-6828 CITE: (I-353 SN013484) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Corps of Engineers, LRD (CESWL-CT), PO Box 867, Little Rock, AR 72203-0867 SUBJECT: Y--REPAIR DORMITORY, B-746, LITTLE ROCK AIR FORCE BASE, JACKSONVILLE, ARKANSAS POC Contracting Officer, Virginia A. Moore, (501)324-5721. CNT DACA03-97-C-0002 (contract)/DACA03-97-B-0001 (solicitation) AMT $1,465,000.00 LINE N/A DTD 121896 TO Robinette-Burnett Construction Company, 111 N. Fillmore, Suite 1, Little Rock, Arkansas 72205 CITE: (I-354 SN013782) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX 2250, WINCHESTER VA 22604-1450 SUBJECT: Y--DEPOT 21, UPGRADE OF CAVES 8, 10 & 11, CAIRO, EGYPT POC Contracting Officer Nancy R. Aronhalt (540) 665-3686 (Site Code DACA78) CNT DACA78-97-C-0007 AMT $789,000 DTD 120496 TO ENCORP INTERNATIONAL INC, WOODRIDGE CORPORATE CENTER, 7223 N DIXIE HIGHWAY SUITE A, FAIRFIELD, OH 450148502 CITE: (I-354 SN013817) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Federal Bureau of Prisons, MDC Brooklyn, 100 29th St., Brooklyn, NY 11232 SUBJECT: Y--5TH FLOOR SELECTIVE DEMOLITION, ENCAPSULATING AND PAINTING POC John G. Hume, Supervisory Contract Specialist, (718) 832-4213. CNT RFP 429-0033-7 AMT $43,754.80 LINE J429c-033 DTD 121296 TO Beachwood Builders, Inc., P.O. Box 406, Beachwood, NJ 08722 CITE: (M-354 SN013840) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS 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--REPAIR MCNAIR ROAD, FORT MYER, ARLINGTON, VA CNT DACA31-97-C-0011 AMT $448,000.00 DTD 121796 TO A & W Contracting Corporation, P. O. Box 248, Lorton, VA 22199 CITE: (I-354 SN013800) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DEPARTMENT OF ARMY, PACIFIC OCEAN DIV, CORPS OF ENGINEERS, ATTN: CEPOD-CT BLDG S230, FT SHAFTER HI 96858-5440 SUBJECT: Z--FY96 RDT&E, MODERNIZE TRANSIENT HOUSING, BLDG 704; FY96/97 BMAR, RPR UPH, BLDG 563, CORAL AND FY96/97 RDT&E, RPR/RPL ROOFS, 12 FACILITIES, KWAJALEIN, U.S. ARMY KWAJ ATOLL, MARSHALL ISLANDS POC Contact Jody Muraoka, Contract Specialist, (808) 438-8575, Florence K. Nii, Contracting Officer, (808) 438-8594 (Site Code XXCA83) CNT DACA83-97-C-0001 /DACA83-96-R-0045 AMT $9,905,672 DTD 121796 TO SAN JUAN CONSTRUCTION INC, 99 1421 KOAHA PL BAY #3, AIEA, HI 96701 CITE: (I-354 SN013807) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: USPFO FOR IOWA, IOWA ARMY NATIONAL GUARD, CAMP DODGE 7700 NW BEAVER DR, JOHNSTON IA 50131-1902 SUBJECT: Z--REPAIR PARKING LOTS POC Contract Specialist Esther L. Beechler, CPT (515) 252-4275 (Site Code DAHA13) CNT DAHA13-97-C-0001 AMT $306,869 DTD 121696 TO SIOUX CITY ENGINEERING COMPANY, 1500 OMAHA STREET, BOX 567, SIOUX CITY, IA 51102 CITE: (I-354 SN013820) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 1201 Oakridge Dr., Suite 150, Ft. Collins, CO 80525-5562 SUBJECT: Z--AUTOMATIC TRANSFER SWITCH POC Stew Penrod, Procurement Technician, 970-229-5571 or fax 970-229-5531. CNT 50-82HW-6-31 AMT $135,000.00 LINE N/A DTD 093096 TO Rickard Electric, Inc., 1220 41st Street Northwest, Fargo, ND 58102 CITE: (I-354 SN013881) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 1201 Oakridge Dr., Suite 150, Ft. Collins, CO 80525-5562 SUBJECT: Z--ROOF REPAIR POC Stew Penrod, Procurement Technician, 970-229-5571 or fax 970-229-5531. CNT 50-82HW-6-25 AMT $161,153.00 LINE N/A DTD 091396 TO Quality Trust Construction, Inc., 133 East Home Street, Junction City, KS 66441 CITE: (I-354 SN013882) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 1201 Oakridge Dr., Suite 150, Ft. Collins, CO 80525-5562 SUBJECT: Z--HVAC RENOVATION POC Stew Penrod, Procurement Technician, 970-229-5571 or fax 970-229-5531. CNT 50-82HW-7-11 AMT $518,223.00 LINE N/A DTD 120696 TO Custom Aire Inc., 5624 1st Avenue North, Grand Forks, ND 58203 CITE: (I-354 SN013883) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: Z--EXTERIOR REVNOVATIONS GREEN ACRES/PINE ESTATES POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309 POC: L. ANDERSON/PKWOEB/937-257-4844 Fax No 937-257-3926. CNT F33601-97-C-W001, F33601-96-R-9064 AMT $1,269,000.00 LINE N/A DTD 122396 TO DKM Construction, P.O. Box 340, Piketon OH 45661 CITE: (I-354 SN013894) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--LUBRICATOR ASSEMBLY. ON F16 AIRCRAFT. SOL SP0760-97-Q-0010 CNT SP0760-97-M-3966 AMT $46,112.00 LINE 0001 THROUGH 0002 DTD 121996 TO Luna defense systems Inc 5040 calmview Ave Baldwin Park CA 91706-1801 CITE: (I-354 SN013560) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 12--GIMBAL SUBASSEMBLY SOL 96TW65-82-P-0900 CNT F04606-96-G-0017-UB08 AMT $43,504.00 LINE 0001 DTD 121896 TO Hughes Aircraft Co Corp offices 7200 Hughes ter P.O.Box 80028 Los Angeles CA 90080-0028 CITE: (I-354 SN013591) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: 12--CONVERTER/PROGRAMMER POC N/A CNT F09603-96-C-0674/F09603-96-R-21042 AMT $3,743,650.00 LINE N/A DTD 120696 TO Dynamic Controls HS Inc, One Hamilton Road, Windsor Locks CT 06096-1010 CITE: (W-354 SN013979) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: 15--FASTENERS FOR THE COLD HOLE --1560K0172277A CNT F04606-97-C-0024, F04606-94-R-603360001 AMT $483,604 DTD 121296 TO National Utilities Co/Nuco, 1700 Hickory Dr/Po Box 14639, Fort Worth Tx 76117-6020 CITE: (I-353 SN013409) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--SEAL, BARREL AIRCRAF CNT F41608-96-G-0020-TY02 AMT $89,894.00 LINE 0001 THROUGH 0002 DTD 120496 TO Rockwell Intl Corp Defense Electronics OPNS Anaheim divisions 3370 miraloma Ave P.O.Box P O Box 3105## Anaheim CA 92803-3105 CITE: (I-353 SN013499) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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, RIG SOL SP0460-96-R-2531 CNT SP0460-97-C-5125 AMT $231,040.00 LINE 0001 THROUGH 0003 DTD 121896 TO Srm Mfg Co 109 Industrial Loop Fredericksburg TX 78624-5401 CITE: (I-353 SN013504) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--TORQUE SHAFT ASSEMBLY SOL SP0460-97-Q-D315 CNT SP0460-97-M-6398 AMT $52,521.00 LINE 0001 DTD 121896 TO W and G Machine Co Inc 4 Hamden Park Dr P.O.Box 6187 Hamden CT 06517-3149 CITE: (I-353 SN013509) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--SUPPORT, IDLER SOL SP0460-97-R-0126 CNT SP0460-97-C-0137 AMT $29,250.00 LINE 0001 DTD 121896 TO Aero Components P. O. Box 120157 419 West Fork Dr. Arlington, TX 76012 CITE: (I-354 SN013523) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--TAIL PIPE ASSEMBLY, SOL SP0460-96-R-2795 CNT SP0460-97-C-5120 AMT $107,568.00 LINE 0001 DTD 121896 TO Compucraft Industries Inc 8941 complex Dr San Diego CA 92123-1405 CITE: (I-354 SN013530) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--DUCT, CABIN AIR CNT SP0460-97-M-2370 AMT $40,300.00 LINE 0001 THROUGH 0002 DTD 121396 TO Fmh Corp 345 Fischer Ave Costa Mesa CA 92626-4522 CITE: (I-354 SN013656) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, STURCTURAL ACFT CNT SP0460-97-M-4487 AMT $51,000.00 LINE 0004 DTD 121396 TO Advanced composite technology Inc 106 Bell pky P O Box 2250 Woodstock GA 30188 CITE: (I-354 SN013657) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--GUARD, MUFFLER-EXHAUST SOL SP0460-96-Q-AM92 CNT SP0460-97-M-6305 AMT $34,149.90 LINE 0001 THROUGH 0002 DTD 121396 TO Aero Products Co 815 E Rosecrans Ave Los Angeles CA 90059-3510 CITE: (I-354 SN013660) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--TRAILING EDGE, AIRCRAFT SOL SP0460-96-Q-XP69 CNT SP0460-97-M-4538 AMT $48,995.00 LINE 0001 DTD 121396 TO H A C Corp 537 Camden Dr P.O.Box 531166 Grand Prairie TX 75053 CITE: (I-354 SN013663) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--EJECTOR ASSEMBLY SOL SP0460-97-Q-D899 CNT SP0460-97-M-6370 AMT $63,840.00 LINE 0001 DTD 121396 TO Brown Helicopters Inc 10100 Aileron Ave Pensacola FL 32506 CITE: (I-354 SN013670) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, STRCUTURAL SOL SP0460-96-Q-AE99 CNT SP0460-97-M-4608 AMT $55,020.00 LINE 0001 DTD 121496 TO H A C Corp 537 Camden Dr P.O.Box 531166 Grand Prairie TX 75053 CITE: (I-354 SN013671) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--HOUSING, LATCH SOL SP0460-97-Q-C059 CNT SP0460-97-M-4596 AMT $73,006.44 LINE 0001 THROUGH 0002 DTD 121396 TO The Hartwell Corp 900 South Richfield Placentia CA 92670-6788 CITE: (I-354 SN013688) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--WINDSHIELD PANEL SOL SP0460-96-Q-AN42 CNT SP0460-97-M-6269 AMT $92,556.00 LINE 0001 DTD 121396 TO PPG Industries Inc works no 22 1719 Highway 72 E P O Box 2200 Huntsville AL 35804-4816 CITE: (I-354 SN013697) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: 15--DUCT ASSY POC N/A CNT F09603-97-M-0158/F09603-97-R-11504 AMT $65,312.00 LINE N/A DTD 120996 TO Senoir Flexonics Inc, Stainless Steel Products Div, 2980 N San Ferando Blvd, Burbank, CA 91504-2522 CITE: (W-354 SN013976) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air = Force Base Ok 73145-3015 SUBJECT: 16--HYDRAULIC SPARE: C5 AIRCRAFT; P/N 707834C; 25 EA -- = 1650004799406 CNT F34601-94-G-00270129, FD2030-97-0-6074 = AMT $60,199 = DTD 121796 TO Sundstrand Aerospace, Po Box 7002, Rockford Il 61125-7002 = CITE: (I-353 SN013418) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air = Force Base Ok 73145-3015 SUBJECT: 16--HYDRAULIC SPARE: C5 AIRCRAFT; P/N 701682; 61 EA -- = 1650001994685 CNT F34601-94-G-00270134, FD2030-97-0-6086 = AMT $42,548 = DTD 121796 TO Sundstrand Aerospace, Po Box 7002, Rockford Il 61125-7002 = CITE: (I-353 SN013419) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--SEAT, AIRCRAFT SOL SP0460-97-Q-D356 CNT SP0460-97-M-6447 AMT $54,436.25 LINE 0001 DTD 111996 TO Oro Mfg Co 5000 Stitt St P.O.Box 5018 Monroe NC 28110-3966 CITE: (I-353 SN013501) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--SEAT BACK ASSEMBLY, AIRCRAFT SOL SP0460-96-Q-AA43 CNT SP0460-97-M-4586 AMT $45,248.04 LINE 0001 DTD 121896 TO Crestview aerospace Corp. 5486 Fairchild Rd Crestview FL 32536 Crestview FL 32536 CITE: (I-353 SN013508) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, REGULATING, FLUID. SOL SP0740-96-Q-GD02 CNT SP0740-97-M-4002 AMT $28,583.00 LINE 0001 DTD 121996 TO Vickers Inc Fluid Control and Actuation Div 4690 Colorado Blvd P.O.Box 39787 Griffith STA Los Angel Los Angeles CA 90039-1106 CITE: (I-354 SN013555) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--SHAFT ASSEMBLY SOL SP0770-96-Q-YD94 CNT SP0700-95-G-0002-0198 AMT $35,351.00 LINE 0001 THROUGH 0002 DTD 121396 TO MOOG Inc Aircraft Group Seneca St at Jamison Rd East Aurora NY 14052 CITE: (I-354 SN013642) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--HOUSING ASSEMBLY, CENTER-PROBE SOL SP0460-96-R-2898 CNT SP0460-97-C-0135 AMT $49,959.00 LINE 0001 THROUGH 0002 DTD 121396 TO Tek precision Co LTD 205 W industry CT P O Box 9020 Deer Park NY 11729-9020 CITE: (I-354 SN013652) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--PANEL, RELAY ASSEMBLY, SIDEWINDER SOL SP0460-96-Q-CC88 CNT SP0460-97-M-2361 AMT $47,528.00 LINE 0001 DTD 121396 TO Bruder industry Inc 11362 monier Park Pl Bldg 3A Rancho cordova CA 95742 CITE: (I-354 SN013659) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--SEAT ASSEMBLY SOL SP0460-96-Q-X029 CNT SP0460-97-M-4415 AMT $65,364.00 LINE 0001 DTD 121396 TO Ami Industries Inc 1275 N Newport Rd Colorado Springs Co 80916-2779 CITE: (I-354 SN013665) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--STOP, RETRACT, JACKSCREW SOL SP0460-96-Q-XX06 CNT SP0460-97-M-4492 AMT $30,494.20 LINE 0001 THROUGH 0002 DTD 121396 TO Kit Pack Co 410 Thorpe Rd Las Cruces NM 88005-5830 CITE: (I-354 SN013686) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--KIT WIRE REPAIR TOOL SOL SP0460-97-R-0133 CNT SP0460-97-C-5102 AMT $149,340.00 LINE 0001 THROUGH 0003 DTD 121396 TO Raychem Corp 300 Constitution Dr Menlo Park CA 94025-1111 CITE: (I-354 SN013692) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--RACK, STOWAGE EEBD SOL SP0451-97-Q-GA01 CNT SP0490-97-M-AE27 AMT $28,028.50 LINE 0001 THROUGH 0002 DTD 121896 TO Turnbull metal products Inc 10213 Lorraine Rd Gulfport MS 39503 CITE: (I-353 SN013505) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, automotive commodity, acquisitiondivision (FCAPX), Washington, DC 20406 SUBJECT: 23--LIGHT TRUCKS SOL FCAP-X2-CHOICE-N POC Denise Banks (703) 308-4148 CNT GS-30F-97031 AMT $94,392,110.00 LINE VARIOUS DTD 111896 TO Ford Motor Company, Ford Division, 300 Renaissance Center, detroitmi 48243 CITE: (I-354 SN013939) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, Automotive Center, acquisition, Division (FCAPX), Washington, DC 20406 SUBJECT: 23--LIGHT TRUCKS SOL FCAP-X2-CHOICE-N POC Denise Banks (703) 308-4148 CNT GS-30F-97032 AMT $79,529,867.00 LINE VARIOUS DTD 111896 TO General Motors Corporation, fleet operations-bid center, 30007 van Dyke Avenue, Warren, MI 48090 CITE: (I-354 SN013940) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services Administration, Automotive Center, Acquisition Division (FCAPX), Washington, DC 20406 SUBJECT: 23--LIGHT TRUCKS SOL FCAP-X2-CHOICE-N POC Denise Banks (703) 308-4148 CNT GS-30F-97030 AMT $74,834,667.00 LINE VARIOUS DTD 111896 TO Chrysler corporation, 1401 H Street, n.w., Suite 700, Washington, DC 20005 CITE: (I-354 SN013941) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services adminustration/FCA Automotive Center room 604 Washington, DC 22202 SUBJECT: 23--TRUCKS SOL FCAP-A2-04380-N POC Ann dubler 703-308-4414 CNT GS-30F-97036 AMT $25,536.00 LINE 1 DTD 110796 TO Pete Eischen Chev-Olds, Inc. Fairview, OK 73737 CITE: (I-354 SN013951) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Service Administration/FCA Automotive Center, room 604 Washington, DC 22202 SUBJECT: 23--TRUCK SOL FCAP-A1-38667-N POC Jay Katz 703-308-4414 CNT GS-30F-97038 AMT $30,173.00 LINE 1 DTD 110796 TO Pete Eischen Chev-Olds, Inc. 2323 North Main Fairview, OK 73737 CITE: (I-354 SN013952) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: General Services administration/FCA automotive cente, room 604 CMB#4 Washington, DC 22202 SUBJECT: 23--TRUCK SOL FCAP-A1-03935-N POC Jay Katz 703-308-4414 CNT GS-30F-97015 AMT $92,440.00 LINE 1 DTD 101696 TO Curtis Chevrolet 5929 Georgia Ave., NW Washington, DC 20011 CITE: (I-354 SN013953) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 23--WHEEL AND TRACK VEHICLES SOL 7FXG-T5-96-2301-1 POC Alan Searsy 817 978-8370 CNT GS07F9405G AMT $100,000.00 DTD 120596 TO Goldthwaite's of Texas, Inc. 1401 foch St. Fort Worth, TX 76107 CITE: (I-354 SN013957) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 23--WHEEL AND TRACK VEHICLES SOL 7FXG-T5-96-2301-1 POC Alan Searsy 817 978-8370 CNT GS07F9408G AMT $100,000.00 DTD 120696 TO House of kawasaki, Inc. 7900 NW 10TH Oklahoma City, OK 73127 CITE: (I-354 SN013958) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 23--WHEEL AND TRACK VEHICLES SOL 7FXG-T5-96-2301-1 POC Alan Searsy 817 978-8370 CNT GS07F9400G AMT $100,000.00 DTD 120496 TO Arctic CAT, Inc. 600 Brooks Ave. S. Thief River Falls, MN 56701 CITE: (I-354 SN013965) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 28--STAGE 1 TURBINE NOZZLE/J85 ENGINE --2840012845409RX CNT F41608-97-C-0072, F41608-97-R-49495 AMT $193,020 DTD 121196 TO Canadian Commercial Corp, 50 O'connor St, 11th Floor, Ottawa Ontario K1a 0s6, Canada 00000 0000 CITE: (I-353 SN013389) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air = Force Base Ok 73145-3015 SUBJECT: 28--BLADE SETS; APPL: TF33 ENGINE; P/N 476624; 285 EA -- = 2840009873757RV CNT F34601-97-C-0072, F34601-96-R-53160 = AMT $414,390 = DTD 121696 TO Therm Inc, Po Box 220, Ithaca Ny 14851-0310 = CITE: (I-353 SN013424) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air = Force Base Ok 73145-3015 SUBJECT: 28--SEAL, MATALLIC A/C; P/N 9505M12G02; 308 EA --2840011906884PR= = CNT F34601-97-C-0093, F34601-96-R-0090 = AMT $200,200 = DTD 121696 TO Philips Export B V Machinefabriek, Acht Building Ak = Groenewoudeseweg 1, Postbus 218 Eindhoven 5600 Md, Netherlands R CITE: (I-353 SN013425) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 28--ENGINE WITH CON CNT DAAE0796CT256P00002 AMT $771,493 DTD 101796 TO United Defense L.P., P.O. Box 15512 York, PA174051512 CITE: (I-353 SN013490) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--SEAL, RING, STATIONARY SOL SP0480-97-R-0046 CNT SP0480-97-C-5127 AMT $184,746.00 LINE 0001AA THROUGH 0002AB DTD 121896 TO Electro-Methods Inc 330 Governors Hwy P.O.Box 54 South Windsor CT 06074-2422 CITE: (I-353 SN013506) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--SEAL ASSEMBLY SOL SPO480-97-Q-J377 CNT SP0480-97-M-F381 AMT $32,324.15 LINE 0001 THROUGH 0002 DTD 121896 TO Car-Graph Inc 1545 W Elna Rae St P.O.Box 3879 Tempe AZ 85280-3879 CITE: (I-354 SN013522) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--INSERT, TURBINE BLADE SOL SP0480-97-Q-J116 CNT SP0480-97-M-F418 AMT $99,742.72 LINE 0001AA THROUGH 0003AC DTD 121896 TO Net shapes Inc 1336 E Francis St Ontario CA 91761 CITE: (I-354 SN013525) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--HEAT SHIELD, TURBINE SOL SP0480-97-R-0041 CNT SP0480-97-C-5121 AMT $145,908.25 LINE 0001 THROUGH 0002 DTD 121396 TO Danville Metal Stamping Co Inc 20 Oakwood Ave Danville IL 61832 CITE: (I-354 SN013654) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--PLATE SET, GAS TURBINE SOL SP0480-96-Q-W359 CNT SP0480-97-M-F238 AMT $26,040.00 LINE 0001 THROUGH 0002 DTD 121396 TO Engineered products Co the 601 Kelso St P.O.Box 108 flint MI 48501 CITE: (I-354 SN013673) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly Afb, Texas 78241-6318 SUBJECT: 28--3RD STAGE SEGMENT --2840011951084PT CNT F34601-94-G-0028SAUT AMT $49,517 DTD 121296 TO United Technologies Corp/Pratt And, Whitney Acft Group Govt Prod Div, P O Box 109600, West Palm Beach Fl 33410-9600 CITE: (I-354 SN013851) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt Road, Kelly Afb, Texas 78241-6427 SUBJECT: 28--BLADE, C8, APPL TO THE C130 ACFT --2840008770024RW CNT F34601-95-G-0012SA64, FD2050-96-4-6262 AMT $1,101,794 DTD 121696 TO Allison Engine Company, P O Box 420, Indianapolis In 46206-0420 CITE: (I-354 SN013852) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt Road, Kelly Afb, Texas 78241-6427 SUBJECT: 28--E SEAL --2840012235821TB CNT F41608-96-M-2601, FD2050-96-4-6299 AMT $32,490 DTD 121396 TO Eg & G Pressure Science, 11642 Old Baltimore Pike, Beltsville Md 20705-1210 CITE: (I-354 SN013853) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 29--HOUSING/APPL TF39 ENGINE --2915009694092PS CNT F34601-95-G-0010SA38, F41608-96-R-49493 AMT $72,007 DTD 121196 TO Woodward Governor Co, Po Box 405, One Woodward Way, Rockton Il 61072-0405 CITE: (I-353 SN013386) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 29--VALVE AND SLEEVE ASSY --2915000999231PE CNT F42600-95-G-7501SA3X AMT $298,485 DTD 033197 TO Allied Signal Inc., Aerospace Equipment Systems, 1300 W Warner Rd Po Box 22200, Tempe Az 85285 2200 CITE: (I-353 SN013397) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 29--FLYWEIGHT, FUEL CONT/J69 ENGINE --2915004600669PE CNT F42600-95-G-7501SA4G, F41608-96-R-50255 AMT $103,390 DTD 121196 TO Allied Signal Inc., Aerospace Equipment Systems, 1300 W Warner Rd Po Box 22200, Tempe Az 85285 2200 CITE: (I-353 SN013462) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--PARTS KIT, VALVE, GATE SOL SP0480-97-Q-JA08 CNT SP0480-97-M-F374 AMT $34,522.00 LINE 0001 THROUGH 0002 DTD 121896 TO ITT Fluid Technology Corp ITT Aerospace Controls Div 28150 Industry Dr Valencia CA 91355 CITE: (I-353 SN013502) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--DETECTOR, METALLIC PARTICLE SOL SP0480-97-Q-J734 CNT SP0480-97-M-F380 AMT $80,187.90 LINE 0001 THROUGH 0002 DTD 121896 TO Vickers Inc Tedeco Div 24 E Glenolden Ave Glenolden PA 19036-2107 CITE: (I-354 SN013528) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--ADAPTER, IGNITER SOL SP0480-97-R-0412 CNT F34601-96-G-0003-TY15 AMT $89,349.24 LINE 0001AA THROUGH 0003 DTD 121896 TO CFM Intl Inc 111 Merchant St RM 205 Cincinnati OH 45246 CITE: (I-354 SN013531) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--INJECTOR, FUEL. SOL 96TLB5-32-P-0700 CNT SP0740-97-M-2660 AMT $47,393.00 LINE 0001 THROUGH 0004 DTD 121996 TO Delavan Inc Gas Turbine Products Div 811 4TH St P.O.Box 65100 West Des Moines IA 50265-0100 CITE: (I-354 SN013562) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--FILTER ELEMENT, FLUI SOL SP0480-97-Q-J143 CNT F09603-95-G-0013-TY16 AMT $87,000.00 LINE 0001 THROUGH 0002 DTD 121496 TO Pall Aeropower Corp Sub of Pall Corp 6301 49TH St N Pinellas Park FL 34665-5798 CITE: (I-354 SN013661) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--VALVE, FLAPPER FUEL SOL SP0480-97-Q-J068 CNT SP0480-97-M-F276 AMT $26,500.00 LINE 0001 THROUGH 0002 DTD 121396 TO Crane Co Lear Romec Div 241 S Abbe Rd P O Box 4014 Elyria OH 44036 CITE: (I-354 SN013668) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--GEARSHAFT, DRIVE SOL SP0480-97-Q-J152 CNT N00383-93-G-M111-TY27 AMT $35,875.05 LINE 0001 THROUGH 0002 DTD 121396 TO Sundstrand Aerospace 4747 Harrison Ave Rockford IL 61125-7002 CITE: (I-354 SN013694) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 29--CHEMICAL TREATMENT SYSTEM POC J. Pavlicek CNT N00406-97-M-E453 AMT $52,638 LINE N/A DTD 121696 TO aqua-chem inc water technologies division p o box 421 milwaukee wi 53201 CITE: (I-354 SN013898) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 30--SPROCKET WHEEL CNT DAAE0797DT0050001 AMT $597,770 DTD 121296 TO Gibraltar sprocket Co, 3500 24TH St port huron, MI480606869 CITE: (I-353 SN013491) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 32--Woodworking Machinery and Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 32--34 - WOODWORKING AND METAL WORKING MACHINERY AND EQUIPMENT SOL 7FXI-D7-96-3201-1 POC Dwight Young 817 978-8372 CNT GS07F9406G AMT $200,000.00 DTD 120696 TO Morey machinery manufacturing Corp. 102 Midland Avenue ext. Middletown, NY 10940 CITE: (I-354 SN013922) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 35--Service and Trade Equipment OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: 35--PROTOTYPE DEV. & TESTING OF MAGNETOELASTIC PROBES POC Mitch Robinson, Contract Negotiator, (215)697-9644. CNT N00140-97-C-G217 AMT $74,775,439.00 LINE LOT 0001-0002 DTD 121196 TO Karta Technology 1892 Grandstand, San Antonio, Tx 78238 CITE: (I-353 SN013479) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 36--SAW, CHAIN PORTABLE POWER 18 INCH. CNT SP0490-97-C-5123 AMT $149,571.00 LINE 0001 THROUGH 0004 DTD 121896 TO Industrial supply Corp. 1905 Westwood Avenue P. O. Box 6356 Richmond, VA 23230 CITE: (I-353 SN013503) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--COOLER UNIT, AIR SOL SP0441-97-Q-R021 CNT SP0441-97-M-T744 AMT $29,400.00 LINE 0001 DTD 121896 TO Mcintyre engineering Co Inc 201 S Hill Dr brisbane CA 94005 CITE: (I-354 SN013526) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 41--COOLING COIL, AIR, DU SOL SP0441-97-Q-R017 CNT SP0441-97-M-T627 AMT $26,424.00 LINE 0001 DTD 121396 TO Mcintyre engineering Co Inc 201 S Hill Dr brisbane CA 94005 CITE: (I-354 SN013658) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--PLATE, DISCHARGE VAL SOL SP0441-96-Q-KC73 CNT SP0441-97-M-T626 AMT $26,372.48 LINE 0001 DTD 121396 TO Am-mac Inc 38 Fairfield Pl West Caldwell NJ 07006 CITE: (I-354 SN013664) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 41--DISPLAY CAB REFRIGERATOR POC D. Gordon CNT N00406-97-M-E582 AMT $55,034 LINE N/A DTD 121996 TO cospolich refrigerator 949 industry road kenner la 70062 CITE: (I-354 SN013899) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PUMP UNIT, ROTARY. SOL SP0760-96-Q-BA42 CNT SP0760-97-M-7915 AMT $32,600.00 LINE 0001 DTD 121996 TO Dover Corp Blackmer pump Div 1809 Century Ave SW Grand Rapids MI 49509-1530 CITE: (I-354 SN013557) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--IMPELLER, PUMP, CENTRIFUGAL, 9.730 IN. OUTSIDE SOL SP0760-97-Q-0034 CNT SP0760-97-M-6722 AMT $26,251.95 LINE 0001 DTD 121996 TO W&W Logistics, Inc. CN2520 West Caldwell, NJ 07007-2520 CITE: (I-354 SN013559) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 43--POTABLE WATER PUMPS POC D. Gordon CNT N00406-97-M-D981 AMT $37,304 LINE N/A DTD 121296 TO j supply co u s highway 1 north hilliard fl 32046-1529 CITE: (I-354 SN013900) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--DUCT ASSEMBLY, ENGINE BLEED AIR. SOL SP0740-97-R-0004 CNT F42600-94-G-7559-UB6G AMT $97,015.24 LINE 0001 DTD 121996 TO Boeing Co, The Defense and Space Group PO Box 3999 7755 E. Marginal Way Seattle WA. 98124-2499 CITE: (I-354 SN013558) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--ELBOW, SWIVEL FLANGE TO TUBE. SOL SP0740-96-Q-GD14 CNT SP0740-97-M-4003 AMT $85,029.04 LINE 0001 DTD 121996 TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI 49203-1972 CITE: (I-354 SN013556) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, METAL. STEEL. 3/4 IN. OD, .032!! SOL 96TCE0-52-P-0700 CNT SP0740-97-M-6578 AMT $29,520.00 LINE 0001 DTD 121996 TO Lewis and Saunders Inc 93 Lexington Dr P O Box 678 Laconia NH 03247 CITE: (I-354 SN013561) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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. 3 INCHES ID, 50 SOL SP0750-96-Q-0457 CNT SP0750-97-M-0194 AMT $25,325.82 LINE 0001 THROUGH 0004 DTD 121996 TO J G B enterprises Inc 115 Metropolitan Dr. P. O. Box 209 Liverpool, NY 13088-0209 CITE: (I-354 SN013563) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--EXPANSION JOINT, PIPE. SOL SP0770-96-Q-PN55 CNT SP0770-97-M-CP15 AMT $69,571.00 LINE 0001 DTD 121996 TO Flexible metal hose Co 2467 Mountain industrial Blvd Tucker GA 30085 CITE: (I-354 SN013564) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, METAL. 1/4 INCH INSIDE DIAMETER, SOL 96TBX7-52-P-0700 CNT SP0750-97-M-5087 AMT $34,461.00 LINE 0001 THROUGH 0004 DTD 121396 TO Anamet Inc 698 S Main St P.O.Box 2618 Waterbury CT 06725-1430 CITE: (I-354 SN013641) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air = Force Base Ok 73145-3015 SUBJECT: 48--HYDRAULIC SPARES: MULTIPLE AIRCRAFT --4810008934536HS = CNT F34601-97-M-0271, FD2030-96-0-9076 = AMT $59,466 = DTD 121696 TO Crane Co, Hydro-Aire Div, Po Box 7722, Burbank Ca 91510-7722 = CITE: (I-353 SN013427) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 49--TESTER-CONTROLLER-HEAT, PROPORTIO --4920003072554 CNT F42600-94-G-7559SA37, F41608-96-R-14397 AMT $268,500 DTD 121196 TO Boeing Defense And Space Group, P O Box 3999/Ms: 3e-65, 7755 E Marginal Way, Seattle Wa 98124 2499 CITE: (I-353 SN013396) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 49--PRESSURE TRANSDUCERS POC B. Juneau CNT N00406-97-M-E613 AMT $56,457 LINE N/A DTD 121796 TO eaton corp pressure sensors division 15 durant ave bethel ct 06801-1901 CITE: (I-354 SN013901) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt Rd. St 7, Kelly Afb, texas 78241-6426 SUBJECT: 51--WRENCH BEARING --5120008097981PS CNT F41608-97-M-0415 AMT $29,550 DTD 121796 TO Herco Aircraft Machine Inc, P O Box 3655, San Antonio Tx 78211-0655 CITE: (I-353 SN013456) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 51--PUNCH, DRIVE PIN SOL SP0490-97-X-K162 CNT SP0490-97-M-AC93 AMT $31,464.00 LINE 0001 THROUGH 0002 DTD 121396 TO B and E machine shop and sheet metal FAB Inc 3059 SE Monroe St Stuart FL 34997 CITE: (I-354 SN013667) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: GSA FSS TCC TAD (6FESP-G3) 1500 East Bannister Road Kansas City, Mo 64131 SUBJECT: 51--FINGER WRENCH SET(S) SOL 6FES-G3-96C303-I POC Sandra J. grant (816) 926-7678 CNT 6FES-G3-96C303-I AMT $100,000.00 LINE M0123-123G DTD 121696 TO K-d tools Div., easco hand tools P.O. Box 3767 Lancaster, PA 17604 CITE: (I-354 SN013944) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 56--TKO HEAVYWEIGHT KNOCK-OUT DOCK DOOR UNDER THE NEW ITEM INTRODUCTORY SCHEDULE (NIIS) PROGRAM SOL 7FXG-G5-FC-96-321 POC Ellie Upchurch 817 978-8492 CNT GS07F9386G AMT $125,000.00 DTD 112696 TO Hpd international, Inc. 20896 enterprise Ave. Brookfield, WI 53045 CITE: (I-354 SN013930) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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 BANK SOL SPO970-97-Q-A043 CNT SP0970-97-M-1554 AMT $93,500.00 LINE 0001 DTD 121896 TO Salisbury engineering Inc 1955 northwood Dr salisbury MD 21801-8809 CITE: (I-354 SN013588) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--VIS FOR M109A6-OPTION POC J. Key, CS, 908/532-1064, AMSEL-ACCA-D-AW CNT DAAB07-92-C-B008 AMT $375,269.00 DTD 121096 TO Grumman Aerospace Corp, MS-C34-005, S Oyster Bay Rd, Bethpage, NY 11714 EMAILADD: caprionr@doim6.monmouth.army.mil EMAILDESC: CITE: (D-354 SN013632) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--VIS FOR M109A6-OPTION POC J. Key, CS, 908/532-1064, AMSEL-ACCA-D-AW CNT DAAB07-92-C-B008 AMT $375,269.00 DTD 121096 TO Grumman Aerospace Corp, MS-C34-005, S Oyster Bay Rd, Bethpage, NY 11714 EMAILADD: caprionr@doim6.monmouth.army.mil EMAILDESC: CITE: (D-354 SN013724) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air = Force Base Ok 73145-3015 SUBJECT: 59--CIRCUIT CARD ASSEMBLY; P/N 7893542-011; 43 EA -- = 5998011806301NT CNT F34601-95-G-00090008, FD2030-96-3-5409 = AMT $134,160 = DTD 121696 TO Canadian Commercial Corp, 50 O'connor St 11th Floor, Ottawa On = K1a 0s6 CITE: (I-353 SN013420) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--DIPLEXER CNT F34601-95-G-0004-UD90 AMT $89,968.00 LINE 0002 DTD 121896 TO Northrop Grumman Corp electronic sensors and systems Div Rolling Meadows site 600 Hicks Rd Rolling Meadows IL 60008-1098 CITE: (I-354 SN013583) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, THERMOSTATIC SOL SP0930-97-Q-A043 CNT SP0930-97-M-2325 AMT $28,091.70 LINE 0001 THROUGH 0002 DTD 121896 TO John A. becker Co., 1341 E. Fourth Street Dayton OH 45402-2235 CITE: (I-354 SN013585) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, SENSITIVE SOL SP0930-97-Q-A024 CNT SP0930-97-M-2415 AMT $30,170.00 LINE 0001 THROUGH 0002 DTD 121896 TO Saint switch Inc 950 E state Ave P.O.Box 604 Saint Charles IL 60174-0604 CITE: (I-354 SN013586) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--RESOLVER, ELECTRICAL SOL SP0930-96-Q-A152 CNT SP0930-97-M-2358 AMT $36,450.00 LINE 0001 DTD 121896 TO Litton Systems Inc Poly-Scientific Div 1213 N Main St Blacksburg VA 24060 CITE: (I-354 SN013587) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA CNT SP0970-97-C-0017 AMT $434,775.00 LINE 0001AA THROUGH 0003AN DTD 121896 TO Alektronics Inc 3510 Stop Eight Rd Dayton OH 45414 CITE: (I-354 SN013589) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PRESSURE SOL SP0930-96-Q-1740 CNT SP0930-97-M-1481 AMT $25,641.00 LINE 0001 DTD 121896 TO Hydra electric 3151 kenwood St Burbank CA 91505-1052 CITE: (I-354 SN013590) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RELAY, ELECTROMAGNETIC CNT SP0930-97-M-2315 AMT $39,100.00 LINE 0001 THROUGH 0004 DTD 121896 TO Figgie Intl Inc Hartman Electrical Mfg Div 175 N Diamond St Mansfield OH 44902-1004 CITE: (I-354 SN013592) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--ELECTRONIC COMPONEN SOL SP0960-96-Q-A198 CNT SP0960-97-M-1573 AMT $40,527.00 LINE 0001 DTD 121896 TO Litton Systems Inc Guidance and Control Systems Div 5500 Canoga Ave Woodland Hills CA 91367-6621 CITE: (I-354 SN013593) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--PHASE SHIFTER, ELECT CNT SP0905-97-M-0654 AMT $71,250.00 LINE 0001 DTD 121896 TO KDI/triangle electronics Inc sub of KDI Corp 60 S Jefferson Rd Whippany NJ 07981 CITE: (I-354 SN013594) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONNECTOR, PLUG, ELECTRICAL SOL SP0935-96-Q-5778 CNT SP0935-97-M-1581 AMT $59,967.64 LINE 0001 DTD 121896 TO Shiloh Industries Inc 5988 Executive Blvd Dayton OH 45424-1453 CITE: (I-354 SN013595) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--COIL ASSEMBLY, ELECT CNT SP0905-97-M-1247 AMT $28,473.75 LINE 0001 THROUGH 0002 DTD 121896 TO M C aerospace Corp 118 Indianwood Rd P.O.Box 126 Lake Orion MI 48362 CITE: (I-354 SN013604) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59--CIRCUIT CARD ASSEMB - AND SIMILAR REPLACEMENT PART POC Contact Point, Rebecca A Mentzer, 02131.16, (717)790-3062, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John G Labosh, 02131, (717)790-2844 CNT N0010497CJA07, Sol Nr N00104-96-R-JA76, NIIN LLH788324 AMT $176,311 DTD 122896 TO Cardion Inc , Woodbury ,NY 11797-0000 CITE: (I-354 SN013625) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--BRUSH, ELECTRICAL CONTACT SOL SP0430-97-Q-P124 CNT SP0430-97-M-P355 AMT $37,509.15 LINE 0001 THROUGH 0002 DTD 121396 TO Miraj corporation 345 Route 17 Hasbrouck Hts, NJ 07604 CITE: (I-354 SN013655) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, PHASE I POC M. Paterno-Mihalko, CS, 908/532-5204, AMSEL-ACCC-CE CNT DAAB07-97-C-J531 AMT $100,000.00 DTD 121296 TO Scientific Systems Co, 500 W Cummings PK Suite 39, Woburn, MA 01801 EMAILADD: caprionr@doim6.monmouth.army.mil EMAILDESC: CITE: (D-354 SN013725) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 61--CELL BATTERY; F-16 AIRCRAFT --6140013392305WF CNT F42620-97-C-0016, F42620-97-R-22042 AMT $119,149 DTD 121696 TO Marathon Power Technologies, Battery Products, Po Box 8233, Waco Tx 76714-8233 CITE: (I-353 SN013405) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc 6072 Fir Avenue, Hill Air Force Base, Ut 84056-5820 SUBJECT: 61--MOTOR TORQUE --6105011548955WF CNT F42620-97-C-0018, F42620-96-R-1034 AMT $374,220 DTD 121696 TO Inland Motor Division, 501 First Street, Radford Va 24141-1427 CITE: (I-353 SN013406) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd Ste 6, Kelly Afb, Texas 78241-6015 SUBJECT: 61--GEARBOX; APPL:J85 ENGINE --6105005535158 CNT F09603-94-G-0058SA06, F41608-95-R-46399 AMT $395,000 DTD 121196 TO Kollsman Inc, 220 Daniel Webster Highway, Merrimack Nh 03054-4844 CITE: (I-353 SN013411) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--REGULATOR, VOLTAGE SOL SP0430-96-Q-BS01 CNT SP0430-97-M-P471 AMT $67,150.00 LINE 0001 DTD 121896 TO Reliance Electric Co Kato engineering Div 2075 Howard Dr P.O.Box 8447 mankato MN 56002-8447 CITE: (I-354 SN013529) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--REPEATER, SYNCHRO TA SOL SP0430-97-Q-P040 CNT SP0430-97-M-P485 AMT $27,523.00 LINE 0001 DTD 121896 TO Sperry marine Inc 1070 Seminole Trl Charlottesville VA 22901-2891 CITE: (I-354 SN013533) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--PANEL, POWER DISTRIBUTION SOL SP0430-96-R-1145 CNT SP0430-97-C-5110 AMT $201,025.00 LINE 0001 DTD 121396 TO Rotair Industries, Inc. 964 Crescent Avenue Bridgeport, CT 06607 CITE: (I-354 SN013666) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, DIRECT CURRENT SOL SP0430-97-Q-P022 CNT SP0430-97-M-P386 AMT $51,051.42 LINE 0001 DTD 121396 TO ITT Fluid Technology Corp ITT Aerospace Controls Div 28150 Industry Dr Valencia CA 91355 CITE: (I-354 SN013687) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR DIRECT CURRENT SOL SP0430-96-Q-BR23 CNT SP0430-97-M-P390 AMT $72,979.00 LINE 0001 THROUGH 0002 DTD 121396 TO Motor technology Inc 2796 Culver Ave Dayton OH 45429-3724 CITE: (I-354 SN013690) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, ALTERNATING CURRENT SOL SP0430-96-R-2559 CNT SP0430-97-C-5116 AMT $117,500.00 LINE 0001 DTD 121396 TO E-Systems Inc Montek Div 2268 S 3270 W Salt Lake City UT 84119 CITE: (I-354 SN013695) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--ARMATURE, MOTOR SOL SP0430-96-R-0883 CNT SP0430-97-M-P359 AMT $37,644.16 LINE 0001AA THROUGH 0001AC DTD 121496 TO Lucas Aerospace Power Equipment Corp 777 Lena Dr Aurora OH 44202 CITE: (I-354 SN013696) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, MOTOR SOL SP0430-96-Q-BG37 CNT SP0430-97-M-P387 AMT $39,014.32 LINE 0001 THROUGH 0002 DTD 121396 TO Gec-Marconi Aerospace Inc 110 Algonquin Pky Whippany NJ 07981-1640 CITE: (I-354 SN013698) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--LOGIC CONTROLLER POC M. Klose CNT N00406-97-C-4024 AMT $103,925 LINE N/A DTD 121296 TO eaton corporation specific industry control 4265 north 30th street milwaukee wi 53216 CITE: (I-354 SN013902) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--CABLE POC R. Jacobson CNT N00406-97-M-2732 AMT $44,538 LINE N/A DTD 121796 TO custom datacom p o box 1858 242 butler st westbury ny 11590-9058 CITE: (I-354 SN013903) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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--POWER SUPPLY POC R. Jacobson CNT N00406-97-M-E683 AMT $70,690 LINE N/A DTD 121896 TO transistor devices inc 85 horsehill road cedar knolls nj 07927 CITE: (I-354 SN013904) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 61--POWER DISTRIBUTION EQUIPMENT SOL 7FXI-E5-96-6109-3 POC Kay Nelson 817 978-2491 CNT GS07F9402G AMT $500,000.00 DTD 120596 TO Efi electronics 2415 S 2300 W Salt Lake City, UT 84119 CITE: (I-354 SN013959) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 61--POWER DISTRIBUTION EQUIPMENT SOL 7FXI-E5-96-6109-3 POC Sheila Brannan 817 978-8421 CNT GS07F9415G AMT $125,000.00 DTD 121696 TO Christi automotive products 2851 McGaw Irvine, CA 92714 CITE: (I-354 SN013963) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste #7, Bldg 171, Kelly Afb, Texas 78241-6426 SUBJECT: 62--CTRL LIGHT, VARIOUS NSN, QTY, P/N. --6220012128771 CNT F41608-96-D-1048, F41608-95-R-23738 AMT $93,768 DTD 121196 TO Aerospace Avionics Inc, 1000 Macarthur Memorial Hwy, Bohemia Ny 11716-0000 CITE: (I-353 SN013387) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--FLASHLIGHT SOL SP0441-97-Q-R131 CNT SP0441-97-M-T835 AMT $28,674.00 LINE 0001 THROUGH 0003 DTD 111996 TO Divers Den 4833 E. business Hwy 98 P. O. Box 10606 Panama City, FL 32404-1606 CITE: (I-353 SN013500) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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, MARKER, GROUND SOL SP0411-97-R-0315 CNT SP0411-97-C-5117 AMT $152,496.40 LINE 0001 DTD 121396 TO The Brinkmann corporation DBA/brinkmnn lighting products, Inc 1204 W. 27TH Street Kansas City, Jackson cty, Mo 64108- CITE: (I-354 SN013691) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 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--ADJUSTMENT ASSEMBLY. SOL SP0440-96-R-2597 CNT F09603-95-G-0002-TY93 AMT $144,450.00 LINE 0001AA THROUGH 0001AF DTD 121896 TO Smiths Industries Aerospace and Defense Systems Inc. Grand Rapids Div 4141 Eastern Ave SE Grand Rapids MI 49518-8727 CITE: (I-353 SN013507) [Commerce Business Daily: Posted December 18, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--PRISM, OPTICAL INSTRUMENT SOL SP0440-96-Q-HY33 CNT SP0440-97-M-X716 AMT $58,750.00 LINE 0001 DTD 121896 TO E R precision optical Corp 3442 Parkway center CT Orlando FL 32808 CITE: (I-353 SN013510) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--METER MOVEMENT SOL SP0440-97-Q-T297 CNT SP0440-97-M-X708 AMT $40,548.20 LINE 0001 THROUGH 0002 DTD 121896 TO Eur-Pac Corp 132 Sutton St Brooklyn NY 11222-3732 CITE: (I-354 SN013524) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 66--TEST SET SUBASSEMBLY SOL SP0920-96-Q-A164 CNT SP0920-97-M-0937 AMT $42,050.00 LINE 0001AA THROUGH 0001AC DTD 121796 TO Giga-tronics Inc 4650 Norris Canyon Rd San ramon CA 94583-1320 CITE: (I-354 SN013584) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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 QUANTITY SOL SP0440-96-Q-H540 CNT SP0440-97-M-X542 AMT $36,575.00 LINE 0001AA THROUGH 0002AB DTD 121396 TO Simmonds Precision Products Inc 100 Panton Rd Vergennes VT 05491-8801 CITE: (I-354 SN013662) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--THERMOCOUPLE ASSY, E SOL SP0440-96-R-2563 CNT SP0440-97-C-0118 AMT $25,556.70 LINE 0001 DTD 121396 TO Thermocontrol Inc 5728 Hartsdale Dr Houston TX 77036-2112 CITE: (I-354 SN013669) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 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 QUANTITY SOL SP0440-96-R-3193 CNT SP0440-97-C-0126 AMT $43,056.00 LINE 0001 THROUGH 0002 DTD 121396 TO Simmonds Precision Products Inc 100 Panton Rd Vergennes VT 05491-8801 CITE: (I-354 SN013693) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 69--Training Aids and Devices OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 69--TARGET FRAME, COMBINATION CNT SP0450-97-M-K482 AMT $52,192.70 LINE 0001 DTD 121396 TO A G H Industries P O Box 1852 7420 Whitehall Fort Worth TX 76118-6426 CITE: (I-354 SN013653) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Social Security Administration, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696 SUBJECT: 70--CONSOLIDATED LAN MAINTENANCE CNT SSA 600-97-28910 AMT $3,974,881.00 DTD 121896 TO Unisys Corporation, 8008 Westpark Dr, McLean, Virginia 22102 CITE: (I-354 SN013736) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: DHHS/PSC/ADP Acquisitions Branch Parklawn Bldg., Room 5-95, 5600 Fishers Lane, Rockville, MD 20857 SUBJECT: 70--LAN/PC SUPPORT SERVICES FOR SAMHSA POC Naomi Haney, Contract Specialist; Jacqueline R. Jones, Contracting Officer CNT 213-97-0001 AMT $3,680,137 LINE N/A DTD 112996 TO Hi-Tech International, Inc., 2800 Shirlington Road, Suite 1001, Arlington, VA 22206 CITE: (I-354 SN013871) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 70--SOFTWARE LICENSE & TECH SUPPORT POC R. O'Donnell CNT N00406-97-M-E828 AMT $3,140 LINE N/A DTD 121996 TO remedy corporation 1505 salado dr mountain view ca 94043 CITE: (I-354 SN013905) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 73--FOOD SERVICE EQUIPMENT SOL 7FXG-Y8-95-7354-B POC Jo Ann Stanley 817 978-2505 CNT GS07F8875G AMT $1,782,308.00 DTD 030596 TO Somat corporation C/O Eagle Marketing Group P.O. Box 681837 CITE: (I-354 SN013923) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 73--FOOD SERVICE EQUIPMENT SOL 7FXG-Y8-95-7354-B POC Jo Ann Stanley 817 978-2505 CNT GS07F8880G AMT $125,000.00 DTD 030496 TO National conveyor Corp. C/O Eagle Marketing Group P.O. Box 681837 CITE: (I-354 SN013924) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 73--FOOD SERVICE EQUIPMENT SOL 7FXG-Y8-95-7354-B POC Jo Ann Stanley 817 978-2505 CNT GS07F9354G AMT $276,000.00 DTD 030496 TO CNC company P.O. Box 658 3541 rockbridge Rd. avondale estates, GA 30002 CITE: (I-354 SN013925) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 73--FOOD SERVICE EQUIPMENT SOL 7FXG-Y8-95-7354-B POC Jo Ann Stanley 817 978-2505 CNT GS07F8880G AMT $125,000.00 DTD 030496 TO National conveyor Corp. C/O Eagle Marketing Group P.O. Box 681837 Houston, TX 77268 CITE: (I-354 SN013955) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 73--FOOD SERVICE EQUIPMENT SOL 7FXG-Y8-95-7354-B POC Jo Ann Stanley 817 978-2505 CNT GS07F8875G AMT $1,782,308.00 DTD 030596 TO Somat corporation C/O Eagle Marketing Group P.O. Box 681837 Houston, TX 77268-1837 CITE: (I-354 SN013956) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES; TOYSAND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Robert F. Zentell 817 978-8654 CNT GS07F9339G AMT $453,000.00 DTD 112796 TO Montgomery marketing, Inc. P.O. Box 241367 Montgomery, AL 36124-1367 CITE: (I-354 SN013926) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES; TOYSAND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Margaret Evans, 817 978-8646 CNT GS07F9387G AMT $384,000.00 DTD 120596 TO Willpower equipment, Inc. 13320=33RD Ave. N Plymouth, MN 55441 CITE: (I-354 SN013927) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES; TOYSAND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Kellie Stoker 817 978-8655 CNT GS07F9394G AMT $125,000.00 DTD 120996 TO Icarian fitness equipment 12660 branford St. Sun Valley, CA 91352 CITE: (I-354 SN013928) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES; TOYSAND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Kellie Stoker 817 978-8655 CNT GS07F9392G AMT $125,000.00 DTD 120296 TO Crown gym MATS, Inc. 27 West 929 industrial Ave. Barrington, IL 60010 CITE: (I-354 SN013929) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC & RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES; TOYS AND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Kellie Stoker 817 978-8655 CNT GS07F9393G AMT $125,000.00 DTD 120496 TO Dillards Government Sales Div. dillards marine & sportws 113-B E. Shockley ferry Rd. Anderson, SC 29624 CITE: (I-354 SN013960) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES; TOYSAND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Robert F. Zentell 817 978-8654 CNT GS07F9316G AMT $125,000.00 DTD 101296 TO First fitness equipment, Inc. 841 southway circle Fort Worth, TX 76115 CITE: (I-354 SN013962) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS & HOBBIES; TOYS AND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT AND SUPPLIES SOL 7FXG-J3-96-7802-B POC Kellie Stoker 817 978-8655 CNT GS07F9398G AMT $125,000.00 DTD 120996 TO Five seasons sports 145 monticello Rd. pawtucket, RI 02861 CITE: (I-354 SN013964) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 78--Recreational and Athletic Equipment OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 78--ATHLETIC & RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES, TOYS AND PRESCHOOL AIDS AND THEATRICAL EQUIPMENT & SUPPLIES SOL 7FXG-J3-96-7802-B POC Sharon Strohecker 817 978-8381 CNT GS07F9404G AMT $125,000.00 DTD 120596 TO Sportables scoreboards P.O. Box 1480 Murray, KY 42071 CITE: (I-354 SN013966) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives OFFADD: GSA Acquisition Division 400 15TH Street S.W. Auburn, WA 98001-6599 SUBJECT: 80--POLYTHIOETHER SEALING COMPOUND SOL TFTP-96-AB-8365 POC Sharon Flannery 206 931-7898 CNT GS-10F-40662 AMT $294,934.00 DTD 120496 TO Courtaulds Aerospace (ASC-DALLAS) grand praire, TX 75050 CITE: (I-354 SN013973) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--CLOTH, SATIN, GLASS, 2.89 OZ MIN TO 3.25 OZ MAX SOL SP0100-97-Q-4014 CNT SP0100-97-M-EA85 AMT $93,846.61 LINE 0001AB DTD 121296 TO Trevarno Division hexcel Corp. P. O. Box 608 Lancaster, Ohio 43130 CITE: (I-354 SN013639) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--CLOTH, BALLISTIC NYLON, WATER-REPELLENT POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942 CNT 1PI-C-2887-97 AMT $283,840 LINE 0001-0005 DTD 120996 TO NATIONAL DYE WORKS, INC., PO BOX 3 ROUTE #1, LYNCHBURG, SC 29080 CITE: (I-354 SN013810) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 83--TWILL FABRIC POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942 CNT 1PI-C-2901-97 AMT $277,440 LINE 0001 DTD 121696 TO Atlantic Textiles, 2934 PACIFIC AVE, Longport, NJ 08403 CITE: (I-354 SN013812) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--BAG, WATERPROOF, CLOTHING SOL SP0100-96-R-0039 CNT SP0100-97-C-4006 AMT $1,070,211.60 LINE 0001AA DTD 121896 TO Wirt inflatable specialists Inc Pike St P.O.Box 1325 Elizabeth WV 26143-9369 CITE: (I-354 SN013553) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--GLOVE SHELLS, RADIOACTIVE CONTAMINANTS CNT SP0100-97-C-5013 AMT $52,536.60 LINE 0001AA THROUGH 0001BA DTD 121296 TO I S a Corp 3540 Brooks St N P.O.Box 4370 Salem OR 97302 CITE: (I-354 SN013638) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--SHIRT, WOMAN'S, OPEN NOTCH COLLAR, CNT SP0100-97-M-CA57 AMT $37,305.60 LINE 0001AA THROUGH 0004AA DTD 121296 TO Macon Apparel Corp 2760 N Main St Madisonville KY 42431 CITE: (I-354 SN013640) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--X-LARGE CNT SP0100-96-C-4032 AMT $27,286.22 LINE 0006AA DTD 121796 TO Lajas Industries Inc 65 of infantry Ave no 109 S lajas PR 00667 CITE: (I-354 SN013713) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102 SUBJECT: 84--WORK GLOVES SOL 7FXG-R4-96-8436-S POC Nan Martin 817 978-2801 CNT GS07F90920 AMT $214,378.00 DTD 120996 TO Carolina glove Co. P.O. drawer 820 newton, NC 28658 CITE: (I-354 SN013961) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--PLASTIC MATERIAL, CELLULAR SOL SP0441-97-Q-R230 CNT SP0441-97-M-T682 AMT $73,872.00 LINE 0001 THROUGH 0003 DTD 121896 TO Crest-Foam Corp 100 Carol Pl Moonachie NJ 07074-1304 CITE: (I-354 SN013521) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--PLASTIC MATERIAL, CELLULAR SOL SP0441-97-Q-R075 CNT SP0441-97-M-T681 AMT $32,319.00 LINE 0001 DTD 121896 TO Crest-Foam Corp 100 Carol Pl Moonachie NJ 07074-1304 CITE: (I-354 SN013527) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--SORBENT, OIL SOL SP0441-97-Q-R253 CNT SP0441-97-M-T686 AMT $84,815.25 LINE 0001 THROUGH 0003 DTD 121896 TO M and I supply Inc 1018 windward Ridge pky P.O.Box 1127 Alpharetta GA 30239-1127 CITE: (I-354 SN013532) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--PLASTIC SHEET, PRESS SOL SP0441-97-Q-R301 CNT SP0441-97-M-T432 AMT $53,200.00 LINE 0001 THROUGH 0002 DTD 121396 TO S A R C O P.O. Box 893 Voorhees, n.j. 08043 CITE: (I-354 SN013672) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--SORBENT, OIL SOL SP0441-97-Q-R296 CNT SP0441-97-M-T640 AMT $82,825.00 LINE 0001 THROUGH 0002 DTD 121396 TO M and I supply Inc 1018 windward Ridge pky P.O.Box 1127 Alpharetta GA 30239-1127 CITE: (I-354 SN013689) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 SUBJECT: 99--HIGH POWER (14KW) LASER SYSTEM POC Omar Ali, Contract Specialist, (301) 394-1048, Kathleen M. Tennant, Contracting Officer, (301) 394-3439. CNT DAAL01-97-C-0063, DAAL01-96-R-9852 AMT $701,421.00 LINE 0001-0003 DTD 121696 TO Convergent Energy System, Inc., 300 Pleasant Valley Road, South Windsor, CT 06074 CITE: (I-354 SN013774) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212 SUBJECT: 99--CONTRACTOR OPERATED CIVIL ENGINEERING SUPPLY STORE POC Contracting Officer, Fran L. Cass; Contract Specialist Jo Escalera,(619)532-2558 CNT N00244-97-D-5076 awarded to CC Distributors Inc. for a base year and two option years AMT $3,910,382.83 DTD 121096 TO CC Distributors Inc., 210 McBride Lane, P.O. Box 9153, Corpus Christi, TX 78469-9153 CITE: (I-354 SN013832) [Commerce Business Daily: Posted December 19, 1996] [Printed Issue Date: December 23, 1996] PART: SPECIAL NOTICES SUBJECT: TEMPORARY--SUSPENSION OF SERVICE DUE TO OVERDUE BILL FOR THE CBD PRINTING FEE DESC: Effective January 13, 1997, the following Contracting Offices will not be allowed to publish notices in the Commerce Business Daily (CBD) because they have not paid their overdue bills for the month of September for the CBD Printing Fee. GPO221002, ADMINISTRATIVE OFFICE OF THE US COURTS, OFSAS-CD-CB, WASHINGTON, DC 20544 GPO221003, ADMINISTRATIVE OFFICE OF THE U.S. COURTS, TECHNOLOGY POLICY, PLANNING & ACQUISITION OFFICE, ONE COLUMBUS CIRCLE, NE, SUITE 3-170, WASHINGTON, DC 20544 GPO341092, USDA, NATURAL RESOURCES CONSERVATION SERVICE, 2121-C 2ND ST., STE. 107, DAVIS, CA 95616-5475 GPO341125, USDA, NATURAL RESOURCES CONSERVATION SERVICE, ONE CREDIT UNION PLACE, SUITE 340, HARRISBURG, PA 17110-2993 GPO341160, CONTRACTING OFFICER, COCONINO NATIONAL FOREST, 2323 E GREENLAW LANE, FLAGSTAFF, AZ 86004-1890 GPO341196, USDA FOREST SERVICE, PIKE & SAN ISABEL NATIONAL FOREST, CIMARRON & COMANCHE NATIONAL GRASSLANDS, 1920 VALLEY DR., PUEBLO, COLORADO 81008-1797 GPO361034, DEFENSE INTELLIGENCE AGENCY, BUILDING 6000, BOLLING AFB, WASHINGTON, DC 20340-3084 GPO361066, DCMC TWIN CITIES, 3001 METRO DRIVE, BLOOMINGTON, MN 55425-1573 GPO362013, DOD/DLA/DEFENSE NATIONAL STOCKPILE CENTER, DIRECTORATE OF STOCKPILE CONTRACTS, 8725 JOHN J KINGMAN ROAD STE 3339, FT BELVOIR VA 22060-6223 GPO362505, DEFENSE SUPPLY SERVICE-WASHINGTON, 5200 ARMY PANTAGON, WASHINGTON, D.C. 20310-5200 GPO371023, DIRECTORATE OF CONTRACTING, WALTER REED ARMY MEDICAL CENTER, WASHINGTON,D.C. 20307-5000 GPO371034, HEADQUARTERS, MILITARY TRAFFIC MANAGEMENT COMMAND, ATTN: JOINT TRAFFIC MANAGEMENT OFFICE (MTTM-D), ROOM 117, MR. FRANK LAMM, 5611 COLUMBIA PIKE, F GPO371035, USA GARRISON FORT BELVOIR, DIRCTRT OF CONTRACTING, 9410 JACKSON LOOP STE101, FT BELVOIR VA 22060-5134 GPO371045, DA FORT MYER MILITARY COMMUNITY, DIRECTORATE OF CONTRACTING, 204 LEE AVENUE, FORT MYER VA 22211-1199 GPO371087, US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL 61299-6000 GPO371105, DIRECTORATE OF CONTRACTING, BLDG 606, IOWA AVENUE, P. O. BOX 140, FT LEONARD WOOD MO 65473-0140 GPO371137, U.S. ARMY ENGINEER DISTRICT, SF, COE, ATTN: CESPN-CT, 333 MARKET ST. RM.704, SAN FRANCISCO CA 94105-2197 GPO371149, WALLA WALLA DIST, CORPS OF ENG, WALLA WALLA WA 99362-1876 GPO371155, CHIEF, WIESBADEN REGIONAL CONTRACTING CENTER, ATTN: AEUCC-C-AIA, CMR 410,BOX 744, APO AE 09096 GPO371195, CONTRACTING DIVISION, ATTN: AMCPM-RMA, ROCKY MOUNTAIN ARSENAL , COMMERCECITY CO 80022-1748 GPO371209, DIRECTORATE OF CONTRACTING, ATZC-DOC, 1733 PLEASONTON ROAD, FORT BLISS, TX 79916-6816 GPO371248, DIRECTORATE OF CONTRACTING, ANME-OC, BLDG 4216, FORT MEADE MD 20755-5081 GPO371264, CORPUS CHRISTI ARMY DEPOT, DIRECTORATE OF CONTRACTING, 308 CRECY STREET BLDG 129 STOP 7, CORPUS CHRISTI TX 78419-5260 GPO371267, DIRECTORATE OF CONTRACTING, ATTN: ATZS-DKO-I, P.O. BOX 12748, FORT HUACHUCA, AZ 85670-2748 GPO371296, COMMANDER, USAIC&FH, ATTN: ATZS-TPT, FORT HUACHUCA, AZ GPO371312, PANTEX PLANT, AMARILLO, TEXAS GPO381059, COMMANDER, MARINE CORPS SYSTEMS COMMAND, CODE CTC, WASHINGTON DC 20380-1775 GPO381082, OFFICE OF NAVAL RESEARCH, 800 NORTH QUINCY STREET, ARLINGTON, VA 22217-5660 GPO381129, OFFICER IN CHARGE OF CONSTRUCTION, COASTAL SYSTEMS STATION, DAHLGREN DIVIION, 6703 WEST HIGHWAY 98, SUITE 126, PANAMA CITY, FLORIDA 32407-7001 GPO381177, CONTRACTS & PROCUREMENT DIVISION, CONTRACTS BRANCH, CODE 643, 1000 23RD AVENUE, PORT HUENEME, CA 93043-4301 GPO381204, FLEET & INDUSTRIAL SUPPLY CENTER, PUGET SOUND, CODE 200, 467 W STREET, BREMERTON, WA GPO381237, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 ROBBINS AVE., BLDG. 2B., PHILADELPHIA, PA 19111-5084 GPO381249, DEFENSE CONTRACT MANAGEMENT COMMAND, 100 PLASTICS AVENUE, PITTSFIELD MA 01201 GPO381271, COMMANDING OFFICER, NAVY PUBLIC WORKS CENTER, CODE 861, PURCHASE BRANCH,PEARL HARBOR, HAWAII 96860-5470 GPO381292, NISE EAST CHARLESTON, CONTRACTS DIVISION, 4600 MARRIOTT DR., N. CHARLESTON, S.C. 29406-6504 GPO381334, DEPARTMENT OF THE NAVY, SOUTHWEST DIVISION, NAVAL FACILITIES ENGINEERINGCOMMAND, OFFICER IN CHANGE OF CONSTRUCTION-LOS ANGELES AREA, NAVAL WEAPONS STATION, BUILDING 230 (WEST WING), SEAL BEACH, CA 90740-5000 GPO381337, OFFICER IN CHARGE OF CONSTRUCTION, CODE ROIC.BZ, BLDG. 504, NAVAL AIR FACILITY, EL CENTRO, CA 92243-5008 GPO381356, PURCHASING AND CONTRACTING BRANCH, 2010 HENDERSON RD., QUANTICO, VA 22134-5045 GPO381390, NAVY EXPERIMENTAL DIVING UNIT, 321 BULLFINCH RD. PANAMA CITY, FL. 32407-7015 GPO381395, OFFICER IN CHARGE OF CONSTRUCTION, 4600 BELLEAU AVE., SAN DIEGO, CA 92140-5396 GPO381422, MARINE FORCES RESERVE REGIONAL CONTRACTING OFFICE, 4400 DAUPHINE STREET,ROOM 306, NEW ORLEANS LA 70146-5400 GPO381442, DEPARTMENT OF THE NAVY, ROOSEVELT ROADS NAVAL STATION, BUILDING 1205, CEIBA, PUERTO RICO 00735 GPO381458, MWR DEPT. BLDG 100, CODE N9216, NAVSTA INGLESIDE, TX 78362 GPO391243, HQ AMC/DOKAI, 402 SCOTT DR, UNIT 3A1, SCOTT AFB IL 62225-5302 GPO391264, OPERATIONAL CONTRACTING DIVISION, 127 FW/LGC, 29553 GEORGE AVENUE - BLDG303, ROOM 114, SELFRIDGE ANG BASE MI 48045-5399 GPO391292, 35TH CONTRACTING SQUADRON/LGCV, UNIT 5201, APO AP 96319-5201 GPO391307, INDIANA AIR GUARD, OPERATIONAL CONTRACTING OFFICE, 970 S. PETERCHEFF STREET, TERRE HAUTE, INDIANA 47803-5055 GPO391375, DET 1, 15 SPTG/SVXA, 515 TINKER RD, WAIMANALO, HI 96795 GPO414017, NATIONAL INSTITUTES OF HEALTH; OFFICE OF PURCHASING AND CONTRACTS, OPM/OD; 6006 EXECUTIVE BLVD., SUITE 311, ROCKVILLE, MD 20892-7058 GPO416803, SUBSTANCE ABUSE AND MENTAL HEALTH SERVICES ADMINISTRATION, OFFICE OF PROGRAM SERVICES, DIVISION OF CONTRACTS MANAGEMENT, 5600 FISHERS LANE, ROCKWA GPO416848, NATIONAL INSTITUTE ON DRUG ABUSE DIVISION OF INTRAMURAL RESEARCH PO BOX 5180 BALTIMORE, MD 21224-0180 GPO431155, BUREAU OF INDIAN AFFAIRS, BRANCH OF ROADS, CONSTRUCTION/HEAVY EQUIPMENT UNIT (CHEU), PO BOX 1983, FARMINGTON, NEW MEXICO 87499 GPO431175, 324 SOUTH STATE STREET, P.O. BOX 45155, SALT LAKE CITY, UT 84145-0155 GPO451006, WOODLAND JOB CORPS CENTER, 3300 FORT MEADE ROAD, LAUREL, MARYLAND 20724 GPO471002, UNITED STATES DEPARTMENT OF STATE, DIPLOMATIC TELECOMMUNICATIONS SERVICE-PO, 3920 PENDER DRIVE, FAIRFAX CENTER, VA 22030 GPO481013, DEPARTMENT OF THE TREASURY (2024), FEDERAL LAW ENFORCEMENT TRAINING CENTER, ADMINISTRATION DIVISION, 1300 W. RICHEY AVENUE, ARTESIA, NM 88210 GPO482002, DEPARTMENT OF THE TREASURY (DY) - US CUSTOMS SERVICE, FIELD PROCUREMENT SVCS. GROUP, 6026 LAKESIDE BLVD., INDIANAPOLIS IN 46278 GPO491060, FEDERAL HIGHWAY ADMINISTRATION, 610 EAST FIFTH STREET, VANCOUVER, WA 98661-3893 GPO491108, U.S. COAST GUARD ISC, FACENG/CAB, PO BOX 195025, KODIAK, AK 99619-5025 GPO491116, COMMANDER, USCG MAINTENANCE & LOGISTICS COMMAND ATLANTIC (VPL) 300 EAST MAIN STREET TOWER, NORFOLK, VA 23510-9102 GPO491117, DOT, MARITIME ADMINISTRATION, RM 7324, 400 7TH ST., S.W. WASHINGTON, DC 20590-0001 GPO645080, LOCKHEED MARTIN ENERGY SYSTEMS, INC., P.O. BOX 628, PIKETON, OHIO 45661 GPO656019, U.S. ENVIRONMENTAL PROTECTION AGENCY, ACQUISITION SECTION (MCC-10J) 77 W.JACKSON, CHICAGO, IL 60604 GPO682008, GENERAL SERVICE ADMINISTRATION, PBS,,BUSINESS SERVICE CENTER,26 FEDERAL PLAZ A,RM18-130,NEW YORK,NY 10278 GPO682180, GENERAL SERVICES ADMINISTRATION, SOUTH PROPERTY MANAGEMENT CENTER, FEDERAL BUILDING 3, SUITE 1033, 4700 SILVER HILL ROAD SUITLAND, MARYLAND 20746 GPO682186, GENERAL SERVICES ADMINISTRATION, 450 GOLDEN GATE AVE (9PMFC), 4TH FLOOR, SAN FRANCISCO, CA 94102-3434 GPO751082, LOCKHEED MARTIN SPACE INFORMATION SYSTEMS, MARINA PLAZA, SUITE 500, 2450SOUTH SHORE BLVD., P.O. BOX 58487, HOUSTON, TEXAS 77258 GPO802001, SMALL BUSINESS ADMINISTRATION, 409 3RD ST. SW, WASHINGTON, DC 20416 GPO823001, U.S. INFORMATION AGENCY, GENERAL SERVICES BRANCH, 301 4TH ST., SW, RM. 101, WASHINGTON, DC 20547 GPOFRN334, INTERNATIONAL PROCUREMENT OFFICE, NIPPON TELEGRAPH AND TELEPHONE CORPORATION, MARUKINBANCHO BLDG. 6F, 6-28 ROKUBANCHO-CHIYODA-KU, TOKYO 102 JAPAN GPOLAB012, JOANNE TRUJILLO, SANDIA NATIONAL LABORATORIES, TECHNOLOGY PARTNERSHIPS AND COMMERCIALIZATION, P.O. BOX 5800-MS 1380 GPOLAB014, LOS ALAMOS NATIONAL LABORATORY, MAIL STOP C334, P.O. BOX 1663, LOS ALAMOS, NM 87545 GPOMSC011, ON-SITE INSPECTION AGENCY, WASHINGTON, DC 20041- 0498 GPOMSC141, ALLIED SIGNAL INC., KANSAS CITY DIVISION, P.O. BOX 419159, KANSAS CITY, MO 64141-6159 GPOMSC269, MAX M. COLE, BUREAU DIRECTOR, PROGRAM UTILIZATION, DIVISION OF MEDICAID,SUITE 801, ROBERT E. LEE BUILDING, 239 NORTH LAMAR STREET, JACKSON, MS 39201-1399 GPOMSC276, GUAM WIC PROGRAM, P.O. BOX 2816, AGANA,GU 96932 GPOPFO025, US PROPERTY & FISCAL OFFICE-NY, ATTN: MNPF-PC, 330 OLD NISKAYUNA ROAD, LATHAM NY 12110-2224 GPOPFO038, USPFO FOR MISSOURI, PURCHASING AND CONTRACTING, 7101 MILITARY CIRCLE, JEFFERSON CITY, MO 65101-1200 GPOPFO039, USPFO LOUISIANA, BLDG 39 ROOM 212 DLS P, JACKSON BARRACKS, NEW ORLEANS LA70146 Background: For approximately 45 years the Commerce Business Daily (CBD) provided free printing services to agencies. During this period, printing expenses were paid with appropriated funds. Beginning October 1, 1995 the CBD no longer received appropriated funds. Agencies are now charged a fee for printing services. The cost is $5 per each notice submitted electronically and $18 per each notice submitted in manuscript form. The U.S. Government Printing Office has reported that the Contracting Offices listed in this notice have not paid their overdue bills for the CBD Printing Fee. We understand that the bills are overdue by at least 60 days. Recently, these offices were notified by phone and fax of their overdue bills. The CBD staff understands that the temporary suspension of service may interrupt the schedule for a contract action. However, the CBD program is funded through the Printing Fee, and all organizations must pay their bills accordingly. The billings and payments for the Printing Fee are managed by the U.S. Government Printing Office. Their phone numbers are (800) 567-8476 or (202) 512-2083. CITE: (W-354 SN013837)