[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 214.2, Greenbelt, MD 20771 SUBJECT: A -- RELEASE OF DRAFT DOCUMENTS FOR THE ANTICIPATED PROCUREMENT OF THE GEOSTATIONARY OPERATIONAL ENVIRONMENTAL SATELLITE (GOES) N-Q SPACECRAFT SOL N/A POC Sandra Marshall, Contracting Officer, (301) 286-9228. DESC: Geostationary Operational Environmental Satellite (GOES) N-Q Spacecraft -- This is a solicitation for information and planning purposes. The NASA Goddard Space Flight Center intends to make available a preliminary Statement of Work, Performance Specifications, Contract Data Requirements, and Instrument Interface Control Documents on December 18, 1996. The objective of this release is to allow industry the opportunity to verify the reasonableness and feasibility of the requirements, as well as to promote competition. Prospective offerors are invited to submit comments for any possible improvements to the Statement of Work or more effective approaches to the Government's requirements. This preliminary information is being made available for planning purposes only, subject to FAR Clause 52.215-3, entitled "Solicitation for Information or Planning Purposes." It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract. This procurement is subject to review or cancellation at any time. The preliminary documents described in this notice constitute all information concerning the GOES spacecraft procurement that will be furnished at this time. A draft Request for Proposal (RFP) will be released at a later date. Firms interested in obtaining a hardcopy of this preliminary request must submit a request, in writing, to Sandra Marshall, Code 214.2, NASA/GSFC, Greenbelt, Maryland 20771. The GSFC desires to meet with potential prime offerors in late January, to discuss their capabilities in performing these requirements and to get further insight into submitted comments on the draft documents being released in this notice. Potential prime contractors who desire to take advantage of this opportunity must submit a 6-10 page capability statement demonstrating their relevant experience, familiarity with the appropriate technology, experienced personnel, and plant facilities/equipment. Interested firms are requested to submit any comments and suggestions on the preliminary documents, along with their capability statement, by January 15, 1997 to the address cited above. The anticipated release date for the official solicitation is in March 1997. It is the Offeror's responsibility to monitor the NASI/World Wide Web for solicitation release as the solicitation will be released as soon as practicable. CITE: (I-347 SN011753) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Office of Naval Research, 800 North Quincy Street, Arlington, VA 22217-5660 SUBJECT: A -- ADVANCED MULTIFUNCTION PF SYSTEM SOL N00014- POC Dr. Mun Won Fenton (703) 696-2602. DESC: The Advanced Multifunction RF System (AMFRS) BAA that appeared in the CBD announcement on December 2, 1996 (announcement #BAA 96-023) has been released mistakenly. This BAA was previously announced on October 2, 1996. Although we are accepting white papers for the BAA now, we do not have any additional funding to fund any white papers received as a result of the announcment # BAA 96-023 on 2 December 1996. The white papers from the original October CBD announcement have been revewed and full proposals have been requested. CITE: (I-348 SN011921) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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 -- INTEGRATED COMBAT WEAPON SYSTEM INTEGRATED LOGISTICS SUPPORT SOL N61331-97-Q-0001 DUE 122696 POC Don Mcmanus, Purchasing Agent, (904)235-5795 Mark Ross, Contracting Officer, (904)235-5624. DESC: The Coastal Systems Station, Dahlgren Division, NSWC, Panama City, FL intends to contract with TRISTAR ENGINEERING, Bedford, IN for the Logistics Support and Test and Evaluation support for the PMS-407 Integrated Combat System, Anticipated contract type is Firm-Fixed Price. Due to urgency requirement award will be made prior to time indicated in Note 22. Note 22 applies. CITE: (I-348 SN011956) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U.S. Army Engineer Waterways Experiment Station, Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, MS 39180 SUBJECT: A--BROAD AGENCY ANNOUNCEMENT FOR EXPERIMENTAL, DEVELOPMENT, TEST AND BASIC AND APPLIED RESEARCH WORK. SOL N/A POC ERROR--NITA SHAW, 601-634-3747, E-MAIL :shawj@ex1.wes.army.mil DESC: The U.S. Army Engineer Waterways Experiment Station (WES) is issuing its Broad Agency Announcement (BAA) under the provisions of FAR 6.102(d)(2). This BAA covers research interests in the broad fields of hydraulics, dredging, coastal engineering, instrumentation, oceanography, remote sensing, earthquake engineering, soil effects, vehicle mobility, self-contained munitions, military hydrology, fixed camouflage, environmental impact, environmental engineering, geophysics, pavements, protective structures, aquatic plants, water quality, dredged material, treatment of hazardous waste, wetlands, computer science, telecommunications management and business automation, graphic arts and printing, library services, and records management. It is intended to cover, in a general nature, most research areas of interest to WES. The BAA will be available only through the internet on or about 20 December, 1996. Potential offerors may view and/or download the BAA and all amendments from the following internet address: http://ebs.wes.army.mil. LINK HTTP://TSN.WES.ARMY.MIL LINKDESC: EMAIL shawj@ex1.wes.army.mil EMAILDESC: CITE: (W-348 SN011973) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Commander, U.S. Army Engineer Waterways Experiment Station, Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, MS 39180 SUBJECT: A--BROAD AGENCY ANNOUNCEMENT FOR EXPERIMENTAL, DEVELOPMENT, TEST AND BASIC AND APPLIED RESEARCH WORK. SOL N/A POC NITA SHAW, 601-634-3747, e-mail: shawj@ex1.wes.army.mil DESC: This is to modify previous Submission No. 011973 to delete "POC ERROR" and correct internet address to "http://tsn.wes.army.mil" LINK http://tsn.wes.army.mil LINKDESC: EMAIL shawj@ex1.wes.army.mil EMAILDESC: CITE: (W-348 SN012044) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute of Standards and Technology, Acquisition & Assistance Division, Building 301, Room B117, Gaithersburg, MD SUBJECT: A -- IMPACT ASSESSMENT STUDY SOL 52SBNT7C1049 DUE 013097 POC Marsha Rodgers (301)975-6398 DESC: The National Institute of Standards and Technology (NIST) has a requirement from the National Telecommunications and Information Administration (NTIA) to procure services to conduct a study that consists of a comprehensive assessment of the impact of the grants funded during the first two years of the Telecommunications and Information Infrastructure Assistance Program (TIIAP). The study will also develop a mechanism for ongoing data collection and evaluation of TIIAP. Established under P.L. 103-317 as part of the Administration's National Information Infrastructure (NII) initiative, TIIAP is a competitive matching grant program which promotes the widespread and efficient use of advanced telecommunications services in the public and non-profit sectors to serve America's communities. The study will enable NTIA to examine its efforts in meeting program objectives and to prepare to accept and apply the results of ongoing, systematic evaluation of the program and the projects it supports. The objectives of the study are to gain the following: (1) an assessment of short term impacts of the 210 projects that have been funded by TIIAP in its first two years; (2) an examination of the potential for long-term impacts, including spillover effects to other communities, of the projects; (3) the development of a structured reporting system that will enable the program to collect relevant data and conduct ongoing analysis of the projects and their impacts; (4) an understanding of the current reach of the program, through profiling and analysis of the organizations that request application materials, the organizations that submit applications, and the organizations that are awarded grants; (5) the development of an ongoing feedback loop of valuable information that will assist the program's management in refining the program's policies and strategies; and (6) an increased understanding of the methods that can be used to evaluate the broad range of projects that the program supports.--The period of performance for the base contract shall be nine months from date of award. The contract shall contain four one-year option periods to extend the study for an assessment of the grants funded in FY 1996-1999 and related evaluation activities. --F.O.B. Destination, Washington, D. C.--Offeror's responses shall demonstrate that the team of personnel involved in the design, testing and implementation of this study have demonstrated past performance and knowledge of the following subjects: (1) program evaluation, (2) evaluation of information infracture projects, with particular emphasis on productivity and organizational change, and (3) public and non-profit sector organizations and services, (4) development and execution of survey instruments, (5) case study analysis, and (6) statistical analysis. In addition, the contractor and/or proposed subcontractors shall have the organizational capacity to complete the scope of work within the specified time frame. Responses shall contain sufficient documentation to establish a bonafide capability to fulfill the requirements.--All responsible sources may submit a proposal which shall be considered by the agency. Please request copies of the solicitation in writing by fax number (301)963-7732 or email contracts@nist.gov. See Numbered Note 26. CITE: (I-348 SN012061) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Institute of Standards & Technology, Acquisition & Assistance Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 SUBJECT: A -- IMPACT ASSESSMENT STUDY SOL 52SBNT7C1049 POC Marsha Rodgers (301) 975-6398 DESC: A -- IMPACT ASSESSMENT STUDY SOL 52SBNT7C1049 DUE 013097 POC Marsha Rodgers (301)975-6398 The National Institute of Standards and Technology (NIST) has a requirement from the National Telecommunications and Information Administration (NTIA) to procure services to conduct a study that consists of a comprehensive assessment of the impact of the grants funded during the first two years of the Telecommunications and Information Infrastructure Assistance Program (TIIAP). The study will also develop a mechanism for ongoing data collection and evaluation of TIIAP. Established under P.L. 103-317 as part of the Administration's National Information Infrastructure (NII) initiative, TIIAP is a competitive matching grant program which promotes the widespread and efficient use of advanced telecommunications services in the public and non-profit sectors to serve America's communities. The study will enable NTIA to examine its efforts in meeting program objectives and to prepare to accept and apply the results of ongoing, systematic evaluation of the program and the projects it supports. The objectives of the study are to gain the following: (1) an assessment of short term impacts of the 210 projects that have been funded by TIIAP in its first two years; (2) an examination of the potential for long-term impacts, including spillover effects to other communities, of the projects; (3) the development of a structured reporting system that will enable the program to collect relevant data and conduct ongoing analysis of the projects and their impacts; (4) an understanding of the current reach of the program, through profiling and analysis of the organizations that request application materials, the organizations that submit applications, and the organizations that are awarded grants; (5) the development of an ongoing feedback loop of valuable information that will assist the program's management in refining the program's policies and strategies; and (6) an increased understanding of the methods that can be used to evaluate the broad range of projects that the program supports.--The period of performance for the base contract shall be nine months from date of award. The contract shall contain four one-year option periods to extend the study for an assessment of the grants funded in FY 1996-1999 and related evaluation activities. --F.O.B. Destination, Washington, D. C.--Offeror's responses shall demonstrate that the team of personnel involved in the design, testing and implementation of this study have demonstrated past performance and knowledge of the following subjects: (1) program evaluation, (2) evaluation of information infracture projects, with particular emphasis on productivity and organizational change, and (3) public and non-profit sector organizations and services, (4) development and execution of survey instruments, (5) case study analysis, and (6) statistical analysis. In addition, the contractor and/or proposed subcontractors shall have the organizational capacity to complete the scope of work within the specified time frame. Responses shall contain sufficient documentation to establish a bonafide capability to fulfill the requirements.--All responsible sources may submit a proposal which shall be considered by the agency. Please request copies of the solicitation in writing by fax number (301)963-7732or email contracts@nist.gov. See Numbered Note 26. EMAIL Contracts@NIST.GOV EMAILDESC: CITE: (W-348 SN012086) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Cancer Institute, Research Contracts Branch, PCCS 6120 Executive Blvd, EPS/635, Bethesda, MD 20892-7226 SUBJECT: A -- PLCO CANCER SCREENING TRIAL-SCREENING CENTER SPECIAL STUDIES SOL SEE BELOW POC Susan K. Hoffman, Contracting Officer, 301-496-8603. DESC: The National Cancer Institute (NCI), Division of Cancer Prevention and Control, Early Detection Branch intends to negotiate with the Maimonides Medical Center, NY, N01-CN-25523; Georgetown University Medical Center, DC, N01-CN-25522; Henry Ford Hospital, MI, N01-CN-25512; Straub Pacific Health Foundation, HI, N01-CN-25515; Marshfield Medical Research & Education Foundation, WI, N01-CN-25518; University of Colorado Health Sciences Center, CO, N01-CN-25514; University of Minnesota, MN, N01-CN-25513; University of Pittsburgh, PA, N01-CN-25511; University of Utah, UT, N01-CN-25524 and Washington University, MO, N01-CN-25516 for the inclusion of new work under the current contracts. These are the Screening Centers under contract with the NCI for performance of the Prostate, Lung, Colorectal and Ovarian (PLCO) Screening Trial. Emerging issues which will affect NCIs ability to operationalize the findings of the PLCO Trial need to be investigated. These issues include but are not limited to quality of life, cost-effectiveness and test performance and other integral aspects of screening in large populations. Therefore, the statement of work has been modified to include performance of special studies which would determine quality of life, cost-effectiveness and test performance. Authority: 41 USC 253(c)(1), as set forth in FAR 6.302-1(a)1. No collect calls will be accepted See Numbered Note(s): 22. CITE: (I-348 SN012091) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: A--BROAD AGENCY ANNOUNCEMENT (PART 1 OF 3) SOL DAAE0797QBAA1 POC POC: Marlene Ross (810) 574-5273 DESC: This notice constitutes a Broad agency announcement (BA A) as authorized by 6.102(D)(2) and 35.016 of the feder AL acquisition regulation (FAR) which provides for the competitive selection of basic research proposals. beca use the BAA is a solicitation, there will be no formal Request for Proposals or further solicitations regardin G this announcement. potential offerors should monitor the CBD for potential changes to this announcment. the government reserves the right to select for award any, all, part or none of the proposals received in response to this announcement. offerors may submit proposals for any number of topics but only one topic per proposal is permitted. this BAA closes on 12 March 1997 unless exte nded, cancelled or withdrawn earlier. topics: the u.s. Army Tank-Automotive and armaments command is solicitin G proposals for innovative Technologies for advanced VE hicle active protection to advance the state of the ART in military ground vehicle survivability. these technol ogies must be useful to more than one existing military ground vehicle. studies and/or demonstrations and/or te sting or any combination of these three areas for the T opics shown below are: (1) active protection system (AP S) detection Technologies which would lead to upgrades to existing hardware that could eventually be applied T O a range of combat vehicle systems; (2) improved advan CED physical disrupt countermeasure concepts: and/or (3) effectiveness of active protection system concepts and components which have the potential for application to various vehicles. abstract instructions: we suggest that you submit an abstract first to see if your proposed research is of interest to US before you expend efforts/funds to develop a formal proposal. your technical abstract must identify your proposed project, identify your technical approach and summarize the total estimated cost of the work. the technical abstract shall be no longer than three (3) pages, single-sided and IN 12-PITCH. the abstract submitted to this BAA will be subjected to peer and scientific review. those contractors with a technology found to have merit will be asked to submit a full technical and cost proposal for contract award consideration. Detailed instructions for preparation and submission of proposals will also be contained in your invitation letter. such invitation will not assure that the offeror will be awarded a subsequent contract. Abstracts must be submitted by 4:00 P.M. Eastern standard time (EST), 24 January 1997 and must be transmitted via electronic media to: ROSSMA@CC.TACOM.AR MY.MIL. proposal instructions: proposals responding to this announcement shall reference the BAA number DAAE07 -97-QBAA1. the offeror must indicate if this or a related proposal has been offered to, or is under consideration by, any other government agency. the offeror's cost proposal must remain valid for a minimum of 180 days from the date of the proposal. mail proposals to MS. Marlene Ross, U.S. Army tank-automotiv E and armaments command, Attn: AMSTA-AQ-MCD (mailstop 274), Warren, MI 48397-5000. interested offerors should submit an original plus two copies of each cost and technical proposal. type must be no smaller than 12 pitch and proposals should be marked "cost" or "technic AL". the technical proposals should not exceed thirtyfive tpyed pages and must include a discussion of the nature and scope of the reseach and the planned technic AL approach. proposals shall not contain any data classified above the secret classification level. the technical proposal shall include a one page executive. CITE: (I-347 SN011765) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: A--BROAD AGENCY ANNOUNCEMENT (PART 2 OF 3) SOL DAAE0797QBAA1 POC POC: Marlene Ross (810) 574-5273 DESC: Summary; a section on company history in this technical area; a proposed scope of work (SOW) detailing the technical tasks to be accomplished under the proposed effort together with a one-page task milestone chart which corresponds to the proposed scope of work. The SOW may become the body of any resulting contract and should be identified as " scope of work" in the proposal. Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. Any resultant contract will require two trips to TACOM, Warren, MI during the course of performance. contract reporting requirements will include quarterly technical reports, monthly financial reports, and a final technical report. The cost proposal has no page limit; however, offerors are asked to submit no more than 15 pages. Cost proposals should include a SF1411 together with supporting detailed cost data, including any subcontrac tor cost data prepared in accordance with FAR 15.804-6 and it table 15-3. Offerors that are large business must submit a subcontracting plan in accordance with FAR clauses 52.219-8, and 52.219-9 and dfars clause 252.219-7003. If available, offerors are asked to provide their Commercial and Government Entity (CAGE) code in their proposal cover letter. Full proposals must be received by 12 March 1997, 2 O'clock Eastern standard time (EST). Proposals received after the cutoff date and time specified herein shall be treated per FAR 52.215-10. It is anticipated that the proposal S will be awarded by 30 May 1997. basis for award: all responses must fall under FAR 35.016 (A) to be consider Ed; the definitions of basic and applied research can be found at FAR 35.001. The selection of one or more proposals for award will be based on a peer and scientific evaluation of each offeror's response (both technical and cost aspects) to determine the overall merit of the proposal in response to this announcement. The technical area is significantly more important than the cost area. the technical area, shall be evaluated based on the following criteria in descending order of importance: (1) overall scientific and technical merit: (the technical approach must address every critical aspect of the effort. The nature and sequence of tasks outlined by the offerer will be evaluated. The estimat Ed technical risk (Chance of success) will also be evaluated. In this factor we assess: feasibility, practically, thoroughness, and clarity of the proposed work. (2) contribution to ground vehicle active protec tion system (APS) technology: we evaluate potential contributions of the proposed project to improve APS technology components or systems for ground vehicles by developing, testing or utilizing new Technologies. (3) offeror's capabilities: we review the offeror's capabilities and experience in the technical area as a critical factor along with the facilities, personnel and equipment available for performance of the proposed project. (4) realism of schedule and budget: we evaluate the proposed schedule and budget for the work to determine whether these estimates are reasonable and realistic for the technical and management approach offered, and to determine the offerer's practical understanding of the effort. The budget should reflect a realistic estimation of dollars necessary to successf ully perform the work. The cost area will be adjudged on realism, reasonableness and affordability. The proposal must give sufficient detail to allow assessment of the realism and reasonableness of the. CITE: (I-347 SN011766) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: A--BROAD AGENCY ANNOUNCEMENT (PART 3 OF 3) SOL DAAE0797QBAA1 POC POC: Marlene Ross (810) 574-5273 DESC: Proposed amounts. The consistency of the proposal cost data with the offeror's technical proposal reflects the offeror's understanding of the work required and abilit Y to perform the scope of work for the amount proposed. The offeror's cost proposal must identify (1) any judge Ment factors applied and the mathematical or other method used in the estimate, and (2) the nature and amount of any contingencies included in the proposed cost amounts. Each offeror's proposal is presumed to represent their best effort to respond, and any apparent inconsistency between promised performance and price must be explained. Further, any significant inconsistency, if unexplained, raises a fundamental question as to the offeror's understanding of the work required and of his ability to perform the contract. Funding: projected funding under this announcement is expected to be around $3M. No funding is available at this time. The number of projects and the final dollar value of each project will depend on the funds availabl E at the time we award the contracts. Proposals under $750,000 are expected, so as to allow for a numver of the proposed projects to be awarded. Offerors are cautioned that only a warranted contracting officer can commit government funds and that contractual commitment S must be recieved in writing. General: pursuant to FAR 3.104, "procurement integrity," all technical discussions and/or clarifications regarding this acquisition must be directed solely to the contracting officer (through the contract specialist). The cost of preparing abstracts and proposals in response to this announcement is not an allowable change to any resultin G contract or any othe contract, but it may be allowabl E expense to normal BOD and proposal indirect cost specified on FAR 31.205-18. The provisions of FAR 9.5, organizational conflict of interest, apply in any award under this BAA. Accordingly, a potential offeror is cautioned to review its contract and subcontract histor Y, before incurring substantial proposal preparation expense to determine whether or not in its judgement a real or potential conflict of interest does or might exist that will prevent the contracting officer from considering its proposal or making an award under this BAA. No portion of this BAA will be set aside for historically Black colleges and universities (hbcu) and minority institutions (MI) due to the impracticability of reserving discrete or severable areas of research in survivability technology for exclusive competition among these entities. However, small businesses, hbcus and MIS are encouraged to submit proposals. all correspondence and questions on the BAA should be submitted to the following address: U.S. Army tankautomotive and armaments command, AMSTA-AQ-MCD/274 BAA, Warren, MI 48397-5000. see NOTE: N/A. All responsible sources may submit an offer which will be considered. CITE: (I-347 SN011767) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: U.S. Nuclear Regulatory Commission, Division of Contracts, Mail Stop: T-7-I-2, Washington, D.C. 20555 SUBJECT: B -- ANALYTICAL SUPPORT FOR CONTAIN CODE ASSESSMENTS SOL N/A POC Mary H. Mace, Contracting Officer, 301/415-7314/Sharon D. Mearse, Contract Specialist, 301/415-6591 DESC: The NRC intends to negotiate a sole source contract with Jack Tills Associates (JTA) for the services of Mr. Jack Tills in performance of an effort entitled "Analytical Support for CONTAIN Code Assessments." Specifically, the contractor will be required to perform highly qualified CONTAIN calculations for selected LWR plant designs and/or for selected experimental tests (including International Standard Problems (ISPs); assess the adequacy of selected integral and separate effects experiments as related to the suitability in performing code assessments (to include determining the adequacy of instrumentation and the underlying scaling rationale; analyze and reduce data for code assessments; interact with the CONTAIN code developers as needed (e.g., make recommendations to improve code user guidance and documentation, eliminate errors in the code, etc.); provide technical assistance to NRC, i.e., perform limited studies and review relevant technical reports; and participate in meetings, conferences, and workshops. In order to perform this effort, it is imperative that the contractor has: 1) expertise in the field of containment thermal-hydraulics, 2) extensive experience with the CONTAIN code and its interaction with various LWR designs, including advanced LWR designs, 3) extensive knowledge and experience in analyzing containment related integral and separate effects experiments (including knowledge of instrumentation, data analysis and understanding the underlying scaling rationale) for code assessment, 4) experience with and the ability to perform high quality CONTAIN code calculations of containment facilities and/or related designs, 5) experience with and have participated in performing containment related International Standard Problems (ISPs), and 6) knowledge of NRC's licensing containment analysis methods. As the CONTAIN code has been associated within the regulatory framework of NRC, the use of the code domestically has been narrowly restricted to Sandia National Laboratories (SNL) and only two commercial firms. One firm's experience has only recently been acquired through a contract with NRC and is limited to only running the code in consultation with the second firm (JTA), but does not have the required knowledge base and experience needed in the field of containment thermal-hydraulics and expert ability to use the CONTAIN code in a highly qualified manner. JTA has been involved with this work since 1983 as a subcontractor to SNL and is a recognized expert in the field of containment thermal-hydraulics. JTA, with the use of Mr. Tills, is the only commercial contractor in the United States which exhibits the required skills and experience in running the CONTAIN code, is knowledgeable in NRC licensing containment analysis methods, and has extensive knowledge in experimental testing which includes determining the suitability of instrumentation. The period of performance is three years with two one-year options. This is a notice of intent to contract only. A solicitation document does not exist. Interested parties should submit written technical documentation, to the NRC, demonstrating their ability to furnish the services specified to the U.S. Nuclear Regulatory Commission, Division of Contracts, Attn: Sharon D. Mearse, Mail Stop: T-7-I-2, Washington, DC 20555. Telephonic and/or telegraphic responses and responses providing insufficient information for evaluation will not be considered. See Note(s): 22. CITE: (I-348 SN012090) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential Sources Sought OFFADD: U. S. Department Of Housing And Urban Development, Office Of Procurement And Contracts, Program Support Division (arcs), 451 7th Street, Sw, Room 5256, Washington, Dc 20410 SUBJECT: B--RANDOM DIGIT DIALING (RDD) SURVEYS TO DETERMINE HUD FAIR MARKET RENTS (FMRS) DUE 011097 POC Alan Fox, HUD/PD&R, 202-708-9426 x328 or E-mail to alan_fox@hud.gov DESC: This announcement is for the purpose of adding qualified firms to a guide which is used by Public Housing Agencies (PHAs) when they contract for professional Random Digit Dialing (RDD) surveys to assist them in commenting on Fair Market Rents (FMRs). The guide describes in detail how such surveys must be conducted. In brief, these are computer-assisted telephone interview (CATI) or Mitofsky-Waksberg design. Firms which have already been deemed capable of providing such services to PHAs are listed in the guide and need not respond to this announcement; they will not be deleted from the guide unless they request deletion. New firms wishing to be added to the guide must obtain the guide, review the work requirements contained in it, and submit a capability statement by the required date. The capability statement must clearly demonstrate the firm's capacity to do the survey work as set forth in the guide, and must also include references and a list of previously completed RDD work. Most jobs will involve an RDD survey of a single area only. The guide is entitled: Random Digit Dialing Surveys: A Guide to Assist Larger Public Housing Agencies in Preparing Fair Market Rent Comments. The guide is available from, and capability statements are to be submitted to: Alan Fox, HUD Office of Policy Development and Research, Room 8224, 451 7th Street, SW, Washington, DC 20410. The phone number is 202-708-9426 x328 or you may E-mail alan_fox@hud.gov. Capability statements are due on or before January 10, 1997 (this is an extension from January 3, 1997 in the previous announcement). This announcement is a clarification of an announcement that originally appeared in the CBD on December 5, 1996. Firms which have already responded to that announcement need not respond again. This is not a sources sought announcement for a future direct procurement by the Federal government. LINK http://www.hud.gov/cts/ctsoprty.html LINKDESC: this and other announcements EMAIL alan_fox@hud.gov EMAILDESC: CITE: (W-347 SN011770) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR GEOTECHNICAL ENGINEERING SERVICES AT VARIOUS ACTIVITIES LOCATED WITHIN THE ATLANTIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND SOL N62470-97-R-3002 DUE 012097 POC Point of Contact - Bayla Mack, 757-322-8271 - Dean Koepp, Head, Contract Support Branch, 757-322-8270 DESC: Architect-Engineer or Engineering Services are required for subsurface investigation, field and laboratory material testing and evaluation, geotechnical/foundation analysis including monitoring, sampling and analysis of soil and groundwater for environmental contamination, various tests on construction and building materials. Field investigation will require locating borings, securing utility checks with appropriate equipment, and arranging for security clearance for drillers and all equipment. Incidental monitoring, sampling and analysis of soil and groundwater for environmental contamination shall include, but not be limited to: providing capability to monitor boreholes for combustible gas or petroleum vapors at sites of potentially contaminated soil material and/or groundwater, and providing labor, equipment and protection measures (EPA Levels C and D) for performing subsurface investigations. Services shall also include providing soils and environmental personnel (technical and professional) at field and laboratory locations to perform or evaluate subsurface investigation, testing or inspection for subsequent design or construction. Services shall include a complete written report containing the results of investigation/testing performed, discussion of sampling procedures and site conditions influencing investigation/testing, and recommendations based upon interpretation of test results. Completed boring logs and laboratory test results shall also be provided on 3 1/2" disks in an AUTOCAD compatible format (either .DFX or .DWG). Geographic area of the work shall be primarily Virginia, North Carolina, and West Virginia, but shall include other various activities within the Continental United States, the Caribbean and Europe. Required services will include mobilization to locations using transportation not provided by the U. S. Government. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (5) are of equal importance; factors (6) and (7) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their past experience with regard to geotechnical and environmental investigations, testing and analysis; and (b) knowledge of local codes, laws, permits and construction materials and practices of the contract area (greater weight will be given to the States of Virginia, North Carolina and West Virginia); (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) active professional registration including registration in Puerto Rico either within the firm of via consultant for projects in Puerto Rico; (b) experience (with present and other firms) and roles of staff members specific to geotechnical and environmental investigations, testing and analysis; (c) capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and (d) organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in organization - Individual and joint venture qualifications should be identified with particular emphasis on credentials of the firm's proposed point of contact for the Government requested services. Identify professional qualifications and experience of the geotechnical and environmental professionals to be used for analysis and report preparation. Identify in-house and consultants' capabilities for providing environmental monitoring, sampling, material testing, soil borings and foundation analysis. Identify ability of the firm to mobilize to the location of required services (specify in response capabilities of the firm to provide air or ship transportation), to provide scoping of underground utilities prior to drilling, and to obtain supplies of required boring and monitoring well installation at remote locations of work; (3) Ability to perform the work within the firm's permanent staff, projected workload during the anticipated contract period and the firm's history of successfully completing projects in compliance with performance schedules in general. Provide specific experience and related timeframes to accomplish similar services. Identify ability to complete an emergency work order of $20,000 or less within 10 working days. If consultants are involved, address history of working relationships; (4) Past Performance - Firms will be evaluated in terms of: (a) Past performance on contracts with Government agencies and private industry in terms of type of work, quality of work, compliance with performance schedules; and (b) demonstrated long term business relationships and repeat business with Government and private customers, and performance awards/letters of recommendations received; (5) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure a technical accurate product; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); and (7) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes two (2) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $500,000; however, the yearly maximum may total up to $250,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is April 1997.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM", and "TECHNICAL ROLE". Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, __ January 1997 will be considered . Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.--This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns.--The small business size standard classification is SIC 8711 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24. LINK http://cbdnet.access.gpo.gov/cgi-bin/cbdsubmit.cgi LINKDESC: EMAIL mackbl@efdlant.navfac.navy.mil EMAILDESC: CITE: (W-347 SN011187) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR GEOTECHNICAL ENGINEERING SERVICES AT VARIOUS ACTIVITIES LOCATED WITHIN THE ATLANTIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND SOL N62470-97-R-3002 DUE 012097 POC Point of Contact - Bayla Mack, 757-322-8271 - Dean Koepp, Head, Contract Support Branch, 757-322-8270 DESC: Architect-Engineer or Engineering Services are required for subsurface investigation, field and laboratory material testing and evaluation, geotechnical/foundation analysis including monitoring, sampling and analysis of soil and groundwater for environmental contamination, various tests on construction and building materials. Field investigation will require locating borings, securing utility checks with appropriate equipment, and arranging for security clearance for drillers and all equipment. Incidental monitoring, sampling and analysis of soil and groundwater for environmental contamination shall include, but not be limited to: providing capability to monitor boreholes for combustible gas or petroleum vapors at sites of potentially contaminated soil material and/or groundwater, and providing labor, equipment and protection measures (EPA Levels C and D) for performing subsurface investigations. Services shall also include providing soils and environmental personnel (technical and professional) at field and laboratory locations to perform or evaluate subsurface investigation, testing or inspection for subsequent design or construction. Services shall include a complete written report containing the results of investigation/testing performed, discussion of sampling procedures and site conditions influencing investigation/testing, and recommendations based upon interpretation of test results. Completed boring logs and laboratory test results shall also be provided on 3 1/2" disks in an AUTOCAD compatible format (either .DFX or .DWG). Geographic area of the work shall be primarily Virginia, North Carolina, and West Virginia, but shall include other various activities within the Continental United States, the Caribbean and Europe. Required services will include mobilization to locations using transportation not provided by the U. S. Government. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (5) are of equal importance; factors (6) and (7) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their past experience with regard to geotechnical and environmental investigations, testing and analysis; and (b) knowledge of local codes, laws, permits and construction materials and practices of the contract area (greater weight will be given to the States of Virginia, North Carolina and West Virginia); (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) active professional registration including registration in Puerto Rico either within the firm of via consultant for projects in Puerto Rico; (b) experience (with present and other firms) and roles of staff members specific to geotechnical and environmental investigations, testing and analysis; (c) capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and (d) organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in organization - Individual and joint venture qualifications should be identified with particular emphasis on credentials of the firm's proposed point of contact for the Government requested services. Identify professional qualifications and experience of the geotechnical and environmental professionals to be used for analysis and report preparation. Identify in-house and consultants' capabilities for providing environmental monitoring, sampling, material testing, soil borings and foundation analysis. Identify ability of the firm to mobilize to the location of required services (specify in response capabilities of the firm to provide air or ship transportation), to provide scoping of underground utilities prior to drilling, and to obtain supplies of required boring and monitoring well installation at remote locations of work; (3) Ability to perform the work within the firm's permanent staff, projected workload during the anticipated contract period and the firm's history of successfully completing projects in compliance with performance schedules in general. Provide specific experience and related timeframes to accomplish similar services. Identify ability to complete an emergency work order of $20,000 or less within 10 working days. If consultants are involved, address history of working relationships; (4) Past Performance - Firms will be evaluated in terms of: (a) Past performance on contracts with Government agencies and private industry in terms of type of work, quality of work, compliance with performance schedules; and (b) demonstrated long term business relationships and repeat business with Government and private customers, and performance awards/letters of recommendations received; (5) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure a technical accurate product; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); and (7) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes two (2) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $500,000; however, the yearly maximum may total up to $250,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is April 1997.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM", and "TECHNICAL ROLE". Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, __ January 1997 will be considered . Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.--This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns.--The small business size standard classification is SIC 8711 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24. LINK http://cbdnet.access.gpo.gov/cgi-bin/cbdsubmit.cgi LINKDESC: EMAIL mackbl@efdlant.navfac.navy.mil EMAILDESC: CITE: (W-347 SN011192) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: GSA, PBS, Contracts Division (WPP),7th & D Streets, SW,RM 2634,Washington,DC 20407 SUBJECT: C-MINOR ARCHITECTURAL DESIGN WITH HISTORIC SOL GS-11P-97-EGD-0001 DUE 011697 POC Contact,Kimberly A. Johnson,202/708-7765,Contracting Officer,Clarie J. Cash well,202/708-8062 DESC: Supplemental Architect-Engineer contract for performance of minor architect ural/structural design services with historic impact, utilizing metrics, in conn ection with construction projects, for the National Capital Region (NCR), Solici tation Number GS11P97EGD0001. The nature of the professional services which the A-E shall provide under this contract include architectural, historic preservat ion architecture, structural, civil, mechanical/electrical, elevators, cost esti mating, fire and life safety, asbestos removal design, handicapped facilities, l andscape/site improvement studies as appropriate to design, engineering surveys/ reports, certified roofing consultants, feasibility studies, space planning/inte rior design, and the like. Services may include provision of preparation of repo rts, preparation of contract documents including design, provision of post const ruction contract award services (PCCS), review of shop drawings, and may also re quire construction inspection services. Additionally, architectural/structural emergency surveys may be required under this contract. All services will be pro cured through the issuance of work orders. Duration of the contract shall be on e (1) base period and three (3) option periods, not to exceed $750,000 per perio d, for an aggregate dollar value of $3,000,000 over a period of approximately fo ur (4) years. More than one contract will be awarded as a result of this solici tation. Consideration for this procurement is limited to firms or joint venture s (either with consultants) located within Maryland, Virginia, or the District o f Columbia demonstrating the capability to coordinate the required services in t heir own active production offices located in the NCR. Firms not currently loca ted within a 50-mile radius of the Washington Metorpolitan Area (NCR) must estab lish a local active production office within 30 days after contract award. The NCR includes the following: the District of Columbia, Montogmery and Prince Geo rges counties in Maryland, the cities of Alexandria, Falls Church, and Fairfax i n Virginia, and the counties of Arlington, Fairfax, Prince William, and Loudoun in Virginia. Travel will not be paid for projects in the NCR. The evaluation c riteria for selection are as follows: I. PROFESSIONAL QUALIFICATIONS (35%): A . Relevant key individual experience and professional qualifications. B. Team experience and accomplishments on similar renovation projects that represented major interest in historic preservation. C. Background and references (persona l and professional), including resumes of team members. II. CAPABILITIES OF FI RM (25%): A. Sufficiency of staff and technical resources available, not commi tted to other contracts, to undertake this contract. B. Location of firm and k nowledge of the locality of the project. III. SPECIALIZED EXPERIENCE AND TECHN ICAL COMPETENCE (20%): A. Suitability of the firm's previous concentration to t he type of work required herein. B. Based on specific examples shown, does the firm provide a well organized, accurate, and fully coordinated set of contract documents, and show examples of completed projects specially accomplished in arc hitectural/historical preservation design? C. Firm produces drawings in CADD an d uses Metric units of measure. IV. PAST PERFORMANCE (20%): A. Does the firm p rovide specific data which exhibits cost control throughout the design process v ersus actual construction cost for projects completed in the past five years? B. Suitability of the firm's past performance in contracts with government agenci es. Programming and compliance with performance schedules: Does the firm convi ncingly demonstrate, through specific project examples and supporting data, comm itment to on-time completion of projects? C. Is client feedback provided (refe rences cited) which verifies that previous clients are satisfied with the firm's overall performance? Each A-E will be required to provide at least two (2) but no more than three (3) project examples similar in nature to the proposed proje ct and bound in 8 1/2" x 11" format, as part of their proposal, including drawin gs, specifications, final cost estimate, and summary of project scope/objectives , and name, address, and telephone numbers of client contacts. Firms having the capabilities to preform the services described in this announcement are invited to respond by submitting completed SF 254s (for firm, joint ventures, and consu ltants) which must not be dated more than six (6) months before the date of this synopsis, and an SF 255, along with a letter of interest identifying the projec t by solicitation number. Each SF 255 shall include partial project examples as similar in nature to the tentative project as possible, bound in 8 1/2" x 11" f ormat. Also include in Block 10 as the last entry the following certification: "I hereby certify the firm (or joint venture) and consultants listed for this p roject meet the geographic limitations stated in the CBD announcement for this s olicitation," or a statement certifying establishment of a local office within 3 0 days after award. This procurement is being set aside for small business conc erns only. Submissions shall be made to: General Services Administration, 7th & D Streets, SW, Bid Room 1701, Washington, DC 20407 by 3:30 p.m. local time. T he following must be on the outside of the envelope: 1) Solicitation number, 2) Due date, and 3) Closing time. Late submissions are subject to FAR provision 5 2.215-10. This is not a request for proposals. CITE: (I-347 SN011819) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: C1, 14, F210, OIC of NAVFAC Contracts, 1 Simonpietri Dr., NETC Newport, RI 02840 SUBJECT: C -- A/E SERVICES FOR VARIOUS ARCHITECTURAL EXTERIOR REPAIR PROJECTS AT THE NAVAL COMPLEX, NEWPORT, RI SOL N62472-96-D-6978 DUE 012297 POC Mrs. Beverly Dutra, Contract Specialist, 401-841-2544. DESC: This acquistion is restricted to small business - set aside. The SIC code is 8711 and the size standard is $2,500,000. Architectural and Engineering Services are required for the preparation of plans, specifications, cost estimates and/or conduct of surveys and preparation of reports for a variety of general architectural projects at the Naval Complex, Newport, Rhode Island, each of which will require a broad range of expertise, especially in the area of building modification, renovation and conversion. Also included may be checking of shop drawings, preparation of "as-built" drawings and consultation during construction. There may be asbestos, lead or toxic waste connected with projects that may be included in this contract. A/E firms responding to the announcement will be evaluated on the above requirements based upon the following criteria in relative order of importance. a) Specialized experience and capabilities in a broad range of architectural work, particularly renovations. b) Professional qualifications of staff to be assigned, including all consultants that may be required, with special emphasis of field personnel to be utilized. c) Location of firm in the general geographic area of the projects, provided there is an appropriate number of qualified firms therein for consideration. d) Familiarity with Federal and State laws as to the removal and disposal of asbestos, lead and other contaminants. e) Cost control effectiveness. f) Volume of work previously awarded to the firm by the Department of Defense. Engineering firms which meet requirements described in this announcement are invited to submit a completed Standard Form 254 Architect-Engineer and Related Service Questionnaire and Standard Form 255, Architect-Engineer and Related Service Questionnaire for Specific Project, to ROICC, NAVFAC Contracts, NETC, Building 1, Simonpietri Dr., Newport, RI 02841-1712. Firms Responding to this Announcement by 22 Jan 1997 will be considered. Services will be required within one year of the date of contract award under the basic contract. There will be an option to extend the contract an additional year. The Government reserves the right to exercise the option to this contract. A minimum fee of $5,000 is guaranteed under the basic contract and under the option year. Subject to necessary changes, the total A/E fee that may be paid under this contract will not exceed $500,000 for the basic contract and will not exceed $500,000 for the option year. This Is Not A Request For Proposal N62472-96-D-6978. CITE: (I-348 SN011953) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: ACQUISITION & MATERIEL MANAGEMENT (90C), VA MEDICAL CENTER, 1900 E MAIN ST, DANVILLE, IL 61832 SUBJECT: C -- A/E SERVICES TO PROVIDE PRELIMINARY ENGINEERING DESIGN ANALYSIS AND 100% COMPLETE DESIGN TO UPGRADE THE HVAC SYSTEM IN BLDG. 98 AS INDICATED AT THE VA MEDICAL CENTER, DANVILLE, ILLINOIS SOL 550-4-97 DUE 011697 POC Kathy Thoma, Chief, Purchasing & Contracting, (217)-431-6535 DESC: Seeking an architectural/engineering firm to provide a preliminary engineering design analysis and 100% complete design plus construction period services to Upgrade the HVAC system in Bldg. 98. The A/E firm must have extensive experience in the design of: HVAC systems for a hospital setting, including the ability to address the special concerns associated with: storage of pharmaceuticals, lab specimens, and other sensitive chemicals, comfort of patients in various stages of care and other issues in an ambulatory care facility. Modification and optimal utilization of existing building service equipment such as air handling units, chillers, etc. The avoidance/abatement of asbestos-containing materials and lead-based paint. The geographical limitation for consideration is within a 150 mile radius of the VA Medical Center, 1900 E. Main St., Danville, Illinois. A/E firms interested in submitting their SF 254's and SF 255's must submit them by close of business January 16, 1997. This is a small business set aside procurement. Only those firms within FAR limitations designated as small business may apply. The standard industrial classification code for this procurement is 8711. FAR small business size standards for this procurement are $2.5 million average annual receipts for the preceding three (3) years. CITE: (I-348 SN012095) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: VA Medical Center, 3601 S. 6th Avenue, Tucson, AZ 85723 SUBJECT: C -- ADD CHILLER, BLDG 40 SOL N/A DUE 011797 POC Pam Hayes, 520-629-4611 DESC: Provide A/E services to complete design, construction documents, estimates, and limited construction period service for project 678-97-102 "Add Chiller, Bldg 40". This project will add an additional chiller (500-600 ton) and supporting services and equipment (cooling tower, pumps, piping, electrical, controls, etc.) to the Medical Center's existing chilled water central plant (Bldg 40). A/E services will include an evaluation and study of the existing chilled water central plant and distribution system, as a whole, in an effort to identify existing problems and various alternatives for improvement of the overall energy and operational efficiency of the system. The results of this study will be used and implemented to some degree as a part of this project, but will also form the basis for other future central plant improvement projects. The estimated time frame for design is from February 1997 to June 1997 with construction award expected in August 1977. Estimated construction cost range is $250,000 to $500,000. The proposed construction contract shall be competitive bid (no restrictions). A/E selection criteria will include (in order of importance): 1) Recent specialized experience of the firm (including consultants) in the area of central plant chilled water design; 2) Professional qualifications of the staff to be assigned to this project. List only the team members who actually will perform major tasks under this project. Qualifications should reflect the individual's potential contributions to this project; 3) Past performance on projects with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 4) Capacity to accomplish the work in the required time. Indicate firm's present workload and the availability of the project team (including consultants) for the specified contract performance period; 5) Location and availability in the general geographic area of the project and knowledge of the locality of the project. This project is set aside for Emerging Small Business. Standard Industrial Classification (SIC) Code is 8712 ($1.25 million). Those Architectural/Engineering firms with the requirements described in this announcement and which to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and an SF 254 for each consultant listed in block 6 of the firm's SF 255. One copy of SF 254/255 must be received before 4pm, on January 17, 1997. Send SF 254/255 to Pam Hayes, Contracting Officer (90C), VA Medical Center, 3601 S. Sixth Ave., Tucson, AZ 85723. Telegraphic and facsimiles will not be accepted. This acquisition is restricted to emerging small businesses under the Small Business Competitiveness Demonstration Program located with one-hundred (100) miles of the Tucson VA Medical Center. CITE: (I-348 SN011927) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 2711, LOS ANGELES CA 90053-2325 SUBJECT: C--CIVIL (GEOTECHNICAL/ENVIRONMENTAL) ENGINEERING FOR CIVIL WORKS PROJECTS. SOL DACW09-97-R-0014 DUE 011597 POC Contact: A-E Contracting Branch, James W. Hogan, Jr. (213) 452-3244 or Colleen Trickey, (213) 452-3246, Technical Information, Jeffrey Devine, (213) 452-3578. (Site Code DACW09) DESC: 1. CONTRACT INFORMATION: Architect-Engineer Services (Brooks A-E Act, PL 92-582) for Indefinite Delivery Contracts with emphasis on Civil Engineering, including geotechnical and environmental disciplines for Civil Works and Hazardous and Toxic Waste rojects at various locations in the Los Angeles District (Southern California, Southern Nevada, Southwestern Utah and Arizona) (BLOCK 1 OF SF 255). The majority of the Work and services will be for civil works projects. However, there may be a smaller porton of the work and services for military projects.This announcement is open to all businesses, regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The subcontracting goals for this contract are that a minimum of 60% of the contractor's intended subcontract amount wil be placed with small businesses (SB), including small disadvantaged businesses (SDB), 10%, and woman-owned businesses (WOB) 5.0%. The plan is not required with this submittal. There will be (2) indefinite delivery contracts for Architect- Engineer service. The top ranked firm will be awarded the first contract. There may be a delay, not to exceed twelve months, between the award of the first and second contracts. Ordinarily, task orders will be placed with the top ranked firm. However, a task order may be placed with the next ranked firm for the second contract, if the top ranked contractor does not have the capability to complete the task order in the rquired time period, or the top ranked contractor has performed unsatisfactorily on previous task order(s) under the awarded contract and/or significantly less work has been placed under the second contract. The General Requirements (Appendix A) are similarfor both contracts. Total cumulative amount of each is not to exceed $1,000,000.00. The contracts will include the option for extension for second and third years, with each optional year amount not to exceed $1,000,000.00. The government has the option to exercise contract options before the expiration of the base year period of preceding option year periods, if the contract amount for the base yearperiod or preceding option year periods has been exhausted or nearly exhausted. The estimated contract start date is March 97 for a period of 12 months (through March 98). Work is subject to availability of funds. Estimated construction cost is not applicale. 2. PROJECT INFORMATION: The work and services shall primarily consist of engineering and design for coastal and inland flood control projects. Typical studies include field investigations, evaluations of data, seismic evaluation of large dams, development of seismic analyses parameters, Hazardous and Toxic Waste expertise, ground water modeling and rock slope stability.The firm(s) will have the capacity o perform vibracore drilling and sampling, geophysical testing and interpretations, geotechnical sampling and testing for hazardous wastes and materials and for coarse grained soils for large dams in highly active seismic environments. The firm selected fo this contract will be expected to submit a quality assurance plan and adhere to it during the work and services required under the delivery orders where applicable. In Block 10 of the SF 255 describe the firm's Design Quality Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor(s). The plans must be prepared and approved by the Government as a condition of contract awad, but are not required with this submission. 3. SELECTION INFORMATION: The significant evaluation factors in order of relative importance are listed in FAR part 36. The selection criteria are listed below in the descending order of importance (first by maor criterion and then by each subcriterion). Criteria A through E are primary. Criteria F through H are secondary and will only be used as "tie-breakers" among technically equal firms. A. Professional qualifications: Personal qualified civil engineering with specialized qualifications that include recent knowledge and experience: (1) Geotechnical Engineering, to include civil engineers, geologists and soilsand materials engineers experienced in geotechnical engineering. (2) Environmental Engineering. Supporting disciplines will include: (1) Geology. (2) Chemistry. B. Specialized experience and technical competence in: (1) geology , (2) geotechnical engineerig, (3) ground water, (4) seismology, (5) rock mechanics, (6) geophysical exploration, (7) drilling, (8) trenching and material sampling, (9) chemistry for Hazardous and Toxic Waste and geochemistry. C. Capacity to accomplish the work in the required time and the availability of an adequate number of personnel in key disciplines. D. Past performance on DOD contracts and other contracts with respect to cos control, quality of work and compliance with performance schedules. E. Knowledge of the locality, such as geological features, climatic conditions, local material resources and local construction methods. F. Geographic proximity (physical location) of thefirm to the location of the project(s). G. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. H. Volume of DOD contracts awards in the last 12 months As described in Note 24. All firms that submit an Sf 255 shall be notified with a post card acknowledging receipt of thir response. The firms which are not recommended by the Pre-Selection Board to the Selection Board for the further consideration shall also be notified with a post card. The firms which are considered by the Selection Board, but are not ranked for negotiaton shall be notified with a post card. The firms which are ranked for negotiation but are not selected for an award shall be notified after award of the contract. The contract award shall be announced in the Commerce Business Daily. Consistent with the Department of Defense policy of effecting an equitable distribution of contracts among qualified Architect Engineer firms, including small disadvantaged ownd firms and firms that have not had prior DOD contracts (see Note 24), qualified small disadvantaged firms will receive consideration during selection and all other selection criteria evaluation being equal, small disadvantaged firm status or small disadvataged firm participation in a joint venture may become a determining factor for selection. Therefore, all offerors' submittal should specifically identify in the appropriate portions of the SF 255, all proposed small disadvantaged firm participation in the proposed activity to be accomplished by the contractor (See Note 24). The Los Angeles District and Minority Business Development Agency are working with lcal Business Development Centers (BDCs) to provide assistance to small Disadvantaged Business Concerns to participate in Government contracts. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having capabilities for this work are invited to submit one (1) et of completed Standard Form (SF) 254 and 255, revised editions dated Nov 92, Architect-Engineer and Related Services Questionnaires for the prime and one (1) set SF 254 only for each subcontractor/consultant, by addressing a transmittal letter to the office shown. Lengthy cover letters and generic corporation brochures, or other presentations (such as Binding of SF 254 and 255) beyond those sufficiet to present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received within 30 calendar days from the date of issuance of this synopsis. If the 30th day is a weekend day o a Federal Holiday, the deadline is the close of business of the next business day. Include ACASS number in Block 3b. Call the ACASS Center at (503) 326-3459 to obtain a number. No other general notification will be made of this work. Solicitation packages are not provided for A-E contracts. Firms desiring consideration shall submit appropriate data as in number note 24. CITE: (I-348 SN011967) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Saint Lawrence Seaway Development Corporation, P.O. Box 520, Massena, New York 13662-0520 SUBJECT: C--A/E SERVICES FOR RECONNAISSANCE, PLANNING, DESIGNING, PREPARING REPORTS, SPECIFICATIONS AND DRAWINGS AND PERIODIC ON-SITE INSPECTIONS OF CONSTRUCTION WORK IN PROGRESS SOL DTSL55-97-N-C0287 POC Linda M. Harding, (315) 764-3244/Contracting Officer, Linda M. Harding, (315) 764-3244. DESC: The Saint Lawrence Seaway Development Corporation (Corporation) plans to award two (2) indefinite delivery, multidiscipline Architect Engineer (A/E) contracts, each for one (1) year, with options to extend them for up to four (4) additional one (1) year periods. The total combined contract for both firms for the first year shall not exceed $50,000.00. Work may consist of reconnaissance, planning, designing, preparing reports, specifications and drawings (AutoCad compatible and provided in required format and sizes), and periodic on-site inspections of construction work in progress. Work may include studies, capital improvement projects and maintenance projects. The work will be concentrated at the Corporation's facilities in Massena, New York, primarily at Eisenhower and Snell Locks. The selected firms must be located within a one hundred fifty (150) mile radius of Massena, NY, and must have architectural and engineering capabilities through their staffs or through the use of consultants which include expertise and experience in the following disciplines: Civil, Mechanical, Environmental, Structural, Electrical, Geotechnical, Sanitary, Fire Protection, Architectural and Surveying. After award, task orders will be given to an A/E firm based on any or all of the following criteria: availability/workload, specialized experience, project requirements and cost. Firms qualified to provide the services described in this announcement and submitting Standard Forms 254 and 255, by C.O.B. 4:30 p.m. on the 30th day after the date of this publication will be considered, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, the two firms considered to be the most highly qualified to provide the type of services required will be awarded contracts. The Corporation shall evaluate each potential contractor in terms of its--(1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographic area of the project and knowledge of the locality of the project; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; and, (7) Acceptability under other appropriate evaluation criteria. This is not a Request for Proposals. This is issued in accordance with the ``Small Business Competitiveness Demonstration Program''. The Standard Industrial Classification (SIC) Code is 8711. All responsible sources may respond. CITE: (M-348 SN011983) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: U.S.Department of Energy, Document Control Specialist, P.O. Box 2500, Washington, DC 20013 SUBJECT: D -- INTERLATA TELECOMMUNICATION SERVICES FOR THE DEPARTMENT OF ENERGY SOL DE-AC01-97AD33333 DUE 020397 POC Jody Naleppa, Contract Specialist, 202-634-4578 David Tyma, Contracting Officer, 202-634-4574. DESC: The U.S. Department of Energy intends to award a sole-source contract (DE-AC01-97AD33333) to Bell Atlantic for a continuation of (but not limited to), Intra LATA telecommunications services for the Department in the Washington D.C. LATA, No. 236. The LATA includes Washington, D.C. and portions of Maryland and Virginia. The services with the local Bell Atlantic tariffs covering Intra LATA services and include Centrex Service (other than GSA) for 730 Jackson Place N.W., Washington, D.C., Centrex Service Billing, Direct-In-Dial (DID) service, Direct-Out-Dial Service, DID Telephone number blocks (586,287,903 which cannot be changed),Business Telephone Service, Foreign Exchange Service, DS1 Facilities, Switched Megabite Data Service, Digital Data Service, Voice Grade off-premise PBX extension, Broadcast video services, directory assistance and operator service, telephone features (call hold, call waiting, call forwarding), Long distance and Intra Lata call access. The proposed contract is for supplies or services for which the Government intends to solicit and negotiate with only one source under Authority of FAR 6.302. This is a notice of intent. It is not a request for competitive proposals. Interested parties may identify their interest and capability. All proposals received within 30 days after date of publication of the synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement See Numbered Note(s): 22. CITE: (I-348 SN011915) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Office of Naval Intelligence, 4251 Suitland Rd., Washington, D.C. 20395-5720 SUBJECT: D -- AUTOMATIC DATA PROCESSING AND TELECOMMUNICATION SERVICE SOL N00015970003 POC Patty Mason, Purchasing Agent, (301)669-4044. DESC: The Office of Naval Intelligence intends to solicit with TRW Systems Integration Group for a software maintenance contract of the PANDORA Digital Acoustic Signal Processing System under the authority of FAR 6.302. Maintenance to include: 1)Emergency calls (including travel and labor) 2)Identifying problems; and 3)Evaluate cost to repair the problems. This notice of intent is not a request for competitive proposals since TRW is the orginal designer of the PANDORA Digital Acoustic Signal Processing System and has the knowledge, historical background and the experienced personnel to complete the maintenance. The estimated cost is less than $100,000.00. Estimated start date is 01Jan97 - 30Sep97. CITE: (I-348 SN011918) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: US Department of Commerce/National Oceanic and Atmospheric Administration (NOAA), PGAS, Procurement Operations Division, 1325 East West Highway, Station 4301, Silver Spring, MD 20910-3283 SUBJECT: D -- INSTALLATION OF VOICE AND DATA CABLING SYSTEMS AND VOICE MAIL REARRANGEMENT IN SUPPORT OF NOAA CONSOLIDATION EFFORT. SOL 7-Q-09015 POC Pat Swailes, Contract Specialist and Diane C. Husereau, Contracting Officer, (301) 713-0829 DESC: US Department of Commerce/National Oceanic and Atmospheric Administration (NOAA), Acquisition Management Division, 1325 East West Highway, Station 4301, Silver Spring, MD 20910-3283 D -- INSTALLATION OF VOICE AND DATA CABLING SYSTEMS AND VOICE MAIL REALIGNMENT IN SUPPORT OF NOAA CONSOLIDATION EFFORT. SOL 7-Q-09015 POC Pat Swailes, Contract Specialist and Diane C. Husereau, Contracting Officer (301) 713-0829. NOAA requires contractor support for voice mail realignment, installation of voice and datacabling systems. This work may include de-cabling, re-cabling and installation of new cables asrequired by the rearrangement of system furniture and construction of new areas. De-cabling isto be accomplished prior to the dismantling of Herman Miller System Furniture. Re-cabling may begin as soon as the system furniture reconfiguration is completed in a specific area; and must beaccomplished prior to five business days from the completion of the system furniture rearrangement. New cable installations will have the same scheduling requirement as reinstalledcabling. New cabling will be required if the existing cabling is not suitable. Work will alsoinclude making realignments to Legend Telephone Systems, AT&T voice mail and AVA voice mail. Offeror must demonstrate its ability to perform in all areas defined in the statement of work. Responses to the RFQ will be evaluated on a "best value" basis. Offeror will be evaluated based on past performance in areas specified in the statement of work which includes installation of voice and data cabling systems, voice mail realignment and the ability to staff tasks (up to 10 nstallers for specified tasks including acquiring materials within a 5-business days notice) which are critical factors. Request for Quotations can be attained by written request to the contact person listed above or requests may be faxed to (301) 713-0808, ATTN: Pat Swailes. Quotations are due January 6, 1997. This acquisition is being accomplished via Simplified Acquisition Procedures which means award will be less than $100,000.----------------------------------------------------------------- The actual published form will appear different due to the type-setting process used to create the publication. Other modifications to the style may be made at the publisher's discretion. CITE: (I-348 SN011980) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: D --ICBM SOL F42650-97-T-6372 DUE 012297 POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional information contact Paulette Crowell/Pkosc/[801]777-9506 DESC: Software maintenance for the ICBM weapons system. Period of performance: Award thru Sep 30 97 Destn: Hill AFB UT 84056 Cadence is the manufacturer of the software and therefore is the only source who can provide the maintenance which is used in support of the ICBM weapon system. The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 22 Jan 97. Written procedure will be used for this solicitation. To: Candence, San Jose CA 95134. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. CITE: (I-348 SN012038) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: D --SOFTWARE LICENSE/MAINTENANCE SOL F04606-97-R-17022 DUE 020397 POC For copy, Ferguson.2af/Pklxa/[916]643-5697, For additional information contact Ferguson.2af/Pklxa/[916]643-5697 DESC: Software License/Maintenance for 5799-EED RTX for a period of 12 months (1 Oct 96-30 Sep 97). CPU location is Falcon AFB, CO. FAX REQUESTS TO JAN FERGUSON, 916-643-2021 The approximate issue/response date will be 02 Jan 97. To: Ibm Corp, Bethesda Md 20817 0000. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22. CITE: (I-348 SN012040) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: D --SOFTWARE MAINTENANCE/SUBSCRIPTION SOL F04606-97-R-17023 DUE 020397 POC For copy, Ferguson.2af/Pklxa/[916]643-5697, For additional information contact Ferguson.2af/Pklxa/[916]643-5697 DESC: Software Maintenance/Subscription Service for IBM ES 9121-570, IBM ES/9121-570, IBM 4381/Q24, IBM ES9121-260 (misc. product names) for period (1 Oct 96-30 Sep 97). Fax requests to Jan Ferguson, 916-643-2021. The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 03 Mar 97. Written procedure will be used for this solicitation. To: Computer Associates Intl Inc, Reston Va 22090 3231. 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-348 SN012041) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: U.S. Property & Fiscal Office, DE, Grier Bldg, Contracting Office, 1161 River Road, New Castle, DE 19720-5199 SUBJECT: D--MAINTENANCE OF AUTOMATED DATA PROCESSING EQUIPMENT FOR THE DELAWARE ARMY NATIONAL GUARD SOL DAHA07-97-R-0002 DUE 031297 POC Contact Mary Brewin 302/326-7358 or Diane Chappius 302/326-7356 DESC: The description of the proposed maintenance will consist of but not limited to provide provide services for annual maintenance agreement for the following types of automated data procesing systems and related equipment: two UNISYS 5000/80 Systems with 68040 CPU and all associated equipment. The Standard Industrial Code (SIC) is 7378. This solicitation is unrestricted and open to all responsive and responsible sources. This contract will be for a base period of twelve months to include Options. The anticipated award date will be the first week in April 1997. The date for issuing the Request for proposal (RFP) is 15 days from the publishing date of this CBD announcement on or about January 16, 1997. Please send a written request to USPFO-DE, Contracting Officer, 1161 River road, New Castle, DE 19720-5199 in order to receive a request for proposal package. There will be no charge and only one proposal package per firm will be issued. The estimated performance period will run for a period of twelve months (12) months beginning on or about April 4, 1997 through April 4, 1998. The cumulative estimated amount for this maintenance service is between $25,000 and $100,000. EMAIL P&Cde@de-ngnet.ngb.army.mil EMAILDESC: CITE: (W-348 SN011895) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: U.S. Army Construction Engineering Research Lab. (USACERL), Attn: Contracts Office, P. O. Box 9005, Champaign, IL 61826-9005 SUBJECT: F--FACTORS AFFECTING ADVANCED OXIDATION PROCESSES: ACETALDEHYDE IN PROPELLANT WASTEWATER TREATMENT AND PHOTOLYSIS SYNERGISM IN TNT/RDX SOL DACA88-97-Q-0054 DUE 011797 POC Ms. Diane Biggs, Purchasing AGent, (217) 352-6511, ext. 7575; or Mr. Wayne Kurokawa, Contracting Officer, (217) 373-6748. DESC: USACERL requires expansion of an existing mechanistic model to incorporate the effects of a major by-products and synergistic action in the mechanistic model of ADVOX treatment of nitro-aromatics and nitramines. Period of service will be no later than 31 August 1997. The proposed procurement will be on a sole-source basis. The Contracts Office intends to negotiate a firm fixed-price contract with Illinois State Water Survey. Services to be provided will be accomplished through a simplified acquisition procedure. Request for Quotation (RFQ No. DACA88-97-Q-0054) will be issued on or about 30 December 1996 with the closing date on or about 15 January 1997. Requests for copies of the RFQ shall be made in writing and addressed to USACERL, ATTN: Contracts Office, P.O. Box 9005, Champaign, IL 61826-9005. There will be no telephone requests accepted. Requests for this RFQ may be submitted via facsimile at (217) 373-6774. LINK http://www.cecer.army.mil/contracting.html LINKDESC: EMAIL w-kurokawa@cecer.army.mil EMAILDESC: e-mail CITE: (W-348 SN012089) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: 28th Contracting Squadron, 2704 George Drive, Suite 1, Ellsworth AFB, SD 57706-4910 SUBJECT: J-REBUILD EIGHT JP-8 FUEL PUMPS SOL F39601-97-R0066 DUE 123196 POC SrA Rankin or A1C Williams (605)385-1732 or fax (605)385-1731 DESC: Non-personal services to rebuild eight JP-8 refueling pumps in the C.A.S.S. hydrant refueling system to original manufacturer's specifications. It is critical that only original replacement parts are used with machining to factory specifications. Work is to include replacements of mechanical seals, all bearings, and any defective parts. Pumps are used for pumping JP-8 and must be rebuilt to original manufacturer's specifications. Pumps must be re-machined. Initially 3 pumps will be furnished and shipped to company for rebuilding and repair. After 3 pumps are rebuilt and returned to the government, the government will then ship 2 more more pumps. Once these 2 pumps are completed and returned, the government will ship out 1 pump. Upon completion and return of the 1 pump to the government, the government will determine the need for the remaining 2 pumps to be rebuilt. If the government needs the the last 2 pumps rebuilt, the government will ship them out at that time. EMAIL rankins@cons28.ellsworth.af.mil EMAILDESC: CITE: (W-347 SN011772) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--DOCKSIDE REPAIR OF THE USCGC JARVIS (WHEC 725) SOL DTCG85-97-R-625L76 DUE 013197 POC Contracting Officer Myrna O. Takakuwa (808) 541-2424 DESC: Dockside repair of the USCGC JARVIS (WHEC 725) at homeport at Sand Island, Honolulu, Hawaii is scheduled for 7 July through 22 August 1997. Major work items include Allied D5000CT single point davit overhaul, anchor windlass overhaul, reduction gear inspection, electric brake overhaul, warping capstan overhaul, electric motor overhaul, evaporator overhaul, fuel oil purifier overhaul, ammunition hoist inspection, padeye test, vent ducting cleaning, fire pump renewal, turbine inlet screen renewal, expansion joint renewal, firemain valve overhaul, watertight fitting renewals, boiler casing insulation renewal, vent duct mod, and vent fan overhaul. Work must be completed no later than 22 August 1997. Solicitation is pursuant to the Small Business Competitive Demonstration Program and is scheduled for release 2 January 1997. All responsible sources may submit offers which shall be considered by the agency. LINK n/a LINKDESC: EMAIL Myrna Takakuwa/mlcpac@internet.uscg.mil EMAILDESC: Officer CITE: (W-347 SN011776) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: HU25 Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: J--REWORK OF NOSE COWLING FOR THE HU25 AIRCRAFT SOL DTCG38-97-R-100003 DUE 021597 POC Contact Ms. Linda D. Hutzler, Purchasing Agent, 919-335-6496/Mrs. Joyce Hudson, Contracting Officer, 919-335-6142 DESC: Rework of 10 each Nose Cowlings, NSN 1560-01-107-3460, P/N 553-0170-3 for the Coast Guard HU25 aircraft. Delivery to ARSC, Elizabeth City, NC, is desired within 60 days and required within 90 days after receipt of material. This will be a contract for the rework of these 10 items and will be completed within the 90 days after receipt of material. The Coast Guard intends to solicit and negotiate a firm fixed price contract on a sole source basis with Metal Air Service in accordance with FAR 6.302-1. Technical data is not owned nor available from the Coast Guard. The standard industrial classification (SIC) code for this acquisition is 3728. Request for solicitation must be in writing. Telephone requests will not be honored. All responsible sources may submit a proposal which shall be considered by the agency. 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 Notes 22 and 26. CITE: (I-348 SN011851) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: USDA, Forest Service, Kootenai National Forest, 506 U.S. Highway 2 West, Libby, Montana, 59923 SUBJECT: J--VEHICLE REPAIRS AND SERVICE SOL RFQ 14-97-017 DUE 011497 POC Contracting, (406) 293-6211, Ext. 2223 DESC: Quotes are being solicited from businesses within a ten (10) mile radius of the city of Libby, Montana for mechanical repairs and service on Forest Service vehicles for 1997, with an option to extend for one additional year. Estimated start work date is January 15, 1997. All responsible sources may submit a quote which will be considered. See numbered notes 1 and 26. CITE: (I-348 SN011920) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO SUBJECT: J -- MAINTENANCE AND OVERHAUL OF CONTROLLER, DE-ICER SOL DAAJ09-96-R-0617 DUE 022897 POC Mary Lou Stamme, Contracting Officer, AMSAT-A-PNBA, (314) 263-0630. DESC: ATCOM proposes the maintenance and overhaul of the Controller, De-Icer, NSN: 1650-01-257-1432, P/N: 7-311A10023-7, Min. Qty: 10 each, Max. Qty: 86 each (which includes 5 for Foreign Military Sales (FMS) requirements) applicable to the AH-64 aircraft. The technical data, knowledge, expertise and test equipment exist at McDonnell Douglas Helicopter Company, 5000 E. McDowell Road, Mesa, AZ 85205 or AEG Aktiengesellschaft Marine, Hamburg Germany. Justification and approval is FAR 6.302-1. See Numbered Note(s): 22. CITE: (I-348 SN011940) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: J -- DECK COVERING SOL N00140-97-Q-0837 DUE 122696 POC Wil Helie, Contract Negotiator, (215)697-9674. DESC: The FISC Norfolk Detachment Philadelphia intends to acquire under other than full and open competition services on a sole source basis the services, utilities, deck covering removals, preparation, preservation and underlayment of exposed surfaces within designated areas identified on board Naval ships for SUPSHIP Pascagoula, MS. The services are required beginning 1 April 1997 through 30 September 1997 plus three one month options and will be obtained by modification to the existing contract with the incumbent contractor, Surface Technologies Corporation, in order to provide continuity of services until a follow-on contact is awarded. The applicable Standard Classification Number is 3731. CITE: (I-348 SN011951) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: HQS, USARAK, DIRECTORATE OF CONTRACTING, P.O. BOX 5-525 FORT RICHARDSON, ALASKA, 99505-0525 SUBJECT: J--MAINTENANCE OF TRUNKED RADIO AND ASSOCIATED SYSTEMS AT ELMENDORF AIR FORCE BASE, FORTS RICHARDSON, WAINWRIGHT, AND GREELY, ALASKA SOL DAHC76-97-R-0001 DUE 012497 POC Contract Specialist, Kristine Orr (907) 384-7358, or Contracting Officer, Shirley A. Lucas, (907) 384-7105; Facsimile (907) 384-7112 (Site Code DAHC76) DESC: Furnish all materials, labor, transportation, tools, supplies, test equipment, replacement parts (on a reimbursable basis), and personnel necessary to perform remedial and scheduled maintenance on trunked radio and associated systems at Elmendorf AirForce Base, Forts Richardson, Wainwright and Greely, Alaska. A firm fixed price contract for a base year and four (4) consecutive 12-month option periods is contemplated. The Base year will cover the period of 01 February 1997 through 31 January 1998. Conrctor technicians must have completed the Ericsson EDACS System Maintenance course and must be able to respond within 2 hours whenever emergency services are required. All responsible sources may submit a proposal which will be considered by this agency. CITE: (I-348 SN011966) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commanding Center (Code 047), Procurement Branch, USCG Engineering Logistics Center, 2401 Hawkins Point Rd., Baltimore, MD 21226 SUBJECT: J--REQUIREMENT TYPE CONTRACT FOR REPAIR OF VARIOUS CCTV CAMERAS FOR A PERIOD OF ONE YEAR WITH OPTIONS FOR TWO ADDITIONAL YEARS SOL DTCG40-97-B-70013 DUE 022497 POC Catherine Baskin, Contract Specialist, (410) 762-6483, James McGuirk, Contracting Officer, (410) 762-6486. Please fax request to Telefax Number (410) 762-5056. DESC: Solicitation No. is changed from DTCG40-97-B-7BH004 to DTCG40-97-B-70013. Also, change delivery to 45/60 days ARO and Bid opening date to 24 February 1997. CITE: (M-348 SN011969) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commanding Center (Code 047), Procurement Branch, USCG Engineering Logistics Center, 2401 Hawkins Point Rd., Baltimore, MD 21226 SUBJECT: J--REQUIREMENT TYPE CONTRACT FOR REPAIR OF VARIOUS CCTV CAMERAS FOR A PERIOD OF ONE YEAR WITH OPTIONS FOR TWO ADDITIONAL YEARS SOL DTCG40-97-B-70013 DUE 022497 POC Catherine Baskin, Contract Specialist, (410) 762-6483, James McGuirk, Contracting Officer, (410) 762-6486. Please fax request to Telefax Number (410) 762-5056. DESC: Solicitation No. is changed from DTCG40-97-B-7BH004 to DTCG40-97-B-70013. Also, change delivery to 45/60 days ARO and Bid opening date to 24 February 1997. CITE: (M-348 SN011975) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commanding Officer (Code 047), Procurement Branch, USCG Engineering Logistics Center, 2401 Hawkins Point Rd., Baltimore, MD 21226 SUBJECT: J--REQUIREMENT TYPE CONTRACT FOR REPAIR OF THE 270' MAIN PROPULSION CONSOLE SYSTEM (50 ITEMS) FOR A PERIOD OF ONE YEAR WITH OPTIONS FOR TWO ADDITIONAL YEARS SOL DTCG40-97-B-70016 DUE 022797 POC Catherine Baskin, Contract Specialist, (410) 762-6483, James McGuirk, Contracting Officer, (410) 762-6486. DESC: Change Solicitation No. DTCG36-96-B-BER016 to DTCG40-97-B-70016 and Bid opening date to 27 February 1997. Please FAX request to Telefax Number (410) 762-5056. CITE: (M-348 SN011981) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: Naval Air Warfare Center Training Systems Division, Code 27324, 12350 Research Parkway, Orlando, FL 32826-3224 SUBJECT: J -- LIFE CYCLE CONTRACTOR SUPPORT (LCCS) FOR COMMAND CONTROL, COMMUNICATIONS/SIGNAL INTELLIGENCE (C3I) SOL N61339-97-R-0011 POC Jane Waller, Contract Specialist (407)380-4017 or Larry J. Grauert, Contracting Officer (407)380-4603 DESC: This synopsis supercedes and replaces the synopsis appearing in the Commerce Business Daily Issue PSA 1730 dated 27 Nov 96 under Supply Code 69. A requirement exists for the conduct of complete Life Cycle Contractor Support (LCCS) for Command Control, Communications/Signal Intelligence (C3I) devices at designated Army installations and activities located world wide. C3I includes, but is not limited to, the following Training Devices: Simulation Network System (SIMNET), Army Training Battle Simulation System (ARTBASS), Morse Mission Trainer (MMT), Signal Intelligence/Electronic Warfare (SIGINT/EW) Equipment Operator Simulator (SEOS), Corps Battle Simulation (CBS), Battalion/Brigade Simulation (BBS), Basic Electronic Maintenance Trainer (BEMT), Basic Morse Mission Trainer (BMMT), JANUS, Guardrail Maintenance Trainer (GRMT), Non-Communication Signal Recognition Trainer (NCSRT), G-2 Workstations, All Source Analysis System (ASAS), Trailblazer/Quickfix Maintenance Trainer (TQMT), and Un-Manned Aerial Vehicle (UAV). These devices are used to provide initial and sustainment training to Officer, Warrant Officer, Noncommissioned Officer and Enlisted personnel. They are key to Distributed Interactive Simulation (DIS) exercises such as Synthetic Theater of War (STOW), Prairie Warrior, Army Warfighting Exercises (AWEs), and Force XXI. The contractor shall provide total LCCS which includes labor, maintenance, materials, supply support, FAMSIM Simulation Center (SC) Support, Life Cycle Software Engineering (LCSE) and engineering services. The contractor shall be responsible for maintaining a minimum 90% operational availability (Ao) for the scheduled utilization of each training device. From time to time the Government will require the contractor to provide LCCS for additional training devices that fall within the family of C3I devices. It is anticipated that the Close Combat Tactical Trainer (CCTT), Communication Traffic Simulator-Upgrade (CTS-U), Defense Satellite Communication System (DSCS), Intelligence/Electronic Warfare Tactical Proficiency Trainer (IEWTPT), WARSIM 2000, Intelligence/Electronic Warfare Common Sensor Trainer (IEWCST), Airborne Reconnaissance Low-Multifunction Trainer (ARL), Launch and Recovery Training System (LRTS), Aviation Reconfiguration Manned Simulator (ARMS) and some Foreign Military devices will be incorporated into this contract for LCCS support at a later date. Also during the period of this contract, we may require you to provide SC Support for other CBS, BBS and JANUS sites. A draft Statement of Work (SOW) for this requirement may be viewed via the STRICOM Home Page at www.stricom.army.mil under Procurement Information. Interested concerns are invited to provide comments on this SOW. Electronic responses should be sent to Ms. Jane Waller at wallerj@stricom.army.mil. Hard copy, if so desired, should be sent to the following address: Commanding Officer, US Army Simulation, Training and Instrumentation Command, ATTN:AMSTI-ACC, Code 27324(J.Waller), 12350 Research Parkway, Orlando, Florida 32826-3276. The Government intends to provide information updates on this program to all interested parties via electronic means only. It is anticipated that a formal Request for Proposal (RFP), N61339-97-R-0011, will be issued on or about 23 December 1996. A pre-proposal conference/site visit will be held three weeks after release of the formal RFP, on or about the week of 13 Jan 1997, at Ft. Knox, KY and at Ft. Huachuca, AZ. CITE: (I-348 SN011901) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: M -- ALONGSIDE AIRCRAFT FUEL DELIVERY AND RELATED SERVICES AT DFSP MOFFETT FIELD, CA SOL SP0600-97-R-0052 DUE 022897 POC Contact S. Stovall, Contract Specialist, (703) 767-9339/B. DeLong, Contracting Officer, (703) 767-9336 DESC: Alongside aircraft fuel delivery services and operation of the petroleum storage facilities at DFSP Moffett Field, CA, for the period of 01 Jun 97 through 31 May 2002. Source selection procedures will be used. Facsimile offers are authorized, (703) 767-8506. All responsible sources may submit a proposal which shall be considered. CITE: (I-347 SN011812) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: NASA, George C. Marshall Space Flight Center, Procurement Office, Code GP12, Marshall Space Flight Center, Huntsville, Alabama, 35812, Attn: Space SUBJECT: M -- BASE MAINTENANCE MISSION SERVICES SOL DRAFT RFP 8-P-6-AB-30975 POC Contact PATRICIA S. FUNDUM, GP56, 205-544-8436/Contract Specialist, or T.JERRY WILLIAMS, GP56/Contracting Officer DESC: NASA/MSFC plans to issue a DRAFT Request for Proposal (RFP) via NASA Acquisition Internet Service (NAIS) for the BASE MAINTENANCE MISSION SERVICES for George C. Marshall Space Flight Center -- Copies of the DRAFT RFP will be available by downloading from the Internet -- Prospective offerors shall not submit a proposal in response to this notice -- The purpose of this notice is to afford industry the opportunity to comment on any perceived issues with regard to the impact of Performance Based Contracting and to allow the Government to receive the benefit of industry comments. Industry comments are requested on or before January 3, 1997, by direct mail to Procurement Office, Building 4201, Room 600C, Mailstop GP56-C, Marshall Space Flight Center, AL 35812, or facsimile to 205-544-4401 or by Internet e-mail to patricia.fundum@msfc.nasa.gov -- All responsible business sources may submit comments which shall be considered by the agency -- The proposed contract will contain a 1 - year base period and 4 one-year options as detailed in the DRAFT RFP -- An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition -- The purpose of the ombudsman is not to diminish the authority of the contracting officer or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them -- When requested, the ombudsman will maintain strict confidentiality as to the source of the concern -- The ombudsman does not participate in the evaluation of offers, 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 -- The solicitation and any documents related to this procurement will be available over the Internet -- These documents will be in ASCII format and reside on a World-Wide Web (WWW) server, which may be accessed using client browsers, such as, MOSAIC -- The WWW address, or URL, of the MSFC Procurement home page is: "http://procure.msfc.nasa.gov". LINK http://msfcinfo.msfc.nasa.gov/midrange/presol/notices/notices.html LINKDESC: at MSFC EMAIL patricia.fundum@msfc.nasa.gov EMAILDESC: CITE: (W-347 SN011816) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: VA Medical Center, 215 Perry Hill Road, Montgomery, Alabama 36109 SUBJECT: Q -- HOME OXYGEN SERVICES SOL 619-8-97 DUE 020497 POC Harriet N. Manning, Contracting Officer, 334-260-4103 DESC: Furnish home oxygen service to approximately 150 veteran patients in a multicounty area including parts of central and south Alabama, part of the Florida panhandle, and part of eastern Georgia. Contractor must be accredited by JCAHO for the entire duration of the contract. Contract period will be from 3-1-97 through 2-28-98 with two one year options. Documents must be requested in writing. SIC Code 8099. CITE: (I-348 SN011911) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NOAA/SAO Procurement Staff, Integrated Program Office (IPO), 8455 Colesville Road, Suite 1450, Silver Spring, MD SUBJECT: R -- SOLE SOURCE WITH ANSER CORPORATION FOR ELECTRONIC SOURCE SELECTION FACILITY SOL 52-SPNA-7-00005 DUE 013097 POC Jay W. Moore, Contracting Officer, 301-472-2126, extension 112 DESC: The NOAA, Integrated Program Office (IPO), requires the turn-key Electronic Source Selection (ESS) facilities at the Anser Corporation, in Arlington, VA, during the 3rd and 4th quarters of FY 1997. Anser is the one responsible source which is capable of supplying the ESS computer tools and software and the ability to readily modify these tools; a secured and accessible facility for protection of proprietary and classified information; and a trained and qualified staff which can support the IPO's evaluation as an independent support team, at a reasonable cost to the Government. The combination of the Anser Corporation's facilities, its tested software tools; and its experienced professional support team provides the single available source in the Washington, D.C. area which can lower the IPO's risk of delays in its time-critical evaluation schedule. Certain risks which the Government avoided by selecting the Anser facility included: (1) the risk of a facility which uses untested or unevolved software tools; (2) the risk of using an ESS contractor which could not easily segregate its business interests from its ability to support this evaluation as an "independent broker"; (3) the risk of using a source which has not demonstrated experience using paperless evaluation tools; (4) or, the risk of using a facility support team which did not have experience supporting time-critical, high-dollar acquisitions, such as the IPO's, using ESS tools. The Washington-based Anser Corporation demonstrated its capability to provide the facilities, tools, and an experienced support team through its: knowledge of posting RFPs electronically; experience handling electronic proposals and Q&As; in-depth knowledge of ESS software; experience handling BAFOs and negotiationselectronically; freedom from technical bias or other business conflicts of interest; and Anser's fully-integrated, accessible, and multi-purpose facility which can simultaneously handle large interactive conferences, break-out evaluation teams, or individualized evaluators, including the sufficient levels of technical and administrative support personnel. Based on Anser's demonstrated corporate capability, the logistical depth of its facilities, and its unique staff capability, it is the single source which is capable of supporting this high-demand evaluation process, while reducing acquisition costs and mitigating the risks of discontinuity in the evaluation process, IAW 41 U.S.C. 253(c)(1). Any party desiring consideration must identify its full capability in writing to the Contracting Officer within 45 days of this publication. No RFP or solicitation is available. No further CBD notice is planned. POC: Jay W. Moore; (301) 427-2126, extension 112. SEE NOTE 22. CITE: (I-347 SN011774) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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 -- TECHNICAL AND ENGINEERING SERVICES SOL N00102-97-R-0905 DUE 013097 POC Contracting Officer, John Balz, 207/438-2775 or Donna Flagg, Contract Specialist, 207/438-2585. DESC: Technical and Engineering Services to redesign circuit cards and manufacture a battery scanner electronic assembly to support the Deep Submergence Systems Program. Includes an option item for 12 battery scanner electronic assemblies. Negotiations to be conducted with Batelle Memorial Institute, Columbus, OH 43201-2631. See note 22. CITE: (I-348 SN011893) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Office Of Personnel Management, 1900 E Street, NW., Room SB-247, Washington, DC 20415 SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, MANAGEMENT SUPPORT SERVICES TO CONDUCT CLASSIFICATIONS STUDIES. SOL OPM-RFQ-97-00236JDH DUE 011597 POC J. Harris 202 606-1570; Alfred Chatterton 202 606-2240, Fax 202 606-1464 DESC: The Office of Personnel Management intends to issue Request For Quote Number OPM-RFQ-97-00236JDH that will lead to the award of multiple blanket purchase agrements for classification services supporting the Office of Merit Systems Oversight in Washington, DC. The contractors will be required to perform the following tasks for assigned General Schedule positions: (1) conduct fact-finding telephone intervies; (2) apply OPM classification standards; (3) apply Fair Labor Standards Act (FLSA) coverage criteria; (4) making classiffications and FLSA determinations, (5) assess related factors such as position description accuracy, and (6) document those determinations in written evaluation statements. The contractors must possess knowledge of classification principles and policies, the FLSA, and the classification audit process. The contractos must also be able to communicate effectively orally and in writing and have a familiarity with the OPM and/or other Federal agency classification appeals process. The period of performance is from the date of award through September 30, 1997. This procurement is a small business set-aside. The SIC code is 8742. To be considered a small business, the firm's maximum annual receipts can not exceed $5 million dollars. Requests for copies of the solicitation should be received in writing, no later than ten days from the date of this listing. Fax request will only be acceptable. Fax number is 202 606-1464. See note 26. All responsible sources may submit an offer which will be considered. LINK http://www.opm.gov/procure LINKDESC: EMAIL afchatte@opm.gov EMAILDESC: CITE: (W-348 SN011896) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--AIRSHOW DEMONSTRATION AIRCRAFT SOL F11623-97-T0979 DUE 123096 POC SSgt Gould, (618)256-1500x325, Dennis Harmon, (618)256-1500x222 DESC: Service, Nonpersonal: provide all material, equipment, labor and transportation required to provide demonstration aircraft for the 1997 Scott AFB Airshow. The list of aircraft required includes: (2) B-17s, (4) C-47s, C-54, B-25, (2) P-51s, P-38 and AD-4. The contractor must also provide an airboss and announcer. Period of performance is 6-8 June 1997. Telephone requests will not be honored. All requests must be in writing. Please provide your company's name, telephone number and mailing address, including th plus-four zip code. All responsible sources may submit a quote which shall be considered by the agency. This procurement is unrestricted. EMAIL gouldm@wing.safb.af.mil EMAILDESC: CITE: (W-348 SN011899) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement Office, Redstone Arsenal, AL 35898-5275 SUBJECT: R -- R612, UPDATE OF PAULUS ASSOCIATES SUMMARY CHART OF DEPARTMENT OF DEFENSE DIRECTIVE 5000.1 AND DEPARTMENT OF DEFENSE INSTRUCTION 5000.2 SOL RA7MAQ05 DUE 011797 POC (RDPC) Vickie Beaver, Contract Specialist, AMSMI-AC-CRBB, 205/876- 3139, or Andy Eiermann, Contracting Officer, 205/876-8278, Synopsis No. R119-96. DESC: Update the 4 September 1992 edition of the Paulus Associates Summary Chart of Department of Defense Directive 5000.1 and Department of Defense Instruction 5000.2 Acquisition Milestones, Phases, and Documentation to summarize the requirements of the latest Department of Defense (DoD) Directives and Instructions which define the new DoD system acquisition requirements. Transitions from ACTDs to Engineering, Manufacturing, and Production shall be addressed in a manner which comprehensively summarizes the DoD Directive 5000.1 and 5000.2. The contractor shall prepare summaries of plans to transition the RFPI programs from ACTD to formal acquisition cycle. Two thousand (2000) copies of the revised color chart shall be delivered to the MICOM Research, Development, and Engineering Center (AMSMI-RD) not later than 120 days after award date. No other vendor can provide the services necessary to be compatible with original editions. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. See Numbered Note(s): 22. CITE: (I-348 SN011916) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Disa/ditco/dts6 2300 East Drive Scott Afb Il 62225- 5406 SUBJECT: R---CHARTER SUBSCRIBER TO GOVERNMENT MANAGEMENT TECHNOLOGY MGMT CENTER SOL DCA200-97-Q-0045 DUE 010297 POC Linda Goff, DITCO/DTS6, 618-256-9486 DESC: The Defense Information Technology Contracting Office, Computer Technology Division, Procurement Branch (DITCO/DTS6), Scott AFB IL intends to issue a sole source purchase order to The International Institute of Business Technologies, 8150 Leesburg Pike, Suite 1010, Vienna VA 22182 to become a Charter Subscriber to the Institute's Government Technology Management Center for a period of one year. A Charter membership will enable the Defense Information Systems Agency (DISA) to obtain Government information technology and management education programs; showcases of DISA business technologies; surveys of government technology buying plans and other research publications; special application and system technology certification initiatives; public-private sector management improvement and technology transfer programs; and diverse on-site franchise marketing support and facilities services. Note 22 applies. LINK n/a LINKDESC: EMAIL goffl@ditco.disa.mil EMAILDESC: CITE: (W-348 SN011984) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, Naval Sea Systems Command, SEA 0264, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: R--ADP AND MANAGEMENT SUPPORT SERVICES SOL N00024-97-R-6412 POC Patricia Watchorn, Contract Specialist, (703) 602-7501 DESC: The Naval Sea Systems Command intends to issue a sole source bridge modification to CSC Professional Services, Incorporated, on contract N00024-89-C-6056. This modification will be for 13,536 manhours over a period of 3 months and is intended only to be a continuation of existing ADP and Management Support Services for the Submarine Directorate. These services are necessary to maintain program support until the follow-on competitive procurement is awarded. Questions concerning this procurement may be directed to Patricia Watchorn at (703) 602-7501. See Numbered Note(s): 22 and 40. CITE: (I-348 SN011985) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commander, Naval Sea Systems Command, SEA 0264, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: R--FINANCIAL MANAGEMENT AND SUPPORT SERVICES SOL N00024-97-R-6413 POC Patricia Watchorn, Contract Specialist, (703) 602-7501 DESC: The Naval Sea Systems Command intends to issue a sole source bridge modification to Advanced Engineering and Planning Corporation, Incorporated, 15800 Crabbs Branchway, Suite 300, Rockville, MD 20855, on contract N00024-96-C-6400. This modification will be for 36,080 manhours over a period of 4 months and is intended only to be a continuation of existing financial management and support services to the Naval Sea Systems Command Comptroller's Office. These services are necessary to maintain program support until the follow-on competitive procurement is awarded. Questions concerning this procurement may be directed to Patricia Watchorn at (703) 602-7501. See Numbered Note(s): 22 and 40. CITE: (I-348 SN011986) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard AFB TX 76311-2739 SUBJECT: S--P/U, DELIVERY & CLEANING OF SOILED RAGS SOL F41612-97-Q0176 POC Point of Contacts: LGCV/Amn Travis Martin, Contract Specialist, 817/676-7204; Contracting Officer - Mark Snyder, 817/676-1115. DESC: Provide all necessary services, materials, transportation & labor necessary to clean soiled rags (pickup & delivery). Performance period 14 Jan 97 through 30 Sep 97. Requests for quotation package must be made by letter or fax (817/676-7644). Estimated mailing date of solicitations will be 27 Dec 96. Quotes will be due back 6 Jan 97. Solicitations will be issued for small business set-aside. CITE: (W-347 SN011755) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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, MEMPHIS, TN SOL N62467-97-Q-0655 DUE 011797 POC No telephone orders for the specification can be accepted. To order solicitation package, request must be in writing and received by 13 Jan 97 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: The Contractor shall provide all labor, transportation, equippment, materials supplies and supervision and management necessary to provide janitorial services at the Marine Corps Reserve Training Center, Memphis, TN. A site visit is strongly recommended. The small business size standard of $12,000,000.00. CITE: (I-347 SN011805) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: GSA, PBS, Property Management (4PMP),Suite 2500,401 West Peachtree St. NW,At lanta,GA 30365-2550 SUBJECT: S-NEW-CLEANING FOR SECRET SERVICE POST SOL GS-04P-97-EWC-0015 DUE 012297 POC Contact,Wendell Chason,404/331-7427,Contracting Officer,Elizabeth Worley,40 4/331-7746 DESC: Contractor to provide cleaning services for the Secret Service Post, Plains , Georgia. Total Small Business Set-aside. Anticipated Issue date January 3, 1 997. Estimated cost range $10,000 to $20,000 per annum. Secret Clearance requir ed for contract personnel. Includes Options to extend contract for four (4) add itional one (1) year periods. Request for Proposals maybe made in writing to GS A-Atlanta Property Management Center (4PMA), 75 Spring St., SW, Box 54, Atlanta, GA 30303-3311. FAX No. is (404) 331-6888. CITE: (I-347 SN011811) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: USDA Forest Service, Fremont N.F. 524 North G Street, Lakeview OR 97630 SUBJECT: S--TREE THINNING SOL SOL R602-97-0559 DUE 021097 POC Contact, Sonya Hickman, Procurement Technician (541) 947-6228 DESC: Project consists of approximately 463 acres of tree thinning on the Bly Ranger District of the Fremont National Forest in Oregon. State of Oregon Farm/Forest Contractor License and a valid Farm Labor Contractor Certificate of Registration will be required. See Numbered Note 1. CITE: (I-348 SN011925) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 437th Contracting Squadron, 102 Long Street, Charleston AFB, SC 29404-4829 SUBJECT: S -- WEEKLY NEWSPAPER "AIRLIFT DISPATCH" SOL F38610-97-R0001 DUE 011597 POC Frances C. Jenkins, Contract Specialist, 803-566-5155 Ext 232, Elaine Garbett, Contracting Officer, 803-566-5155 Ext 230. DESC: Newspaper produced weekly to be known as the "Airlift Dispatch," a commercial enterprise newspaper published to provide news and command information to personnel of Charleston Air Force Base, SC, for the base period of two years beginning 27 Mar 97 thru 26 Mar 99 with two two-year option periods, 27 Mar 99 thru 26 Mar 2001; 27 Mar 2001 thru 26 Mar 2003. This publication is subject to the requirements of Department of Defense Instruction (DODI) 5120.4, 21 Jun 95; AFI 35-301. Each issue of the "Airlift Dispatch" shall consist of not less than 20 pages and not more than 36 pages in tabloid format; printed on newsprint no less than thirty (30) pound weight. Tentative issue date is 31 December 96. All requests shall be in writing and/or faxed to (803) 566-2850. Telephone requests will not be honored. SIC code is 2711. CITE: (I-348 SN011952) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: COMMANDER, USAYPG, STEYP-CR/BLDG 2100, YUMA AZ 853659106 SUBJECT: S--INSTALLATION SUPPORT SERVICES OF LOGISTICS, MUNITIONS STORAGE AND MAIL DISTRIBUTION OPERATION SOL DAAD01-97-R-0011 DUE 021897 POC Contract Negotiator Cynthia A. Ford (520) 328-6357 (Site Code DAAD01) DESC: This acquisition will be solicited using multi-phase techniques. The requirement is to perform facility management support services to include the following areas: equipment pool, transportation and movements, supply services, munitions storage operaions and mail distribution in support of the Logistics Directorate at the U.S. Army Yuma Proving Ground (USAYPG), Arizona. The equipment pool operation includes dispatch, utilization, control and coordination of non-tactical, general purpose and special pupose vehicles. The transportation and movements services include inbound and outbound freight and associated coordination and administrative functions. The supply services include receipt, inspection, classification, acceptance, storage, packing, crating, issue and shipment of all classes of supplies. The munitions storage operations include all phases of storage, receiving, issuing, inventory and monitoring of muniions up to and including SECRET classification. The mail distribution services include pick-up and delivery of official and personal mail on USAYPG. The contract base period is six months with seven one-year options. A firm-fixed-price award fee contract i anticipated. The acquisition is being solicited under the competitive 8(a) program. Offerors must be 8(a) certified and eligible under SIC code 8744 with a business size of $5 million. This notice represents phase one of this multi-phase solicitation. During this phase the Government will use evaluation criteria to down-select to those offerors who will be requested to participate in future phases. Faiure to participate in this first phase will make you ineligible to participate in subsequent phases. The following evaluation factors are of equal weight and will be rated using a color code system. A red rating indicates failure to meet the minimum requirments. A blue rating indicates acceptability. A green rating indicates that the minimum requirements are exceeded by a significant amount. 1. The offeror has at least three years experience performing similar services. (At least 7 years to exceed). 2. The offeror's proposed project manager has at least 10 years experience with similar services. (At least 15 years to exceed). 3. The offeror maintains an actie and effective safety program which has resulted in an experience factor of at least 90% for their workman's compensation insurance. (82% or lower to exceed). 4. The offeror's employee benefit package meets the minimum requirements of the Department of Laor. (To exceed, the package must offer extra benefits that promote employee retention and stability). Anyone who meets the above eligibility requirements and wishes to participate in this acquisition shall submit four sets of the following information to the above address not later than 5:00 PM MST 7 Jan 1997: 1) A synopsis of current and past contracts that indicate your company's experience in performing imilar services. 2) A resume for your proposed project manager. 3) Your latest quote for workman's compensation insurance. 4) Your employee benefit package. The Late Submissions, Modifications and Withdrawals of Proposals provision at Federal Acquisition Rgulation (FAR) 52.215-10 is applicable. The information may not be submitted by facsimile. This requirement was previously synopsized as CITE: (I-348 SN011964) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300 SUBJECT: S--MOWING SERVICES AT WACO PROJECT OFFICE, WACO, TX SOL DACW63-97-B-0014 DUE 020997 POC Natalie Allen, Contract Specialist, 817/978-4813 DESC: Contractor shall furnish all labor, equipment, materials, plant and tools to perform mowing services. Solicitation will issue on or about 06 January 1997 with bid opening on or about 05 February 1997. The contract period of performance will be from date of award through 30 September 1997. The proposed contract listed here is a 100% small business set-aside. See Note 1. All responsible sources may submit a bid which shall be considered by the agency. No express mail procedures will be utilized on initial mailing of solicitation packages. LINK http://www.ed1.swf.usace.army.mil/contract/ LINKDESC: Division EMAIL natalie.allen@SWF01.usace.army.mil EMAILDESC: CITE: (W-348 SN012081) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: U -- TRAINING SERVICES SOL N00140-97-R-0132 POC Mary Lou Dickens, Contract Negotiator, (215)697-9627. DESC: The Fleet and Industrial Supply Center Norfolk Detachment Philadelphia, intends to acquire through full and open competition C-130H aircraft flight simulator and ground school trainng services for the Kuwait Air Force. The resultant contract will consist of a base period and two-one year option periods. The base period will consist of fourteen (14) crews (two crews trained each month) for the period 1 March 1997 through 30 September 1997. The options will consist of twenty-four (24) crews (two crews trained each month) for the periods 1 October 1997 through 30 September 1998 and 1 October 1998 through 30 September 1999, respectively. The applicable Standard Industry Code (SIC) is 8748. Requests for solicitations should be made by letter or facsimile to the attention of the Bid Officer, Code 0343C, (215)697-9738 (fax). CITE: (I-348 SN011948) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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 SOL N00140-97-R-0774 DUE 022897 POC Scott Cobb, Contract Negotiator, (215)697-9645. DESC: The Fleet and Industrial Supply Center Norfolk Detachment, Philadelphia intends to acquire through full and open competitive procedures EDUCATION AND TRAINING SERVICES which include curriculum maintenance, curriculum development, and instruction of the following courses: Advanced Avionics Integrated Weapons Systems Maintenance Course Class C1, Avionics Technician I Level Course, Class A1, Marine Air Traffic Control Basic Technician Course, Class A1, Avionics Technician Common Core, Class AV (A1), Aviation Warfare Systems Operator Course, Class A1, Aviation Electrician's Mate, Class A1, AN/TPX-42A(V) 10 Route Air Traffic Control Facility Direct Altitude Identity Readout Maintenance, Class C1, AN/TPX-42A(V) 5 Direct Altitude Identity Readout Maintenance, Class C1, AN/FPN-63(V) Precision Approach Radar System Maintenance, Class C1, AN/GPN-27 Airport Surveillance Radar System Maintenance, Class C1, AN/UYX-1(V) Brands Maintenance, Class G1, Air Traffic Control Maintenance Preparatory Course, Class G1, AN/SPN-46 PALS Maintenance, Class G1, RD-379(V)/UNH Maintenance, Class G1, AN/FAC-6 Fiber Optic Intersite Maintenance, Class C1, Flight Data Input/Output Maintenance, Class G1, AN/FSC-104(V) Standard Emergency Communication System, Class G1, Air Traffic Controller Course, Class A1, Advanced Radar Air Traffic Control Course, Class C1, JOBS Electronics Strand IVA, Class AP, JOBS Aviation Mechanical Ratings Strand VII, Class AP, Aviation Support Equipment Technician Course, Class A1, Aviation Structural Mechanic E Common Core, Class A1, Aircrew Survival Equipmentman Basic Skills (PR) Common Core, LOX Converter Test Stand/LOX Converter SKU Repair, Class C1, Aircraft Non-Destructive Inspection (NDI) Technician Class (C-1), AO'A1' Common Core, Class AO(A1), and NALCOMIS IMA, Aviation Maintenance Phase 2 Data Base Administration (Phase II DBA/A). The Education and Training Services are in support of the Naval Air Technical Training Center (NATTC), Millington and will be conducted at Government facilities located in Pensacola, FL. The period of performance is 1 October 1997 through 30 September 1998, plus four (4) one (1) year option periods. A fixed price with award fee type contract is contemplated for instructor services, a labor hour indefinite delivery type contract is contemplated for curriculum development services. Copies of the solicitation should be requested within 15 days of this synopsis in writing from the address in paragraph #7 above to the attention of Code 0343C (215) 697-9738 (fax). The applicable Standard Classification Number is 8249. All responsible sources may submit a proposal which shall be considered by the FISC Norfolk Det Phila. The solicitation will require the submission of cost/price and technical proposals. Requests for solicitations should be made by letter or telegram directed to FISC Code 0343C (215)697-9738 (fax). CITE: (I-348 SN011949) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115 SUBJECT: V -- VESSEL CHARTER SOL 52ABNF700040 DUE 020797 POC For a copy of the solicitation call 206-526-6425. For further information call Contract Specialist Linda Shaw at 206-526-6461 DESC: The Government intends to charter a vessel, with master and crew, and at least two biologists provided by the contractor to conduct baited longline assessments of sablefish and other groundfish resources in the Gulf of Alaska and a portion of the Eastern Bering Sea. The vessel shall have an overall length of at least 41m(135ft), minimum main engine continuous horseower of 1,000, capable of a cruising speed of 18.5 km/hr(10kts), be completely rigged to fish longlines, and have sufficient living quarters to accomodate up to 14-20 persons (a crew of 10-16 and 4 scientists). The accomodations must include a two-bunk stateroom for female scientists. The Government will provide all groundlines, chains, gangions, hooks and repair buoyline. Anchors and bait are to be provided by the contractor. The contractor will be permitted to process and sell the catch after scientific observations and the necessary sampling have been completed. The charter will commence on or about May 20, 1997 in Dutch Harbor, Alaska and end aproximately September 6, 1997 in Juneau, Alaska. The contractor shall provide a manned submersible to work along with the fishing vessel from approximately August 20, 1997 through approximately September 3, 1997. All responsible sources may submit a proposal which shall be considered by the agency. CITE: (I-347 SN011771) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Drug Enforcement Administration, 700 Army Navy Drive, Arlington, Virginia 22202 SUBJECT: V -- HOTEL/CONFERENCE ROOMS WASHINGTON METRO AREA 4/15/96-5/2/96 SOL DEA-96-Q-0192 POC Yolanda Jordan, Purchasing Agent, (202) 307-7805. DESC: Conference rooms, shuttle service to & from Dulles Airport, breakfasts/lunches, A/V services, telephones, fax and xerox accessibility. Requests may be faxed to (202) 307-7818 15 Days from date of publication. CITE: (I-348 SN011946) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL 62225-5302 SUBJECT: V--LONG AND SHORT RANGE INTERNATIONAL AIRLIFT SERVICES SOL F11626-97-R0003 DUE 022897 POC Mary E. Green, Contracting Officer, 618-256-4716 DESC: International long- and short-range passenger and cargo airlift services. Period of performance will be 01 October 1997 thru 30 September 1998. Offeror must be certified under Part 121 of the Federal Aviation Regulation (14 CFR 121) and be willing to commit to the Civil Reserve Air Fleet (CRAF). Offeror may obtain a copy of the solicitation by requesting it in writing from HQ AMC/DOYAI, 402 Scott Drive, Unit 3A1, Scott AFB IL 62225-5302. Solicitation will be issued on diskette unless otherwise specified. Specify size and format of diskette. If you wish to receive the solicitation via Next Day Delivery, please provide the carrier and your account number you wish to use. Awards will be based on offeror's aircraft commitment to the CRAF. CITE: (W-348 SN012047) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL 62225-5302 SUBJECT: V--LONG AND SHORT RANGE INTERNATIONAL AIRLIFT SERVICES SOL F11626-97-R0003 DUE 022897 POC Mary E. Green, Contracting Officer, 618-256-4716 DESC: International long- and short-range passenger and cargo airlift services. Period of performance will be 01 October 1997 thru 30 September 1998. Offeror must be certified under Part 121 of the Federal Aviation Regulation (14 CFR 121) and be willing to commit to the Civil Reserve Air Fleet (CRAF). Offeror may obtain a copy of the solicitation by requesting it in writing from HQ AMC/DOYAI, 402 Scott Drive, Unit 3A1, Scott AFB IL 62225-5302. Solicitation will be issued on diskette unless otherwise specified. Specify size and format of diskette. If you wish to receive the solicitation via Next Day Delivery, please provide the carrier and your account number you wish to use. Awards will be based on offeror's aircraft commitment to the CRAF. CITE: (W-348 SN012049) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: USDA - Wenatchee National Forest, 215 Melody Lane, Wenatchee, WA 98801 SUBJECT: W -- VEHICLE RENTAL, WENATCHEE NATIONAL FOREST, CHELAN COUNTY, WASHINGTON SOL RFQ R6-17-97-08 DUE 020697 POC Rosie McDonald, 509/664-2715 DESC: Vehicle Rental. Solicitation is for approximately 12 vehicles to be used on 1 Ranger District, Wenatchee Supervisor's Office and the Forestry Sciences Laboratory. Vehicles include pick-ups, trucks and full size utility vehicles from 3800 GVWR to 8500 GVWR. Estimated rental period ranges from 3/15/97 to 10/31/97. Quotation packages will be available approximately 1/8/97. CITE: (I-348 SN011926) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Peace Corps, Office of Contracts, Rm. 6368, 1990 K St. N.W., Washington, DC 20526 SUBJECT: X--CONFERENCE AND LODGING FACILITIES FOR PEACE CORPS COUNTRY DIRECTORS CONFERENCE DUE 123196 POC Neil Xavier, Contracting Officer, (202)606-9510 DESC: The Peace Corps is looking for a vendor to host their World-Wide Conference in June 1997. There will be 175 to 200 conference participants. They will arrive at the contracting site on Sunday, June 1, 1997 and depart on Thursday, June 5, 1997. The vendor should be between 50 and 85 miles outside of Washington DC and have an academic atmosphere. The vendor shall provide single rooms for all participants. No more than two single rooms shall share a single toilet/shower facility. All the rooms shall be air conditioned and have a bed, closet, desk and chair. The Peace Corps Conference will need at least twelve small break-out rooms, one large office, and one large auditorium. All twelve break-out rooms should accommodate no less than 20 people. The office should accommodate at least 15 people, and it shall have at least three working telephone lines and telephones. (Peace Corps shall reimburse the vendor for all long distance calls.) The office must have space to accommodate the following Peace Co rps furnished office equipment: a photocopier, a fax machine, a computer, and a printer. The auditorium should hold at least 200 people. Breakout rooms should have enough chairs and desks/tables for all participants. All of these rooms should be air conditioned. The conference will also require a meals service on site. This meals service shall provide the participants with three meals a day including one formal sit-down dinner, one lunch picnic, and one dinner barbecue for all present participants. The Peace Corps shall be billed for meals based on occupancy. Selection for award will be based on the lowest price suitable facility as determined by a site visit/evaluation. Interested vendors should submit pricing and descriptive information addressing the above requirements. Submissions should be received no later than December 31, 1996. Send to: Peace Corps, 1990 K Street, NW, Office of Contracts, Room 6368, Washington, DC 20526, Attention: Neil Xavier. This notice may represent the only officia l notice of such requirements. CITE: (I-348 SN011902) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: United States Property and Fiscal Office for New Jersey, 131 Eggert Cro ssing Road, Lawrenceville, New Jersey 08648 SUBJECT: Y--CONSTRUCT COMPOSITE RANGE OPERATIONS FACILITY SOL DAHA28-96-B-0005 DUE 020497 POC Contract Specialist - NICOLE KLCO, (609)530-6762, Base Civil Engineer Project Manager - Capt Paul Novello, (609)724-6090 DESC: This is a Solicitation notice. The New Jersey National Guard proposes to award a contract for the construction of a Composite Range Operations Facility for the New Jersey Air National Guard located at Warren Grove Gunnery Range, W arren Grove, New Jersey. The facility consists of 8,625 square feet of area. This facility shall be sized and configured to support range operations. Funct ional areas include vehicle maintenance, vehicle operations, supply storage and range operations. This facility shall include reinforced concrete foundations , floor slabs, steel frame and roof, paved access, fire protection, and all nec essary utilities and support. Underground storage tanks require replacement. This award provides for multiple line items and additive bids, all of which mus t be addressed in order to be considered for this solicitation. The contractor shall provide all labor, equipment and materials required to perform the work in strict accordance with the contract documents. The estimated cost range is between $500,000 and $1,000,000. It is anticipated that a firm fixed price con tract will be awarded as a result of this solicitation. The applicable Standar d Industrial Classification number is 1542. This solicitation is unrestricted and subject to the evaluation criteria contained in DFAR 252.219-7003, NOTICE O F EVALUATION PREFERENCES, FOR SMALL DISADVANTAGED BUSINESS CONCERNS CONSTRUCTIO N ACQUISITIONS - TEST PROGRAM (APR 1996). Women-owned, small and small disadva ntaged businesses are encouraged to compete. All responsible sources may submi t a bid which shall be considered by this agency. A subcontracting plan will b e required if the successful bidder is a large business. Solicitation packages will be available on 3 January 1997. Closing time for receipt of bid response s is 2:00 p.m. on 4 February 1997. The bid opening will be held in the United States Property and Fiscal Office Conference Room located at 131 Eggert Crossin g Road. Lawrenceville, New Jersey. There will be a Pre-Bid Meeting at 2:00 p.m . on 16 January 1997. The location of the Pre-Bid Meeting will be the Base Civ il Engineering Conference Room located in Building 33-12, McGuire AFB, New Jers ey. A non-refundable charge of $150.00 per set is required prior to receipt of bid package. Requests for bid documents must be in writing accompanied by a c heck made payable to the U.S. Treasury. A street mailing address should be inc luded. Please indicate in your written request if contractor's business is a l arge or small business. Facsimile and telephone requests will not be accepted. The bid number should be identified in all correspondence. Requests shall be submitted to the United States Property and Fiscal Office for New Jersey, Atte ntion: Contracting Office, 131 Eggert Crossing Road, Lawrenceville, New Jersey , 08648-2898. Technical questions shall be addressed in writing and submitted via facsimile to the USPFO Contracting Office at (609)530-6715. EMAILADD: klco@dmava.state.nj.us EMAILDESC: CITE: (D-347 SN011756) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: United States Property and Fiscal Office for New Jersey, 131 Eggert Cro ssing Road, Lawrenceville, New Jersey 08648 SUBJECT: Y--CONSOLIDATED FUEL SYSTEM, MAINTENANCE AND CORROSION CONTROL DOCK SOL DAHA28-96-B-0001 DUE 020697 POC Contracting Officer - CPT Simms, 609-530-6760. Point of Contact - Lt Maldonado, 609-530-6759 DESC: This is a Solicitation notice. The New Jersey National Guard proposes to award a contract to construct a Consolidated Fuel System, Maintenance and Corr osion Control Dock at McGuire AFB, New Jersey. The facility consists of 8,625 square feet of area. This solicitation provides for multiple line items and ad ditive bids, all of which must be addressed in order to be considered for this solicitation. Interested contractors should notify this office in writing of t heir intention to bid the project as a Prime Contractor with their request for bid package. The contractor shall provide all labor, equipment and materials r equired to perform the work in strict accordance with the contract documents. The estimated cost range is between $1,000,000 and $5,000,000. It is anticipat ed that a firm fixed price contract will be awarded as a result of this solicit ation. The applicable Standard Industrial Classification number is 1542. All request for solicitation package must include solicitation number, point of con tact, telephone number and facsimile number. Bidders must also identify their status as small disadvantaged business (SDB), emerging small business (ESB), se ction 8(a) small business act contractors, small business, or large business. Women-owned, small and small disadvantaged businesses are encouraged to compete . Subject solicitation will be issued as unrestricted and subject to the evalu ation criteria contained in DFAR 252.219-7003, NOTICE OF EVALUATION PREFERENCES , FOR SMALL DISADVANTAGED BUSINESS CONCERNS CONSTRUCTION ACQUISITIONS - TEST PR OGRAM (APR 1996). Solicitation packages will be available 7 January 1997. C losing time for receipt of packages is 2:00 p.m. 6 February 1997. The bid open ing will be held in the United States Property and Fiscal Office Conference Roo m located at 131 Eggert Crossing Road. Lawrenceville, New Jersey 08648. There will be a Pre-Bid Meeting at 10:00 a.m. 16 January 1997. The location of the P re-Bid Meeting will be the Base Civil Engineering Conference Room located in Bu ilding 33-12, McGuire AFB, New Jersey. A non-refundable charge of $100.00 per set is required. Requests for bid documents must be in writing accompanied by a check made payable to the U.S. Treasury. Facsimile and telephone requests wi ll not be accepted. The bid number should be identified in all correspondence. Requests shall be submitted to the United States Property and Fiscal Office f or New Jersey, Attention: Contracting Office, 131 Eggert Crossing Road, Lawren ceville, New Jersey, 08648-2898. Technical questions regarding this project ma y be addressed in writing to MAJ Kokas, facsimile number (609)724-2453. EMAILADD: klco@dmava.state.nj.us EMAILDESC: CITE: (D-347 SN011757) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: United States Property and Fiscal Office for New Jersey, 131 Eggert Cro ssing Road, Lawrenceville, New Jersey 08648 SUBJECT: Y--CONSTRUCT COMPOSITE RANGE OPERATIONS FACILITY SOL DAHA28-96-B-0005 DUE 020497 POC Contract Specialist - NICOLE KLCO, (609)530-6762, Base Civil Engineer Project Manager - Capt Paul Novello, (609)724-6090 DESC: This is a Solicitation notice. The New Jersey National Guard proposes to award a contract for the construction of a Composite Range Operations Facility for the New Jersey Air National Guard located at Warren Grove Gunnery Range, W arren Grove, New Jersey. The facility consists of 8,625 square feet of area. This facility shall be sized and configured to support range operations. Funct ional areas include vehicle maintenance, vehicle operations, supply storage and range operations. This facility shall include reinforced concrete foundations , floor slabs, steel frame and roof, paved access, fire protection, and all nec essary utilities and support. Underground storage tanks require replacement. This award provides for multiple line items and additive bids, all of which mus t be addressed in order to be considered for this solicitation. The contractor shall provide all labor, equipment and materials required to perform the work in strict accordance with the contract documents. The estimated cost range is between $500,000 and $1,000,000. It is anticipated that a firm fixed price con tract will be awarded as a result of this solicitation. The applicable Standar d Industrial Classification number is 1542. This solicitation is unrestricted and subject to the evaluation criteria contained in DFAR 252.219-7003, NOTICE O F EVALUATION PREFERENCES, FOR SMALL DISADVANTAGED BUSINESS CONCERNS CONSTRUCTIO N ACQUISITIONS - TEST PROGRAM (APR 1996). Women-owned, small and small disadva ntaged businesses are encouraged to compete. All responsible sources may submi t a bid which shall be considered by this agency. A subcontracting plan will b e required if the successful bidder is a large business. Solicitation packages will be available on 3 January 1997. Closing time for receipt of bid response s is 2:00 p.m. on 4 February 1997. The bid opening will be held in the United States Property and Fiscal Office Conference Room located at 131 Eggert Crossin g Road. Lawrenceville, New Jersey. There will be a Pre-Bid Meeting at 2:00 p.m . on 16 January 1997. The location of the Pre-Bid Meeting will be the Base Civ il Engineering Conference Room located in Building 33-12, McGuire AFB, New Jers ey. A non-refundable charge of $150.00 per set is required prior to receipt of bid package. Requests for bid documents must be in writing accompanied by a c heck made payable to the U.S. Treasury. A street mailing address should be inc luded. Please indicate in your written request if contractor's business is a l arge or small business. Facsimile and telephone requests will not be accepted. The bid number should be identified in all correspondence. Requests shall be submitted to the United States Property and Fiscal Office for New Jersey, Atte ntion: Contracting Office, 131 Eggert Crossing Road, Lawrenceville, New Jersey , 08648-2898. Technical questions shall be addressed in writing and submitted via facsimile to the USPFO Contracting Office at (609)530-6715. EMAILADD: klco@dmava.state.nj.us EMAILDESC: CITE: (D-347 SN011758) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of Agriculture, Agricultural Research Service, 6303 Ivy Lane, Room 616-A, Greenbelt, Maryland 20770-1433 SUBJECT: Y--CONSTRUCTION OF PHASE VII, RENOVATION OF THE WESTERN REGIONAL RESEARCH CENTER, ALBANY, CALIFORNIA SOL 8161-3K15-97 DUE 022897 POC Contracting Officer, Lucian J. Grembocki, 301-344-0245 DESC: Pre-Solicitation Notice - The Government intends to issue a Request for Proposal (RFP) for technical and cost proposals for construction of Phase VII, Renovation of the Western Regional Research Center (WRRC), Albany, California. The facility is an existing four story building. The estimated cost of construction for this project is between $4.0 million and $5.0 million. Time for completion will be 480 calendar days after Notice to Proceed is issued. A pre-proposal/site visit conference will be held on or about February 13, 1997. Sets of plans and specifications will be available for a non-refundable charge of $250 payable by check or money order to USDA, Agricultural Research Service, and submitted to Tectonics, Architects Planners Engineers, 49 Stevenson, Suite 828, San Francisco, California 94105-2909, Attention: Mr. Joel Pathman. The solicitation is scheduled to be issued on or about January 28, 1997, with proposal due on or about February 28, 1997. Proposals will be requested in accordance with Federal Acquisition Regulations Part 15, Contracting by Negotiation. No formal bid opening will be conducted. Offers will be evaluated on the basis of technical and cost as specified in the solicitation. CITE: (I-347 SN011804) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Washington Metropolitan Area Transit Authority, Department of Procurement, 600 Fifth St., N. W., Washington, DC 20001 SUBJECT: Y-CONSTRUCTION SOL IFB C-1005/Contract 1Z6142 DUE 011597 POC Robert P. Zaepfel, (202) 962-2676 DESC: Sealed bids are invited for IFB-C-1005, Contract 1Z6142, for the design, fabrication, installation and testing of a total of seven (7) elevators. Two elevators each are located at the Columbia Heights and Georgia Ave./Petworth Stations on the Mid-City E Route, and three are located at the Glenmont Station on the Outer-B route in Montgomery County, MD. Estimated cost range is $1,000,000 to $5,000,000; work on Outer B Route is to be completed by May 1, 1998 and on Mid-City E Route by June 18, 1999; DBE goal is 21%. Bids open on or around 01/15/ 97. Set of Contract Spefifications cost $20; Full size drawings cost $50/each set; Set of Half size drawings $30 and the Insurance Specs. or the Safety manual $5/each. To purchase Specs. and plans, call 202- 269-4575; Fax. (202)-635-6431; or write to WMATA Plans Room, 900 Franklin Street, N.E., Washington D.C. 20017. For technical questions, call Chris Beres at 202-962-1510 and for other questions, call Robert P. Zaepfel at 202-962-2676 or Jonathan Cole at 202-962- 1710. SKR. CITE: (I-347 SN011813) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy Space Center, FL 32899 SUBJECT: Y--VISITOR'S VIEWING GALLARY TO THE SPACE STATION PROCESSING FACILITY SOL RFO 10-97-0012 DUE 020297 POC Jan Pirkle, Contract Specialist, OP-ESO-A, 407-867-7230 DESC: The work to be performed consists of providing the labor, equipment, and materials to add a Visitor's Viewing Gallery (VVG) to the Space Station Processing Facility (SSPF) and en elevated covered walkway connecting the new Viewing Gallery and the Engineering Development & Laboratory Facility (EDL) in the industrial area at the Kennedy Space Center, Florida. Plan to issue solicitation package on or before 1/2/97. Magnitude of project is between $1,000,000 and $5,000,000. Period of performance: 10 months calendar days after notice to proceed. Point of contact for solicitation package Mail Code: OP-ESO-A, Jan Pirkle, 407-867-7230, or ATS-PRO, 867-2851 or FAX request 407-867-9187. All responsible sources may submit a bid/proposal which shall be considered by the agency. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition -- The purpose of the ombudsman is not to diminish the authority of the contracting officer or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them -- When requested, the ombudsman will maintain strict confidentiality as to the source of the concern -- The ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of formal contract disputes -- Interested parties are invited to call the installation ombudsman, Mr. J. A. Thomas at 407-867-2355. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, Mr. Thomas S. Luedtke at 202-358-2090. CITE: (W-348 SN011900) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of Agriculture, Agricultural Research Services, 6303 Ivy Lane, Room 616A, Greenbelt, Maryland 20770-1433 SUBJECT: Y--CONSTRUCTION OF PHASE VII, RENOVATION OF THE WESTERN REGIONAL RESEARCH CENTER, ALBANY, CALIFORNIA SOL 8161-3K15-97 DUE 022897 POC Contracting Officer, Lucian J. Grembocki, 301-344-0245 DESC: Pre-Solicitation Notice - The Government intends to issue a Request for Proposal (RFP) for technical and cost proposals for construction of Phase VII, Renovation of the Western Regional Research Center (WRRC), Albany, California. The facility is an existing four story building. The estimated cost of construction for this project is between $4.0 million and $5.0 million. Time for completion will be 480 calendar days after Notice to Proceed is issued. A pre-proposal/site visit conference will be held on or about February 13, 1997. Sets of plans and specifications will be available for a non-refundable charge of $250 payable by check or money order to USDA, Agricultural Research Service, and submitted to Tectonics, Architects Planners Engineers, 49 Stevenson, Suite 828, San Francisco, California 94105-2909, Attention: Mr. Joel Pathman. The solicitation is scheduled to be issued on or about January 28, 1997, with proposal due on or about February 28, 1997. Proposals will be requested in accordance with Federal Acquisition Regulations Part 15, Contracting by Negotiation. No formal bid opening will be conducted. Offers will be evaluated on the basis of technical and cost as specified in the solicitation. CITE: (I-348 SN011910) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Smithsonian Institution, Office of Contracting & Property Management, 955 L'Enfant Plaza, SW, Suite P-114, Washington, DC 20024 SUBJECT: Y -- CONTSTRUCTION OF MODULAR CONTROL BUILDING SOL 9736SOL0009 POC Lloyd McGill, Contract Specialist, (202)287-3679, Lynn Spurgeon, Manager, Federal & Trust Contracting Division, (202)287-3238. DESC: The Smithsonian Institution is seeking proposals to furnish all necessary supervision, labor, materials and equipment for the construction of a Modular Control Building for the Submillimeter Array as set forth on the drawings and specfications for Office of Physical Plant (OPP) Project No. 915110B. Work shall include, but not be limited to, at a minimum, the supplying of a 320 square meter (sm), two (2) story modular building, configured so that it can be supplied in the form of six (6) custom designed modular units, each 13.3 meters in length and either 3.6 or 4.3 meters in width. Each module includes specific provisions for lighting, heating, air conditioning, and communications conduits, as well as robust electrical circuits for the customer provided lab equipment. One (1) module is to be shielded from RF interference. The project includes the factory construction of the modules, transportation to the site and the subsequent errection on pre-existing foundations. A test stacking to permit final inspection of the modules at the supplier's factory will be required. The site is approximately 72 kilometers (km) from Hilo, Hawaii at 4,045 meters elevation near the summit of Mauna Kea, known as Millimeter Valley. Copies of the drawings and specifications may be purchased by interested parties at their own expense, the cost of which is not refundable, from Leet-Melbrook, Inc., Department R, 18810 Woodfield Road, Gaitersburg, MD 20877, Phone (301)670-7874 (Contact Linda Stout, (301)670-7874, for price and ordering information for drawings and specifications for OPP Project No. 915110B). Solicitation documents are available upon written request from the Smithsonian Institution, Office of Contracting and Property Management, 955 L'Enfant Plaza, SW, Suite P-114, Washington, DC 20024, Attn.: Code 32. Request for documents should be written on company letterhead and should have complete street address, telephone and telefacsimile numbers and the name of the company point of contact. Prospective Offerors may request solicitation documents by FAX, (202)287-2008, Attn.: Lloyd McGill (Code 32). The time, date and location for receipt of offers and a site tour will be included in the solicitation documents. All firms responding to the solicitation will be required to submit separate, comprehensive technical and price proposals to be evaluated by the Smithsonian Institution. Evaluation shall include: (1) Plan of Accomplishment and Contract Time; (2) Quality Assurance; (3) Key Personnel and Subcontractors; (4) Firms's Experience and Past Performance; and, (5) Price. The estimated value of this procurement is between $500,000.00 and $1,000,000.00. All responsible firms may submit a proposal which will receive consideration. CITE: (I-348 SN011944) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code 540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198 SUBJECT: Y -- P-707, BEQ AND DINING FACILITY AT NAVAL AUXILIARY LANDING FIELD (NALF), SAN CLEMENTE ISLAND, CALIFORNIA SOL N68711-95-R-7560 DUE 030497 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Rose Hussak/Contracting Officer, Janet Buyson/For Bid Results call 619-532- 2355. DESC: PRESOLICITATION NOTICE. This is a design build procurement. Work includes on-site and off-site demolition and the design, engineering and construction of a Bachelor Enlisted Quarters and Dining Facility complete with all site work and utilities, at Naval Auxiliary Landing Field (NALF), San Clemente Island, California, complete and ready for use.--The contract is to be awarded to the responsible offeror who submits the proposal considered most advantageous to the Government considering "Price" and "Technical" evaluation factors. The following evaluation criteria has been established: Factor 1 (Price) and Factor 2 (Technical) which are weighted equally. Within the "Technical" factor, the following subfactors are listed in order of importance: Subfactor "1" Design and Construction, Subfactor "2" Experience and Qualifications of Contractor/A-E/Subcontractor, Subfactor "3" Schedule, Subfactor "4" Subcontracting Effort. A preproposal conference is scheduled at 9:00 a.m., local time, on 15 January 1997, in the Training Room, second floor of the Military Housing Welcome Center, COMNAVBASE, 3544 Albacore Alley, San Diego, CA. Participants must reserve seating a minimum of two (2) days in advance of the conference date by contacting Rose Hussak at (619) 556-9345.--This is not a public bid opening.--The estimated cost is between $10,000,000 to $15,000,000.--Firm Fixed Price 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.--NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office.--Solicitation packages may be acquired in person from Plan Issue or by mail.--Telephone requests will not be accepted.--Requests for the solicitation package must be in writing stating RFP number N68711-96-R-7560, with complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier. There will be a charge for plans and specs. Please call Plan Issue at 619-532-2082 to find out the price for this project.---Checks are to be made out to DEFENSE PRINTING SERVICE.---FEES ARE NOT REFUNDABLE--Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San Diego, CA 92132-5187.--Submit one (1) check per project.-Solicitation packages are limited to two (2) per prime and one (1) per subcontractor/supplier.--Plans and specifications will be available on or about 02 January 1997. CITE: (I-348 SN011954) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Health and Human Services, Indian Health Service, 1825 Bell Street, Ste 200, Sacramento CA 95825-1097 SUBJECT: Y--SEPTIC TANK/DRAINFIELDS SOL 235-97-B0002 DUE 022597 POC Roger Simpson (916) 566-7001 DESC: This is a requirements contract for a two year period for the construction of approximately 18 septic tank/drainfields and 8 water service connections in the counties of Amador, Butte, Colusa, El Dorado, and Placer in California. The sites are unknown and will be known throughout the period of the contract. Estimated release date of the solicitation is January 24, 1997. Fax requests to (916) 566-7043. The range of this project is $100,000 to $250,000. CITE: (W-348 SN011974) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild AFB, WA 99011-9403, Attn: Theodore D. Sweet, Director Of Business Programs SUBJECT: Z--REPAIR NOSE DOCK RAMPS, FAIRCHILD AFB, WASHINGTON SOL F4561397R0004 DUE 021097 POC Lt. James O'Quinn, Contract Management Officer, (509) 247-2237 DESC: Correction: This action originally submitted to CBD 10 DEC 96. The purpose of this change is to adjust the dollar threshold and the performance period of subject contract. The performance period for this contract will be 165 calendar days. Estimated construction cost is between $1,000,000 and $5,000,000. All other information publicized in original synopsis is correct. CITE: (W-347 SN011777) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA Property Mgmt. Center Contracts Br.,Atrium West, Suite 121,7771 West Oak land Pk Blvd,Sunrise,FL 33351 SUBJECT: Z-TERM PARTITION FOR MIAMI, FLORIDA SOL GS-04P-97-LCD-0003 DUE 022597 POC Contact,Bill Murray,954/356-7640,Contracting Officer,Pamela D. Kelley,953/3 56-7685 DESC: The General Service Administration is issuing a Procurement for a Term Par tition Contract. Partition and Miscellaneous Repairs Contract to include all cou nties covered under Miami Customer Service Center (From Ft. Pierce, Florida to K ey West, Florida). Bid issue date on or about January 21, 1997. Bid opening dat e on or about February 25, 1997. Award of indefinite Delivery Contract will res ult from this solicitation. Minimum/Maximum Contract Value $50,000/$500,000. T he term of Contract will be twelve months with two (1) year options. No phone ca lls accepted, written or faxed requests only. CITE: (I-347 SN011793) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration (8PC),Public Buildings Service,P. O. Box 255 46,Denver,CO 80225-0546 SUBJECT: Z-REPAIR & ALTERATION, STATE OF COLORADO SOL GS-08P-97-JBD-0006 DUE 012397 POC Contact,Cindy Wahrle,303/844-4083,Contracting Officer,Cindy J. Wahrle,303/8 44-4083 DESC: Provide all labor, material, supervision, equipment and tools necessary for general repairs and alterations to Government-owned and leased facilities at va rious locations in the State of Colorado. This will be an Indefinite Quantity C onstruction Contract(s) with the ability to perform associated design services f or construction projects ranging from approximately $2,000 to $100,000. The est imated cost of construction for a given year under this contract is approximatel y $1,200,000. Offerors will be evaluated using the source selection procedures/ greatest value method outlined in the solicitation. The Government may make mul tiple awards and estimates to make four awards under the subject solicitation. Individual delivery orders exceeding $2,000 may be competed among the selected f irms under the contract unless the Government deems otherwise an individual task order basis. Individual orders will be placed with the contractor with the low est price when only price is a factor. The contracts will be for a one year bas e period with four (4) one year unilateral options on the part of the Government . The requirement is being solicited through full and open competition. SIC Co de 1542. Responses should be mailed or faxed to the attention of GSA Ofc of Bus iness Development (8PB), PO Box 25006, Denver, CO 80225; Fax (303) 236-7408. Th e specifications will be available on or about 12/30/96. A presolicitation noti ce will be issued O/A 12/16/96. There will be no public opening of offers. CITE: (I-347 SN011808) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 81 CONS/LGCC, 200 FIFTH STREET, ROOM 104, KEESLER AFB, MS 39534-2102 Attn:/William Geary SUBJECT: Z-REPLACE/REPAIR ROOFING SOL F2260097B0024 DUE 030597 POC William Geary tel: 601/377-1825/Robert Winland, Contracting Officer, 601/377-3642 DESC: Contractor to provide all plant, labor, transportation, materials, equipment, and the performance of all work necessary to repair built-up roofs, sheet metal roofs, fiberglass shingle roofs and flashing, and to install complete new roofing of various types are required on various buildings or structures and incidental related work located on Keesler Air Force Base, Mississippi. The intention of the Government is to award a requirements contract. Estimated period of performance is one year with two one year option periods. Estimated cost of construction for the basic year and the two one year option periods combined is between $1,000,000 and $5,000,000. This action is being solicitated on an unrestricted basis. Project requirements will be available on or about 31 Jan 97. Estimated bid opening date is 05 Mar 97. All requests for the bid package to include specifications must be submitted in writing by letter or fax (601-377-1811) and should contain the solicitation number, your company's name, address, phone number, fax number, and your company's point of contact. No direct phone requests for a bid package will be accepted. All responsible sources may submit a bid which shall be considered. CITE: (I-347 SN011810) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, PBS, Property Mgmt Div.,Engineering Svcs Br WPMOD,7th & D Sts., SW, RM 2634,Washington,DC 20407 SUBJECT: Z-REPLACEMENT OF EXISTING FIRE ALARM SOL GS-11P-97-MQC-0012 DUE 020597 POC Contact,Mae Delores Peterson,202/708-7431,Contracting Officer,Michael J. Vr obel,202/708-7853 DESC: Replacement of Existing Fire Alarm System, GSA/ROB, 7th & D Streets, SW, Wa shington, DC 20407. Bid Invitation Date January 6, 1997. Estimated Cost Range $250,000 to 500,000. This procurement is not set-aside for small Women-owned bu sinesses are encouraged to submit bids and so state that they are women owned. All responsible sources may submit an offer which will be considered by the agen cy. To request a copy of the solicitation you may contact: GSA, NCR, Property M anagement Division, WPMOD, 7th and D Streets, SW, Room 2609, Washington, DC 2040 7, Telephone 202-708-9903. CITE: (I-347 SN011815) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration,Property Mgmt. Div. (1PM),10 Causeway St, 9t h floor,Boston,MA 02222-1077 SUBJECT: Z-INDEFINITE QUANTITY CONTRACT SOL GS-01P-97-BZD-0005 DUE 021997 POC Contact,Marie Fouhey,617/565-7308,Contracting Officer,Marie A. Fouhey,617/5 65-7308 DESC: Provide all labor, material, supervision, tools and equipment necessary to perform general repairs and alterations to Government owned/leased facilities in the States of Massachusetts and Rhode Island. This will be an Indefinite Quant ity Contruction Contract(s) with the ability to perform associated design servic es for construction projects ranging from approximately $2,000 to $1.6 million. The estimated cost of construction for a given year under this contract(s) is a pproximately $3.2 million. Offerors will be evaluated using the source selection procedures/greatest value method outlined in the solicitation. The Government may make multiple awards and estimates making a maximum of five (5) awards under the subject solicitation. Individual delivery orders exceeding $2,000 may be c ompeted among the selected firms under the contract(s) unless the Gov't deems ot herwise on an individual task order basis. Individual orders will be placed wit h the contractor with the low price when only price is a factor. The contracts will be for a one year base period with four (4) one year options. The applicab le SIC code is 1542. This procurement is open to both large and small businesse s under the Small Business Competitiveness Demonstration program. Requests for the solicitation package should be made to Mike Kelliher at (617)565-8386 or fax ed to (617)565-7144. Address other questions to Charles Barr at (617)565-7133. The specifications will be available on or about January 17, 1997. There will be no public opening of offers. This is the Pre-Invitation Notice synopsis. A Pre-Invitation Notice is being issued 12/13/96. CITE: (I-348 SN011894) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Z -- FUEL FARM WITH AIRCRAFT DIRECT FUELING FACILITY AT THE NAVAL AIR FACILITY, EL CENTRO, CALIFORNIA SOL N68711-97-B-8510 DUE 012197 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Julie Torres/Contracting Officer, Alice Barker/For Bid Results call 619-532-2355. DESC: DESCRIPTION OF WORK--The work includes the addition of a new bulk fuel farm which includes two 3 million liter aboveground vertical cone roof fuel storage tanks and associated pumps, piping, valves and other related equipment. Project also includes a day tank area which includes two 111,000 liter aboveground horizontal fuel storage day tanks. A 5 m x 5 m pre-engineered building control house is included to support the day tank area. Four 2200 liter per minute vertical turbine pumps supply fuel to four new direct aircraft fueling pantograph stations. Day tank area also includes filter separators, valves, piping and other associated equipment. The bulk fuel farm supplies the day tank area by way of a new 1700 meter above ground 200 mm supply pipeline. Electrical communication between the two sites is made with a new fiber optic cable which runs along with the supply pipe. Four new 23 m x 95 m PCC fueling lanes will be added along with a 23 m x 70 m PCC entrance throat. A new 38 m x 135 m asphalt staging area will be added adjacent to the fueling area. Demolition of two 2 million liter and one 159,000 liter concrete steel-line underground fuel storage tanks will also be included in this contract. Included in this project is associated electrical, site work, civil and incidental related work, complete and ready for use.--The estimated cost is between $1,000,000 and $5,000,000.--Firm Fixed Price Contract.--Contract duration is 300 calendar days.--Bids will be considered from all responsible sources.--This project is unrestricted.--The Standard Industrial Code is 1629 and the annual size standard is $17 million.--It is recommended the subcontracting plan goals reflect a minimum goal of 5% for Small Disadvantaged Business subcontracting effort.--NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office. The fee will be charged for all plans and specs. The cost per plans and spec will be determined at a later date.--Solicitation packages may be acquired in person from Plan Issue or by mail.--Telephone requests will not be accepted.--Requests for the solicitation package must be in writing stating solicitation number N68711-97-B-8510, complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier. -Plan holders lists will not be faxed.--Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue), Building 132, 1220 Pacific Highway, San Diego, CA 92132-5187 with a check payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit one (1) check per project.--Solicitation packages are limited to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans and specifications will be available on or about 20 Dec 1996. CITE: (I-348 SN011922) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Z -- REPAIR/REPLACE ROOF, MAIN BUILDING, AT THE NAVAL MARINE CORPS RESERVE CENTER, TUCSON, ARIZONA SOL N68711-96-B-2087 DUE 012397 POC For Plans and Specs info call 619-532-2082/Contract Specialist, Julie Torres/Contracting Officer, Alice Barker/For Bid Results call 619-532-2355. DESC: DESCRIPTION OF WORK--The work in the Main Building includes the removal and disposal of existing smooth surfaced, built-up roofing systems, sheet metal flashings, gutter assemblies, lightweight concrete fill where deteriorated,and the provision of replacement of lightweight concrete fill, insulation, gravel surfaced built-up roof systems, bituminous and sheet metal flashings, gutters, conductor heads, and throughwall scuppers, building wall sealants, removal of asbestos containing roofing materials and lead-based paint and incidental related work, complete and ready for use.--The estimated cost is between $100,000 and $250,000.--Firm Fixed Price Contract.--Contract duration is 120 calendar days.--Bids will be considered from all responsible sources.--This project is unrestricted.--The Standard Industrial Code is 1761 and the annual size standard is $7 million.--NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office. A fee will be charged for all plans and specs. The cost for plans and spec will be determined at a later date.--Solicitation packages may be acquired in person from Plan Issue or by mail.--Telephone requests will not be accepted.--Requests for the solicitation package must be in writing stating solicitation number N68711-96-B-2087, complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier. -Plan holders lists will not be faxed.--Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue), Building 132, 1220 Pacific Highway, San Diego, CA 92132-5187 with a check payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit one (1) check per project.--Solicitation packages are limited to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans and specifications will be available on or about 23 Dec 1996. CITE: (I-348 SN011923) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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 -- DEMO INTERIOR BLDG 57 SOL F33601-97-B-0004 DUE 020697 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 937-257-2825. DESC: PRESOLICITATION NOTICE. Project No. WP960086. Period of Performance is SIC 1542 SIZE STANDARD $17.0 M FEE $15.00. Demo/Renovate Interior FAC 20057 at Wright-Patterson AFB OH. Estimated cost of proposed acquisition is between $500,000.00 and $1,000,000.00. 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 06. All responsible sources may submit a bid, proposal, or quotation which shall be considered. No tel requests. Only written or faxed requests received directly from the requestor are acceptable. When requesting bid set(s), provide information as to whether your organization (together with its affiliates) is a large or small business. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. Businesses requesting copies of solicitations must furnish representation with their request as to whether they are a small disadvantaged business. Direct all requests for solicitations and routine communication concerning this acquisition to Leslie Anderson, Contract Specialist, 937-257-6571 X4140. 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-348 SN011934) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090 SUBJECT: Z -- ELECTRICAL REPAIRS, VARIOUS BUILDINGS, NAVAL SECURITY GROUP ACTIVITY, WINTER HARBOR, ME SOL N62472-96-B-0432 DUE 041397 POC Marge Finiello, Contract Specialist, 610-595-0630. DESC: This is a Pre-Solicitation Notice: Bidders/Offers interested in obtaining plans and specification for this project, must send their request on company letterhead, stating if they are bidding as a prime contractor or sub-contractor/supplier along with a Company Check, Cashier's check, Money order and Visa or Mastercard can also be used for payment in the amount of $38.00 to: DEFENSE AUTOMATED PRINTING OFFICE, PHILADELPHIA NAVAL BASE, BUILDING 77-L, PHILADELPHIA, PA 19112. NORTHERN DIVISION IS NOT ISSUING THE PLANS AND SPECIFICATION. Each check must be made payable to the U.S. Treasury and annotated with the applicable solicitation number. Two set of plans and specification will be sent via First Class U S Mail upon availability to those contractors who have tendered payment. If a contract number is not annotated as required or your check is not made payable to the U.S. Treasury, your check will be returned unprocessed. NO PERSONAL CHECKS WILL BE ACCEPTED. If you would like information on the mailing of the solicitation package via expedited courier service please contact: Donna Szlener at Defense Automated Printing Office at 215-897-6551. NO PLANS AND SPECIFICATIONS WILL BE ISSUED UNTIL PROPER PAYMENT HAS BEEN RECEIVED. The work includes the removal of electrical panels, conduit and wire; the provision of electrical panels, conduit and wire; and incidental related works. Estimates cost range: $100,000 - $250,000. The Sic Code is 1731 and the small business size standard is $7.0 (million) are applicable to this contract. The proposed contract (solicitation) will be issued as unrestricted and the subject solicitation is subject to evaluation criteria set forth in DFAR 252.219-7003 - Notice of Evaluation Preference for Small Disadvantaged Business Concerns - Construction Acquisitions - Test Program (APR 1996). For technical questions only concerning the subject notice please faxed question to Marge Finiello at (610) 595-0644. DO NOT FAXED REQUEST TO SHEILA BROWN, she is not issuing the bid packages. CITE: (I-348 SN011935) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090 SUBJECT: Z -- REPAIR UTILITY SYSTEMS BLDGS 153/154, NAVAL SECURITY GROUP ACTIVITY, WINTER HARBOR, ME SOL N62472-95-B-0019 DUE 011497 POC Ted Wallace, Contract Specialist, 610-595-0630. DESC: This is a modification to make some changes: Bid opening date for this project is 14 January 1997 at 2:30 P.M. NORTHERN DIVISION IS NOT ISSUING THE BID PACKAGES, SO PLEASE DO NOT FAXED YOUR REQUEST TO SHEILA BROWN. NO OTHER CHANGES. CITE: (I-348 SN011941) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Military Sealift Command, Atlantic, MOTBY, Bldg. 42/4, Bayonne, NJ 07002-5399 SUBJECT: Z -- COATING/RECOATING OF SHIP'S STRUCTURE SOL N62381-97-R-0300 DUE 013197 POC Robert Tschinkel, Contract Specialist, 201-823-6180, D. A. Palermo Contracting Officer, (201) 823-6160. DESC: Perform cleaning, scaling and painting of interior and exterior deck surfaces aboard various Military Sealift Command vessels. Performance period to start on/about 12 April 1997, one base year and one option year. The proposed procurement is 100% small business set-aside. All responsible sources may submit a proposal which shall be considered by the agency. CITE: (I-348 SN011942) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Management and Training Corporation, Potomac Job Corps Center, #1 DC Village Lane, SW., Washington, DC 20032 SUBJECT: Z--MODULAR BUILDING (SECURITY) SOL SOL96-03 DUE 012397 POC Mary Y. Taylor, Purchasing Agent, (202) 574-5020. DESC: Fixed Price Bid Solicitation. A mandatory pre-bid conference and site visit has been scheduled for Thursday, January 10, 1997 at 9:30 a.m. at the Potomac Job Corps Center, #1 DC Village Lane, SW., Washington, DC 20032. All interested sources may submit a capability statement along with a check (cashiers and/or certified check) and/or a money order in the amount of $30.00 to receive a bid package. These packages will not be available until Monday, December 16, 1996. All requests must be done in writing only. No telephone requests for solicitation packages will be accepted. CITE: (M-348 SN011970) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Management and Training Corporation, Potomac Job Corps Center, #1 DC Village Lane, SW., Washington, DC 20032 SUBJECT: Z--AIR CONDITIONING & WINDOW REPLACEMENT SOL SOL96-04 DUE 012896 POC Mary Y. Taylor, Purchasing Agent, (202) 574-5020. DESC: Fixed Price Bid Solicitation. A mandatory pre-bid conference and site visit has been scheduled for Tuesday, January 14, 1997 at 9:30 a.m. at the Potomac Job Corps Center, #1 DC Village Lane, SW., Washington, DC 20032. All interested sources may submit a capability statement along with a check (certified and/or cashiers) and/or money order in the amount of $30.00 to receive a bid package. These packages will not be available until Monday, December 16, 1996. All requests must be done in writing only. No telephone requests for solicitation packages will be accepted. CITE: (M-348 SN011971) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Management and Training Corporation, Potomac Job Corps Center, #1 DC Village Lane, SW., Washington, DC 20032 SUBJECT: Z--MODULAR BUILDING (SECURITY) SOL SOL96-03 DUE 012397 POC Mary Y. Taylor, Purchasing Agent, (202) 574-5020. DESC: Fixed Price Bid Solicitation. A mandatory pre-bid conference and site visit has been scheduled for Thursday, January 10, 1997 at 9:30 a.m. at the Potomac Job Corps Center, #1 DC Village Lane, SW., Washington, DC 20032. All interested sources may submit a capability statement along with a check (cashiers and/or certified check) and/or a money order in the amount of $30.00 to receive a bid package. These packages will not be available until Monday, December 16, 1996. All requests must be done in writing only. No telephone requests for solicitation packages will be accepted. CITE: (M-348 SN011976) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Management and Training Corporation, Potomac Job Corps Center, #1 DC Village Lane, SW., Washington, DC 20032 SUBJECT: Z--AIR CONDITIONING & WINDOW REPLACEMENT SOL SOL96-04 DUE 012896 POC Mary Y. Taylor, Purchasing Agent, (202) 574-5020. DESC: Fixed Price Bid Solicitation. A mandatory pre-bid conference and site visit has been scheduled for Tuesday, January 14, 1997 at 9:30 a.m. at the Potomac Job Corps Center, #1 DC Village Lane, SW., Washington, DC 20032. All interested sources may submit a capability statement along with a check (certified and/or cashiers) and/or money order in the amount of $30.00 to receive a bid package. These packages will not be available until Monday, December 16, 1996. All requests must be done in writing only. No telephone requests for solicitation packages will be accepted. CITE: (M-348 SN011977) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320 SUBJECT: Z--REPLACE SEWER LINES, BUILDINGS 16 AND 138 SOL 542-9-97 DUE 010397 POC Point of Contact - John Cox, Contracting Officer, 610-383-0203 DESC: This VA Medical Center is seeking a professional Architect Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No. 542-97-106, Replace Sewer Lines, Buildings 16 and 138. This project includes excavation and removal of approximately 1600 feet of sanitary sewer line and replacement with new plastic pipe along with T's elbows and fittings as needed. A small lift station will also be required along with backfilling, landscaping and electrical work. The new work shall meet all VA Criteria Codes and Life Safety Codes.This advertisement for A/E Services is set aside for small bussinesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested qualified small businesses, that meet this criteria must submit Standard Forms 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for these Standard Forms is restricted to A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the 150 mile limit will be returned without consideration. This is not a solicitation for construction bids. Any submittals regarding this announcement that are not received by the designated date and time will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $250,000 to $500,000. cvamc7@ worldaxes.com Contact this E-mail address for inquires. CITE: (D-348 SN011987) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320 SUBJECT: Z--FIRE &ETY IMPROVEMENTS, VARIOUS BUILDINGS SOL 542-8-97 DUE 010397 POC Point of Contact - John Cox, Contracting Officer, 610-383-0203 DESC: This VA Medical Center is seeking a professional Architect Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No 542-97-104, Fire and Safety Improvements in Various Buildings. This project will include the adding of sprinklers in the telephone closets of 15 buildings, the sealing of all wall penetrations in smoke and fire barriers, replacing existing 1/2 hour rated fire doors and frames with 2 hour rated doors in 12 different buildings and replace fusible links in air conditioning ducts at fire barriers in 10 buildings. The project will include all necessary demolition, clean-up, painting, caulking and meet all applicable VA criteria and codes. The contract will include weekly site visits, providing contract prints and as-builts on Autocadd, Versions R12 or R13. This advertisement for A/E Services is set aside for small bussinesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested qualified small businesses, that meet this criteria must submit Standard Forms 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for these Standard Forms is restricted to A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the 150 mile limit will be returned without consideration. This is not a solicitation for construction bids. Any submittals regarding this announcement that are not received by the designated date and time will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $250,000 to $500,000. cvamc7@ worldaxes.com Contact this E-mail address for inquires. CITE: (D-348 SN011991) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320 SUBJECT: Z--FOOD DELIVERY SITE PREP SOL 542-10-97 DUE 010397 POC Point of Contact - John Cox, Contracting Officer, 610-383-0203 DESC: This VA Medical Center is seeking a professional Architect Engineering firm for the development of complete site prepararion, working drawings, specifications, cost estimates and Construction Period Services for Project No. 542-97-105, Food Delivery Site Prep. This project will include the site preparation and utility services to support the installation of an advanced food preparation and tray delivery system for use by Dietic Service to replace the motorized tray delivery system. The new advanced prep and tray delivery system will consist of a central blast refrigerator in Building 138, Tray Line relocation from Building 8 to Building 58, Tray Line holding refrigerator in Building 58 and rethermalization refrigeration units on 12 selected Nursing units located throughout the medical center. All utility services, ventilation requirements and architectural considerations will be provided to serve all system components. Electric utility connections will be from an emergency power source. Contract prints and as-builts must be on Autocadd R13. This advertisement for A/E Services is set aside for small bussinesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested qualified small businesses, that meet this criteria must submit Standard Forms 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for these Standard Forms is restricted to A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the 150 mile limit will be returned without consideration. This is not a solicitation for construction bids. Any submittals regarding this announcement that are not received by the designated date and time will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $100,000 to $250,000. cvamc7@ worldaxes.com Contact this E-mail address for inquires. CITE: (D-348 SN011995) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue Bldg 1289 Ne, Hill air Force Base, Ut 84056-5000 SUBJECT: Z --INSTALL EXTERIOR LIGHTS SOL F42650-97-Q-0170 DUE 012397 POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional information contact Susan Jones/Pkoe/[801]775-2373 DESC: All work necessary to install 3 street lights with transformer tapped into existing line. This is in a controlled area. Estimated Range: $25,000 - $100,000 Performance Period: 120 days Place of performance: Hill AFB UT Bldg 2026 The approximate issue/response date will be 09 Jan 97. The anticipated award date will be 23 Jan 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. 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-348 SN012037) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), VA Medical Center, 1400 Blackhorse Hill Road, Coatesville, PA 19320 SUBJECT: Z--ROOF REPLACEMENT, BUILDINGS 18 AND 57 SOL 542-11-97 DUE 010397 POC Point of Contact - John Cox, Contracting Officer, 610-383-0203 DESC: This VA Medical Center is seeking a professional Architect Engineering firm for the development of complete working drawings, specifications, cost estimates and Construction Period Services for Project No. 542-97-102, Replace Roofs, Buildings 18 and 57. This project will Replace all existing slate roof and metal flashing on Building 18 and Building 57. The area of roof involved in this project is approximately 31,000 square feet. The project includes all necessary demolition and installation of new metal flashing and fiberglass reinforced asphalt roof shingles which resemble slate. The construction also includes gutter repair, tuckpointing, coping repair, sheathing replacement, reinstallation of lightning protection and eyebolt flashing. All prints and as-builts must be on Autocadd Version R13. This advertisement for A/E Services is set aside for small bussinesses. The Standard Industrial Classification Code is 8712, and the Small Business Size Standard is $2.5 million as an average annual revenue during the last three complete years. Interested qualified small businesses, that meet this criteria must submit Standard Forms 254 and 255 to the Contracting Officer listed above by close of business (4:30) on January 3, 1997. This request for these Standard Forms is restricted to A/E firms located within a 150 mile radius of Coatesville, PA. Submittals from firms not meeting the small business criteria or firms located outside the 150 mile limit will be returned without consideration. This is not a solicitation for construction bids. Any submittals regarding this announcement that are not received by the designated date and time will be returned without consideration. The cost range for this A/E contract is $25,000 to $100,000. The cost range for the construction phase is $100,000 to $250,000. cvamc7@ worldaxes.com Contact this E-mail address for inquires. CITE: (D-348 SN012043) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer (90C), Department of Veterans Affairs, Medical and Regional Office Center, Togus, Maine 04330 SUBJECT: Z -- SITE PREPARATION FOR TELEPHONE SYSTEMS REPLACEMENT SOL I.F.B. 402-1-97 DUE 020697 POC Michael LeClair, Contracting Officer (90C) DESC: Furnish labor, material, and equipment necessary to perform site preparation for a Telephone Systems Replacement at the Department of Veterans Affairs, Medical and Regional Office Center, Togus, Maine. Work includes general construction, demolition, alterations and electrical work throughout all buildings. Work will consist of the installation of conduit, risers, raceways, Construction of telephone closets, telephone rooms, and ventilation systems. It will also include excavation, restoration, and installation of underground duct banks. All work shall be performed in strict accordance with the plans and specifications. Completion Time: 180 calendar days. A $100.00 refundable deposit is required in the form of a cashiers check or money order for each set of plans and specs. All requests for plans and specs. must be in writing to the Contracting Officer (90C), Department of Veterans Affairs, Medical and Regional Office Center, Togus, Maine 04330. Only one (1) set of Bid Documents will be issued to each proposed bidder. Bid documents will be available on a first come, first serve basis, when the supply is depleted, no more plans or specs. will be printed.(50 sets will be printed). Plans and specs. will be available on/or about 1/17/97. A Pre-Bid meeting will be held on 1/23/97 at 10:00 a.m. local time in the Engineering Conference Room, Bldg. 202. Bid opening date will be on 2/6/97 at 2:00 p.m. local time in Bldg. 205, 3rd floor, Room 316B, Acquisition and Materiel Management Conference Room. All bids must be time and date stamped in Bldg. 205, Room 312 prior to the 2:00 p.m. bid opening. SIC Code: 1731. This project is being advertised on an unrestricted basis in accordance with PL-100656. Construction Cost Range: $500,000 and $1,000,000. CITE: (I-348 SN012092) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Naval Surface Warfare Center, Crane Division, Code 1162, Bldg. 2521, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 10 -- MOD1 MOUNT WIN .50 CALIBER M2HB SOFTMOUNT SOL N00164-97-Q-0052 DUE 010397 POC Contact point, Ms. Joyce Loughmiller, Purchasing Agent, Code 1162N3, 812-854-3902 DESC: 40 EACH MK 95 MOD 1 MOUNT, TWIN .50 CALIBER M2#B SOFTMOUNT. DELIVERY TO BE 180 DAYS AFTER AWARD. INSPECTION AND ACCEPTANCE FOB DESTINATION, CRANE, IN. THE FOLLOWING GFM WILL BE FURNISHED P/N'S 7117795(CHUTE, FLEXIBLE AMMO.) 7109640 (ADAPTER, GUN END, LEFT) 7117793 (ADAPTER, GUN END, RIGHT) 6650402 (SHOCK DAMPENER). SOLICITATION TO BE ISSUED ON ABOUT 97 JAN 07. See Note(s): 1. CITE: (I-347 SN011743) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Naval Surface Warfare Center, Crane Division, Code 1162, Bldg. 2521, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 10 -- FRONT & REAR HAND GUARDS & SHOULDER STOCK /MK6 RIFLE SOL N00164-97-Q-0051 DUE 013197 POC Contact point, Ms. Joyce Loughmiller, Purchasing Agent, Code 1162N3, 812-854-3902 DESC: 2000 EACH FRONT HAND GUARDS, 2000 EACH REAR HAND GUARDS, 2000 EACH SHOULDER STOCKS FOR MK 6 DRILL RIFLE. MTERIAL-PROPYLENE PLASTIC - -IAW: STM-4101, PP0348. DELIVERY TO BE 60 DAYS AFTER AWARD-FOB DESTINATION-CRANE, IN. INSPECTION AND ACCEPTANCE AT DESTINATION. REQUEST FOR QUOTE TO BE ON OR ABOUT 1-13-97. See Note(s): 1. CITE: (I-347 SN011744) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--STUD NUT. CORROSION RESISTANT STEEL MATERIAL. ONE END HAS SOCKET HEAD, OTHER END HAS SOL SP0740-97-Q-0598 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: YPC96310002562 NSN 1095-01-065-9833, CAGE D0680 Part No CA18009N-43 CAGE 29372 Part No CA18009N-43 CAGE 29372 Part No CA18370N-43 stud nut. Corrosion resistant steel material. Passivated finish. 4,000 -EA Del to Lathrop CA 95330 Del 30 days after award 4,000 -EA Del to New Cumberland PA 17070-5001 Del 30 days after award solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluatio of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation.delivery evaluation factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performanc as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-348 SN011886) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 13-CARTRIDGE ACTUATED CUTTER, MK 18 MOD 0 SOL N0010497RK012 DUE 021497 POC Contact Point, R. L. Cleaver, 0242.3, (717)790-2706, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, R.L. Cleaver, 0242.3, (717)790-2706 DESC: NSN 2E-1377-00-777-5670, Qty 104 EA, Delivery FOB Origin-- Except as modified or ampliied in RFP. This item contains class "C" explosives. DFAR 252.223.7002, Safety Precaustions for Ammunitions and Explosvies applies. 100% option clause included, 90 days. All responsible sources may submit an offer which, if received in a timely manner, will be considered., See Note 9 CITE: (I-347 SN011800) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 13-PIN PUSHER, 12.0 SECOND DELAY, CTG. SOL N0010497RK021 DUE 013197 POC Contact Point, R. L. Cleaver, 0242.3, (717)790-2706, Fax, (717)790-2284, Twx, Not-avail DESC: NSN 2E-1377-01-135-6856, Qty 532 EA, Delivery FOB Origin-- Except as modified or amplified in RFP. This item contains class "C" explosives. DFAR 252.223-7002, Safety Precautions for Ammunition and Explosives applies. All responsible sources may submit an offer which, if received in a timely manner, will be considered., See Note 9 CITE: (I-347 SN011801) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--INITIATOR, PROPELLAN SOL F42630-97-Q-20521 DUE 012297 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Genee Ringel/Likm/[801]775-2093 DESC: Item 0001 NSN 1377-01-166-4262ES P/N: 6028300, Acft ejection sys (life support) ballistic dev. Predominant matl is aluminum with expl charge of 0.0013 lb. Length 3.50", dia 1.97" and is propagation initiated. Alternate NSN: 1377-01-203-1959ES, P/N: 821019-1; NSN: 1377-00-138-3770ES, P/N: 812666-9 and NSN: 1377-01-289-4632ES, P/N: 6065300 64ea. Applicable to: F-15. Destn: FMS Countries. Delivery: 31 Dec 97 64 ea The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 22 Jan 97. Written procedure will be used for this solicitation. To: Teledyne Mccormick Selph, Hollister Ca 95024 0006. To: Scot Inc, Downers Grove Il 60515-0705. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. See Note (s) 26. CITE: (I-348 SN012033) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: U.S. Army ARDEC, AMSTA-AR-PCW-D, Bldg 10, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: 13 -- MK42 FUZE SOL DAAE30-97-Q-0006 DUE 010397 POC Errol T. Chisholm, Contract Specialist, email=chisholm, 201-724-5770. DESC: The US Army ARDEC has a requirement for engineering analysis, engineering design, hardware fabrication and testing of MK420 Dual Mode Fuze test components. The period of performance will be 45 days. At the conclusion of the effort a final report will be provided in contractor format which details the entire effort including the test hardware configurations, test set-ups, test results and engineering analysis of the results. Award of a purchace order on a sole source basis to Action Manufacturing Co., Philadelphia PA, as the only responsible source is anticipated. See note 22. Information regarding this action can be accessed at http://procnet.pica.mil. CITE: (I-348 SN012093) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: U.S. Army TACOM-ARDEC, AMSTA-AR-PCW-B, Building 10, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: 13 -- SELECTABLE LIGHTWEIGHT ATTACK MUNITIONS PRODUCTION SOL N/A DUE 020697 POC Anita Jones email=anjones, Contract Specialist, 201-724-3997 Paul Milenkowic email=pmilen, Contracting Officer, 201-724-5391. DESC: The US Army TACOM-ARDEC Picatinny Arsenal, NJ intends to acquire under the authority of FAR 6.302-1, Only One Responsible Source, a production effort for M2 and M4 Selectable Lightweight Attack Munitions (SLAMs), M3 Demolition Attack Munitions (DAMs), and M299 Training Kits. The estimated quantities are 2,400 M2s, 2,200 M3s, 9,000 M4s, and 307 M299s. The Government intends to utilize Alliant Techsystems, Inc. located in Hopkins, MN. This effort is expected to be awarded in second quarter fiscal year 1997 as an add-on to the current contract DAAE30-95-C-0105. See Numbered Note 22. CITE: (I-348 SN012094) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought OFFADD: U.S. Army ARDEC, AMSTA-AR-PCW-A Bldg10, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: 13 -- 13--PROCUREMENT OF M795 155MM HE PROJECTILE SOL DAAE30-97-R-0049 POC Jean Grinter, Contract Specialist, email=jgrinter, 201-724-4166; David Banashefski, Contracting Officer, 201-724-4113. DESC: The Army has a requirement for the manufacture of metal parts for approximately 84,000 M795 High Explosive Projectiles. The M795 design utilizes high fragmentation steel to increase its effectiveness. A qualified manufacturer must possess at his site the capability and facility to forge, heat treat, nose, overlay weld, machine, and inspect the M795 and the capacity to meet the required schedules. Interested producers are requested to submit capabilities statements to U.S. Army TACOM-ARDEC, ATTN: AMSTA-AR-PCW-A, Jean Grinter, Building 10, Picatinny Arsenal, NJ 07806-5000. Inquiries must be in writing. No solicitation will be issued as a result of this market survey which is for informational purposes only. CITE: (I-347 SN011747) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought OFFADD: U.S. Army ARDEC, AMSTA-AR-PCW-A Bldg10, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: 13 -- 13--PROCUREMENT OF M795 155MM HE PROJECTILE SOL DAAE30-97-R-0049 POC Jean Grinter, Contract Specialist, email=jgrinter, 201-724-4166; David Banashefski, Contracting Officer, 201-724-4113. DESC: The Army has a requirement for the manufacture of metal parts for approximately 84,000 M795 High Explosive Projectiles. The M795 design utilizes high fragmentation steel to increase its effectiveness. A qualified manufacturer must possess at his site the capability and facility to forge, heat treat, nose, overlay weld, machine, and inspect the M795 and the capacity to meet the required schedules. Interested producers are requested to submit capabilities statements to U.S. Army TACOM-ARDEC, ATTN: AMSTA-AR-PCW-A, Jean Grinter, Building 10, Picatinny Arsenal, NJ 07806-5000. Inquiries must be in writing. No solicitation will be issued as a result of this market survey which is for informational purposes only. CITE: (I-347 SN011749) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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-LEADING EDGE,AIRCRA SOL N0038397QA059 DUE 012197 POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1560-99-577-3001-SR, Ref Nr 75A160201-1003, Qty 2 EA , Delivery FOB Origin--NOTE:The U.S.Naval Inventory Control Point-Philadelphia does not have manufact uring drawings of this item. Item is a component of the AV-8B "Harrier" wing assembly and is, therefore, a critical safety-of-flight component.---, See Note 22 CITE: (I-347 SN011778) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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-DUCT ASSEMBLY,AIR C SOL N0038397QA063 DUE 012197 POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1560-01-152-9696-SR, Ref Nr 75A667108-1001, Qty 6 EA , Delivery FOB Origin--Note: the Naval Inventory Control Point-Philadelphia does not have drawings of this item. Item is used on board the AV-8B "Harrier" aircraft.---, See Note 22 CITE: (I-347 SN011779) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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-FAIRING,FUSELAGE,AI SOL N0038397QN068 DUE 012197 POC Contact Point, Dorothy Henderson, 0233.06, (215)697-2814, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-1560-00-865-3660-QH, Ref Nr 65205-06001-048, Qty 19 EA, Delivery FOB Origin-----, Drawings not available., See Note 22 CITE: (I-347 SN011780) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--DOOR ASSEMBLY SOL SP0460-97-Q-B599 DUE 010397 POC Contact: for copies of RFQ solicitations contact buyer. Jea nne Yonce BV617/804-279-5145, FAX 804-279-6078. KO Kim berly S. Ratliff 804-279-4535. DESC: PR-NO: YPG96332000359 NSN 1560-01-076-8983, door assembly Lockheed Martin Corp CAGE 81755 Dwg 16B5519, Rev "AJ" P/N 16B5519-11. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Unrestricted. Other than full and open sole source. Intended source Lockheed Martin Corp. Solicitation will be made in writing. 37 -EA Del to New Cumberland PA 17070-5001 Del by 176 days. 15 -EA Del to Stockton CA 95296 Del by 176 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011832) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--LONGERON SOL SP0460-97-R-0514 DUE 021397 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, BA rbara Stansbury BV417 (804)279-3416 KO Kimberly Hansen (804)279-3624 FAX (804) 279-6078/4300 DESC: PR-NO: YPG96334000195 NSN 1560-01-432-5841, @ITEM namelongeron @OVERALL LENGTH44.000 inches nominal @III END item IDENTIFICATIONF-16C/D aircraft @AIRCRAFT mission design SERIESF-16C/D @MATERIALALUMINUM alloy 160 -EA Del to (Call contracting office) Del by 12 Jul 97 (120 DARO) mfr: Lockheed Martin Corp CAGE 81755 Dwg 16B5121 Rev "N" PN 16B5121-31 source: progressive Inc. CAGE 64900 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-347 SN011833) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--LONGERON SOL SP0460-97-R-0515 DUE 021497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, BA rbara Stansbury BV417 (804)279-3416 KO Kimberly Hansen (804)279-3624 FAX (804)279-4300/6078 DESC: PR-NO: YPG96334000196 NSN 1560-01-432-5843, @ITEM namelongeron @OVERALL LENGTH44.000 inches nominal @III END item IDENTIFICATIONF-16C/D aircraft @AIRCRAFT mission design SERIESF-16C/D @MATERIALALUMINUM alloy 160 -EA Del to (Call contracting office) Del by 13 Jul 97 (120 DARO) mfr: Lockheed Martin CAGE 81755 Dwg 16B5121 Rev N PN 16B5121-32 source: progressive Inc. CAGE 64900 sources other than progressive may be required to perform FAT. specifications, plans or drawings relating to the procurement described are not available and canno be furnished by the government. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011834) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--MANIFOLD, FLUID, AIRCRAFT SOL SP0460-97-Q-B604 DUE 010697 POC Contact: for copies of RFQ solicitations contact the buyer. Dorothy CAR-TER/BV412/804-279-4134, FAX 804-279-6078. KO is Dolores O'BRIEN804-279-4567. DESC: PR-NO: YPG96339000300 NSN 1560-01-162-6715, manifold, fluid, aircraft. Rockwell Intl Corp CAGE 43999. P/N L5344538-0001 Rev "a" specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the government. Other than full and open more than one source. Intended sources, 58730 and 10000 6 - EA Del to Barstow CA 92311-5014 Del by 112 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011835) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--COVER, ACCESS SOL SPO460-97-Q-C452 DUE 020697 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement. for copies of RFQ Sol icitations, contact thebuyer: Robert Tobin/BU713/804-2 79-3639 contracting officer: Margaret Adams/804-279-51 37 DESC: PR-NO: YPG96332000317 NSN 1560-00-076-6621, cover, access Lockheed Martin, CAGE 98897 P/N 3F11092-101 Rev 'e' and eco 96C0001 Tech data package availability: 23 -EA Del to Robins AFB GA 31098-1887 Del by: 147 DARO first article test required. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Other than full and open (10 U.S.C. 2304(C)(1) (FAR 6.302-1) more than one source, intended sources: Lockheed Martin, CAGE 98897 honeycomb Co. of America, CAGE 99115 HAC Corp., CAGE 1N454 GSE Dynamics, CAGE 29183 total small business (SB) set-aside (NOTE 1) critical application item. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011843) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--HEATER, VENTURI SOL SP0460-97-R-0513 DUE 021497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, BA rbara Stansbury BV417 (804)279-3416 KO Kimberly Hansen (8040279-3624 FAX (804)279-4300/6078 DESC: PR-NO: YPG96332000348 NSN 1560-00-798-5687, Tech data package availability: 25 -EA Del to New Cumberland PA 17070-5001 39 -EA Del to Stockton CA 95296 delivery schedule: with first article testing 274 DARO (13 Dec 97); with FAT waived 109 DARO (1 Jul 97) mfr: McDonnell Douglas Corp CAGE 76301 Dwg 32-63092 Rev "L" PN 32-63092-5 source: Essex Industries Inc. CAGE 83533 PN 5400010100-5 specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 100% quantiy option include all responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011844) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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 -- IMPROVED DATA MODEM (IDM), SYSTEMS ENGINEERING STUDY ASSESSING THE INTERFACE REQUIREMENTS FOR THE PLANNED INTEGRATION OF IDM ION 3 WITH MIL-STD-188-220/VARIABLE MESSAGE INTO THE AH-64 SOL DAAJ09-94-G-0009 POC Mary Sands, Contract Specialist, 314-263-0695, Michael H. Bond, Contracting Officer, 314-263-2872, ATTN: AMSAT-A-PMAA. DESC: The proposed contractor is McDonnell Douglas Helicopter Systems, 5000 East McDowell Road, Mesa, Arizona 85215-9797. The U.S. Government does not have detailed design data, manufacturing drawings, material or process specifications or firm interface document which would allow any source other than MDHS to effect the integration and qualification of the Improved Data Modem. See note 22. CITE: (I-348 SN011938) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--CYLINDER ASSEMBLY SOL F41608-97-R-74120 DUE 020397 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 1650-01-355-0729LD P/N: 17P1C2126-503, CYLINDER ASSY, ACTUATING LINAR, DOUBLE ACTING SINGLE CYLINDER;EXTENDED LENGT H = 33.967 INCHES NOMINAL COMPRESSED LENGTH = 21.547 IN NOMINAL; END ITEM ID = C17 ACFT 6EA. Applicable to: C-17a Acft. Destn: FB2065, _ACCT 09. Delivery: 31 Jul 97 6 ea Government drawings and/or specifications are NOT available. The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 03 Mar 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. 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-347 SN011377) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: ASC/YPKKB, 1981 Monahan Way, Bldg 12, Wright-Patterson AFB OH 45433- 7205 SUBJECT: 16 -- ALE-50 ALTERNATE MISSION EQUIPMENT FOR THE F-16 AIR COMBAT FIGHTER PROGRAM SOL F33657-97-R-0006 DUE 011597 POC Contact Captain James B. Smith (513) 255-6581; Contracting Officer, Sandra Palmatier (513) 255-0723. DESC: The F-16 System Program Office, ASC/YPKKB, intends to issue RFP No. F33657-97-R-0006 for sole source negotiations to produce pylon adapters, document and maintain interface control with both the F-16 aircraft and the AN/ALE-50(V)2 system, maintain and update F-16 AN/ALE-50(V)2 computer based training (CBT), provide F-16 site activation and logistics support for the pylon and AN/ALE-50(V)2 systems, including an ability for aircrews to load system software through the Enhanced Diagnostic Aid, and maintain and update appropriate technical publications for F-16 Block 40/42/50/52. Initial procurement will be for up to 961 pylons, CBT updates, technical publication maintenance, and logistics support. The pylon is an underwing adapter which houses and provides a power and multiplexer BUS (1553) interface from the F-16 to the AN/ALE-50(V)2 system. The AN/ALE-50(V)2 is an F-16 platform specific application of the generic AN/ALE-50(V) Towed Decoy System. The associated technical publications describe all operation and maintenance actions required for the system. The CBT provides a personal computer DOS-based training capability covering the operation and maintenance of the pylon and AN/ALE-50(V)2 system. The Engineering and Manufacturing Development (EMD) phase of the F-16 16S350 pylon and AN/ALE-50(V)2 launcher/controller, contracted with Lockheed Martin Tactical Aircraft Systems, and the Advanced Airborne Expendable Decoy (AAED) decoy round, contracted with E-Systems, Goleta Division, are nearing completion. Reprocurement data and interface control data for the 16S350 pylon are not available at this time. Source software code for the computer based training is also not available. We anticipate a one year production contract with annual options to be awarded in CY97 with the first deliveries in late CY97 or early CY98 in order to meet aircraft capabilities requirements. The pylons and associated support must be delivered concurrently with the AN/ALE-50(V)2 launcher/controllers to ensure complete warfighting capability. The contractor shall possess the capability to provide for the handling of unclassified hardware and classified software up to the SECRET level. Minimum personnel security clearance requirements for the software effort are SECRET. Lockheed Martin Tactical Aircraft Systems is the intended source pursuant to the authority of 10 U.S.C. 2304 (c) (1) (see note 22). Direct all requests concerning this acquisition to Captain James B. Smith, Buyer, ASC/YPKKB, 1981 Monahan Way, Bldg. 12, Wright-Patterson AFB OH 45433-7205 at (513)255-6581. An ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concerns during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman Mr. Daniel L. Kugel, Deputy Director, Systems Management, ASC/SY, Bldg 52, 2475 K. Street, Suite 1, WPAFB OH, 45433-7642, at (937) 255-3855 with serious concerns only. Routine communication concerning this acquisition should be directed to the points of contact listed in item 11 above. CITE: (I-347 SN011750) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: 168 LS/LGC, 3127 Wabash Avenue, Ste 101, Eielson AFB, Alaska 99702-1794 SUBJECT: 16 - AIRCRAFT SEATING SOL DAHA51-97-Q-2032 DUE 123196 POC Connie Lamprecht, Contracting Officer, (907) 377-2917 DESC: Purchase twenty-five (25) pairs of refurbished first class aircraft seats; ten (10) left side mount and fifteen (15) right side mount. Shall be high backed and have serving tables and seat belts. Must be constructed of an FAA approved fire block material and have lightweight alloy frames as well as "G" rated FWD and AFT. All seats must have a manufacturing date of after 1990 and be identical in design as well as fabric color. These seats will be installed in a KC-135 model aircraft. Requests for Quotation (RFQ) will be issued on or about 31 Dec 96 and receipt of quotation is required by 17 Jan 97. No telephone requests will be accepted - only written or telefaxed requests received directly from the requester are acceptable. Facsimile number is (907) 377-2919. 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. EMAIL clamprecht@AKEIL.ANG.AF.MIL EMAILDESC: e-mail. CITE: (W-347 SN011773) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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-SHAFTXASSY,COOLER SOL N0038397QN070 DUE 012197 POC Contact Point, Dorothy Henderson, 0233.06, (215)697-2814, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1615-00-915-7124-QH, Ref Nr 65361-11000-042, Qty 43 EA, Delivery FOB Origin-----, Drawings not available., See Note 22 CITE: (I-347 SN011781) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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-ACTUATOR,ELECTRO-ME SOL N0038397RA057 DUE 013197 POC Contact Point, Joel M Hoffman, 0223.09, (215)697-3534, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent Hall, 0223.03, (215)697-6548 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-1680-01-181-1374-BP, Ref Nr DL1326M40-4, Qty 49 EA, Delivery FOB Origin----- DRAWINGS NOT AVAILABLE. Due to the unavailability of drawings or other data, this requirement will be restricted to (12511) Simmonds Precision Products. Requests for copies of solicitatiion should be FAXED to (215) 697-3161. Estimated Award Date is 30 APR 97., See Note 22 CITE: (I-347 SN011782) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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-STRAP,WEBBING - AND SIMILAR REPLACEMENT PART SOL N0038397RB027 DUE 012197 POC Contact Point, Tanya D Bailey, 0231.23, (215)697-3440, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kathryn M Andrews, 0231.01, (215)697-5980 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-1680-01-436-9878-LX, Ref Nr 361D630-1, Qty 33 EA, Delivery FOB Origin--NO DRAWINGS ARE AVIALABLE ---, See Note 22 CITE: (I-347 SN011783) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--CUSHION, SEAT-SURVIVAL KIT SOL SP0460-97-Q-B598 DUE 010297 POC Contact: for copies of RFQ solicitations contact buyer. Jea nne Yonce BV 617/804-279-5145, FAX 804-279-6078. KO Ki mberly S. Ratliff 804-279-4535. DESC: PR-NO: NPG96323001264 NSN 1680-01-364-3760, cushion, seat survival kit East/ West Industries Inc. CAGE 30941 P/N 366E671-5. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. unrestricted. Other than full on open only one source. Solicitation will be made in writing. 62 -EA Del to Jacksonville FL 32212-0097 Del by 123 days. 71 - EA Del to New Cumberland PA 17070-5001 Del by 123 days. 126 -EA Del to Stockton CA 95296 Del by 123 DATS, all responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011838) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--ARM TRAY SUBASSEMBLY SOL SP0460-97-Q-B603 DUE 010697 POC Contact: for copies of RFQ solicitations contact buyer. Dor othey Carter BV412/804-279-4134, FAX 804-279-6078. KO Dolores O'Brien 804 279-4567. DESC: PR-NO: YPG96330000801 NSN 1680-01-277-8952, arm tray subassembly Enginetics Corp CAGE 60168. P/N 0001840033. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Other than full and open. Only one source. 112 -EA Del to Richmond VA 23297-5900 Del by 100 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011842) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--CONTROL ASSEMBLY, LEVER TYPE SOL SP0460-97-Q-B602 DUE 010697 POC Contact: for copies of RFQ solicitations contact the buyer Dorothy CARTERBV412, FAX 804-279-4134, FAX 804-279-607 8. KO Dolores O'Brien 804-279-4567. DESC: PR-NO: YPG96340000394 NSN 1680-01-053-0565, control assembley, lever type Pacific scientific company CAGE 45402. P/N 011363612. specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the government. other than full and open only one source. 65 -EA Del to Hill AFB UT 84056-5734 Del by 111 days. 85 -EA Del to New Cumberland PA 17070-5001 Del by 111 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011845) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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-LANDING GEAR,RETRAC SOL N0038397QB030 DUE 012297 POC Contact Point, William M Fitzpatrick, 0231.10, (215)697-3820, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Anthony C Etheridge, 0231.21, (215)697-2560 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1620-01-191-5694-PF, IAW Ref Nr A51G9100-51, Qty 11 EA, Delivery FOB Origin--OFFERORS NOTE:DUE TO THE UNAVAILABILITY OF DRAWINGS AND OTHER DATA, THE PART MUST BE ACQUIRED FROM A SOURCE SPECIFIED ON A SOURCE CONTROL DRAWING. THE PART REQUIRES ENGINEERING SOURCE APPROVAL (FLIGHT CRITICAL ITEM), THEREFORE THIS ITEM WILL BE RESTRICTED TO 17576 COLTEC-MENASCO.---, See Notes 22,23 CITE: (I-348 SN011847) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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-SERVOCYLINDER SOL N0038397QD106 DUE 020697 POC Contact Point, Katherine R Rachubinski, 0221.06, (215)697-2813, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Suzanne Brophy, 0221, (215)697-6519 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1650-01-351-3373-GF, Ref Nr 287800-1009, Qty 44 EA, Delivery FOB Origin----- The estimated award date is 140 days after date of synopsis. Due to the unavailability of drawings or other data this requirement will be restricted to Parker Hannifin., See Note 22 CITE: (I-348 SN011848) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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, ACTUATOR. SOL SP0740-97-Q-0603 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: YPC96311000850 NSN 1650-01-013-0419, CAGE 26512 Part No 2733820 CAGE 92003 Part No 2733820 cylinder, actuator. Grumman Aerospace Corp, part number 2733820 and Parker-Hannifin Corp, part number 2733820. 26 -EA Del to McClellan AFB CA 95652-1621 Del 30 days after award solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluatio of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation.delivery evaluation factor (DEF) applies. while price is 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-348 SN011889) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B., Philadelphia, PA 19111-5084 SUBJECT: 16 -- TESTING ANALYSIS OF A REDESIGNED STEEL FILTER HOUSING SOL N00140-97-Q-0495 POC Rosa Cedeno-Stout, Contract Negotiator, (215)697-9602. DESC: FISC Norfolk Detachment Philadelphia, intends to acquire thru Other Than Full and Open competition, the requirement of the Redesign and replacement of the filter housing to the filter housing to the Rudder Hydraulic Servocylinder as well as delivery of Prototype, Verification, Basic, Maintenance Trainer and Spare Kits. The requirement will be acquired on a sole source basis, with Moog Aircraft Group, Torrance, CA, to be delivered to Orange Park, FL. The statutory authority permitting other than full and open competition is 10 U. S. C. 2304 (c)-1. The applicable standard Industrial Classification Number is 8711. Requests for copies of this solicitation should be made by letter or telegram directed to FISC Code 0343C at (215)697-9738 (fax). CITE: (I-348 SN011950) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Aeronautical Systems Center, ASC/VXAK, 102 West D Ave, Suite 300, Eglin AFB FL 32542-6808 SUBJECT: 16--AIRCRAFT LAUNCHER INTERFACE COMPUTERS (ALICS) SOL N/A POC Major Wendy Motlong, Contracting Officer, 904/882-2456, Ext 5014 DESC: The Lethal SEAD Division of the Weapons, Air Base, and Range Product Support Office plans to award a firm fixed price, sole source, Foreign Military Sales (FMS) contract to Texas Instruments Incorporated (TI), Lewisville TX, for the procurement of 16 Aircraft Launcher Interface Computers (ALICs). Each ALIC will be integrated with a LAU-118/A launcher which will be provided as GFE. A priced option for 12 additional ALICs and associated integration is also contemplated. Delivery of the integrated ALICs must begin NLT March 1998. This procurement is a continuation of an on-going production effort performed by TI. The ALIC provides a physical and functional interface between the High Speed Anti-Radiation Missile (HARM) and the F-16 aircraft. Hardware modifications were made to the ALIC phase III baseline by TI for parts obsolescence and producibility. A reprocurement package incorporating these changes has not been kept up to date by the government and is not available for competitive reprocurement. The government further requires that ALIC hardware undergo extensive acceptance tests requiring use of the TI-developed ALIC Acceptance Test Equipment (AATE). The AATEs are committed to existing contracts and are not available for another contractor to start up a production line for 16 ALICs. Software modifications to upgrade the ALIC and improve performance will be a part of this procurement. The software upgrades will incorporate previously evaluated System Problem Improvement Reports (SPIRs) submitted by TI. This synopsis is for planning purposes only and shall not be considered an IFB or an RFP and is not to be considered as a commitment by the government. All responsible sources shall be screened on the following qualification: knowledge and production capability of the ALIC systems, knowledge of the AATE operating procedures/capabilities; and ability to meet the delivery schedule. It is anticipated that only one source, TI, developer and sole producer, can satisfy the government's minimum needs for this small requirement. This contractual action is expected to be executed using "other than full and open competition" procedures pursuant to FAR 6.302-1(a)(20(ii)/see numbered note 22. The request for proposal is anticipated to be released in 30 days. Firms wishing to be considered for this effort should submit their qualifications to the contracting officer, ASC-LKGK, Attn: Major W. Motlong, 102 West D Ave Ste 300, Eglin AFB FL 32542-6808. The firm must specifically address all requirements of this synopsis, and should include a statement whether or not the firm is large, small or small disadvantaged business concern as defined in FAR 52.219-7000. Responses to this notice must be received no later than 15 calendar days after publication in the Commerce Business Daily. 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 Col Timothy R. Kinney at (904) 882-9051. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. Routine communications concerning this acquisition should be directed to the contract officer, Major Wendy Motlong at (904) 882-2456 ext 5014 or the program manager, Ms. Nancy Kirkwood, at (904) 882-4808 ext 2194. Collect calls will not be accepted. CITE: (W-348 SN011988) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--WHEEL SET ASSY SOL F34601-97-08156 DUE 020397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Bob Kelley/Lidab/[405]739-5459 DESC: Item 0001 NSN 1660-00-079-3627 P/N: 204292-4, DIM: 6.750 INCHES IN DIAMETER, 1.750 INCHES IN THICKNESS, 13 BLADES MILLED ON CONTOUR. FUNC: TO STABILIZE CABIN TEMPERATURE. MATL: ALUMINUM. 19EA. Applicable to: C5a,B. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 DEC 97 19 ea The approximate issue/response date will be 03 Jan 97. The anticipated award date will be 28 FEB 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. See Note (s) NOTE 26. CITE: (I-348 SN011998) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--BAFFLE ASSY SOL F34601-97-08175 DUE 020397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Bob Kelley/Lidab/[405]739-5459 DESC: Item 0001 NSN 1660-00-286-2655 P/N: ---------571448-1, P/N 571448-1 BAFFLE IS 6.2 INCHES MINUMUN TO 6.22 INCHES MAXIMUM DIAMETER OF 347 CRES STEEL. SERVES AS HEAT SHIELD ON COMPRESSOR END OF TURBINE. -- F-15 AIRCRAFT . 28EA. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 JUL 97 28 ea The approximate issue/response date will be 03 Jan 97. The anticipated award date will be 28 FEB 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. See Note (s) NOTE 26. CITE: (I-348 SN011999) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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 ASSY, OXYGEN SOL FD2030-97-08157 DUE 020397 POC For copy, Paul Dubey/Lidab/[405]739-5460, For additional information contact Paul Dubey/Lidab/[405]739-5460 DESC: Item 0001 NSN 1660-00-537-0578BO P/N: 295-117, P/N MS21964-21 Dim: 2 inches long, 1 inch wide at activator mount,. 360 inch inside dia. at threaded end,. 468 inch inside dia. at hose. Matl: Brass QQ B 626 alloy 377 1/2 hard components are of various materials. Provides oxygen to user from 1800 pounds per square in oxygen cylinder. Must be manufactured and packaged in accordance with MS21964 and Air Force drawing 8148650. 1027EA. Applicable to: Common. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 JAN 97 208 ea 28 FEB 97 208 ea 31 MAR 97 208 ea 31 JUL 97 403 ea The approximate issue/response date will be 03 Jan 97. The anticipated award date will be 28 FEB 97. Written procedure will be used for this solicitation. To: Erie Mfg Co, Milwaukee Wi 53221-1726. 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. 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. See Note (s) NOTE 26. CITE: (I-348 SN012011) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--CHANNEL SOL F42630-97-Q-21909 DUE 012297 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Landing Gear/Photo/Likl/[801]777-6501 DESC: Item 0001 NSN 1630-01-311-2813 P/N: 5010009, Dimensions: 1 1/2" X 3/4" X 1/2". Material: steel. Function: to protect carbon disk from wheel drive key to distribute torque delivered by wheel. 13252ea. Applicable to: F16. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 30 Apr 97 1000 ea 31 Jul 97 12062 ea 30 May 97 190 ea The approximate issue/response date will be 02 Jan 97. The anticipated award date will be 22 Jan 97. Written procedure will be used for this solicitation. To: Aircraft Braking Systems Corp, Akron Oh 44306-4186. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. See Note (s) 28. CITE: (I-348 SN012034) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--PISTON, SNUBBER ASSE SOL F42630-97-R-21882 DUE 020497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Landing Gear/Photo/Likl/[801]777-6501 DESC: Item 0001 NSN 1620-00-869-9881 P/N: 90-8652-3, Material: 4340 steel. Dim: ID. 940", OD 1.362". Used on the MLG snubber. 454ea. Applicable to: Kc-135. Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 31 Dec 98 454 ea Item 0002 data, 1 lot Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all The approximate issue/response date will be 02 Jan 97. To: Hydromach Inc, Canoga Park Ca 91304-1416. To: Yeager Mfg Co Inc, Anaheim Ca 92806-1229. To: B & B Manufacturing Co, Valencia Ca 91355-1209. To: Loud Engineering & Mfg Inc, Ontario Ca 91761-0934. To: Hydro Mill Co, Chatsworth Ca 91311-5202. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. 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. This proposed procurement is under a 100 percent small business set aside, the size standard for which is 1,000 employees. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. Data is claimed to be proprietary to Boeing and is protected under the "Government Purpose License Rights" (GPLR). The right of the government, to use that data to purchase this part from additional sources has been established under the "Government Purpose License Rights", settlement agreement in CL. CT.#309-89C., to provide the DOD procuring agencies the use of the data claimed to be proprietary by Boeing for competitive reprocurement of replenishment spares. See Note (s) 1,26. CITE: (I-348 SN012036) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--GLAND ASSEMBLY, VALVE. SOL SP0770-97-Q-MH78 DUE 013097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Michael Cordi (614) 692-4763 DESC: PR-NO: YPC96312001215 NSN 1710-00-798-2636, CAGE 21439 Part No 52D248-1 gland assembly, valve. I/A/W E.W. Bliss drawing number 52-D-248, P/N: 52D248-1. 55 -EA Del to New Cumberland PA 17070-5001 Del by 20 Aug 98. 26 -EA Del to Lathrop CA 95330 Del by 20 Aug 98. See NOTE #1. 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-348 SN011890) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: USDA Forest Service, 310 W. Wis. Ave., Milwaukee, WI ,53203 SUBJECT: 17 -- SUPPLY AND INSTALL PROPELLERS SOL R9-97-02 DUE 122896 POC Contracting Officer, Tina F.Williams, 414-297-3637 DESC: Replacement propellers are needed to maintain an airworthiness standard in the Regional king Air. This replacement need is the result of the combination of a five year overhaul requirement due in12/96, coupled with an Airworthiness directive requiring the replacement of our current propeller hubs prior to 1998. The required specifications of the system include: A Hartzell/Raisbeck four bladed aluminum propeller system, constant speed, full feathering, and reversible. The system shall include the propeller blades, hubs, spinners, cam assembly, wiring, installation, and rigging to manufacturer's specifications. The system must be approved per Supplemental Type Certificate (STC) for installation and operation on a Beechcraft B-90 model King Air, serial number LJ-472, powered by Pratt and Whitney PT6A-28 engines installed per STC SA1206S0. Cost of transporting the aircraft to and from the point of install ation, and the pilots lodging and per diem costs, will be considered in evaluating the overall cost to the Government. CITE: (I-348 SN011914) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: U.S. Coast Guard Engineering Logistics Center; Propulsion Systems Contracting Branch (Code 046); Mail Stop 26; 2401 Hawkins Point Road; Baltimore, MD 21226-5000 SUBJECT: 20--MANUFACTURE PROPULSION SHAFTS SOL DTCG40-97-B-60015 DUE 022197 POC Linda Mannion, Contract Specialist (410) 762-6475, Contracting Officer--Sandra McKay, (410) 762-6476. DESC: Provide all labor and materials required to forge, machine, test, inspect, preserve, package, mark and ship propulsion shafts to be used on 82'C WPB, 65' WYT and 65'B WYT vessels; Sleeve sets to be provided as Government Furnished Material include: 2010-01-223-7554 and 2010-01-006-4843. Test and inspection procedures shall be required for approval of forgings and completed shafts. Shaft material shall be as specified in ASTM-A564-95, type 630, class a. Delivery shall be made F.o.b. Destination to the U.S. Coast Guard Engineering Logistics Center, Baltimore, MD 21226-5000 within approximately 90 calendar days after receipt of a delivery order. A requirements contract for one (1) base year and four (4) option years is anticipated. All responsible sources may submit a bid which shall be considered by the agency. See Numbered Notes 1 and 26. THIS NOTICE IS FOR INFORMATIONAL PURPOSES FOR MINORITY, WOMEN-OWNED, AND DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000.00. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. CITE: (M-348 SN011982) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 23--M992 FAASV UPGRADE SOL DAAE0797RX018 POC For a solicitation copy or for information on this procurement, Call Hal porter/rich chaput (810) 574-8101/7175 DESC: Item: M992 FAASV upgrade to A2 version. NSN: unassigned. qty: 172 EA. FOB: origin. see NOTE: 22. CITE: (I-347 SN011759) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 23--HIGH MOBILITY TRAILER SOL DAAE0797RX024 POC For a solicitation copy or for information on this procurement, Call R. morency (810) 574-8737 DESC: Three (3) year multiyear contract. item: high mobility trailer (hmt). Hmt light. NSN: 2330-01-387-5443. qty: 1,532 EA. Hmt heavy. NSN: 2330-01-387-5426. Qty: 76 8 EA. Option: 1,000 EA. Hmts, 1000 EA. Tactical quiet generator trailers and 1000 EA. Heavy chassis. FOB: origin. this procurement is subject to program approval. see NOTE: 22. CITE: (I-347 SN011760) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: DVA Medical Center, 3200 Vine Street, Bldg 1, Room B128, Cincinnati, OH 45220 SUBJECT: 23-TRUCK, PERSONAL OR CARGO SOL 539-12-97 DUE 122696 POC Contact Point, Bonnie L. Moore (513) 475-6337, Additional Contact, Judith Blasingame, (513) 475-6335 DESC: This is a 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; Invitation For Bids (IFB) are being requested and a written solicitation will not be issued. Solicitati on document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 34. This is an unrestricted procurement. Contractor shall provide a quantity of three (3) Pargo Trucks with the following features and accessories: Cushman, Titan Model 336- electric, 13 MPH, 3000 LB, 2 passenger, 4-wheel, yellow diamond pattern, 14 gauge steel unitized body, steel frame, rear wheel hydraulic brakes, built-in Lestroni c II Automatic Charger, swing-out battery system, 220 AMP HR batteries, electronic speed controller, backup alarm, stoplights, horn. Factory Installed battery, 6-volt, 244 AMP HR (6); DELETE CHARGER. Dealer Installed Accessories: Box sides and tailgate; Bumper, front and/or rear; Bumper, rear and clevis hitch; Cab, fiberglass front with electric wiper color- yellow; Charger, 36-volt 440 AMP, 60-cycle; Deck, floor plate, steel; Door set, fiberglass color-yellow; Headlights; Meter, battery condition 36-volt; Meter, hour; Static return to off (SRO); Turn signals; Three (3) parts manuals; Three (3) maintenance manuals; Vehicle and accessory set up; Warranty. Contractor shall train two (2) VA employees on site. Delivery shall be made to the VA Medical Center Cincinnati via F.O.B. destination. All cost associated with the purchase, delivery, installation, training and adaptat ion of equipment shall be included in Contractor's offer. Delivery and installation shall be accomplished within sixty (60) days after contract award. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors--commercial Items; 52.212-2 Evaluation- - -Commercial Items; 52.212-3 Offer Representations and Certifications-- Commercial Items; 52.212-4 Contract Terms and Conditions; 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders--Commercial Items, including clauses incorpor ated by reference under Section (b) (1) through (11) and (15). Bidders responding to this announcement shall submit a unit price for each truck along with the information required in 52.212-1, and a completed copy of provision 52.212-3, by December 26, 1996, 2:00 p.m. local time. CITE: (I-348 SN011932) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles--Potential Sources Sought OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 23--CONTAINER ROLL-IN/OUT PLATFORMS SOL DAAE0797RX028 POC For a solicitation copy or for information on this procurement, Call Earl Rashid (810) 574-7153 DESC: Draft request for proposal (DRFP) DAAE07-97-R-X028 for information or planning purposes will be released for industry comments. The DRFP is for a container roll-in /out platform (crop) with a quantity up to 10,000 each in support of the palletized load system (pls), which was described in the market survey draft specifications dated 12 Aug 96. It is planned to solicit this requirement for crops with up to three awards, one of which will be a competitive 8(A) set-aside instead of a small business set-aside. The crop is cargo carrying platform, of a permanent character, suitabke for repeated use with the pls load handling system (LHS) and compatible for the transport on the pls truck and pls trailer, and international organization for standardization (ISO) 1CC dry cargo container. Those offerors who responded to the market survey of 12 Aug 96 will be mailed a copy of the DRFP. All other offerors may request a copy of the DRFP by contacting Earl Rashid via FAX at (810) 574-7306. No telephone requests will be honored. see NOTE: N/A. All responsib le sources may submit an offer which will be considered. CITE: (I-347 SN011761) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--ENGINE, DIESEL SOL DAAE0797RT193 DUE 021297 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Kathy Dory-O'Neill (810) 574-8076 DESC: NSN: 2815003694994, qty:, FOB: origin, opt: none item: engine, Diesel. NSN: 2815-00-369-4994; PN: 50 33-7001; qty: 12 EA. NSN: 2815-01-025-3729; PN: 70 83-7000; qty: 35 E see NOTE: 22. The offer due date is on or about 021297 (see soliciation for actual offer due date). CITE: (I-347 SN011764) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-PARTS KIT,TURBINE E SOL N0038397QA061 DUE 012197 POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-2835-99-051-7690-SR, Ref Nr 82404834, Qty 33 EA, Delivery FOB Origin--NOTE: The U.S.Naval Inventory Control Point-Philadelphia does not have manufacturing drawings of this item. Required material is for repair of the mission-critical, on-board electrical generation system of the AV-8B "Harrier" aircraft.---, See Note 22 CITE: (I-347 SN011784) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-NOZZLE,TURBINE,TURB SOL N0038397QA065 DUE 012197 POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-99-000-6339-SR, Ref Nr 82403726, Qty 91 EA, Delivery FOB Origin--NOTE: The U.S.Naval Inventory Control Point-Philadelphia does not have manufacturing drawings of this item, a mission-critical component of the on-board electrical generation system of the AV-8B "Harrier" aircraft.---, See Note 22 CITE: (I-347 SN011785) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--VANE, TURBINE ENGINE SOL SP0480-97-R-0464 DUE 020197 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: Alice Collier/PLBL570/804/279-4556. KO: stephe N M. Mason/279-3724. DESC: PR-NO: YPG96289001821 NSN 2835-01-074-3779, vane, turbine engines U.S. Army Tank Automotive command (CAGE 19207) P/N 12286222 Rev " J" sources: lpi Corp (CAGE 13779) Alliedsignal (CAGE 91547) General Dynamics (CAGE 01417) 13,628 -EA Del to Anniston AL 36201 Del 111 days. 7,003 -EA Del to Tracy CA 95376-5000 Del 111 days. 7,009 -EA Del to New Cumberland PA 17070-5001 Del 111 days. Unrestricted. More than one source. Option to Inc qty 100%. QPL (NOTE 23). Trade Agreements Act (NOTE 12). Configuration control applies. 100% quantity option included. Specifications, plans or drawings relating to the procurement describe described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011841) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Boulevard, St. Louis, MO SUBJECT: 28 -- AUXILLIARY POWER UNITS FOR THE AH-64D APACHE LONGBOW HELICOPTERS SOL DAAJ09-97-Q-0454 POC Contact Clyde Hightower, AMSAT-A-PMCB, Contract Specialist, (314) 263-0721. DESC: The proposed acquisition is for supplies for which the Government does not have detailed design data, manufacturing drawings, material or process specifications. Interesting contractors must be able to demonstrate they possess data, skill, and technical expertise to perform this requirement within the schedule timeframe for delivery (2 in 1997, 5 in 1998, 5 in 1999, 6 in 2000, and 12 in 2001). The Government anticipate awarding the contract to Allied Signal Engines, 111 South 34th Street, Phoenix, Arizona 85072 because the time required for approval of new suppliers is such that award and delivery cannot be delayed pending approval of new source(s). All responsible sources may submit a proposal which shall be considered. Other firms are encouraged to compete for future solicitations by contacting ATCOM Competition Advocacy & Spares Management Office, (314) 263-2424. See Numbered Note 22. CITE: (I-348 SN011937) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: USCG Engineering Logistics Center, Auxiliary Systems Contracting Branch, CODE 045/53, 2401 Hawkins Point Rd, Baltimore, MD 21226 SUBJECT: 28--ENGINES, TURBINES AND COMPONENTS SOL DTCG40-97-R-70010 DUE 012597 POC Jo Ann L. deBullet, Contract Specialist, (410) 636-4366 or Nancy M. Dean, Contracting Officer (410) 636-4367. DESC: The USCG Engineering Logistics Center anticipates awarding a firm-fixed contracts for Solar Turbine starter replacement kits, P/N 179882K205B. These replacement starter kits will be utilized on the emergency generator gas turbines for the 378' WHEC's. It is the Government's belief that only Solar Turbines, Inc., 9330 Sky Park Court, San Diego, CA 92123 can fulfill this requirement. QTY 10 each, FOB Destination "THIS NOTICE IS FOR INFORMATIONAL PURPOSES FOR MINORITY, WOMEN-OWNED AND DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation (DOT)." Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000.00. For further information and applicable forms concerning the STLP call the OSDBU at (800) 532-1169. For information concerning the acquisition contact the contracting official listed above. CITE: (M-348 SN011972) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: USCG Engineering Logistics Center, Auxiliary Systems Contracting Branch, CODE 045/53, 2401 Hawkins Point Rd, Baltimore, MD 21226 SUBJECT: 28--ENGINES, TURBINES AND COMPONENTS SOL DTCG40-97-R-70010 DUE 012597 POC Jo Ann L. deBullet, Contract Specialist, (410) 636-4366 or Nancy M. Dean, Contracting Officer (410) 636-4367. DESC: The USCG Engineering Logistics Center anticipates awarding a firm-fixed contracts for Solar Turbine starter replacement kits, P/N 179882K205B. These replacement starter kits will be utilized on the emergency generator gas turbines for the 378' WHEC's. It is the Government's belief that only Solar Turbines, Inc., 9330 Sky Park Court, San Diego, CA 92123 can fulfill this requirement. QTY 10 each, FOB Destination "THIS NOTICE IS FOR INFORMATIONAL PURPOSES FOR MINORITY, WOMEN-OWNED AND DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation (DOT)." Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000.00. For further information and applicable forms concerning the STLP call the OSDBU at (800) 532-1169. For information concerning the acquisition contact the contracting official listed above. CITE: (M-348 SN011978) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--GUTTER, FLAMEHOLDER. SOL F34601-97-Q-49450 DUE 020397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Georgette Strub/Lpdpb/[405]739-4382 DESC: Item 0001 NSN 2840-01-326-0759PR P/N: 1452M28G01, The radial gutter is an integral part of the flameholder. The gutter PN 1452M28G01 serves as a center stabilizer for the flameholder. Dims are 4.5 inches wide X 6.34 inches length. Material is ams 5608. used on F110100 engine, F16C/D acft. 326EA. Applicable to: F110. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 May 97 163 ea 30 Jun 97 163 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 03 Jan 97. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Galaxy Aircraft Parts Inc, Hialeah Fl 33010-0000. 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. 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-348 SN012008) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--ANGLE DRIVE, COOLING SOL DAAE0797RT212 DUE 021297 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Angie Huhn (810) 574-7092 DESC: NSN: 2990007121280, qty:, FOB: origin, opt: none item name: Angle drive, cooling; part number: 10863320. Indefinite quantity contract - 3 year. Qty: 192 minimum guaranteed qty, maximum 3 year qty: 720, 240 each year PRC. Eval see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 021297 (see soliciation for actual offer due date). CITE: (I-347 SN011763) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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-SHAFT ASSY,DRIVE SOL 963130053 DUE 020397 POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2915-00-483-8734-NQ, Ref Nr 2529545, Qty 304 EA, Delivery FOB Origin, Approx Due Date O/A Feb 03 97-----. Drawings are not available. Since this is a "source controlled" item, competition will be limited to Allied Signal Aerospatiale., See Note 22 CITE: (I-348 SN011849) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO SUBJECT: 29 -- EXCITER ASSY, IGNITI SOL DAAJ09-97-Q-0373 DUE 013197 POC Karen Jean Jones, Purchasing Agent, 314-263-0758. DESC: Exciter Assy, Igniti, NSN: 2925-01-078-7854, P/N: 6899093, Quantity 115 each. Applicable to T53/T63 Engine. F.O.B. Destination Camp Carroll, Korea; New Cumberland, PA; Gulfport, MS; Texarkana, TX and Stockton, CA. All offerors must meet prequalification requirements in order to be eligible for award. Firms are encouraged to seek source approval in order to compete for this or future solicitations by submitting documentation in accordance with the Competition Advocate's Shopping List Procedures. These procedures may be obtained from the Competition Advocate's Office (AMSAT-DP) 314-263-1712. No phone requests will be accepted. Requests will be by FAX 314-263-9012 or mail only. Justification for Other Than Full and Open Competition is FAR 6.302-1. Approved sources are Allison Engine Company, Inc., 2001 S. Tibbs Avenue, Indianapolis, IN 46241 and Unison Industries Ltd. Partnership, 7575 Baymeadows Way, Jacksonville, FL 32216. Numbered Note 26 also applies to this requirement. See Numbered Note(s): 23. CITE: (I-348 SN011936) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--HEAD, HYDRAULIC MOTO SOL DAAE0796RT705 DUE 021197 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: 3040007223536, qty: 174, FOB: destination, opt: 100% item: head, hydraulic motor-pump; approximately 7.17 in length H, largest OD see NOTE: 22. The offer due date is on or about 021197 (see soliciation for actual offer due date). CITE: (I-347 SN011762) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 30-HOUSING,MAIN GEAR SOL N0038397QA060 DUE 012197 POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-3040-01-341-7398-SR, Ref Nr 82402838, Qty 15 EA, Delivery FOB Origin--NOTE: The U.S.Naval Inventory Control Point-Philadelphia does not have manufacturing drawings of this item.---, See Note 22 CITE: (I-347 SN011786) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--CONNECTING LINK, RIGID SOL SP0740-97-Q-0605 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: YPC96312001356 NSN 3040-01-207-3361, CAGE 07482 Part No 9538M26G01 connecting link, rigid 74 -EA Del to Tinker AFB OK 73145-9013 Del 30 days after award solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation.delivery evaluation factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-348 SN011891) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--CUP, TAPERED ROLLER BEARING SOURCE CONTROLLED DATA SOL SP0500-97-Q-H091 DUE 011797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Steve Ewing/HAB20/215-697-9236 B uyer: Steve Ewing/HAB20/215-697-9236 DESC: PR-NO: YPI96339000950 NSN 3110-01-398-0695, -E 98747, source controlled data.... @OUTSIDE DIAMETER10.5635 inches nominal @OVERALL WIDTH0.7283 inches nominal @MATERIALSTEEL overall 250 -EA Del to Hill AFB UT 84056-5734 Del by 19 Aug 97. See NOTES 9, 22, RFQ due date: 97JAN17 primary qty: 250 delivery schedule: 200 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304 (C)(1). Approved sources are: the timken company while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-348 SN011863) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, DUPLEX THE BOEING CO (81205) SOL SP0500-97-R-0041 DUE 012097 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Darrell morei/HAB20/X9236 buyer: Steve Ewing/HAB20/X9236 DESC: PR-NO: YPI96267000396 NSN 3110-00-157-6097, bearing, ball, duplex; I/A/W Boeing Co., CAGE 81205, P/N BACB10A145. O.E.M. engineering source approval required..... 235 -PR Del to New Cumberland PA 17070-5001 Del by 13 Jul 97. 100 -PR Del to Tinker AFB OK 73145-9013 Del by 05 Dec 96. RFP due date 97 Jan 20 specs: Boeing P/NBACB10A145 primary quantity 335 delivery schedule: 180 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304(C) (1). Approved sources are: Torrington Co & Kaydon Corp while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Specs/Dwgs are not required. CITE: (I-348 SN011867) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL SIKORSKY ACFT DIV (78286) SOL SP0500-97-Q-H176 DUE 012397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Lee Schiller/HBC21/215-697-6942 buyer: Lee Schiller/HCB21/215-697-6942 DESC: PR-NO: YPI96331000914 NSN 3110-00-457-6990, 65952-11414-104, vendor substantion required 40 -EA Del to New Cumberland PA 17070-5001 Del by 18 Jun 97. RFQ due date: 97JAN23 specs: Sikorsky actf Div P/N 65952-11414-104 incremental bidding: primary qty: 40 1ST alt qty: 60 2ND alt qty: 80 deliveries to CONUS (excluding Alaska) delivery schedule: 120 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304 (C)(1). Approved sources are: McGill Mfg Co 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-348 SN011871) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 32--Woodworking Machinery and Equipment OFFADD: Commander, U.S. Army Engineer Waterways Experiment Station, Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, MS 39180 SUBJECT: 32--DELIVER AND INSTALL ONE CNC ROUTING CENTER SOL DACW39-97-B-0003 DUE 123096 POC Emma M. Cessna, 601-634-3062 or Rufus McClodden, 601-634-2880 DESC: Solicitation No. DACW39-97-B-0003 is hereby amended as follows: Paragraph 17, so much as reads "27 December 1996, at 1400 hours" is changed to read "30 December 1996, at 1400 CST." All others terms of this solicitation remain unchanged. LINK http://www.wes.army.mil/contract.htm LINKDESC: EMAIL cessna@ex1.wes.army.mil EMAILDESC: CITE: (W-348 SN011903) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 34--PRESS BRAKE SOL SP0490-97-Q-V068 DUE 011597 POC Contact: for copies of RFQ Call Martha Meadows at (804)2796611 or send afax to (804)279-5948. DESC: PR-NO: PR# 97-11-1017 this solicitation is amended to read as follows: unrestricted solicitation for a press brake, hydraulic or mechanical, IAW salient characteristics for NSN 3441-00-231-2825 dated Oct 17, 1995. Deliver by government GBL 120 days ARO to vanderberg AFB, CA. CITE: (I-347 SN011837) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--CNC STYLE PUNCHING/FORMING SYSTEM SOL 1PI-R-0650-97 DUE 122796 POC Contract Specialist, ODOM, JOHN, 202/508-3961 DESC: This modification is issued to change the due date for offers, to add the complete statement regarding funds availability which was partially cut off in the last modification, to make changes to the requirements previously stated and to add requiremets to those previously stated. The due date for offers is changed to December 27, 1996 at 1:00 PM EST. The statement regarding funds availability is as follows: THIS PROCUREMENT IS SUBJECT TO AVAILABILITY OF FUNDS. IF FUNDS DO NOT BECOME AVAILABLE, NO AWAR WILL BE MADE. In the original CBD synopsis/solicitation, in the requirements for the item to be furnished, find the phrase which begins "operator safety mats . . ."; delete that phrase and replace it with the following: "operator safety mats to be installed in operation pinch point areas, operation lamp, orange, rotating, visible for 360 degrees." Delete the sentence which begins "The software shall have . . ."and replace it with the following: "The software shall have the following capabilities: AUTOCAD compatible conversions; fold/unfold of a 3D AUTOCAD DXF drawing file into a 2D flat pattern/program view and autonesting of various parts." Prior to the sentenc which begins "On-site training for three students . . .", insert the following sentence: "Machine controller shall be capable of programming during the run cycle." Delete the sentence which begins "On-site training for three students . . ." and replace it with the following: "On-site training for three students on machine programming and operation." Change the sentence which begins "A roller ball load/unlad table . . ." to read: "Two roller ball load/unload tables . . .". Following this sentence, insert "Each offeror shall provide the name, address and telephone number of its technical representative for the Milan, MI area." The additional requirements addd by this synopsis modification are as follows: Each offeror shall provide a working demonstration of its machine's capabilities in the functions listed below. The machine demonstrated shall be the same make and model offered in response to this solicitation, shall be connected to a remote terminal, and shall be presented in an operational setting. The remote terminal IS NOT required to be the same make an model as the computer specified in this solicitation. Each offeror shall provide the name and telephone number of the individual responsible for setting up the demonstration. The capabilities to be demonstrated are as follows: 1. Programming the machine a the controller and at a remote terminal. A drawing of the part to be programmed will be provided at the beginning of the demonstration by the UNICOR representative in attendance. 2. Downloading a program file from a remote terminal to the controller. The drawing submitted for programming will be downloaded. 3. Programming a new part at the controller while the machine is punching a resident memory part The resident memory part will be the offeror's choice. A drawing will be provided for the new part to be programmed. 4. The version of fold/unfold and autonest software offered will be demonstrated on a remote terminal. The drawing format for the part to e demonstrated will be AUTOCAD. This programming will be accomplished in two-dimensional view for the flat pattern and nesting. A three-dimensional view will be required for the folded part. 5. Punching of 14-gauge and 1/4- inch carbon steel with round and square punches (both shapes shall be punched into both thicknesses of metal). The following punches shall be demonstrated: 1" square - three hits; 1/2" quare - three hits; 3" round - three hits; and 3/8" round - three hits. 6. The offeror shall provide a run time sheet for punching one each 4" louver into 20-gauge carbon steel. The run time sheet shall indicate how the louver is formed (single hit or multple hit). CITE: (I-348 SN011963) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North Charleston, SC 29419-9022 SUBJECT: 36--COMMERCIAL MATERIAL CONSISTING OF AN INTEGRATED PORTABLE WIREFREE COMMUNICATIONS SYSTEM (IPWDS). SOL N65236-97-R-0325 DUE 011597 POC Point of Contact - Nina Burgsteiner, Code 1115NB, 803-743-4362, Contracting Officer, Jean C. Duncan DESC: This procurement is intended to a competitive contract for firm fixed priced commercial items. The government will consider split award of the land mobile radio (LMR) and personal communications service (PCS) portions of the system. Material requested is to provide the USS Rushmore (LSD 47) with an integrated portable wirefree communications system (IPWCS) capability. The government will design and install the LMR antenna system. The government and contractor will together determine optimum placement of the PCS cell repeaters. The government will install the system in accordance with contractor's instructions. The government will witness the contractor's pre-delivery testing, and the contractor and government will jointly test the system after installation. The contractor will provide commercial technical manuals, installation and instructions, parts lists, system programming instructions, and training materials. The contractor will provide training for the system administrator, users, and maintenance/repair personnel. The IPWCS LMR will provide flight deck, well deck, damage control, and engineering portable radios for use throughout the ship, and must operate within the 406.1 MHz to 420 spectrum. The LMR base station will include six low-power RF repeaters (under 20 watts RF power per channel) and an 8-channel central combiner (including duplexer), and should fit into minimum installation space. The LMR will provide interfaces to telephone lines from the existing ship service telephone switch system, and one interface to the flight deck announcing system (5MC). A variety of LMR portable radios will be required, including: low-power (under 100 milliwatts); higher-power (one to five watts); and flight deck helmets with portable radios. The portable LMR radios must provide privacy encryption in accordance with FIPS 140-1. The LMR radios must provide a low-battery alarm, and resist damage from six-foot drops, oil, saltwater, and common solvents. The LMR radios must operate on the weatherdecks of the ship in an extremely noisy, windy environment, with heavy potential for severe electromagnetic interference. The LMR radios must operate in simplex mode if the LMR base station fails. The IPWCS PCS capability will provide a low-power, full-duplex, portable telephone system operating within the unlicensed spectrum authorized for PCS or cordless telephone devices. The PCS base station must be interoperable with the existing ship service telephone system, and should fit into minimum installation space. The PCS system is expected to provide coverage to at least 90 percent of the LSD 47 ship volume, with sufficient channel capacity to provide a two percent grade of service (in the busiest hour of the day) for approximately 100 subscribers. A standard PCS and system handset will be required. The standard PCS and system handset must operate in the generally protected interior environment of the ship, with resistance to occasional weatherdeck exposure. A ruggedized PCS and system handset is also desired, to resist the same damage and operate in the same weatherdeck environment as the LMR radios. The PCS and system handsets must provide privacy encryption to prevailing commercial standards, with compliance to FIPS 140-1 desirable. Requests for the solicitation should be sent to NISE East, P.O. Box 190022, North Charleston, SC 29419-9022, Attn: Nina Burgsteiner, Code 1115NB or faxed to 803-743-6160. EMAILADD: burgsten@niseeast.nosc.mil EMAILDESC: CITE: (D-348 SN012048) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 43--MAIN PUMP SOL F34601-97-R-52875 DUE 020397 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 4320-00-943-8325RV P/N: 547012, MAIN OIL PUMP, CONSISTS OF SCAVENGE PUMP AND PRESSURE PUMP. ITEM IS ENGINEERING CRITICAL. U/O 2840006178169RV. TF33-P7/7A/100/100A ENGINES. 50EA. Applicable to: Tf33-P7/7a/100/100a E. Destn: Tinker Air Force Base Ok 73145-3015. Delivery: 30 MAR 98 50 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The 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 03 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. 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) 26. CITE: (I-348 SN012010) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE, METALLIC. TITANIUM, STARBOARD SIDE, AV-8 AIRCRAFT. ASSUMED CRITICAL ITEM. SOL SP0740-97-Q-0617 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: YPC96305000955 NSN 4710-01-243-9596, CAGE 76301 Part No 75A581106-1015 tube, metallic. Titanium, starboard side av-8 aircraft. per McDonnell Douglas part number 75A581106-1015. no technical data available at DCSC for this solicitation. 70 -EA Del to Mechanicsburg PA 17055-0789 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 10 U.S.C. 2304(C)(1). Approved sources are: McDonnell Douglas Corp. (76301). Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluations 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 the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-348 SN011885) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--PLUG, FUSIBLE, BRAKE. ALUMINUM ALLOY. END ITEM: F-4, C-141, A-10, T-33 AND C-130 SOL SP0740-97-Q-0599 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: YPC96310003043 NSN 4730-00-941-0804, CAGE 0B9R9 Part No 9526479 plug, fusible, brake. aluminum alloy. Per aircraft braking systems P/N 9526479. 1,457 -EA Del to New Cumberland PA 17070-5001 Del 30 days after award 2,618 -EA Del to Hill AFB UT 84056-5734 Del 30 days after award solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation.delivery evaluation factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-348 SN011887) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 48-VALVE, BUTTERFLY SOL N00FMS97YQ023 DUE 013097 POC Contact Point, Joyce L Curry, 0223.05, (215)697-6510, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-4810-01-085-7038-BP, Ref Nr (05624) BYLB50496, Qty 10 EA, Delivery FOB Origin--Drawings are not available from NAVICP-Philadelphia.---, See Note 22 CITE: (I-347 SN011787) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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,SAFETY RELIEF SOL N0010496QTS59 DUE 013097 POC Contact Point, Patricia M Mertle, 0244.12, (717)790-1762, Fax, (717)790-2764, Twx, Not-avail, Contracting Officer, Thomas Fiorenza, 0244, (717)790-3998 DESC: NSN 7H-4820-00-288-6884, SPEC NR TDP VER 003, Qty 7 EA, FMS Requirement - Destination will be Furnished Upon Request, See Note 9 CITE: (I-347 SN011802) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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 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 Sara Hansford/AEBA1/614-692-3644 DESC: PR-NO: YPC96310003105 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. 143 -EA Del to Tracy CA 95376-5000 Del 30 days after award PR-NO: YPC96319001045 191 -EA 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-348 SN011888) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--KIT, OVERHAUL, DEPOT. ON GENERAL DYNAMICS MODEL F-16 AIRCRAFT. SOL SP0740-97-Q-0606 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: YPC96320000885 NSN 4810-01-153-8560, CAGE 79318 Part No 43477 kit, overhaul, depot. I/A/W Whittaker Corp part number 43477. 20 -EA Del to New Cumberland PA 17070-5001 Del 60 days after award 16 - EA Del to Kelly AFB TX 78241-5312 Del 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 evaluatio of offers, the final award decision will be based upon a combination of price and past performance, as described in this solicitation. Delivery Evaluation Factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-348 SN011892) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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,BALL SOL N0010497QCB11 DUE 013197 POC Contact Point, Linda H Thomas, 02111.6, (717)790-6473, Fax, (717)790-2284, Twx, Not-avail DESC: NSN 1H-4820-01-033-7241, SPEC NR TDP VER 005, Qty 35 EA, Deliver to Defense Distrbution Depot San Diego San Diego CA , Receiving Officer Fisk Norfolk Norfolk VA , Contract 100 Percent Small Business Set Aside, See Notes 8,9 CITE: (I-348 SN011908) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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,DIAPHRAGM,STO SOL N0010497T0999 DUE 013197 POC Contact Point, Linda H Thomas, 02111.6, (717)790-6473, Fax, (717)790-2284, Twx, Not-avail DESC: NSN 7H-4820-01-412-2028, SPEC NR TDP VER 001, Ref Nr DVNL22A9J2QL, Qty 1 EA, Deliver to Gsa Warehouse M F Us Navy Auburn WA --SOLE SOURCE PART NUMBER BUY...NO DRAWINGS AVAILABLE., See Notes 9,22 CITE: (I-348 SN011909) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 49-MAIN ROTOR HEAD HUB SOL N0038397RP437 DUE 012197 POC Contact Point, Helen M Rogers, 0222.09, (215)697-4072, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 1R-4920-01-174-6768-LU, SPEC NR TDP VER 003, Ref Nr 65720-10142-041, Qty 8 EA, Deliver to Defense Distribt'n Depot San Diego San Diego CA , Contract 100 Percent Small Business Set Aside CITE: (I-347 SN011788) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SPACER, SPECIAL SHAPED ALLISON ENGINE CO INC (63005) SOL SP0500-97-Q-H029 DUE 020397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Timothy Burbidge/VBC70/215-697-0 256 buyer: tarra power/VBC02/215-697-0686 DESC: PR-NO: NPI96331000948 NSN 5365-01-369-3242, 10 -EA Del to (Call contracting office) Del by 04 Dec 96. RFQ due date: 97FEB03 specs: Allison P/N 23033464 primary qty: 22 EA delivery schedule: 90 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. This solicitation also contains: NPI96284000896. 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-348 SN011869) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--FASTENER, PAWL US ARMY ELECTRONICS COMMAND (80063) SOL SP0500-96-T-AV13 DUE 012097 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Eric Miller/MBA04/X0302 buyer: eri C Miller/MBA04/X0302 DESC: PR-NO: YPI96138000076 NSN 5340-01-387-0353, 200 -EA Del to New Cumberland PA 17070-5001 Del by 05 Nov 97. See NOTES 9, 22, RFQ due date 97 Jan 20 incremental bidding primary quantity 200 1ST alt quantity 300 2ND alt quantity 400 deliveries to CONUS (excluding Alaska). Delivery schedule: 180 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. NOTE 9 applies this purchase is for a national defense item and therefore restricted to U.S. sources. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Other NOTES: to obtain a copy of this solicitation please send FAX request to (215) 697-6333ORX1462ORX2978. CITE: (I-348 SN011870) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--POLE, LINE CONSTRUCTION, WOOD, (PRESERVATIVE TREATED); POLE SHALL CONFORM TO THE REQUIREMENTS SOL SP0500-97-R-0040 DUE 020397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Jeff Kochanowicz/WAA04/X5509 buye R: P. brown/WAA02/X3601 DESC: PR-NO: YPI96285000993 NSN 5510-00-161-2759, pole, wood; I/A/W ANSI O5.1. Treated I/A/W TT-W-571 (AWPA C4) 40 feet/class 2. Full and open competition apply 1,473 -EA Del to Nellis AFB NV 89191-7222 Del by 18 Oct 96. RFP due date 97 Feb 03 specs: ANSI 05.1, TT-W-571 table II - utility poles predominant mater: brown size/dimen: length: 40 feet primary quantity 1473 deliveries to CONUS (excluding Alaska). Delivery schedule: 090 days or sooner. Subject to Trade Agreements Act. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. Specs/Dwgs are not required. CITE: (I-348 SN011868) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army CECOM, C4IEW Acquisition Center, Fort Monmouth, New Jersey 07703-5008 SUBJECT: 58 -- 58- AN/VVS-2(V)1A MOUNTING BRACKET SOL DAAB07-97-Q-J061 DUE 012097 POC Contract Specialist, George M. Guattare, (908)532-3507, Contracting Officer, William H. Applegate. DESC: NSN: 5855-01-096-9294, AN/VVS-2(V)1A MOUNTING BRACKET, IAW SM-D-771473-1 and all associated drawings, 214 each, 100% option. Delivery to Stockton, CA and New Cumberland, PA. Most recent price history is $159.36 for a quantity of 63. This proposed procurement will be a 100 percent Small Business Set Aside. 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. The solicitation may include more detailed information concerning price history. Only written requests for this solicitation submitted via facsimile will be accepted. FAX (908)532-6019. All responsible sources may submit a bid which will be considered by the agency. See Numbered Note(s): 1. CITE: (I-347 SN011751) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703- 5008 SUBJECT: 58 -- RECEIVER, PRESELECTOR AND AMPLIFIER, P/O RT-859A/APX-72 SOL DAAB07-97-R-B006 DUE 013197 POC Shirley A. Rezetko, Contract Specialist, AMSEL-ACCA-B-AJ, (908) 532- 4964. FAX (908) 532-4783. Frank F. Elliott, Contracting Officer, AMSEL-ACCA-B-AJ, (908) 532-2628. DESC: The synopsis for the Receiver, Preselector and Amplifier, P/O RT-859A/APX-72, IAW P/N C20521, P/N 2050899-0701, P/N 205089-0701, P/N 4023428-0701, or P/N 4023426, as published on or about December 3, 1996, is hereby amended to correct the anticipated solicitation closing date. It is anticipated that the solicitation will close on or about 31 JAN 1997. CITE: (I-347 SN011754) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-TELESCOPE,NON-INVER SOL N0038397QA066 DUE 012197 POC Contact Point, K. Hall, 0223.03, (215)697-6548, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-5855-01-363-0332-SF, Ref Nr 6096310-113, Qty 5 EA, Delivery FOB Origin--DRAWINGS NOT AVAILABLE ---, See Note 22 CITE: (I-347 SN011789) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-RECORDER,SOUND SOL N0038397RA055 DUE 013197 POC Contact Point, Joel M Hoffman, 0223.09, (215)697-3534, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent Hall, 0223.03, (215)697-6548 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-5835-01-394-3810-FP, Ref Nr 600336-07, Qty 6 EA, Delivery FOB Origin----- DRAWINGS NOT AVAILABLE. Due to the unavailability of drawings or other data, this requirement will be restricted to (54089) Precision Echo. Requestes for copies of solicitation should be FAXED to (215) 697-3161. Estimated Award Date is 30 APR 97., See Note 22 CITE: (I-347 SN011790) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--RECEIVER-TRANSMITTE SOL SP0970-97-Q-A113 DUE 012797 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96285000374 NSN 5825-01-338-8015, CAGE 62526 Part No ic-m125 114 -EA Del to Lathrop CA 95330 Del by 06 Dec 96. 19 -EA Del to Mechanicsburg PA 17055-0789 other than full and open competition: part numbered item.products offered clause applies. Various increments solicited: 1-25, 25-99, 100-249, 250-500. PR quantity: 133 each. Line 1 quantity 114 -W62G2T Stockton CA 95296-0130. Line 2 quantity 19-SW3100 Mechanicsburg PA 1705-0789. Delivery schedule: 133 within 30 days AD0, balance at a rate of 50 ea.within ea.30 days. Set-aside: total small business set-aside. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-348 SN011860) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--BEACON SET, INFRARED SOL SP0970-97-Q-A104 DUE 012297 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96295001028 NSN 5850-01-339-6801, CAGE 0CDN3 Part No 2012-0703-03-1 23 -EA Del to Mechanicsburg PA 17055-0789 delivery schedule: 23 EA within 180 days ADO; balance within 30 days thereafter. Various increments solicited: 1--25, 26--40, 41--60. Threshold PR quantity: 23 EA. Standard size: 750. Unrestricted (sole source/single source) (no preference). Other than full and open competition: part numbered item. products offered clause applies. Issue date: 02 Jan 97; closing date: 22 Jan 97. All responsible sources may submit offer which DESC shall consider. CITE: (I-348 SN011861) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 58 -- VARIOUS SUPPLIES AND SERVICES EFFECT INSPECTION AND REPAIR OF THE LIGHT AND SPECIAL DIVISION ITERIM SENSOR (LSDIS) DEPOT LEVEL REPARABLE ITEMS SOL DAAH01-97-R-A001 DUE 011097 POC AMSMI-AC-CDCC, Ellaphine Ragland Contract Specialist, 205-842-7637 AMSMI-AC-CDCC, Patti Page Contracting Officer, 205-842-6021. DESC: Synopsis No. 5370-96 (MA) This is a sole source requirement to requirement and FY 98 - FY 01 options requirement to acquire all supplies and services to effect inspection and repair of the Light and Special Division Interim Sensor (LSDIS) depot level reparable items consisting of various NSNs and part numbers. Suggest that small business firms or others interested in subcontracting opportunities in connection with this procurement, make contact with the firm(s) listed. The only responsible source and no other supplies or services will satisfy agency requirements. See Numbered Note(s): 22. CITE: (I-348 SN011913) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander, U.S. Army Missile Command, RDEC Procurement Office, Redstone Arsenal, AL 35898-5275 SUBJECT: 58 -- 2 EACH WIDEBAND RECEIVERS SOL N/A DUE 010697 POC (RDPC) Lady Tucker, AMSMI-AC-CRAX, Contract Specialist, 205-842-7424, Raymond Shores, Contracting Officer, 205-876-3432, Synopsis Number R117-96. DESC: Supply 2 each of Microdyne Corporation Wideband Receivers configured with part number and description as follows: 1400-WBA Wideband Receiver Base Chassis; 1415-E RF Tuner 2185-2485 Mhz; 1420-WB(10/15) Filter, Selectable BW 10, 15 Mhz; 1420-WB(20/25) Filter, Selectable BW 20, 25 Mhz; 1448-WB Wide Band FM Demodulator; 1461-S(WB) Spectrum Display Unit; Special Paint, Paint Number 26492 per FS 595A. A non-competitive negotiation is proposed to be conducted with Microdyne Corporation, 491 Oak Road, Ocala, FL 34471. Complete hardware compatibility is essential to the functioning and performance of the total enhanced system. The ability to interchange receiver modules with existing receivers is mandatory in the event of a possible failure or a change in user requirements. No other manufacturer can provide these systems due to compatibility issues such as module interfacing, etc. without duplication of costs that would not likely be recovered through open competition. All Responsible sources may submit a bid, proposal, or quotation NLT 010697 which shall be considered by this agency. See Numbered Note(s): 22. CITE: (I-348 SN011917) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersey 07703-5008 SUBJECT: 58 -- DSCS SPECTRUM MANAGEMENT SYSTEM(DSMS) SOL DAAB07- POC PM, Milsatcom, Mr. Victor Phillipuk, (908) 532-9728, X5821 Mr. Rick N. Forsberg, Contracting Officer, CECOM, (908) 532-5548. DESC: DSCS Spectrum Management System (DSMS). The Government has a need to replace the current Defense Satellite Communications System (DSCS) Automatic Spectrum Analyzer (DASA) with new or upgraded Hardware/Software, that maintains critical DASA functionality. The upgrade will provide a number of additional enhancements that implement efficient spectral bandwidth control, and power management of limited satellite assets. These enhancements will enable DSCS control operators to reduce co-channel interference between communicators. DSMS is one of a number of subsystem upgrades intended to achieve the future Objective DSCS Operations Control System (ODOCS) configuration. DSMS is intended to contribute to the modernization of the DSCS Operations Control System(DOCS), with automation, increased efficiency/reliability, improved ease of operation, which will extend the life of the control system. The DSMS architecture shall be modular and extensible to easily support other SHF space assets such as commercial, and or future SHF satellite systems. DSMS shall be compliant with the Army Technical Architecture and support the ODOC Operational Requirements Document(ORD). DASA is currently fielded at DSCS Operations Centers(DSCSOCs), the Signal School, Ft. Gordon, GA, and the Integrated Research Facility, Ft. Monmouth, NJ. DASA provides automatic monitoring of Frequency Division Multiple Access(FDMA) communication links. DASA gathers actual signal data from the spectrum analyzer and compares this data with the parameter values predicted by the DSCS Operational Support System(DOSS). The DSMS upgrade will enable the DSCSOC to improve the operating efficiency of satellite transponders (bandwidth/power). DASA presently consists of a DEC Vax 8250 computer with peripherals, and a Hewlett Packard HP-8566B Spectrum Analyzer. This equipment is technologically obsolete, lacks the capability for advanced signal analysis, and it is becoming increasingly difficult and costly to maintain. The Government's intention is to upgrade the software, modernize the computer, and the spectrum analyzer, to incorporate digital signal processing techniques. DSMS must be capable of interoperating with future control subsystems that are Common Operating Environment(COE) compliant. Written replies may be forwarded to US Army, PM Milsatcom, ATTN: SFAE-C3S-MSA-DC, Mr. Victor Phillipuk, Fort Monmouth, NJ 07703-5509, by COB 15 Jan 1997. Written replies should include a summary of services or supplies produced, and a statement supporting the responding company's capability to provide the required DSMS. This notice is not a solicitation. The purpose of this notice is to seek capable interested sources for planning purposes. The Government is not interested in any product/system demonstrations at this time. CITE: (I-347 SN011752) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Naval Surface Warfare Center, Crane Division, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 59 -- PRINTED WIRING BOARDS SOL N00164-97-Q-0048 DUE 011797 POC Contact -- Ms. Kathy Noel, Code 1165Z7, 812-854-3692, Fax 812-854-3465/Ms. Mary Sheetz, Contracting Officer DESC: This requirement is for the purchase of printed wiring boards in accordance with NAVSEA drawings. Drawing numbers are 6823935, 6823938, and 6823989. Some requirements of the drawings are as follows: Finished Board-MIL-C-55110D, Material-MIL-P-13949/4 and MIL-P-13949/12, Finish-MIL-C-14550 and MIL-G-45204, Board Traceability-MILSTD-275E. Quantity for each drawing is 10 each. Delivery shall be FOB Destination to NSWC Crane, IN with inspection and acceptance at destination. Delivery is required by 31 March 1997. This action is 100% set-aside for small business. All responsible sources may submit an offer which shall be considered by this agency. See Note(s): 1. CITE: (I-347 SN011745) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Immigration & Naturalization Service, Procurement Division, 425 I Street, N.W., Room 2208, Washington, DC 20536 SUBJECT: 59 -- FINGERPRINT MATCHER COMPONENT SUBSYSTEM SOLICITATION AND BIOMETRIC APPLICATIONS INDUSTRY CONFERENCE SOL N/A POC Vernon Carter, Contracting Officer, Immigration and Naturalization Service, Procurement Division, 425 I Street, N.W., Room 2208, Washington, DC 20536 DESC: 17. Point of contact: Vernon Carter, Contracting Officer, Immigration and Naturalization Service, Procurement Division, 425 I Street, N. W., Room 2106, Washington, D.C. 20536, phone (202-514-0587). This notice is a combined pre-proposal conference announcement and solicitation synopsis. This synopsis shall be the only notification issued of this solicitation. No further notices will be synopsized. The INS will conduct a pre-proposal conference on January 6, 1997, beginning at 9:00 a.m. at Immigration and Naturalization Service, Sixth Floor, Shaughnessy Room, 425 I Street, N. W., Washington, D.C. Besides discussing the procurement, the conference will be an open forum for the exchange of ideas on the application of commercially available biometric solutions to the INS mission. Biometric applications include but are not limited to: fingerprint minutiae matching systems, identity verification, access limitation, retinal scanning, secure data transmission, and the use of biometric applications to speed passenger throughput at ports of entry. The Request for Proposals (RFP) contemplated by this synopsis is for the award of a competitive contract for an Automated Fingerprint Identification System (AFIS) Matching Component Subsystem (MCS) that can be integrated into the existing INS Automated Fingerprint Identification System (IDENT) environment. The MCS must be capable of receiving fingerprint images captured and compressed using FBI/NIST standards. The MCS capability must include performing image decompression and feature extraction to produce the required feature to match records to the fingerprint repository. The MCS component must be capable of being integrated into the open-system architecture of IDENT. INS will not incur any liability for, nor will it pay any cost incurred by any company in forwarding comments. For those companies interested in attending the pre-proposal conference, please submit names of attendees to Vernon Carter, Contracting Officer via facsimile (202-514-3353) not later than December 27, 1996. Telephonic responses will not be accepted. Attendance at the conference will be limited to two (2) representatives from each responding company and preregistration is required due to limited seating. RFPs will be available on or about December 30, 1996. RFPs must be requested in writing only. Telephonic requests will not be accepted. Facsimile requests are acceptable and must be directed to Vernon Carter, Contracting Officer, facsimile number 202-514-3353. See Note 12. This synopsis supersedes any previous synopsis for the same requirement. Also, this synopsis changes the type of conference from an industry briefing to a pre-proposal conference. The date of the conference is changed to January 6, 1997. CITE: (I-347 SN011748) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-CABLE ASSEMBLY,SPEC SOL N0038397QP440 DUE 012197 POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 1R-5995-01-209-3117-LX, SPEC NR TDP VER 005, IAW Ref Nr M22442/26-3, Qty 1356 EA, Deliver to Defense Distribt'n Depot San Diego San Diego CA , NSC Bldg 110Naval Air Station Jacksonville FL --This a a QPL item. Awardees must be listed on the Qualified Products List 22442-15 dated 08 July 1996. CITE: (I-347 SN011791) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-CIRCUIT CARD ASSEMBLY SOL N0038397Y6510 DUE 011597 POC Contact Point, Debra B Brinn, 0225.10, (215)697-4383, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-5999-01-266-7273, Ref Nr 74D462024-1003, Qty 10 EA, Delivery FOB Origin--THIS IS A REPAIR REQUIREMENT. DUE TO THE UNAVAILABILITY OF DATA THIS REQUIREMENT WILL BE RESTRICTED TO NORTHROP CORPORATION (76823).---, See Note 22 CITE: (I-347 SN011792) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--CAPACITOR, FIXED, CERAMIC SOL SP0900-96-T-N184 DUE 123196 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: YPE96157000276 NSN 5910-01-171-8693, CAGE K6961 Part No VA-85-0322-091 CAGE 08241 Part No CK05BX104M CAGE 81349 Part No M39014/22-1094 @CAPACITANCE value per section 0.100 microfarads single section @NONDERATED continuous voltage rating and type P er section 50.0 DC single section @BODY style 34H dual inline @SCHEMATIC diagram designator 1R no common or GR ounded electrode 12,556 -EA Del to W62G2T Stockton CA 95330-0130 other than full and open competition: part numbered item. Products offered clause applies, various increments solicited: from 1 to 11999 from 12000 to 49999, from 5000 to 75000. PR quantity: 12556, DODAAD dest: W62G2T Stockton CA 95296-0130, delivery schedule: 120 days, all responsible sources may submit offer which DESC shall consider. CITE: (I-348 SN011856) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SOLENOID, ELECTRICAL SOL SP0900-96-T-R583 DUE 123096 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96197000182 NSN 5945-01-079-2910, CAGE 07797 Part No 12285834 CAGE 19200 Part No 12285834 CAGE 81983 Part No l-5210 CAGE 99743 Part No 20029 150 -EA Del to Mechanicsburg PA 17055-0789 Del by 01 Apr 97. Other than full and open competition: part numbered item. products offered clause applies solicited various increments from: 150 PR qty: 150 EA delivery schedule: 150 days standard size: 3679 set-aside type: total small business et-aside all responsible sources may submit offer which DESC shall consider. CITE: (I-348 SN011857) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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 SP0970-97-R-X023 DUE 013097 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96249000468 NSN 5985-00-274-2265, CAGE 76301 Part No 68-870043-101 CAGE 82152 Part No 11D27700-2 CAGE 85226 Part No DMCNI8-11/A-2 design type blade single antenna; frequency rating 225.000 megahertz minimum and 400.000 megahertz maximum and 0.960 gigahertz minimum and 1.220 gigahertz maximum single antenna element. 220 -EA Del to Mechanicsburg PA 17055-0789 Del by 15 Mar 97. 162 -EA Del to Lathrop CA 95330 Del by 15 Mar 97. See NOTES 9, 22, other than full and open competition: part numbered item.products offered clause applies. Various increments solicited: 100-249, 250-499, 500-749. PR quantity: 382 EA. Line 1 quantity 220 SW3100-MECHANICSBURG PA 17055-0789. Line 2 quantity 162 W62G2T -Stockton CA 95296-0130. Delivery schedule: 200 ea.within 120 days and 50 per month thereafter. Set-aside: total small business set-aside. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-348 SN011858) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--HOLDER, PRINTED CIRC SOL SP0960-97-Q-A068 DUE 013097 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96281001847 NSN 5998-01-254-4582, CAGE 91417 Part No 565085-G04 1 -EA Del to see Preface to Navy address Co Del by 12 Oct 96. 1 -EA Del to Yuma AZ 85369-6070 Del by 12 Oct 96. 1 -EA Del to Camp Pendleton CA 92055-6090 Del by 12 Oct 96. 3 -EA Del to Mechanicsburg PA 17055-0789 Del by 09 Oct 97. Other than full and open competition: part numbered item products offered clause applies various increments 1-3 4-6 7-10 11-14 size standard: 500 delivery schedule: 6 EA within 110 days, any balance 10 EA every 30 days thereafter set-aside type: g-unretricted (sole source/single source) (no preference) no drawings available all responsible sources may submit offer which DESC shall consider. CITE: (I-348 SN011859) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--FUSEHOLDER, BLOCK SOL SP0930-97-Q-A109 DUE 011397 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: YPE96334000484 NSN 5920-01-216-6128, CAGE 58475 Part No 303-13-004 CAGE 89946 Part No 655D258G06 299 -EA Del to Bremerton WA 98314-5000 Del by 31 Mar 97. Other than full and open competition: part numbered item. products offered claue applies. Solicited various increments from: 200 to 499 PR qty: 299 EA delivery schedule: 30 days standard size: 750 set-aside type: total small business set-aside all responsible sources may submit offer which DESC shall consider. CITE: (I-348 SN011862) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, TOGGLE SOL SP0930-97-Q-A113 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: YPE96317000723 NSN 5930-01-070-7597, CAGE 81640 Part No H11-1170-3 CAGE 81755 Part No C8805-3-3 CAGE 91929 Part No 622EN112-R 50 - EA Del to Lathrop CA 95330 Del by 15 Jan 98. 64 -EA Del to Mechanicsburg PA 17055-0789 Del by 15 Jan 98. Other than full and open competition: part numbered item. products offered clause applies solicited various increments from: 50 to 699 PR qty: 114 EA delivery schedule: 114 EA within 240 days, balance rate: 60 EA every 30 days thereafter. Standard size: 500 set-aside type: unrestricted (sole source/single source) (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-348 SN011864) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PRESSURE SOL SP0930-97-Q-A112 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: YPE96323000441 NSN 5930-01-128-1122, CAGE 76301 Part No 74-800207-103 CAGE 93455 Part No 6011300 nonpile-up contact arrangement, 3 pole, double throw, one position momentary, contact voltage rating in volts 28.0 DC at sea level single voltage, contact load current rating 1.0 amps resistive load single voltage 20 -EA Del to (Call contracting office) Del by 24 Oct 96. Other than full and open competition: part numbered item. products offered claue applies. Solicited various increments from: 21 to 49 PR qty: 20 EA delivery schedule: 100 days standard size: 500 set-aside type: unrestricted (sole source/single source) (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-348 SN011865) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--CONNECTOR, PLUG, ELECRTRICAL SOL SP0900-97-T-5509 DUE 011897 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: YPE96330000118 NSN 5935-00-991-2200, CAGE 10001 Part No 1517259 CAGE 71468 Part No N-T40471-4 @BODY style 8A straight shape, quick connect @MATING END quantity 1 12 -EA Del to Mechanicsburg PA 17055-0789 Del by 30 May 97. Full and 53 EA. Line quantity DODAAD destinations 153SW3100 Mechanicsburg, PA 17055-0789 delivery schedule: entire quantity W/in 140 ADO. Size standard: 500 set aside TYPE=G=UNRESTRICTED=(sole source/single source)(no preference) various increments solicited: from to 2549 5099 100249 00 00 00 last buy history/contract restrictions: all responsible sources may submit offer which DESC shall consider. CITE: (I-348 SN011866) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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-A053 DUE 011097 POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250. DESC: Synopsis No. 5390-96 (MA) NSN 5999-01-165-6542, Army P/N 1D49565-501. 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 15, known quantity of 23, and a maximum quantity of 30. In addition, this requirement will have option quantities for base year FY 97 and out years FY 98 and FY 99 ranging from 5 - 15 each. 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--A technical data package which defines all engineering and quality requirements is not available. RFP will be issued to 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 5999-01-165-6542, Awd Date 021093, Qty 9, Unit Price $6,742.00. 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. See Numbered Note(s): 22. CITE: (I-348 SN011912) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 59--COVERS SOL 1PI-B-1947-97 DUE 013097 POC Contract Specialist, CARLOCK, JOHN, (202) 508-3955 DESC: UNICOR, Federal Prison Industries, intends to enter into a Firm Fixed Price Indefinite Delivery/Indefinite Quantity Supply Type contract with a performance period of (5) five year after contract award date for the following item(s): 0001 - Cover, 597008405844, Almn, DDC, Conduit outlet. UNICOR MCS No. CVR0377. Guaranteed Minimum Quantity is 4,000 each, Estimated Maximum Quantity is 24,000 each. Supplies to be furnished under the ensuing contract shall be ordered by issuance of individual delivery ordes to be delivered 45 days after receipt of order. Delivery is FOB Destination to UNICOR, Federal Prison Industries, Inc, FCI Big Spring, 1900 Simler Avenue, Big Spring, TX 79720. All responsible sources may submit a bid which shall be considered by this agency. Your request should indicate business size and type. Submit your request to UNICOR, Federal Prison Industries, Inc. Attn: (John M. Carlock) Fax number (202347-9416. Material Management Branch, 320 First Street, NW, Washington, DC 20534. Only faxed or written requests will be accepted, NO CITE: (I-348 SN011962) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--COILSUBASSYANTSC60 DWGLATESTREV SOL F04606-97-25279 DUE 020397 POC For copy, contact the info office indicated., For additional information contact Noel.0kn/Pklca/[916]643-2744 DESC: Item 0001 NSN 5950-01-122-9982ZR P/N: 777-6550-001, SILVER PLATED COIL PHENOLIC BLOCK HARDWARE(NUTS,BOLTS)VARIOUS ELECTRONIC COMPO NENTS NHA5895011156824 FSCM13499 NOUN10KWPA TO31S1-2TSC60-22 FIG6-5INDEX23 Q PA 2 DOD-STD-1686 DOES NOT APPLY. 19EA. Applicable to: An/Grc-212. Destn: DIS002. Delivery: 30 JUN 97 10 ea 30 JUN 97 9 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: Rockwell International Corp, Richardson Tx 75083-3807. To: Rockwell International Corp, Cedar Rapids Ia 52498-0001. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. See Note (s) 22,23. CITE: (I-348 SN012039) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 61--W 4 CABLE SOL F34601-97-Q-49500 DUE 020397 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Georgette Strub/Lpdpb/[405]739-4382 DESC: Item 0001 NSN 6150-01-308-8497PR P/N: 7156M44G01, Cable is color coded orange electrical wiring cable with a main length of cable and six branches of cable extending off of the main cable with connectors Basic material 24 stranded, cond 4 electrical coated wire. Dim. Main cable length measures approx 3 ft to 6 ft. Branches of main cable measures from approx. 1 1/2 ft to 3 ft. Func. of cable is to supply electrical power to different accessory components, supply elect governing functions or feedback signals. 4EA. Applicable to: F110 Eng. Destn: DTK002 DTKC00. Delivery: 30 Sep 98 4 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 03 Jan 97. The anticipated award date will be 28 Feb 97. Written procedure will be used for this solicitation. To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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-348 SN012009) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: VA Medical Center, One Veterans Plaza, San Juan, P.R. 00927-5800 SUBJECT: 65 -- HEMATOLOGY ANALYZER SOL RFP672-130-97 DUE 013197 POC Elisa Cruz, Contracting Officer DESC: A solicitation will be issued for brand name or equal equipment Sysmex Automated Hematology Analyzer Model SF-3000 with Sampler Unit (cap piercing) and option ID Bar Code Reader subject to availability of funds to include installation, start up kit, training support, one year warranty parts and labor, extended warranty and free maintenance service for ninety (90) days, and two each operation and service manuals. Solicitation will be issued on or about 15 calendar days after publication with closing date 30 calendar days after issue date. CITE: (I-348 SN011933) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 66-TEST SET,SEMICONDUC - AND SIMILAR REPLACEMENT PART SOL N0010497RNB49 DUE 021497 POC Contact Point, Rick D Rhoades, 02151.5, (717)790-3234, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Jennifer B Dieter, 02151, (717)790-4446 DESC: NSN 7Z-6625-01-391-4404-TE, SPEC NR TDP VER 006, Qty 76 EA, Delivery FOB Origin, Contract 100 Percent Small Business Set Aside--THIS SOLICITATION IS GOING TO BE A REQUEST FOR A 3 YEAR INDEFINITE QUANTITY CONTRACT WITH PROVISION FOR 2 ADDITIONAL OPTION YEARS. THE REQUEST ALSO WILL BE FOR 2 DIFFERENT CONFIGURATIONS AND WILL BE AWARDED ON AN ALL OR NONE BASIS., See Note 9 CITE: (I-347 SN011803) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--WIND SOCK SOL SP0440-96-Q-HZ29 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)279-3372. For copies of RFQ solicitations, contact: Billye phill IPS/AX409/804-279-3372. contracting officer: Kreylon V Crewe/804-279-4105. DESC: PR-NO: YPG96233000725 NSN 6660-00-044-1914, drawing number: army SM-C-376007 Rev a DTD 68 Jan 29. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense General Supply Center. 36 inch dia front 12 inch dia rear 149 inch LG material nylon type I, class B, spec CCC-C-476 color Orange per Fed STD 595A Tech data package availability: 92 -EA Del to Tracy CA 95376-5000 Del by 90 DARO97. 72 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO. Unrestricted other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) solicitation between $25,000 - $100,000 solicitation will be made in writing all responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011840) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 66 -- DETECTOR KIT SOL DAAK01-97-Q-0072 DUE 020697 POC Robert B. Flanagan, Contract Specialist, 314-263-0682. DESC: The Detector Kit, National Stock Number 6675-01-411-4533, part number GTP-323, FOB Destination to Texarkana, Tx, and Stockton, CA, the anticipated procurement is a One Year Type Contract with a total estimated quantity of 54 each. The item was last procured on 96 Apr 16 from the Gammon Technical Products Inc., 2300 Hwy 34, Manasquan, NJ 08736-2806. The unit price for this previous contract was $1,554.63 with a quantity of 34 each. The estimated issued date is 07 Jan 97. This procurement is a totally 100 percent small business set aside. See Numbered Note(s): 1. CITE: (I-348 SN011945) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany, GA 31704- 3019 SUBJECT: 66 -- M36, HEAD PRISM SOL M67004-97-Q-0001 DUE 010697 POC Sandra Roberts, Purchasing Agent, Code 894, (912)439-6762 Contracting Officer, Larry F. Pendley, Code 894, (912)439-6761. DESC: NSN 6650-00-991-8436, P/N 8619890, Qty 100 each. Oral responses requested. See Numbered Note(s): 1. CITE: (I-348 SN011957) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 66--DETECTOR SOL F34601-97-08150 DUE 020397 POC For copy, Sam Hoisington/Lidac/[405]739-4466, For additional information contact Sam Hoisington/Lidac/[405]739-4466 DESC: Item 0001 NSN 6685-01-148-0471 P/N: 11239-1, DETECTOR,COOL OFF DIMENSIONS,APPROX 4 INCHES IN DIMETER WITH APPROX 6 INCH PROB E. MATERIAL,ALUMINUM ALLOY AND VARIOUS OTHER ELECTRICAL COMPONENTS. FUNCTION,DE TECTS TEMPERATURE OF COOLING AIR. NHA ACFT. APPL ACFT B1B. 19EA. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 SEP 97 19 ea The approximate issue/response date will be 03 Jan 97. The anticipated award date will be 03 MAR 97. Written procedure will be used for this solicitation. To: Dynamic Controls Corp, South Windsor Ct 06074-3469. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: 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-348 SN011997) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 69--Training Aids and Devices OFFADD: Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Orlando, FL 32826-3224 SUBJECT: 69 -- PERISCOPE TARGET MODELING FOR U.S. NAVY TRAINING SYSTEMS DUE 021897 POC Contact Caretha Y. Brown-Griffin, (407)380-4013, Contracting Officer, Jerry Miller, (407)380-8383 DESC: The Naval Air Warfare Center Training Systems Division has a requirement to modify visual software database for an ESIG 500 image generator made by the Evans and Sutherland (E&S) Computer Corporation. The ESIG 500 used by the Government currently contains 54 targets in a visual database. The targets are comprised of 600 to 700 polygons with approximately 300 polygons visible at any one time. The targets are modeled with several different transition ranges such that at high level of detail approximately 250 polygons are displayed and at low level of detail approximately 50 polygons are displayed. The targets are mainly ocean going Naval and commercial vessels modeled for an ocean environment. The Government anticipates a firm fixed price contract resulting from a Sealed Bidding procurement action. All bidders are urged to provide their Commercial and Government Entity (CAGE) code. Tax identification Number (TIN), and Contractor Establishment Code (CEC) Number (formerly DUNS) with their bids. All bids must state that the vendor is not currently on the Consolidated List of Debarred, Suspended and Ineligible Contractors or otherwise ineligible to receive Government contracts. This is Not a small business set-aside. All responsible sources may submit a bid. Bid Opening date shall be at or around 18 February 1997. No telephone requests for solicitation package will be accepted. CITE: (I-348 SN011979) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NASA, Procurement, John F. Kennedy Space Center, Kennedy Space Center, FL 32899 SUBJECT: 70--ATM SWITCHES FOR METROPOLITAN AREA NETWORK SOL N/A POC David Miller or Chris Kerios at 407-867-6315 DESC: Modify synopsis which appeared in the December 9, 1996 publication. Should be revised to: Points of contact David Miller or Chris Keiros at 407-867-6315. CITE: (W-348 SN011846) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon, Washington, DC 20310-5200 SUBJECT: 70--ANALYZE AND DESIGN MODELING SOFTWARE SOL DASW01-96-R-0027 DUE 022897 POC Contact: Joseph Burrus, Contract Specialist, (703) 695-9422 DESC: The Defense Supply Service-Washington (DSSW) on behalf of the Air Force Studies and Analyses Agency (AFSAA) intends to acquire services to support software research, software development, software maintenance and continuing data integration. These services are required to produce, maintain and enhance a Modeling, Analyses, Simulation and Training (MASTR) data and study management system. AFSAA conducts studies and analyses within the Air Force mission areas to provide information to support the Air Force Chief of Staff and Air Force staff agencies with modeling and simulation initiatives that depict the potential effect, upon the war fighter, of the introduction of proposed, new or enhanced weapons systems and revised intelligence estimates. AFSAA is currently using the beta version, MASTR1, which incorporates the contributions of the following contractors under the respective contracts. CACI, Inc. , F49650-94-D- 5001; ASI-Systems International, DASW01-94-D-0060. The beta version, MASTR1, provides a common database framework and a standard set of data queries to access and use information from multiple external intelligence estimates and equipment characteristics databases. MASTR1 has been populated with current intelligence and equipment characteristics corresponding to the major regional contingency baselines in order to support the anticipated and ongoing AFSAA weapon system and capabilities analyses. MASTR1 is marginally acceptable because the architecture and design was created in the past paradigm of centralized processing. MASTR1 also has a limited graphical editor to manipulate and display data qualitatively. MASTR2 will change the underlying design of MASTR1 by using distributed computing and distributed data storage/retrieval. By designing and building MASTR2, using a distributed computing design, most of the processing will move from the host server to client machines, on remote or local area networks. The majority of processing will be done on each individual users machine using LAN/WAN and other connectivity networks for access, thereby reducing the processing bottleneck at the main server. MASTR2 will also need to display and manipulate geospatial data and other overlay data using a graphical editor. The apparent successful offeror will be required to furnish personnel in possession of Top Secret clearances at time of award. All personnel are required to be cleared at the Top Secret level. This requirement is published as unrestricted, however the apparent successful contractor must include an acceptable subcontracting plan as part of the proposal. The Period of Performance is expected to be for a Base Period and Four Option Periods, each period not to exceed one year. The Base Period will be from the date of award through 30 September 1997. Task Orders will be issued against the requirements in the contract. The Request for Proposal (RFP) will be issued on or about 17 January 1997 with Proposals due 45 days hence. All requests for this RFP shall be submitted in writing. Telephone and facsimile requests for the RFP will not be honored. CITE: (I-348 SN011992) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT, 1300 E AVENUE, FORT LEE VA 23801-1800 SUBJECT: 71--METALLIC SHELVING, GROCERY FOR DELIVERY AND INSTALLATION AT ALL DECA COMMISSARY LOCATIONS, CONUS AND OCONUS SOL DECA01-97-R-0014 DUE 012297 POC Contract Specialist Barbara Koury Korzyk (804) 734-8862 Contracting Officer: E. Favale (804) 734-8602 (Site Code DECA01) DESC: Purchase and installation of new and replacement shelving, adjustable, gondola, cantilever, island type, 3 and 4 FT sections; half gondola, cantilever wall type with/without illuminated canopy, 3 and 4 FT sections, dump baskets, bakery wire shelves, nd panels, etc. for various commissaries located in the continental U.S. (CONUS) and outside the continental U.S. (OCONUS). New shelving will be purchased on an unrestricted basis. Replacement shelving is either brand name specific to Lozier Corp., Omaha, E or Madix Store Fixtures, Goodwater, AL, depending on the existing shelving at each store. Proposed contract will be indefinite delivery, indefinite quantity with fixed unit prices for a base year plus one option year. Solicitation will be issued on or about 15 JAN 97 with a closing date on or about 14 FEB 97. Requests for copy of solicitation must be in writing. Fax requests acceptable. FAX No: (804) 734-8886.All requests for copy of the solicitation should include the solicitation # and mark to attention of Barbara Korzyk. All responsible sources may submit an offer which shall be considered by the agency. CITE: (I-348 SN011961) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 73 -- JACK, ROOF LIFTING SOL DAAK01-97-Q-0059 DUE 013097 POC Barbara Collie, Contract Specialist, 314-263-3167, Pamela S. Wienhoff, Contracting Officer, 314-263-2121. DESC: Jack, Roof Lifting, FSC 7330, 305 each in accordance with US Army Soldier Systems Command (Natick 81337) Procurement Package 5-13-4600. FOB Destination with deliveries to New Cumberland, PA 17070-5001 and Texarkana, TX 75507-5000. Most recent procurement 150 each, $141.00 per unit. 100 % Small Business-Small Purchase Set-Aside. All responsible sources may submit a bid which will be considered by the Agency. See Numbered Note: 1. CITE: (I-348 SN011939) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 74--Office Machines, Text Processing Systems and Visible Record Equipment OFFADD: Afftc/pkad Directorate Of Contracting, 5 S Wolfe Ave, Edwards Afb Ca 93524-1185 SUBJECT: 74--ENGINEER COPIER SOL F04700-97-T-0166 DUE 010897 POC Donna Chesher, Contract Specialist, (805)277-3900, ext. 2216, John Lemacks, Contracting Officer, (805)277-3900, ext. 2253 DESC: The Air Force Flight Test Center has a requirement for an engineer copier. See synopsis published on 25 Nov 96 for details. The due date for offers is changed to 8 Jan 97. The minimum salient characteristics are changed as follows: The copier will have a two-roll paper feeder, automatic. The capability to do variant enlargements and reductions, the range should include "A" size through "E" size prints or vice versa. When the copier is connected to the Local Area Network, it becomes a network plotter. The copier must be capable of a minimum printable area 36 inches in width by up to 50 feet in length. The copier must fit comfortably in a 100 sq. ft. room. The copier must accept manual and 2-roll automatic feeds, of plain paper, transparent paper, film and vellum, in a minimum width of 8.5 inches and minimum length of 11 inches. The copier must handle 2 rolls of 500 ft film at once. The scanner CCD must give a true optical scan of 400 DPI and retain a minimum of 19 copies from one scan. The scanner must accept originals of 8.5" x 11" with a maximum scan width of 36". The maximum original length to be used with the scanner is 48 inches. The scanner will have automatic background compensation and lighter/darker settings for exposure control. The controller should be capable of plotting a 1 megabyte D' size HPGL/2 file in under one minute. Controller must be upgradeable to future developments. The vector data format should be compatible with HP GL and HP GL/.2. The plotter should plot at 400 dpi. The plotter should scale raster images to original size and automatically rotate raster and vector images and automatically select and plot to the best fit roll. Plotter must plot Microstation/AutoCad Version XX in HPGL/2. The purchase and installation will include delivery, installation, operating instructions, documentation, maintenance. Acceptance will be when the machine is fully operational. The contractor will coordinate with the government on when installation will occur. The contractor will provide all materials (software, documentation and paper) and labor for the installation. The contractor will ensure network plotting functions properly on the government's existing network topology. The government will provide proper infrastructure connections (LAN, workstations, space and electrical outlets and location). The contractor will provide on-site operating instructions that enable full and complete operation of the copier, and off-site consultation by telephone. The contractor will deliver the most current materials/documentation for copier operations. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 S Wolfe Ave, Edwards AFB CA 93524, on 8 Jan 97. Fax to (805)258-9689. Telephone requests to be placed on the mailing list will not be honored. LINK http"//cpf.edwards.af.mil/contract/rfp.html LINKDESC: EMAIL chesherd%pk@mhs.elan.af.mil EMAILDESC: CITE: (W-347 SN011817) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 74--Office Machines, Text Processing Systems and Visible Record Equipment OFFADD: Office of Naval Research, 800 North Quincy Street, Arlington, VA 22217-5660 SUBJECT: 74 -- GRAPHING CALCULATORS SOL N00014- POC Ms. Charlotte Luedeke, Contract Negotiator, ONR 253 (703) 696-1973. 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, quotes are being requested and a written solicitation will not be issued. Solicitation number N00014-97- R-0003 is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The Office of Naval Research intends to purchase 1678 Sharp graphing calculators, model EL-9300C, to be presented to Navy winners ar regional, district, and state science and engineering fairs. All items are to be delivered by January 6, 1997, to Shen-Paco Industries, Inc. (For McCarus Advertising), 1032 Wisler Road, Quicksburg, Virginia 22847. The following provisions apply: FAR 52.203-03, Gratuities (APR 1984), FAR 52.203-05, Covenant Against Contingent Fees (APR 1984), FAR 52.203-06, Restriction on Subcontractor Sales to the Government (OCT 1995), FAR 52.203-07, Anti-Kickback Procedures (JUL 1995), FAR 52.222-26, Equal Opportunity (APR 1984), FAR 52.225-03, Buy American Act - Supplies (JAN 1994), FAR 52.225-11, Restrictions on Certain Foreign Purchases (MAY 1992), FAR 52.232-01, Payments (APR 1984), FAR 52.232-25, Prompt Payment (MAR 1994), FAR 52.233-01, Disputes (OCT 1995), FAR 52.246-01, Contractor Inspection Requirements (APR 1984), FAR 52.246-16, Responsibility for Supplies (APR 1984), FAR 52.211-15, Defense Priority and Allocation Requirements (SEP 1990), FAR 52.222-03, Convict Labor (APR 1984), FAR 52.222-04, Contract Work Hours and Safety Standards Act - Overtime Compensation (JUL 1995), FAR 52.222-20, Walsh Healy Public Contracts Act (APR 1984), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1984), FAR 52.222-36, Affirmative Action for Handicapped Workers (APR 1984), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1988). Offers are due on December 27, 1996, by 12:00 Noon, at the Office of Naval Research, 800 North Quincy Street, Room 720, Arlington, Virginia 22217. Requests for information should be directed to Charlotte Luedeke, (703) 696-1973. CITE: (I-348 SN011924) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, Virginia 22448-5100 SUBJECT: 76 -- DOD STANDARDS/SPECIFICATIONS INFORMATION SERVICES SOL N00178-97-Q-0048 DUE 010397 POC Laurie Campbell, Purchasing Agent (540) 653-4902. DESC: The Government intends to purchase on a sole source basis a one year subscription/renewal of the following items manufactured by Information Handling Services on CD ROM for the period of 06 January 1997 thru 05 January 1998 - DS32A, Hot Specs 7-Day CD ROM Network, 1-5 users for which every seven days there is a CD ROM produced containing full-text raster scanned image sof new and revised documents of the following types - Military and Federal specifications and standards, Military and Federal qualified products lists (QPLs), qualified manufacturers lists (QMLs), Military handbooks, Military bulletins, MS drawings, AND, ANA, AN drawings, USAF and NAF standards, Desc/SMD drawings, Data item descriptions (DIDs), Federal information processing standards (FIPs), DOD standardization directories, Acquisition management systems and data requirements control list (AMSDL). In addition, bibliographic information provided for each new and revised document with Document number, Document title, Issue date, and the number of the CD ROM containing the document (every 60 days all hot specs documents are rolled into the basic DOD standardization service (1 each), ML150, DOD Std Svc Network, 1-5 simultaneous users which provides electronic access to U.S. military and federal specifications and standards and a wide range of related documents. It provides full text images of the following unclassified U.S. Standardized Documents - Military and Federal Specifications, Military and Federal Standards, Joint/Army-Navy Specifications and Standards (JANS) - Military and Federal Qualified Products Lists (QPLs) - Military Handbooks - MS Drawings - AND, ANA, AN Drawings - DESC/SMD Drawings - Data Item Descriptions (DIDS) - Commercial Item Descriptions (CIDS) - Federal Information Processing Standards (FIPS) (1 each); DH1, DOD Stdztn Historical Complete CD ROM, Stand Alone which provides the following Non-Active/Superseded/Replaced U.S. Military and Federal Specifications and related documents. These documents are mainly used when maintenance, repair, and modification of military equipment and hardware is necessary. Included in the database are: Military and Federal Specifications and Standards, Joint/Army-Navy Specifications and Standards, Military and Federal qualified products lists, military handbooks, MS drawings, and ANA, AN drawings, USAF standards, NAF standards, DESC Drawings, commercial item descriptions, data item descriptions, and Federal information processing standards. Full-text historical documents can be located by searching keywords(s), document number, or FSC (1 each); DS347, H4/8 Cage Code on CD ROM, (Stand Alone) which is a series of publications comprising the cataloging tools used in the Federal Catalog System (1 each); DP3A, DOD Stdztn Discount Standalone Index which contains detailed information on action and historical unclassified U.S. military and Federal standardization documents and related publications. It provides a means to review basic document content prior to going to the document itself. It simplifies the research associated with military contracts and projects by the allowing the partron to quickly identify the exact documents needed, automatically identify documents referenced in or applicable to other documents, review document history, identify procurement documents for MS drawings, and copy information to disk to create and update in-house specifications, reports and manuals (1 each); DS87W, NATO documents on CD ROM, Stand Alone. The NATO Documents Service provides access to full-text NATO STANAGs (Standardization Agreements) and AQAPs (Allied Quality Assurance Publications). The service enables the customer to locate documents containing selected keywords or phrases and automatically identify and view documents referenced in or applicable to any given NATO document. This service has applications in research, design engineering, maintenance, purchasing, logistics and related applications (1 each). The above items shall be compatible with the CD ROM server (running Novell NetWare version 3.12) and IBM compatible personal computers running MS Windows 3.1, and are the only ones that meet NSWC's needs. These items are relevant and germane to the NSWCDD's community at NSWC as a research tool and are required for project research and development. Award is to be made under Simplified Acquisition Procedures. All responsible sources shall provide manufacturer's specifications with their fax quote which shall be considered by the Naval Surface Warfare Center, Dahlgren Division, Dahlgren, VA 22448. Reference quotation number N00178-97-Q-0048. Telephone number is 540-653-4902. Fax number is 540-653-6812, Attn: Laurie Campbell, Code SD18. THE GOVERNMENT SHALL NOT ISSUE A WRITTEN QUOTE AS ALL ITEMS ARE IDENTIFIED IN THIS CBD NOTICE. This procurement will be awarded on an ALL OR NONE BASIS. All items will be shipped to FOB Destination to the Naval Surface Warfare Center, Dahlgren, VA 22448. Closing date is 03 January 1997. Anticipated award by 06 January 1997 with delivery for the period 06 January 1997 thru 05 January 1998. CITE: (I-348 SN011947) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air Force Base, Ut 84056-5825 SUBJECT: 81--CNU 439A/E SHIPPING AND STORAGE SOL F42630-97-R-2003 DUE 020497 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information contact Genee Ringel/Likm/[801]775-2093 DESC: Item 0001 NSN 8140-01-381-1505 P/N: 8644260-30, This item is a shipping and storage container used in conjuction with the ADG-769/B and ADG770/B. 126ea. Applicable to: Adg 769/B & 770/B. Destn: Texas Instruments Sherman TX. Delivery: 31 Jan 97 126 ea Item 0002 NSN 8140-01-176-1147 Cnu-371/E Container P/N: 817352-10, This item is a container CNU371/E used to house the guidance control unit of the laser guided bomb. 502ea. Applicable to: Gcu. Destn: Texas Instruments Sherman TX. Delivery: 31 Jan 97 502 ea Item 0003 data, 1 lot Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all The approximate issue/response date will be 02 Jan 97. To: Dayton Manufacturing, Dayton OH. To: Williamson Metal Works, Madison IN. To: General Engineering Service Inc, Forest Park Ga 30051-1303. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. 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. This proposed procurement is under a 100 percent small business set aside, the size standard for which is 1,000 employees. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Jack S. Jones if your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 1,26. CITE: (I-348 SN012035) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--AIRCREW INTEGRATED HELMET SYSTEM HGU56/P SOL SP0100-97-R-2003 DUE 012797 POC Contact: DPSC-FNDD buyer-marie Brywka 215/737-5639 DESC: This is an indefinite quantity type contract; minimum quantity-3551 EA, maximum quantity-7471 EA with an additional 17 spare part items also to be procured. Purchase description FNS/PD-96-18 DTD Nov 1, 1996. There are 2 term options included. this is a best value source selection acquisition with the following factors: past performance, manufacturing plan, socio-economic plan & DLA mentoring plan. destination is DD Mechanicsburg PA with deliveries starting 240 DAA & ending 570 DAA. there will be an expanded first article. all materials will be contractor furnished. this is an unrestricted acquisition with no evaluation for SDB. Include NOTE 26. All responsible sources may submit offer which DPSC shall consider. CITE: (I-348 SN011853) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 99--LOAD, REMOVE, AND DISPOSE OF EQUIPMENTS SOL SP0410-97-B-0487 DUE 030297 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer. SA RA W. Clary/DD271/804-279-4555 contracting officer: St even D. Montgomery/804-279-4186 DESC: PR-NO: SX152363048002 specification (NOTE 9). SIC code: 8999 average receipts ofthe concern and its affilities for the proceding 3 years must not exceed 3.5 million. quantity: 1,500,000 pounds. Description: contractor shall load, remove, and dispose of and estimated 1,500,000 pounds of scrap vehicle and miscellaneous equipment tire from the Defense Supply Center, Richmond, Virginia DRMO Williamsburg, VA and DRMO St. julen's creek, Portsmouth, VA. delivery schedule 90 days ARO. All responsible sources may submit offer which DGSC shall consider. CITE: (I-347 SN011839) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 99-TQL BOOKS AND VIDEOS SOL NP6283W7W9C89 DUE 122796 POC Contact Point, Christine A Hertkorn, 0234.07, (215)697-2580, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 0O-0000-00-000-0000-O0, Qty 3000 EA, Deliver to Naval Inventory Control Point - Mec Mechanicsburg PA --This solicitation is for the procurementof TQL books and videos for the NAVY. Contractors are requested to only quote those titles which can be delivered by 31 Jan 97. Multiple awards will be made if it is in the best interest of the Government. The titles and quantities are as follows: Guide to Naval Writing, 3,000; One Minute Manager Builds High Performance Team, 3000; The Sixteen Types (Reprinted from Please Understand Me), 4,000; Situational Leader, 3,000; Seven Habits of Highly Effective People, 3,000; Naval Customs Ceremonies, 3,000; Team Memory Jogger, 5,000; Flight of the Buffalo (video) 300; Paradigm Principle (video) 300. EAD:10Jan97 CITE: (I-348 SN011850) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Officer in Charge, NAVFACENGCOM Contracts, 910 USS Hunley Avenue, Building 2015, Code FE31-SY, Naval Submarine Base, Kings Bay, Georgia 31547-2613 SUBJECT: 99--INDEFINITE REQUIREMENTS CONTRACT FOR AERIAL MOSQUITO CONTROL SERVICES, NAVAL SUBMARINE BASE, KINGS BAY, GEORGIA SOL N62467-97-B-3162 DUE 020397 POC Contact Steve Yawn, Contract Specialist (912) 673-2001 extension 4695/Michael Dickerson, Contracting Officer (912) 673-2001 extension 4610. The estimated cost for services is between $100,000 and $250,000. Bid opening is scheduled for 2:30 P.M. on February 3, 1997. DESC: This work is for aerial treatment of mosquitos at the larvicide and adulticide stages on an as required basis at the Naval Submarine Base, Kings Bay, Georgia. Basic contract period is for 12 months with option to exceed for two additional one-year periods. The proposed contract listed here is a 100 percent small business set-aside for concerns whose average annual receipts of the concern and its affiliates, for the preceding three fiscal years, must not exceed 3.5 million dollars. Solicitation scheduled to be issued on or about January 2, 1997. Bid opening is scheduled for February 3, 1997. CITE: (I-348 SN011993) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: U.S. Government Printing Office, Materials Management Service, Mail Stop: MMG, Room A-332, Washington, DC 20401 SUBJECT: 99--ADHESIVE, HOT MELT! SOL 2288496 DUE 012797 POC Firms interested in obtaining a bid package may contact the Contracting Officer, Patricia Johnson telephone 202-512-0995 DESC: 67,200 lbs. adhesive, hot melt, for adhesive binding line. To be shipped in containers suitable for one year storage. Product HL-3075, Gaylord Bulk Bin Boxes, 1200 pellets. NOTE: LIMITED NUMBER OF COPIES AVAILABLE, WILL BE ISSUE ON A FIRST COME, FIRST SERVE BASIS. CITE: (I-348 SN011994) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome, NY 13441-4514 SUBJECT: A -- DATABASES FOR THE 21ST CENTURY POC Terry L. Schooley, Contract Specialist, AC 315-330-7629. CNT F30602-97-C-0030 AMT $19,454,105.00 LINE N/A DTD 091296 TO PRC, Inc., 1500 PRC Drive, McLean VA 22102 LINK N/A LINKDESC: EMAIL schooleyt@pintail.pk.rl.af.mil EMAILDESC: CITE: (W-348 SN011897) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Space and Strategic Defense Command, ATTN: CSSD-CM-CK, PO Box 1500, Huntsville, AL 35807-3801/106 Wynn Drive, Huntsville, AL 35805-1990 SUBJECT: A -- DASG60-96-0107, INFRARED INSTRUMENTATION SYSTEM MISSION SUPPORT, OPERATIONS AND MAINTENANCE POC O. Wayne Koger, Contract Specialist, CSSD-CM-CK, (205) 955-3001, Beverly R. Fowler, Contracting Officer, CSSD-CM-CK CNT DASG60-95-C-0077, P00008 AMT $99,963 LINE OPTION CLINS 0009-00 DTD 120496 TO Automated Sciences Group, Inc., 1010 Wayne Avenue, Suite 700, Silver Spring, MD 20910-5600 (S) CITE: (I-348 SN011943) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- LOOP HEAT PIPE FOR HIGH DENSITY SMALL SATELLITE THERMAL CONTROL POC Catherine Cavey, Contract Specialist, 301-286-3721. CNT NAS5-97024 AMT $599,734.00 LINE N/A DTD 120496 TO Thermacore Inc., 780 Eden Road, Lancaster, PA 17601 CITE: (I-348 SN012096) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- DATA ACQUISITION CHIP POC Catherine Cavey, Contract Specialist, 301-286-3721. CNT NAS5-97017 AMT $597,175.00 LINE N/A DTD 120396 TO Q-Dot Inc., 1069 Elkton Drive, Colorado Springs, CO 80907 CITE: (I-348 SN012097) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- A MONOLITHIC, ACTIVE PIXEL INGAAS INFRARED FOCAL PLANE ARRAY POC Catherine Cavey, Contract Specialist, 301-286-3721. CNT NAS5-97020 AMT $600,000.00 LINE N/A DTD 120396 TO Sensors Unlimited Inc., 3490 Route 1, Princeton, NJ 08540 CITE: (I-348 SN012098) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- ADAPTIVE COMPRESSION NETWORK POC Catherine Cavey, Contract Specialist, 301-286-3721. CNT NAS5-97013 AMT $599,686.00 LINE N/A DTD 120996 TO OPTS Inc., 8302D Whitesburg Drive, Huntsville, AL 35802 CITE: (I-348 SN012099) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- SILICON CARBIDE, LARGE APERATURE PHASE ARRAY MIRROR POC Catherine Cavey, Contract Specialist, 301-286-3721. CNT NAS5-97023 AMT $582,484.00 LINE N/A DTD 120396 TO SSG Inc., 150 Bear Hill Road, Waltham, MA 02154 CITE: (I-348 SN012100) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt, MD 20771 SUBJECT: A -- GAINASSB AND INASSBP INFRARED DETECTORS POC Catherine Cavey, Contract Specialist, 301-286-3721. CNT NAS5-97005 AMT $509,094.00 LINE N/A DTD 120496 TO AstroPower Inc., Solar Park, Newark, DE 19716 CITE: (I-348 SN012101) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: COMMANDING OFFICER, SOUTHERN DIVISION, NAVAL FACILITIES ENGINEERING COMMAND, 2155 EAGLE DRIVE (29406), P. O. BOX 190010, NORTH CHARLESTON, SC 29419-9010 SUBJECT: C - INDEFINITE DELIVERY REQUIREMENTS (IDR) FOR A-E SERVICES AT NAS ATLANTA, GA; NSCS ATHENS, GA; MCLB ALBANY, GA; USMC BLOUNT ISLAND (CAPE CANAVERAL) FL; AND ANY AREAS UNDER THEIR JURISDICTION POC N/A CNT N62467-96-D-0811 AMT $3,500,000.00 DTD 112096 TO STEVENS & WILKINSON OF GEORGIA, INC., 100 Peachtree ST., NW, 24th Floor, Atlanta, GA 30303 CITE: (I-347 SN011814) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Administrative Services Staff, 630 Sansome Street, room 520, San Francisco, CA 94111 SUBJECT: F - HAZARDOUS WASTE CLEANUP INVESTIGATION POC Contact, Contracting Officer, Leonard H. Schenhals (916)842-6131 for Bids Contact, Cookie Washington, (415)705-2878 or Sheila Georges at (415)705-2829 CNT 53-91S8-7-EE02 AMT S500,000.00 LINE N/A DTD 110496 TO Ecology and Environment, Inc., 368 Pleasant View Drive, Lancaster, NY 14086 CITE: (I-348 SN011929) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Administrative Services Staff, 630 Sansome Street, room 520, San Francisco, CA 94111 SUBJECT: F - HAZARDOUS WASTE CLEANUP INVESTIGATION POC Contact, Contracting Officer, Leonard H. Schenhals (916)842-6131 for Bids Contact, Cookie Washington, (415)705-2878 or Sheila Georges at (415)705-2829 CNT 53-91S8-7-EE03 AMT S500,000.00 LINE N/A DTD 110496 TO CDM Federal Programs Corporation, 100 Pringle Avenue, Suite 500, Walnut Creek, CA 94596, 510-939-8404 CITE: (I-348 SN011930) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA Forest Service, Administrative Services Staff, 630 Sansome Street, room 520, San Francisco, CA 94111 SUBJECT: F - HAZARDOUS WASTE CLEANUP INVESTIGATION POC Contact, Contracting Officer, Leonard H. Schenhals (916)842-6131 for Bids Contact, Cookie Washington, (415)705-2878 or Sheila Georges at (415)705-2829 CNT 53-91S8-7-EE01 AMT S500,000.00 LINE N/A DTD 110496 TO Tetra Tech, EMI, 135 Main Street, Suite 1800, San Francisco, CA 94105 (415)543-4880 CITE: (I-348 SN011931) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS 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 CHANDLER (DD-996) CNT N00024-94-H-8690, J.O. 977M09 AMT $24,871.00 LINE 0001 DTD 121096 TO Fraser Incorporated, P.O. Box 80905, Seattle, WA 98108-0905 CITE: (I-347 SN011818) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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 CHASSIS ASSEMBLY, VOICE CHASSIS POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin Marietta (770) 494-6770 CNT N00383-96-G-006J, RK01 AMT $136,000.00 LINE B006 DTD 102496 TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive, Marietta, GA 30063 CITE: (W-348 SN011898) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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 CONTROL PANELS AND CIRCUIT CARDS POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin Marietta (770) 494-6770 CNT N00383-96-G-006J, RK02 AMT $25,920.00 LINE B031, B016 DTD 102496 TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive, Marietta, GA 30063 CITE: (W-348 SN011904) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker Air Force Base Ok 73145-3020 SUBJECT: J--KC-135 FMS REENGINING INSTALLATION CNT FD2030-96-R-03035 AMT $10,141,959 DTD 121196 TO Boeing Defense And Space Group, Product Support Div Boeing Co, P O Box 7730, Wichita Ks 67277-7730 CITE: (I-348 SN012002) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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 F34601-96-R-54808 AMT $883,005 DTD 121296 TO Lockheed Martin Corp, Control Systems, 600 Main Street, Johnson City Ny 13790-1888 CITE: (I-348 SN012004) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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 F34601-96-R-47931 AMT $92,990 DTD 121296 TO Fortner Engineering & Mfg Co Inc, 918 Thompson Ave, Glendale Ca 91201-2012 CITE: (I-348 SN012005) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: L -- MANAGEMENT SUPPORT SERVICES FOR JAVELIN POC (PCF) Queen Miller, Contract Specialist, AMSMI-AC-CFHA, (205) 842- 7409, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA, (205) 876-7321. CNT DAAH01-94-C-S215/P00023 AMT $397,643.06 LINE N/A DTD 112696 TO United International Engineering Inc 2201 Bueno Vista Drive, S E, Suite 207, Albuquerque, NM, 87106 CITE: (I-348 SN011958) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: DEPARTMENT OF THE ARMY, MEMPHIS DISTRICT, CORPS OF ENGINEERS, 167 N MAIN ST RM B202 ATTN: CELMM-CT, MEMPHIS TN 38103-1894 SUBJECT: R--INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR SURVEY ENGINEERING, MAPPING, AND RELATED SERVICES WITHIN THE BOUNDARIES OR ASSIGNMENTS OF THE MEMPHIS DISTRICT POC N/A (Site Code DACW66) CNT DACW66-97-D-0009 AMT $1,500,000 DTD 111496 TO KENNETH BALK & ASSOCIATES INC, 1066 EXECUTIVE PARKWAY, ST LOUIS, MO 63141 CITE: (I-348 SN011960) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: R--REPAIR/REMANUFACTURE OF MOTION PICTURE CNT F42630-96-R-2075 AMT $158,459 DTD 121196 TO Photo-Sonics Inc, 820 S Mariposa St, Burbank Ca 91506-3196 CITE: (I-348 SN012022) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: R--PROGRAM AND TECHNICAL SUPPORT SERVICES POC Contact Mary Jo Nemec, Contracting Officer at (401) 841-2442 X296. Fax number (401) 841-4820. CNT N66604-97-D-0851 AMT $3,733,243 DTD 122596 TO Systems Resource Management, Inc., 1272 West Main Rd., Green Building II, Middletown, RI 02842 CITE: (I-348 SN012045) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma, Az85364 SUBJECT: S--COLD STORAGE OF REVERSE OSMOSIS MEMBRANES POC Maria Duarte, Contract Specialist 520-343-8135, Edmund Archuleta, Contracting Officer 520-343-8137 CNT 1425-97-CS-34-07160 AMT $197,700.00 LINE 1-3 DTD 121196 TO Five Star Consolidation Services, Inc. 2801 Merced St., San Leandro, CA 94577 CITE: (W-348 SN012087) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Bureau of Reclamation, Yuma Area Office, 7301 Calle Agua Salada, Yuma, Az85364 SUBJECT: S--COLD STORAGE OF REVERSE OSMOSIS MEMBRANES POC Maria Duarte, Contract Specialist 520-343-8135, Edmund Archuleta, Contracting Officer 520-343-8137 CNT 1425-97-CS-34-07160 AMT $197,700.00 LINE 1-3 DTD 121196 TO Five Star Consolidation Services, Inc. 2801 Merced St., San Leandro, CA 94577 CITE: (W-348 SN012088) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--DOL FULL COLOR DUPLICATING/COPYING CNT Program B154-S AMT $85,910.00 DTD 120196 TO American Printing, 22863 Bryant Ct., Suite 101, Sterling, VA 20166 CITE: (M-348 SN012054) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C166-S AMT $26,020.00 DTD 120196 TO McDonald & Eudy Printers, 4509 Beech Road, Temple Hills, MD 20748 CITE: (M-348 SN012055) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--BOOKS & PHAMPHLETS CNT Program C722-S AMT $610,490.00 DTD 120196 TO Goodway Graphics of VA, 6628 Electronic Drive, Springfield, VA 22151 CITE: (M-348 SN012058) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--MICROFICHE CNT Program B788-S AMT $124,839.00 DTD 120196 TO Wilken Systems, 7112 Willow Avenue, Takoma Park, MD 20912 CITE: (M-348 SN012059) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program B40-S AMT $59,503.00 DTD 120196 TO Gray Graphics Inc., 8607 Central Avenue, Capitol Heights, MD 20743 CITE: (M-348 SN012062) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--BOOK & PAMPHLET PRINTING CNT Program B64-S AMT $377,924.00 DTD 120196 TO Potomac Printing Inc., 84 S. Early Street, Alexandria, VA 22304 CITE: (M-348 SN012063) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program B85-S AMT $244,178.00 DTD 120196 TO United Book Press, 1807 Whitehead Road, Baltimore, MD 21207 CITE: (M-348 SN012064) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--FORMS CNT Program C139-S AMT $191,837.00 DTD 120196 TO The Regal Press, 129 Guild Street, Norwood, MA 02062 CITE: (M-348 SN012065) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C310-S AMT $34,086.00 DTD 120196 TO Potomac Printing Inc., 84 S. Early Street, Alexandria, VA 22304 CITE: (M-348 SN012068) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program B643-S AMT $111,220.00 DTD 120196 TO Potomac Printing Inc., 84 S. Early Street, Alexandria, VA 22304 CITE: (M-348 SN012069) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program B825-S AMT $105,208.00 DTD 090196 TO Wang Federal Inc., 7900 Westpark Drive, McLean, VA 22102 CITE: (M-348 SN012072) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C8-S AMT $320,320.00 DTD 120196 TO Custom Printing Co., 1005 Commercial Drive, Owensville MO 65066 CITE: (M-348 SN012073) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--BOOK PRINTING CNT Program C87-S AMT $26,175.00 DTD 120196 TO Gray Graphics, 8607 Central Avenue, Capitol Heights, MD 20743 CITE: (M-348 SN012074) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, North Capitol & H Street, NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington, DC 20401 SUBJECT: T--BOOK PRINTING CNT Program B611-S AMT $176,333.00 DTD 120196 TO Niagara Printing Corp., 8742 Buffalo Avenue, Niagara Falls, NY 14304 CITE: (M-348 SN012075) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 407-041 AMT $80,300.00 DTD 120496 TO Webco Printing Co., 1508 Chandler Road, Omaha, NE 68147 CITE: (M-348 SN012076) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C384-S AMT $68,171.00 DTD 121296 TO Specialized Printed Forms, Inc., 352 Center Street, Caledonia, NY 14423 CITE: (M-348 SN012077) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 416-863 AMT $74,000.00 DTD 121296 TO Strine Printing Company, Inc., I-83 Industrial Park/P.O. Box 149, York PA 17405 CITE: (M-348 SN012078) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843, Washington, DC 20401 SUBJECT: T--PRINTING CNT Program C261-S AMT $156,338.00 DTD 121196 TO Direct Marketing Associates, 4545 Annapolis Road, Baltimore, MD 21227 CITE: (M-348 SN012079) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington, DC 20401 SUBJECT: T--PRINTING CNT 420-822 AMT $75,960.00 DTD 121096 TO Mail-Well Corporation, 23 Inverness Way East, Ste. 160, Englewood, CO 80112 CITE: (M-348 SN012080) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Fleet and Industrial Supply Center, Contracting Dept., 110 Yorktown Ave., Box 97, Naval Air Station Jacksonville, FL 32212-0097 SUBJECT: U -- SHIPBOARD FIREFIGHTING CLASSES POC N/A CNT Contract Award N68836-97-C-0007 AMT $77,885.50 DTD 120596 TO Delgado Community College-Fire School, 13200 Old Gentilly Rd., New Orleans, LA 70129 CITE: (I-348 SN012060) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Commander, Military Sealift Command, Sealift Program Management Office, Code PM52P, Bldg 210, Washington Navy Yard, Washington, DC 20398-5541 SUBJECT: V OCEAN TRANSPORTATION SERVICES POC Contact Cynthia Frye, 202-685-5813, Contracting Officer, Bradley Taylor CNT N62387-96-C-1209/N62387-96-R-1209 AMT $12,700.000.00 DTD 092096 TO Seacor Marine International, c/o Keith Chartering, 47 Arch Street, Greenwich, Connecticut 06830 CITE: (I-347 SN011806) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Commander, Military Sealift Command, Sealift Program Management Office, Code PM52P, Bldg 210, Washington Navy Yard, Washington, DC 20398-5541 SUBJECT: V OCEAN TRANSPORTATION SERVICES POC Contact Cynthia Frye, 202-685-5813, Contracting Officer, Bradley Taylor CNT N62387-96-C-1209/N62387-96-R-1209 AMT $12,700.000.00 DTD 092096 TO Seacor Marine International, c/o Keith Chartering, 47 Arch Street, Greenwich, Connecticut 06830 CITE: (I-347 SN011807) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS 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 -- MISSISSIPPI RIVER, BATON ROUGE TO THE GULF OF MEXICO, SOUTHWEST PASS AND CUBIT'S GAP, LEASED HOPPER DREDGE NO. 3-97, PLAQUEMINES PARISH, LA CNT DACW29-97-C-0015 AMT $2,338,340.00 LINE Items 0001 and 0002 DTD 121196 TO NATCO Limited Partnership; 2122 York Rd.; Oak Brook, IL 60521 CITE: (I-348 SN011905) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: VA Medical Center, Attn: Contracting (93), P.O. Box 1034, Portland, OR 97207 SUBJECT: Y -- CANCER RESEARCH ADDITION POC Edward Bustamante, 503-273-5190 CNT V648C-336 AMT $17,949,000 LINE N/A DTD 121096 TO Hoffman Construction Co. of Oregon, P.O. Box 1300, Portland, Oregon 97207 CITE: (I-348 SN011919) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Postal Service, Denver Facilities Service Office, 8055 E Tufts Avenue, Suite 400, Denver, CO 80237-2881 SUBJECT: Y -- STOREFRONT BUILDOUT, VILLA LINDA MALL, SANTA FE, NEW MEXICO POC Donna Johnson, Contract Administration, 303-220-6538; Bob Heichelbech, Project Manager, 303-220-6574. CNT 072976-97-B-1020 AMT $400,000.00 LINE N/A DTD 121096 TO Telstar Construction Co., Incorporated, 8601 Washington NE, Suite A, Albuquerque, New Mexico 87113-1685 CITE: (I-348 SN011955) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA 98124-3755 SUBJECT: Z--REMOVE/DISPOSE CONCRETE UNDERGROUND UTIL & MISC WORK, WYCKOFF OPERABLE UNIT, BAINBRIDGE ISLAND, WA POC Contracting Officer Janet L. Olson (206) 764-6696 (Site Code DACA67) CNT DACW67-97-C-0010 AMT $315,903 DTD 120596 TO Remtech Inc., 9109 W Electric Avenue, Spokane, WA 99224 CITE: (I-348 SN011968) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: U.S. Army TACOM-ARDEC, AMSTA-AR-PCW-D, Bldg10, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: 10 -- ANTI-REFLECTION DEVICES (ARD) POC Janice Finkelstein e-mail=jfinkel, Contract Specialist, 201-724-7510, Catherine E. John-Angle, Contracting Officer, 201-724-3214. CNT DAAE30-97-C-0035 AMT $41,240.00 LINE N/A DTD 112696 TO Tenebraex Corporation, One Kendall Sq., Bldg. 100, Cambridge, MA 02139 CITE: (I-347 SN011746) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 13-AIR STABILIZER, MK32-1 POC Contact Point, A. L. Artz, 0242.2, (717)790-3353, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, J. Sincavage, 024x, (717)790-2147 CNT N0010497CKA08, Sol Nr N00104-96-R-K035, NIIN 013903588 AMT $1,718,511 DTD 111396 TO Paranetics Technologies Inc , South El Monte ,CA 91733-000 CITE: (I-347 SN011794) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--CHARGE, SHAPED --1377013185643ES CNT F42630-96-R-60292 AMT $345,000 DTD 120696 TO Ensign-Bickford Co, 640 Hopmeadow St, Simsbury Ct 06070-2420 CITE: (I-348 SN012020) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--ACTUATOR KIT DEPLOYMENT --1377012999862ES CNT F42630-96-R-2071 AMT $172,344 DTD 121096 TO Scot Inc, 2525 Curtiss Street, Downers Grove Il 60515-0705 CITE: (I-348 SN012021) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--MODE SELECTOR --1377012374417ES CNT F42630-96-R-70290 AMT $176,400 DTD 121196 TO Scot Inc, 2525 Curtiss Street, Downers Grove Il 60515-0705 CITE: (I-348 SN012023) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--BOLT RELEASE --1377010855974ES CNT F42630-97-M-0057 AMT $59,403 DTD 121296 TO Oea Aerospace Inc, Hwy 12 & Explosive Tech Road, P O Box Kk, Fairfield Ca 94533-0659 CITE: (I-348 SN012025) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--GAS TO SMDC INITIATOR --1377014368364ES CNT F42630-97-M-0120 AMT $59,184 DTD 121096 TO Teledyne Mccormick Selph, 3601 Union Road, P O Box 6, Hollister Ca 95024 0006 CITE: (I-348 SN012027) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 13--PARTS KIT, CUTTER --1377002615361ES CNT F42630-97-M-0160 AMT $29,140 DTD 121296 TO Cartridge Actuated Divices Inc, 123 Clinton Road, Fairfield Nj 07006-6601 CITE: (I-348 SN012028) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--CAM FOLLOWER, SLEEVE SOL SP0460-97-Q-B025 CNT F34601-94-G-0034-TY73 AMT $28,656.00 LINE 0001 DTD 121296 TO L and S machine Co Inc 2019 Southwest Blvd P.O.Box 12264 Wichita KS 67277 CITE: (I-347 SN011820) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--CANOPY, MOVABLE SOL SP0411-97-Q-E004 CNT SP0411-97-M-E790 AMT $95,292.00 LINE 0001AA THROUGH 0001A DTD 121296 TO Pilkington aerospace Inc 12122 Western Ave Garden Grove CA 92841 CITE: (I-347 SN011823) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--STATIC LINE, MAIN SOL SP0460-97-X-2095 CNT SP0460-97-M-2374 AMT $25,553.12 LINE 0001 THROUGH 0002 DTD 121296 TO Para-flite Inc 5800 Magnolia Ave Pennsauken NJ 08109-1309 CITE: (I-347 SN011822) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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, CUSHION, VENTILATED SOL SP0460-96-Q-CE88 CNT SP0460-97-M-2406 AMT $45,682.00 LINE 0001 DTD 121296 TO Simula Government Products Inc DBA SGP Inc 10016 S 51ST St Phoenix AZ 85044-5203 CITE: (I-347 SN011825) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--HOUSING, CONTROL CNT N00383-95-G-M120-UBDB AMT $90,490.74 LINE 0001 DTD 121196 TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300 W Warner Rd Tempe AZ 85285-2200 CITE: (I-348 SN011855) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--BODY, HYDRAULIC ACTUATOR. SOL SP0740-96-R-2012 CNT F09603-95-G-0029-UB05 AMT $85,250.00 LINE 0001 DTD 121396 TO Kaiser Aerospace and Electronics Corp Kaiser Fluid Technologies Div 530 Sugar Creek Rd E P O Box 5270 Charlotte NC 28225 CITE: (I-348 SN011874) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--BACKING PLATE --1630010099486 CNT F09603-91-G-0023QP6H AMT $95,793 DTD 120596 TO Aircraft Braking Systems Corp, 1204 Massillon Road, Akron Oh 44306-4186 CITE: (I-348 SN012012) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--PISTON SUB ASSY --1630010525340 CNT F09603-91-G-0023QP6Z AMT $110,270 DTD 120596 TO Aircraft Braking Systems Corp, 1204 Massillon Road, Akron Oh 44306-4186 CITE: (I-348 SN012013) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--PARTS KIT --1620013843625 CNT F34601-94-G-0029QP20 AMT $82,056 DTD 121196 TO Kitco Inc, 1625 N Mountain Springs Parkway, P O Box 900, Springville Ut 84663-0900 CITE: (I-348 SN012014) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--WHEEL, MLG --1630013173319 CNT F42630-96-R-68998 AMT $454,815 DTD 120596 TO Marc Avenue Corporation, 75 Marc Avenue, Cuyahoga Falls Oh 44223-2627 CITE: (I-348 SN012015) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--LINK --1620003394338 CNT F42630-96-M-1453 AMT $38,665 DTD 121196 TO B F Goodrich, Landing Gear Div, 8000 Marble Avenue, Cleveland Oh 44105-2054 CITE: (I-348 SN012016) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--AXLE NUT --1620011765210 CNT F42630-96-M-1467 AMT $43,570 DTD 111996 TO C M Manufacturing Incorporated, 690 Avon Belden Road, Avon Lake Oh 44012- CITE: (I-348 SN012017) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--INSERT AY,LUBE --1620011782672 CNT F42630-96-M-1485 AMT $30,810 DTD 121196 TO C M Manufacturing Incorporated, 690 Avon Belden Road, Avon Lake Oh 44012- CITE: (I-348 SN012018) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--SEAL, PISTON DUST --1650001024364LE CNT F42630-96-R-2030 AMT $87,055 DTD 120596 TO Sonfarrel Inc, 3000-3010 La Jolla St, Anaheim Ca 92806-1310 CITE: (I-348 SN012019) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--PARTS KIT, BRAKE VALVE --1630000756540 CNT F42630-97-M-0028 AMT $39,425 DTD 121196 TO Kitco Inc, 1625 N Mountain Springs Parkway, P O Box 900, Springville Ut 84663-0900 CITE: (I-348 SN012024) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--CYLINDER ASSEMBLY, NLG, T-37 ACFT --1620005134599 CNT F42630-97-M-0182 AMT $66,527 DTD 120596 TO Heroux Inc, 755 Thurber Street, Longueuil, Quebec Canada J4h-3n2 CITE: (I-348 SN012030) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--TORQUE BUTTON, BRAKE --1630013337589 CNT F42630-97-M-0186 AMT $64,082 DTD 121096 TO The B F Goodrich Co, Aircraft Wheel & Brake Operations, Waco Street Po Box 340, Troy Oh 45373-0340 CITE: (I-348 SN012031) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 16--TORQUE TUBE ASSY --1630013384465 CNT F42630-97-M-0189 AMT $53,002 DTD 121096 TO The B F Goodrich Co, Aircraft Wheel & Brake Operations, Waco Street Po Box 340, Troy Oh 45373-0340 CITE: (I-348 SN012032) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--ROLLER ASSEMBLY SOL SP0760-96-R-3211 CNT SP0760-97-C-4041 AMT $159,174.00 LINE 0001 DTD 121396 TO Derbyshire Machine and Tool Co 5100 Belfield Ave Philadelphia PA 19144-1788 CITE: (I-348 SN011876) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--ROLLER ASSEMBLY, STABILIZER SOL SP0451-96-R-0316 CNT SP0490-97-C-0143 AMT $50,400.00 LINE 0001 DTD 121296 TO Navpar Inc 11029 State Rt 128 Bldg c-1 Harrison OH 45030-9728 CITE: (I-347 SN011827) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: COMMANDER, USA WHITE SANDS MISSILE RANGE, STEWS-DOC, WSMR NEW MEXICO 88002-5201 SUBJECT: 23--GENERAL PURPOSE INSTRUMENTATION TRAILERS POC Contracting Officer Chris L. Brusuelas (505) 678-4323 (Site Code DAAD07) CNT DAAD07-96-D-0120 AMT $396,774 LINE CLINS 0001 and 0002 DTD 110596 TO PROCESS CONTROL TECHNOLOGIES, 1035 DIESEL DRIVE, EL PASO, TX 79907-3102 CITE: (I-348 SN011965) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--ROADWHEELS PH I CNT DAAE0796DA0020006 AMT $1,417,152 DTD 120596 TO B and C Corp, 366 E Fairview Ave Barberton, OH44203 CITE: (I-347 SN011768) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--PROCESS PACK CNT DAAE0794CA014P00016 AMT $55,639 DTD 120996 TO Lockheed Martin Defense System, 100 Plastics Ave Pittsfield, MA012010000 CITE: (I-347 SN011769) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--ARMOR PLATE, CENTER BACK-UP. ARMOR STEEL. SOL 96TML9-32-P-0700 CNT SP0750-97-M-9238 AMT $33,647.50 LINE 0001 THROUGH 0006 DTD 121396 TO Jsb Co Inc 8510 quail crest Dr Missouri City TX 77489 CITE: (I-348 SN011875) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--ARM ASSEMBLY, PIVOT, TRACK SUSPENSION (ARM, SOL SP0750-96-R-0127 CNT SP0750-97-C-2918 AMT $194,996.00 LINE 0001 THROUGH 0002 DTD 121396 TO Onodi tool and engineering Co 19150 Meginnity Ave Melvindale MI 48122-1934 CITE: (I-348 SN011879) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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, STAGE 10 APPLICABLE TO THE J79 --2840007987925PL CNT F34601-96-Q-53474 AMT $154,106 DTD 121296 TO Aero Support Inc, 44 Hudson St, New York Ny 10013-3370 CITE: (I-348 SN012000) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--LINER STG 4; P/N 9992M74G05; 675 EA --2840011470468JF CNT F34601-96-R-49976 AMT $72,900 DTD 121296 TO Palmer Mfg Co Inc, P O Box K, Malden Ma 02148-0911 CITE: (I-348 SN012001) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--VANE SECTOR, STAGE 2 APPL TO THE F110 --2840011911936PR CNT F34601-97-R-0003 AMT $80,497 DTD 121196 TO Norsk Jetmotor, Kirkegardsvin.45, N-3601 Kongsberg, Norway - CITE: (I-348 SN012003) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--ROD; P/N 470034; 115 EA --2840000184071RV CNT F34601-96-Q-53482 AMT $27,485 DTD 121296 TO Sierra Tech, 850 East 5th Street, Oxnard Ca 93030-7313 CITE: (I-348 SN012006) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--LINER, RELIEF VALVE SOL SP0480-97-Q-J583 CNT F09603-95-G-0033-TY04 AMT $25,849.80 LINE 0001AA THROUGH 0001A DTD 121296 TO Lucas Western Inc Lucas Aerospace Power Transmission 211 Seward Ave P.O.Box 457 Utica NY 13503 CITE: (I-347 SN011821) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--RADIATOR, ENGINE COOLANT. SOL SP0750-95-Q-5796 CNT SP0750-97-M-3129 AMT $48,950.00 LINE 0001 DTD 121396 TO Comptech Corp 15946 Derwood Rd Rockville MD 20855 CITE: (I-348 SN011872) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--CONNECTING LINK, RIGID SOL SP0740-96-R-0933 CNT SP0740-97-C-0002 AMT $130,620.00 LINE 0001 DTD 121396 TO Northrop Grumman Corp Military Aircraft Systems Div Pico Rivera site 8900 E Washington Blvd Pico Rivera CA 90660-3783 CITE: (I-348 SN011882) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--CONNECTING LINK, RIGID. ALUMINUM ALLOY, ANODIZED SOL SP0740-97-Q-0139 CNT F34601-92-G-0024-UBL4 AMT $25,461.00 LINE 0001 DTD 121396 TO Boeing Co, The Defense and Space Group PO Box 3999 7755 E. Marginal Way Seattle WA. 98124-2499 CITE: (I-348 SN011883) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 31--OBH BUSHING --3130001122601LE CNT F42630-97-M-0165 AMT $53,943 DTD 120996 TO Pro Technical Products Inc, 1220 Rock Street, Rockford Il 61101 CITE: (I-348 SN012029) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 34--DISCHARGE MACHINE, CHARMILLES TECH., ROBOFIL F1310F SWITZERLAND. SOL SP0490-96-R-2269 CNT SP0490-97-C-6010 AMT $208,500.00 LINE 0001 THROUGH 0007 DTD 121096 TO Manufacturing methods Inc 185 wind chime sourt, Suite Raleigh NC 27615 CITE: (I-347 SN011831) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--LIFT TRIM KIT. SOL SP0770-96-Q-YE15 CNT SP0770-97-M-GB29 AMT $27,540.00 LINE 0001 THROUGH 0002 DTD 121396 TO Chesapeake Associated Enterprises Inc P O Box 555 Bel air MD 21014 CITE: (I-348 SN011877) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--SLEEVE, SHAFT, PUMP. NICKEL-COPPER ALLOY. 5.497 SOL SP0760-96-Q-Z322 CNT SP0700-96-G-0005-0010 AMT $29,574.00 LINE 0001 THROUGH 0002 DTD 121396 TO Ingersoll-dresser pump Co ingersoll-rand pump Div 942 memorial pky P.O.Box P O Box 486 Phillipsburg NJ 08865-2735 CITE: (I-348 SN011878) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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, RECIPROCATING. SOL SP0760-97-Q-0047 CNT SP0760-97-M-5854 AMT $54,280.00 LINE 0001 THROUGH 0002 DTD 121396 TO Smith Koch Inc Walter H. Eagan Co Inc Div 886 tryens Rd Aston PA 19014 CITE: (I-348 SN011884) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Regional Contracting Department, Fleet & Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300 SUBJECT: 43 -- PUMPS AND COMPRESSORS POC Debbie Shiroma, (808) 474-2397, Ext 232, Contracting Specialist, Robert S. Kay, Contracting Officer CNT N00604-97-C-0010 AMT $86,962 LINE 0001 DTD 120496 TO Engineered Systems, P.O. Box 865, Kailua HI 96734 CITE: (I-348 SN011928) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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, METALLIC. SOL SP0760-97-Q-0015 CNT SP0760-97-M-3939 AMT $44,306.04 LINE 0001 THROUGH 0002 DTD 121396 TO A Z E Supply Co Inc 18 rockhill Rd bala cynwyd PA 19004 CITE: (I-348 SN011873) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--MANIFOLD ASSEMBLY, HYDRAULIC. SOL SP0750-96-Q-C835 CNT SP0750-97-M-9246 AMT $42,150.00 LINE 0001 THROUGH 0002 DTD 121396 TO Ultimate systems Inc 31302 Stephenson Hwy Madison heights MI 48071-1620 CITE: (I-348 SN011880) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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, AIR DUCT. 8 IN. ID, 180 IN. LG, WITH 3 IN. SOL SP0750-96-Q-3013 CNT SP0750-97-M-7069 AMT $35,058.24 LINE 0001 DTD 121396 TO C and S Industrial Supply Inc RT 1 box 75 Cuthbert GA 31740 CITE: (I-348 SN011881) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--JACK, SCREW, HAND SOL SP0490-97-Q-V065 CNT SP0490-97-M-AE31 AMT $64,975.98 LINE 0001 THROUGH 0002 DTD 121296 TO Saginaw products Corp 68 Williamson St Saginaw MI 48601-3246 CITE: (I-347 SN011830) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 52--Measuring Tools OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 52--SPARE PART APPLICABLE TO THE TF33 ENGINE --5220004117408RV CNT FD2030-96-3-2479 AMT $30,996 DTD 121296 TO Compair Inc, 1285 Rollins Rd, Burlingame Ca 94010-2416 CITE: (I-348 SN012007) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 SUBJECT: 53--BUSHING --5310012042179LE CNT F42630-97-M-0105 AMT $36,375 DTD 120696 TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor Street, South Bend In 46628-1373 CITE: (I-348 SN012026) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 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--RECEIVER SUBASSEMBLY CNT F09603-94-G-0013-UB34 AMT $37,431.00 LINE 0001AA THROUGH 0001A DTD 121296 TO Texas Instruments Inc Defense Systems and Electronics Group 2501 W University P.O.Box 801 M/S 8064## mc kinney TX 75070-0801 CITE: (I-348 SN011854) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 02522R, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 58--MAINTENENCE, REPAIR, AND REBUILDING OF EQUIPMENT POC Linda Riley, Contract Specialist, Code 02522R, (703)602-7900 CNT N00024-97-G-5211 AMT $000.00 DTD 102896 TO Electronetics Corporation, 525 Aero Drive, Buffalo, NY 14225 CITE: (I-348 SN012042) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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-ELECTRONIC COMPONEN POC Contact Point, Connie D Shively, 02112.9, (717)790-1513, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James A Komaromy, 02112, (717)790-2854 CNT N0010497PDB93, Sol Nr N00104-97-Q-DA64, NIIN 013108001 AMT $28,064 DTD 122196 TO Litton Systems Inc , Woodland Hills ,CA 91367-6621 CITE: (I-347 SN011795) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 SUBJECT: 59--ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS POC Contact Linda Hutzler, Contracting Officer, (919) 335-6143 CNT DTCG38-97-P-100078 AMT $30,629.00 DTD 121297 TO Mark Electronics Inc, 2848 Mt Carmel Ave, Glenside PA 19038 CITE: (I-347 SN011809) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59-CIRCUIT CARD ASSEMB POC Contact Point, Craig A Hertzog, 02132.12, (717)790-3459, Fax, (717)790-1039, Twx, Not-avail, Contracting Officer, Debora L Paules, 02132.3, (717)790-2719 CNT N0010497PLB52, Sol Nr N00104-96-T-3529, NIIN 011953189 AMT $34,924 DTD 122296 TO Raytheon Co , Sudbury ,MA 01776-3375 CITE: (I-348 SN011906) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Commandant (G-ACS-3B), U.S. Coast Guard Headquarters, 2100 Second Street, SW., Washington, DC 20593-0001 SUBJECT: 61--PHOTOVOLTAIC CHARGE CONTROLLERS POC Point of Contact - Contact: Bonita R. DeWitt, Ph: (202) 267-2526/Contracting Officer: Darren L. Brown, Ph: *202) 267-2506 CNT DTCG23-97-C-T43001 AMT $62,781.80 LINE 0001-0003 DTD 120696 TO Process Automation Company, 282 Trino Way, Pacific Palisades, CA 90272 CITE: (I-347 SN011775) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--BATTERY ASSEMBLY SOL SP0430-96-R-2628 CNT SP0430-97-C-5076 AMT $215,380.00 LINE 0001 THROUGH 0002 DTD 121296 TO Lockheed Martin Tactical Systems Inc Lockheed Martin Tactical Defense Systems Eagan 3333 pilot Knob Rd P.O.Box 64525## Saint Paul MN 55121 CITE: (I-347 SN011826) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL SOL SP0451-96-Q-VS17 CNT N00383-96-G-005D-TY51 AMT $26,293.72 LINE 0001AA THROUGH 0001A DTD 121296 TO Parker-Hannifin Corp Aerospace Group Customer Support Military Div 16666 Von Karman Ave Irvine CA 92714-4917 CITE: (I-347 SN011828) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NISE East, PO Box 190022, 4600 Marriott Drive, North Charleston, SC 29419-9022 SUBJECT: 61--FOAM-FLEX AND SUPER-FLEX CABLING AND CONNECTORS POC Nancy Gartner, Code 1113NG, (803)743-4720 CNT N65236-97-D-3017/N65236-96-R-0238 AMT $325,830 LINE 0001-0011 DTD 121196 TO Optical Fiber Network, Inc. (S), 429 31st Avenue Court NE, Hickory, NC 28601 EMAILADD: gartnern@niseeast.nosc.mil EMAILDESC: CITE: (D-348 SN011852) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: 61--POWER SUPPLY; P/N 34052410-005; 5 EA --6130013605517NT CNT FD2030-96-3-5395 AMT $32,000 DTD 121296 TO Honeywell Inc, Military Avionics Div, 13350 Us Hwy 19 North, Clearwater Fl 34624-7290 CITE: (I-348 SN011996) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 63--Alarm and Signal, and Security Detection Systems OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 63--SENSOR, OPAQUE PARTICLE SOL SP0430-96-Q-FN88 CNT F09603-94-G-0062-TYD6 AMT $51,465.80 LINE 0001 THROUGH 0002 DTD 121296 TO Kidde Technologies Inc Walter Kidde Aerospace Div 4200 Airport Dr NW Wilson NC 27893-9643 CITE: (I-347 SN011829) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 66-MICROHMMETER POC Contact Point, B. V. Weidner, 02151.8, (717)790-7313, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, J. B. Deiter, 02151, (717)790-4446 CNT N0010497DN005, Sol Nr N00104-95-R-L264, NIIN 013508774 AMT $1 DTD 112796 TO Ppm Inc , Cleveland ,OH 44122-5914 CITE: (I-347 SN011796) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 66-MULTIMETER POC Contact Point, Rich Rhoades, 02151.5, (717)790-3234, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, T. E. Trump, 021x, (717)790-2736 CNT N0010497DN006, Sol Nr N00104-95-R-L001, NIIN 013122930 AMT $1 DTD 112796 TO Fluke Corp , Everett ,WA 98203-0000 CITE: (I-347 SN011797) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 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--BULLS EYE ASSEMBLY SOL SP0440-96-Q-JZ66 CNT N00383-96-G-001D-TY57 AMT $79,763.34 LINE 0001 DTD 121296 TO Alliedsignal Inc government electronic systems 43 Williams Ave Teterboro NJ 07608-1173 CITE: (I-347 SN011824) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--POTASSIUM HYDROXIDE SOLUTION SOL SP0450-96-R-2159 CNT SP0450-97-D-0087 AMT $92,645.00 LINE 0001 DTD 121896 TO 1456 state camp Rd P O Box 385 vanceboro NC 28586-0385 CITE: (I-347 SN011836) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: DIRECTORATE OF CONTRACTING, DRAWER 70120, FORT BRAGG NC 28307-0120 SUBJECT: 68--LIQUIFIED PROPANE (LP) GAS POC Contracting Officer Ella M. Chapman (910) 396-4362 X237 (Site Code DAKF40) CNT DAKF40-97-D-0005 AMT $79,422 DTD 120396 TO N C Propane Gas Company, 3210 Raeford Road, Post Office Box 53095, Fayetteville, NC 28304 CITE: (I-348 SN011959) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 99-DROGUE RELEASE MECHANISM POC Contact Point, T. S. Bower, 0242.1, (717)790-6464, Fax, (717)790-2284, Twx, Not-avail CNT N0010497CKA17, Sol Nr N00104-96-R-K093 AMT $223,716 DTD 112696 TO Universal Propulsion Co Inc , Phoenix ,AZ 85061-1140 CITE: (I-347 SN011798) [Commerce Business Daily: Posted December 12, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 99-COMPASS, GYRO POC Contact Point, D. R. Messner, 0244.3, (717)790-5856, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, J. Sincavage, 024x, (717)790-2147 CNT N0010497CT002, Sol Nr N00104-96-R-TT32, NIIN LLTRP5319 AMT $389,875 DTD 111596 TO Flightline Electronics, Inc. , Fishers ,NY 14453-0750 CITE: (I-347 SN011799) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 99-CIRCUIT CARD POC Contact Point, Mark P Kendall, 02132.4, (717)790-6474, Fax, (717)790-2284, Twx, Not-avail CNT N0010497PLB54, Sol Nr N00104-97-Q-LA97, NIIN LLH787251 AMT $37,305 DTD 122296 TO Get Engineering , El Cajon ,CA 92021-0000 CITE: (I-348 SN011907) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: SPECIAL NOTICES SUBJECT: 9TH ANNUAL JPL HIGH-TECH CONFERENCE IN SOUTHERN CALIFORNIA ON MARCH 4-5, 1997 DESC: The Jet Propulsion Laboratory/California Institute of Technology (JPL/CIT), operating under a prime contract with the National Aeronautics and Space Administration (NASA), hosts its 9th Annual High-Tech Small Business Development Procurement Conference at The Wyndham Hotel-Los Angeles Int'l Airport located at 6225 W. Century Blvd., Los Angeles, CA. The two-day conference (March 4 and 5) focuses on federal and corporate contracting/subcontracting opportunities for small, minority, and women-owned businesses in the high-tech industry. A Marketplace for exhibitors and several how-to workshops are featured. Approximately 100 or more procuring organizations are expected to attend. The $90 registration fee includes program materials, two lunches, and two networking receptions. For hotel information or how to obtain a registration form contact the registration desk at (818) 354-7532 or send your request via E-mail to: mary.helen.ruiz@jpl.nasa.gov. Further details will be posted to the JPL Homepage in the near future. EMAIL mary.helen.ruiz@jpl.nasa.gov EMAILDESC: CITE: (W-348 SN011989) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: SPECIAL NOTICES SUBJECT: J--SURVIVABILITY AND DAMAGE CONTROL EQUIPMENT DESC: SHIPBOARD HUMAN SUPPORT SYSTEMS TECHNOLOGY The Naval Sea Systems s Command (NAVSEA) Affordability Through Commonality (ATC) Project Hull Support Group is investigating new concepts for shipboard hull support systems that will result in ship life cycle cost savings. Savings may be incurred through modularity, equipment and interface standardization/commonality on a fleet wide basis, commercialization, improved/efficient assembly of equipment/systems, and replaceable components/subassemblies to ease maintenance. In particular, the DAMAGE CONTROL (DC) area desires to identify technologies that can reduce condition one DC manning requirements to less than 50% of today's manning requirements. Specifically, The Navy is seeking innovative equipment that will result in reduced cost and improved capabilities in the four areas listed below: Operational Requirement for Emergency Lighting The U.S. Navy requires rugged, portable sources of emergency lighting. This temporary system will be stowed in Damage Control Lockers and used as needed to illuminate damaged sections of a ship undergoing emergency repair. 115 Volt / 15 amp electrical outlets will be available to power the lighting system. The lighting system will be required to illuminate 120' of passageway and an 8' high 400 ft2 compartment, in such a manner that repair parties can safely conduct damage control operations. All components of the lighting system must be non-toxic. Operational Requirement for Emergency Communications: The U.S. Navy requires rugged, small, lightweight, inexpensive communication receivers and transmitter/receivers. The purpose of the devices will be to enhance the communications between Damage Control On Scene leaders and members of their damage control repair party. It is required that the On Scene leader will have the receiver/transmitter and that each member of their damage control repair party will have a receiver. The receiver should be small enough to be worn while wearing a standard Navy Firefighting helmet. The Navy will also consider the use of a receiver / `acknowledge tone transmitter' to be used by members of the repair party. The device would have the added benefit of providing the On Scene Leader with an acknowledgment that a member of his party received his transmission. This receiver / `acknowledge tone transmitter' is subject to the same requirements of size, weight, and robustness. Operational Requirement for Pipe Repair and Hull Repair: The U.S. Navy requires rugged, fast acting, easily applied methods of repairing pipe and hull damage. Proposed pipe repair products should be capable of repairing ruptured pipes from 1" through 12" in diameter. Proposed hull repair products should be capable of repairing a 24" x 24" hole, at depths of up to 32' of water. For both pipe and hull repair products great emphasis will be placed on the ability of the product to be applied with a minimum of personnel, and in a short amount of time. Operational Requirement for Shoring Operations: The U.S. Navy requires products that will improve the efficiency of shoring operations to support weakened structural bulkheads. Currently the Navy uses both wood shoring and adjustable steel shoring. Proposed products should offer improvements in the area of lighter weight, more adjustability, and quicker set up times. Proposed products should be able to support up to 12,000 lbs in direct compression. Parties interested in submitting information should do so by 31 January 1997 to: John J. McMullen and Associates, Century Building Suite 715, 2341 Jefferson Davis Highway, Arlington, VA 22202, ATTN: Mr. Bob Humphrey. Phone: (703) 418-1669 (V), (703)-418-4269 (F). Email: BHumphrey@JJMA.COM Typical information might include drawings, equipment, lists, specifications, or brochures. Respondents should indicate whether or not they would consider attending a future industry brief. This announcement is a request for information only and is not a request for proposal (RFP) or announcement of solicitation. Response to this announcement is on a voluntary basis; the Navy neither intends to award a contract on the basis of this request nor to otherwise pay for information provided. CITE: (I-348 SN011990) [Commerce Business Daily: Posted December 13, 1996] [Printed Issue Date: December 17, 1996] PART: SPECIAL NOTICES SUBJECT: DEFENSE CONVERSION ASSISTANCE PROGRAM DESC: Three courses offered by George Mason University Northern Virginia Small Business Development Center to help defense-related small business shift products and/or services from DoD contracting to the commericial marketplace. Competitive Analysis for the Small Business Jan 9, 23 and Feb 6 Build Commercial Sales Organization (2 classes)Jan 14 & 28 and Feb 24 & Mar 11 Putting it All Together Jan 16, Feb 10 & 24 For more information please call (703) 277-7759 or (703) 277-7700 LINK http://www.sbdc.org/dcap.html LINKDESC: EMAIL sbdc@patriot.net EMAILDESC: CITE: (W-348 SN012085)