[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Research Triangle Park, NC 27711 SUBJECT: A--VERIFICATION TESTING OF ADVANCED MONITORING SYSTEMS BY A NON/NOT-FOR-PROFIT ORGANIZATION SOL NERL-AMRD-001 DUE 030797 POC Shari L. Pricer, (919)541-2198 DESC: The United States Environmental Protection Agency's (US EPA) National Exposure Research Laboratory located at Research Triangle Park, NC, (NERL/RTP) is issuing a "Request for Assistance" (RFA) for a nonprofit or not-for-profit research organization or consortium of research organizations to organize, develop, implement, and coordinate a pilot public/private-sector program for verifying the performance of advanced monitoring systems. The advanced monitoring systems proposed for verification under this program are those commercially-available environmental monitoring systems employed to characterize the extent of environmental contamination in air, water, and soil. The proposed collaborator should have demonstrated experience in planning and conducting air, water, and soil environmental research and technical support activities commensurate with the overall goals of program. The verification program outlined in this RFA will include the active involvement of EPA and other appropriate stakeholder groups (e.g., technology manufacturers/vendors; consulting engineers; scientific service organizations; federal and state regulatory agencies; and potential monitoring technology buyers). EPA and the stakeholders will provide overall guidance to this program and assist in the design of the verification protocols and the establishment of verification priorities. The awardee will be responsible for resourcing, scheduling, coordinating, conducting, validating, and reporting the results of the verification activities. The stakeholders are anticipated to provide critical input from various perspectives on implementing the verification program. Through this collaborative program performance verification protocols will be developed, efficient procedures for conducting objective and quality-assured verification programs for advanced monitoring systems will be designed, and opportunities for manufacturers to have their advanced environmental monitoring instruments tested and verified will be provided. The EPA-sponsored program addressed in this RFA is intended to be a three-year pilot program designed to demonstrate it's value to the stakeholders and environmental community. If warranted, the advanced monitoring systems verification program will be continued beyond the pilot period with no or minimal US EPA funding. The statutory authority under which this program is conducted does not allow the US EPA to enter into Cooperative Agreements with "for-profit" organizations. Pursuant to 40 CFR 30.23, cost sharing is not mandatory. However cost sharing is strongly encouraged both as a means of leveraging resources and to aid in bringing the program to self-sufficiency. A minimum of 5% cost sharing is recommended, and greater amounts are encouraged A rigorous review and evaluation will be conducted based on the selection factors and criteria described in the RFA. Contingent upon the availability of funds, and sufficient progress to warrant continuation, funding in the amount of approximately $1,600,000 is anticipated to support a three-year pilot verification program. The EPA resources are intended to support the day-to-day operation of the verification activities with minimal funding available for the procurement of instrumentation and/or facilities to conduct these activities. In response to letters of interest, NERL will mail out the solication package on or after January 7, 1997, which will describe the requirments of the RFA. All requests for the RFA must be in writing, telephone requests will not be honored. Requests may be mailed to the U. S. Environmental Protection Agency, National Exposure Research Laboratory, MD-78A, 79 T. W. Alexander Drive, Research Triangle Park, NC 27711, Attn: Shari L. Pricer. Responses to the RFA are due to the NERL by Close of Business, Eastern Standard Time (5:00P.M.) March 7, 1997. CITE: (W-352 SN012593) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Aviation Applied Technology Dir., ATTN: AMSAT-R-TC, Fort Eustis, VA 23604-5577 SUBJECT: A--R&D BROAD AGENCY ANNOUNCEMENT SOL DAAJ02-97-2-0001 DUE 011497 POC Lauren L Sebring, Contracting Officer, 757-878-4828. DESC: (AMENDMENT 2) As a result of requests from industry, the purpose of this amendment is to extend the closing date of solicitation DAAJ02-97-2-0001. The closing date of subject solicitation is hereby changed to "14 January 1997". Additionally, this amendment serves to clarify the cost sharing formula. Cost share will be calculated as follows: contractor cash plus in-kind contribution divided by project value. Any resulting agreement value will exclude recipient's "sunk" costs of prior research as cost match. Only additional resources that will be provided by the recipient to carry out the current project will be counted. In the case of intellectual property (IP), value of the statutorily protected IP will be based on reasonable use (e.g. license, royalties) charges. These reasonable use costs will be included as cost contribution to the project. CITE: (I-352 SN012809) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: A--SETA SUPPORT FOR THE TACTICAL TECHNOLOGY INSERTIONS PROGRAM SOL N66001-97-R-8000 POC POC Ms. Trelli Davis, Code D212, Contract Specialist, (619)553-7503. Eddie Brown, Contracting Officer. POC for copy, Mr. J.C. Norris, (619)553-4331. DESC: Scientific, Engineering, Technical Assistance (SETA) Support for the Tactical Technology Insertion Program. Engineering, technical support, management and administrative support services related to demonstration and insertion of advanced technology. These services are necessary to provide Engineering and Technical Integration and Coordination; Technical Studies and Assessments; Technical Documentation; Program Planning and Control; Facilities and Logistics Support; Document Management and Control; Administrative Program Support. The contract will be for a total of five (5) years, including a two (2) year base period with three (3) option years. This will be an Indefinite-Delivery Order Type Contract with a preference for multiple awards. Offerors are on notice that the Government anticipates that contractors (or their employees) performing systems engineering and technical assistance (SETA) contracting for Defense Advanced Research Projects Agency (DARPA, formerly ARPA) may be tecnically qualified and interested in performining this procurement effort. FAR Parts 9.4 and 9.5 require that the Contracting Officer make a determination that an offeror in line for award is a responsible contractor, over and above technical competence. Accordingly, all SETA contractors providing support to DARPA, the Joint Program Office or the Defense Information Systems Agency (DISA) must indentify any organizational conflicts of interest relating to this procurement and existing contracts. Those offerors must submit a list of effective, existent contracts, by number; government points of contact by name, title, organization and phone number,; and these offerors must provide a copy of the relevant organizational conflict of interest clauses. Failure to identify existing and/or likely conflicts of interest and/or provide the required documentation may result in a Contracting Officer finding of non-responsibility without further recourse through discussions and/or written opinions. Solicitation Document to be issued on or about 01/14/97. Facsimile letters are acceptable at (619)553-6976. For copies of solicitation(s) only written requests will be honored. CITE: (I-352 SN012926) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: Contracts Management Branch, National Institute of Child Health and Human Development, NIH, Executive Building, Suite 7A07, 6100 Executive Blvd. MSC 7510, Bethesda, Maryland 20892-7510 SUBJECT: A--DATA COORDINATING CENTER FOR THE NICHD TRIAL OF CALCIUM SUPPLEMENTATION IN PREGNANCY FOR THE PREVENTION OF PREECLAMPSIA AND PRETERM BIRTH (CPEP) SOL SS NICHD-DESPR-97-01 POC Contact Mrs. Lynn Salo, 301-496-4611/Contract Specialist, Harvey Shifrin, 301-496-4611/Contracting Officer DESC: The National Institute of Child Health and Human Development (NICHD) is planning to extend the period of performance of the Data Coordinating Center for the NICHD Trial of Calcium Supplementation in Pregnancy for the Prevention of Preeclampsia and Preterm Birth (CPEP). The EMMES Corporation, Potomac, Maryland, has developed the database procedures and data quality control measures, which are unique to the CPEP study. The proposed extension will permit them to integrate laboratory data from analyses of CPEP specimens and perform analyses of computerized data which require intimate knowledge of complex study procedures and databases. Anyone who believes that they can perform the duties just described should submit a short Capability Statement to Mrs. Lynn Salo, NIH, NICHD, CMB, Executive Building, Room 7A07, 6100 Executive Blvd., MSC 7510, Bethesda, Maryland 20892-7510 OR if by OVERNIGHT mail 6100 Executive Blvd., Rockville, Maryland 20852. (See Numbered Note 22) EMAILADD: SaloL@HD01.nichd.nih.gov EMAILDESC: CITE: (I-352 SN012616) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607 SUBJECT: A--ADVANCED INTEGRATED FUEL/COMBUSTION SYSTEMS SOL POK-97-01 POC Dr. W.M. Roquemore, Project Engineer, WL/POSC, (513) 255-6813 DESC: Notice of Contract Action, Advanced Integrated Fuel/Combustion Systems. The Wright Laboratory, Aero Propulsion and Power Directorate, Fuels and Lubrication Division is contemplating release of a competitive Request for Proposal (RFP) and award of a 60-month program for an experimental and computational program that will continue the development and application of high-heat sink jet fuels, advanced combustor concepts, and next generation fire suppression systems for air breathing propulsion systems. This will be an on-site contract that utilizes the unique fuel chemistry laboratories, laboratory scale thermal stability test devices, fuel system simulators, combustion facilities, and advanced laser diagnostic techniques developed at Wright Laboratory. The program will directly support Department of Defense (DoD) Integrated High Performance Turbine Engine Technology (IHPTET), Hypersonic Technology (HyTech), and Next Generation Fire Suppression programs. The on-site contractor will interact directly with the Air Force, other government laboratories, universities, and engine companies in designing experiments that will be of value in developing engine and fuel system components for current and future Air Force aircraft and missile systems. This interaction provides the means of directly transitioning the results obtained on this program to the companies that are developing Air Force weapon systems. JP-8+100 and endothermic fuels are an enabling thermal management technology for gas turbine and scramjet powered air vehicles because of the increased heat sink and temperature capability. The research encompasses methods of thermal stability enhancement, e.g. additives, fuel deoxygenating, fuel processing, and fuel system surface treatments. Maximum fuel temperature, heat sink, and heat flux capabilities will be determined. Fuel/material compatibility will be determined under realistic conditions for fuel/air heat exchangers and fuel-cooled structures. Methods for achieving other fuel characteristics, such as, anti-icing, anti-static, reduced fire susceptibility, improved low temperature capability, water separation, and increased energy density, are also relevant. Advanced gas turbine combustor concepts utilizing these fuels will also be studied. Flame stabilization studies will be conducted. These studies will include fires and suppression of fires in ducts with air flow and blockages. Emissions from gas turbine combustors are of special concern. Appropriate combustion and fuel system modeling will be undertaken. Control and combustion instability issues will be addressed. One cost type contract for approximately $14M is anticipated. This program will be conducted on-site in the facilities of the Aero Propulsion and Power Directorate using specialized government facilities and laser diagnostic techniques. Thus, the contractor for this program must have the appropriate technical personnel available to be assigned full time at these facilities and personnel and the capabilities to support and manage the on-site personnel both technically and administratively. The contractor's personnel must be experienced in developing and operating large fuel and combustion system simulators. Personnel experienced in direct numerical simulations of combustion and liquid fuel flows are required. A standard RFP will be issued. Adequate price competition is anticipated. Respondents to this notice must include complete address information to the office indicated below in order to receive any supplemental packages/amendments. Firms responding should indicate whether they are or are not a small business, a socially and economically disadvantaged business, a woman-owned business, a historically black college or university, or minority institution. For this item, the general definition to be used to determine whether your firm is small is as follows: "A small business concern is a concern that is independently owned and operated, is not dominant in the field of operation in which it is bidding on government contract and with its affiliates, the number of employees does not exceed 1000 persons." SIC Code 8731 applies. "Concern" means any business entity organization for profit with a place of business in the United States, its possessions, Puerto Rico, or the Trust Territory of the Pacific Islands, including but not limited to an individual, partnership, corporation, joint venture, association or corporation. The Air Force reserves the right to consider a small business set-aside based upon responses hereto. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision. Large businesses are only required to submit a statement of interest to receive a copy of the RFP. All respondents shall include in any request their assigned Commercial and Government Entity (CAGE) Code. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. Air Force point of contact is Dr. W. M. Roquemore, WL/POSC (513) 255-6813. Responses should be sent to: ATTN: Barbara Riley, WL/POKA, Bldg 7, 2530 C St, Wright-Patterson AFB OH 45433-7607. Non-technical assistance may be secured by calling the above individual at (513) 255-5310 or Aundair Kinney at (513) 255-2730. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr. Daniel L. Kugel, ASC/SY, at 513-255-3855, with serious concerns only. Direct all requests for solicitation and routine communication concerning this acquisition to contracting office point of contact. Closing date for submission of responses is thirty (30) calendar days from the publication of this notice. Firms should reference (POK-97-01) in their responses. RFP release of this program is projected in February 1997. This program will not be republicized prior to solicitation. See Numbered Note(s): 25. CITE: (W-352 SN012953) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Acquisitions Management Operations Branch, National Institute of Allergy and Infectious Diseases, Solar Building, Room 1C38, 6003 Executive Blvd., Bethesda, MD 20892-7605 SUBJECT: B--TECHNICAL SUPPORT SERVICES FOR THE CLINICAL AND MOLECULAR RETROVIROLOGY SECTION SOL 97-52 POC Mario Checchia/301-496-3878/Rebecca A. Guenthner/301-402-2284 DESC: RFP Available Announcement ELECTRONIC RFP PROPOSED ANNOUNCEMENT RFP AVAILABLE: NIH-NIAID-DIR-97-52. "Technical Support Services for the Clinical and Molecular Retrovirology Section."---REVISION TO PREVIOUS SYNOPSIS OF 12/11/96---The previous synopsis for this Request for Proposal is to advise and inform offerors that the Government has determined this procurement to be a 100% small business set-aside. Also, for those interested offerors without electronic RFP access capabilities, hard copies of the RFP will be made available . Written requests for the hard copy RFP should be directed to Mario Checchia, Contract Specialist, Acquisitions Management Operations Branch (AMOB), National Institute of Allergy and Infectious Diseases, Solar Building, Rm. 1C38, 6003 Executive Boulevard, Bethesda, MD 20892-7605. THIS ADVERTISEMENT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT. No Telephone requests for RFPs will be accepted CITE: (I-352 SN012887) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC31 Contracts Branch A, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115 SUBJECT: B--DEVELOP AND BUILD A PULSE-POWERED SYSTEM SOL 52ABNF-7-00039 DUE 020797 POC For a copy of the solicitation, call Klint Demetrio at 206-526-4499. For further information, call Contract Specialist Sharon Kent at 206-526-6035. Request for the package may be sent by fax to 206-526-6025. DESC: Develop and build a practical pulsed-power system similar to Pulse Powered Technologies Inc. Model 400B, but downsized, and test the system's potential effectiveness at deterring sea lions in the Commercial Passenger Fishing Vessel (CPFV) fleet in California. Phase I - Develop two prototype units. Phase II - Establish safety zones to minimize the potential that marine mammals will be seriously injured. Phase III - Gather empirical data to evaluate the appropriateness of safety zones in Phase II. Phase IV - Design a rigorous experiment protocol to evaluate the effectiveness of the system on deterring California sea lions from interacting with CPFV operations. Phase V - Implement the experimental protocols designed in Phase IV on CPFVs in the waters of California. Period of performance may be approximately 3 months after date of contract award. All responsible sources may submit a proposal which shall be considered by the agency. CITE: (I-352 SN012890) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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 SURVEYS TO DETERMINE HUD FAIR MARKET RENTS (CORRECTION) DUE 011097 POC Alan Fox, HUD/PD&R, 202-708-9426 x328 or E-mail to alan_fox@hud.gov DESC: This is a correction to the announcement appearing in the CBD on December 17, 1996. In the third sentence of the description, a line was inadvertently omitted. The sentence should read as follows: In brief, these are computer-assisted telephone interview (CATI) random digit dialing (RDD) surveys, using either a list-assisted or Mitofsky-Waksberg design. There are no other changes to the synopsis. LINK http://www.hud.gov/cts/ctsoprty.html LINKDESC: contracting Web page EMAIL alan_fox@hud.gov EMAILDESC: CITE: (W-352 SN012879) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: GSA PhilAtlantic Realty Svcs Div (3PP), The Wanamaker Building Rm 613, 100 Penn Square East, Philadelphia, PA 19107-3396 SUBJECT: C--TERM CONTRACT FOR PROJECT COST MANAGEMENT AND ESTIMATING SOL GS03P97CDD0002 DUE 123096 POC Contract Specialist, Claudia Ramspacher, (215) 656-6154 DESC: Correction: This action originally published in the CBD dated 11/25/96 is issued to change all references throughout the original CBD notice from " Total Cost Management Estimating" to "Project Cost Management." Estimating is a separate discipline reuired under this contract. CITE: (I-352 SN012845) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: VA Medical Center, Attn: Contracting (93), P.O. Box 1034, Portland, OR 97207 SUBJECT: C--ADD CRITICAL FUNCTIONS TO EMERGENCY POWER SYSTEM SOL N/A DUE 011797 POC Rich Hague, 503-273-5210 DESC: The following A/E Design Project 648-97-102 , "Add Critical Functions to Emergency Power System" at the Portland Division of the VA Medical Center, Portland, Oregon. This project is set aside for small emerging business concerns only. An emerging small business is one whose average annual receipts for the past 3 years did not exceed 1.25 million dollars. SIC 8711. Provide design services including detailed cost estimates, design development, contract documents and construction period services for the installation of certain energy conservation measures. Drawings are to be done on CAD compatible with AutoCad version 13. A copy of the drawings are to be submitted to the VA on disc at the end of the project and considered property of the VA. Provide Electrical Engineering design service including Load Studies, investigative survey, preliminary & subsequent detailed cost estimates, design development, contract documents and construction period services for the connection of critical patient care functions to our existing emergency power system. Includes life safety circuits and the reconfiguration/reconnection of existing generator sets to handle these new loads. Final design will enable this Medical Center to function more effectively by having more patient care areas and essential care loads on emergency power. Coordination with other related projects is required. The Construction Cost Range is estimated between $250,000 and $500,000. Selection and award is subject to the availability of funds in fiscal year 1997. Firms within the Portland, Oregon/Vancouver, Washington are desiring consideration should submit SF-254 and SF-255 before Close of Business (4:00 p.m.), January 17, 1997. THIS IS NOT A REQUEST FOR PROPOSALS. CITE: (I-352 SN012935) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: VA Medical Center, Attn: Contracting (93), P.O. Box 1034, Portland, OR 97207 SUBJECT: C--ENERGY CONSERVATION PHASE 3 SOL N/A DUE 011797 POC Rich Hague, 503-273-5210 DESC: The following A/E Design Project 648-97-130 , "Energy Conservation, Phase III", at the Portland and Vancouver Divisions of the VA Medical Center, Portland, Oregon. This project is set aside for small emerging business concerns only. An emerging small business is one whose average annual receipts for the past 3 years did not exceed 1.25 million dollars. SIC 8711. Provide design services including detailed cost estimates, design development, contract documents and construction period services for the installation of certain energy conservation measures. Drawings are to be done on CAD compatible with AutoCad version 13. A copy of the drawings are to be submitted to the VA on disc at the end of the project and considered property of the VA. Measures include the installation of speed drives, retrofit of lighting systems, replacement of standard oversized motors with correctly seized energy efficient motors. Design includes investigative services to determine most cost effective measures and anticipated paybacks or rebates. Certain other measures, as identified by on-going audits, may also be included. The Construction Cost Range is estimated between $250,000 and $500,000. Selection and award is subject to the availability of funds in fiscal year 1997. Firms within the Portland, Oregon/Vancouver, Washington desiring consideration should submit SF-254 and SF-255 before Close of Business (4:00 p.m.), January 17, 1997. THIS IS NOT A REQUEST FOR PROPOSALS. CITE: (I-352 SN012936) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: VA Medical Center 1601 Brenner Ave. Salisbury, NC 28144 SUBJECT: C--A/E SERVICES SOL N/A DUE 012497 POC Jolette M. Cole DESC: Provide Architect-Engineer services to thoroughly examine the entire perimeter cemetery wall at National Cemeteries in Salisbury and Raleigh, NC and Danville, VA and prepare a report of recommendations of all required restoration work (consisting of, but not totally inclusive, listing of the following items of work: tuckpointing, cleaning, replacing missing and/or damaged stones, rebuilding foundation, etc and respective breakdown of estimated costs. This report and breakdown of estimated costs shall be submitted to NCAO Atlanta prior to the preparation of final 100% bid documents. Upon approval of NCAO-Atlanta of the A/E's recommendations, the A/E shall prepare 100% final bid documents which due to funding constraints may require breaking the restoration work into several bid alternatives. The final approved documents then must be submitted by the A/E to the applicable state officials for approval under Section 106 as described above. This solicitation is unrestricted; SIC code is 8712. A/E firms should submit SF 254 and 255's to Contracting Officer named herein no later than 1/24/97. A/E firms with experience in historic renovation is desirable. This solicitation is restricted to firms in North Carolina and Virginia. CITE: (I-352 SN012781) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Administrative Office of the U.S. Courts (AOUSC), Contracting & Acquisition, 1 Columbus Circle, NE, Room 3-170, Washington, DC 20544 SUBJECT: D--BANKRUPTCY NOTICING CENTER SERVICES SOL USCA-97-R-002 POC Howard Grandier, Contracting Officer, (202) 273-3555. DESC: The Administrative Office of the U.S. Courts has a requirement for contractor facilities, equipment, management, services, and support for the production and service of Bankruptcy notices and other materials for the Federal Bankruptcy Courts. The contractor shall be required to receive Bankruptcy case data in multiple formats using different media from each participating (approximately 300 nationwide) court location; produce Bankruptcy notices, letters, reports, and distribute Bankruptcy notices via U.S. Postal Service (USPS) Regulations and/or electronic transmission, in the cost efficient and timely manner. The contractor shall be responsible for the accuracy, readability, and quality of all Bankruptcy notices and other materials. The contractor shall comply with a 48-hour production cycle. The production cycle will begin at the time of retrieval of the Government output (from each court location), by the contractor, to the time of delivery of the completed notices to the USPS or the electronic transmission to the entity. The contractor will also be required to maintain historical data relating to notices processed for the life of the contract and periodically produce reports relating to the data. Award may be made to up to two contractors. The resultant contract(s) will be awarded for a base year, with potential for nine (9) one-year options to extend. The resultant contract(s) will be a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract(s). There is currently an incumbent contractor who is not prohibited from completing under this solicitation. All responsible sources may submit a proposal which shall be considered. Requests for the solicitation may be made via facsimile transmission to (202) 273-2720, but must be followed up by hard copy signed letter. Requests to be included on the Bidders Mailing List should be received no later than 30 days from date of this synopsis and must reference Solicitation No. USCA-97-R-002. Telephone inquiries will not be accepted. CITE: (M-352 SN012759) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: National Imagery and Mapping Agency, 4600 Sangamore Road, MS PCC-E/D-6, Bethesda, MD 20816-5003 SUBJECT: D--SPACE PLANNING AND COMPUTER AIDED FACILITIES MANAGEMENT SOL NMA401-97-R-2710 POC Contact Point: Ms. Sandra L. Townsend, Contract Specialist, 301/227-5130 DESC: Correction: This action originally publicized in the CBD dated 10/25/96. This acquisition is being offered for competition limited to eligible 8(a) concerns only. Interested 8(a) firms are encouraged to request a copy of the solicitation as expeditiously as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the section 8(a) program. Written or faxed requests for solicitation shall be sent to National Imagery and Mapping Agency, (NIMA), ATTN: PCC-E/D-6 (Ms. Sandra L. Townsend), 4600 Sangamore Road, Bethesda, MD 20816-5003. Faxed requests shall be sent to (301) 227-3504. No telephone request will be accepted. CITE: (I-352 SN012895) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: D--MODIFICATION OF SYNOPSIS PUBLISHED 10 DEC 96 FOR FULL-SPECTRUM BANYAN VINES NETWORK ADMINISTRATION, COMMUNICATIONS, ENGINEERING AND MANAGEMENT SOL N68936-97-R-0065 POC James McCormick, Contract Specialist, (619)939-7953, FAX (619)927- 3488. DESC: This procurement is a 100% Small Business Set-aside. Federal Supply Class (FSC) is D301; Standard Industry Code (SIC) is 7379; Size Standard is $18 million. Submit requests for the solicitation in writing to the above address or FAX to (619)927-3488, Attn: Jim McCormick. See Numbered Note(s): 1. CITE: (I-352 SN012898) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: 38lS/LGCX, 4022 Hilltop Rd Ste 211, Tinker AFB OK 73145-2713 SUBJECT: D--LOCAL EXCHANGE SERVICE FOR POPE AFB NC 28308-6346 DUE 012097 POC Debbie Speir, Contract Specialist, (405) 734-9297 DESC: This is a sources sought market survey synopsis for vendors certified by the North Carolina Public Utility Commission to provide local telephone exchange services. The primary service requirement is local access trunking, commercial business lines, transport channel services, and related functions at Pope AFB, located in Cumberland County, North Carolina. These exchange services do not include residential or business services for non-government entities or customers such as residential service for service members and their families or non-government contractors co-located with Pope AFB. Pope AFB is presently serviced by exchange (910)-394 provided by Sprint Carolina. The current quantity of direct in-dial, direct out-dial and two way exchange access trunks serving the Pope AFB is 204. These quantities may expand due to additional service requirements. Pope AFB currently uses 10,000 direct in dial station numbers within (910)-394-XXXX. Local calling access for Pope AFB is needed to the exchange located in Fayetteville, NC, and its metropolitan areas. Local exchange services are required to enable Government users to access the following: local and intra-LATA exchange areas, and interconnection with inter-LATA exchange carriers. The local exchange service shall include direct in-dial trunking to the Government telephone digital switching systems (Nortel MSL-100, Nortel SL1, and an AT&T SYS75 all equipped with business centrex software and features). This also shall include call forwarding. The vendor shall provide number portability for the current exchange DID numbers. Requirements for new hundred levels shall be within the existing NXX until exhausted. The vendor shall have the ability to acquire additional DID station numbers. Access to the local exchange shall include Emergency 911 services and functions. The vendor shall provide access to directory number information; e.g., NPA-555-1212 and/or 411. The vendor shall provide access to operator services for subscriber line verification or barge-in, extend to long distance providers, and assistance with other exchange access functions. Interconnection of the local exchange service shall be provided by analog and digital trunks. Trunking connectons for 4-wire E&M Type 1 or 2-wire dial repeating, digital (1.544 Mbps) to provide E&M, and foreign exchange/local exchange loop and/or ground start are needed. The vendor shall provide analog business lines and ISDN BRI digital line terminations. The vendor shall provide transport services within the local exchange area at data rates expected to range from low speed analog voice bandwidth to conditioned data channels supporting 56 Kbps and digital stream ranging from DS1, DS3 to SONET OC-3/OC-12 rates. Migration of SONET to next higher transmission rates is an expected growth plan. Transport services may be provided to the designated demarcation point or may be extended to the end users. Dynamic allocation of bandwidth is expected to be a future use of the local exchange connection facilities. Termination of lines and trunks (analog and digital facilities) shall meet via network loss constraints to maintain an acceptable engineered transmission level to the user. Reliability of facilities and equipment are concerns of the vendor. The Government may require periodic traffic study data. Expected channel availability rate of 99.98% or greater is needed. The quality of these channels shall meet or exceed industry standards for maximum noise levels, loss and echo. Demarcation of exchange access lines, private line channels, and trunks shall be at the switching system room. Termination of digital circuits shall permit craft personnel to access by patch cords. Demarcation of business lines shall be on the distribution frame (including BRI(ISDN) U-Loop). The vendor shall provide and arrange billing in monthly increments itemized by pilot directory number, by service type and area codes. Billing shall be provided in paper format and magnetic media formatted for sorting and printing by the Government to distribute to tenants for verification and certification. The billing shall be separable by grouping of directory numbers or by individual directory numbers for distribution by these users. Firms interested in providing local exchange services for Pope AFB, NC are requested to provide a summary of technical and financial information concerning their certifications (by type; i.e., facility or non-facility based by service area), applicable tariffs, capabilities, experience (current services or contracts to include points of contact), hardware assets and access to switched services and corporate background in the telecommunications industry. Offerors must provide specific information as to how the services listed in this synopsis would or could be satisfied. Only firms submitting acceptable technical and financial statements or resumes will be solicited or considered for competitive proposals or evaluation and selection under multiple tariffed services. Responses should be limited to approximately 25 pages or less. All replies should be forwarded to the contracting officer. Sources Sought announcements are placed on the 38EIW Homepage, https://www.eiw38.af.mil/contracting/lgcx/lgcx.htm under the Specialized Contracting Section, CSA Branch. All questions and replies should be forwarded to the contracting officer 38LS/LGCX, Attn: Ms Cathy Summers, 4022 Hilltop Road, Suite 204, Tinker AFB, OK 73145-2713, Telephone: (405) 734-9297, Fax: (405) 734-9537, or e-mail: Cathy.Summers@mailgate.eiw38.af.mil. Responses to the synopsis are due by 20 Jan 97. CITE: (W-352 SN012826) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: E--Purchase of Structures and Facilities OFFADD: USACFSC NAF Contracting Directorate, 2760 Eisenhower Avenue, Suite 402, Alexandria, VA 22314-4569 SUBJECT: E--PRE-ENGINEERED SWIMMING POOL AND ENCLOSURE DUE 011597 POC Mr. James H. Featherer, Chief, Major Projects Division at (703) 325-8047 or Mr. Gary Benca, Contract Specialist, NAF Contracting Directorate at (703) 325-8028. DESC: The U.S. Army Community and Family Support Center (USACFSC) NAF Contracting Directorate is soliciting sources to provide required engineering and architectural services to design, fabricate, deliver and install two pre-engineered swimming pools and enclosures. The project will include design drawings and construction documents for the installation and construction of all foundations and structural components, piping, filtration systems, water heating systems, utilities, drainage, mechanical space and equipment. Project is for the replacement of one existing outdoor swimming pool located at Camp Stanley, Korea and the other pool and enclosure are new facilities adjacent to a gymnasium at Camp Carroll, Korea. CITE: (M-352 SN012757) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA, Forest Service, SW Idaho/Nevada Acquisition Office, 1750 Front Street, Boise, Idaho 83702 SUBJECT: F--COUNCIL MULTI PROJECTS ON THE PAYETTE NATIONAL FOREST SOL IFB R4-12-97-02 DUE 021897 POC Contracting Officer, Cheryl R. Molis, 208-364-4131; Request for Solicitation, Ethel Hill, 208-364-4128; FAX 208-364-4197 DESC: Planting with site preparation on 350 acres of the west zone and approx. 14.8 miles of plantation protection fence on the Council Ranger District, Payette National Forest. Est. start date for the planting portion is 4/17/97 with 25 calendar days for completion. Est. start date for the fence portion is 6/17/97 with 40 calendar days for completion. See Note(s): 1, 3. CITE: (I-352 SN012800) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--BIODEGRADATION OF DIAMINOTOLUENE UNDER AEROBIC CONDITIONS SOL DACA88-97-Q-0042 DUE 010397 POC Ms. Diane Biggs, Purchasing Agent, 217-352-6511, ext. 7575; or Mr. Wayne Kurokawa, Contracting Officer, 217-373-6748 DESC: The CBD Announcement for DACA88-97-Q-0042 issued 12/09/96 is cancelled in its entirety. The service is no longer required. LINK http://www.cecer.army.mil/contracting.html LINKDESC: EMAIL w-kurokawa@cecer.army.mil EMAILDESC: e-mail CITE: (W-352 SN012817) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: U. S. ARMY CORPS OF ENGINEERS, CONTRACTING DIVISION, P. O. BOX 1229, GALVESTON TX 77553-1229 SUBJECT: F--DEMOLITION AND REMOVAL OF ASBESTOS AND LEAD-BASED PAINT MATERIALS AND PCB TRANSFORMERS AND UNDERGROUND STORAGE TANKS, REGINAL AIRPORT, FORMER FOSTER AIR FORCE BASE IN VICTORIA COUNTY TX SOL DACA64-97-B-0006 DUE 021897 POC Contract Specialist Lucy Smith (409) 766-3845 CONTRACTING OFFICER MARY A. MONNELL 9409) 766-3851 (Site Code DACW64) DESC: The plans and specifications will provide for the removal and disposal of building debris, asbestos, PCB materials, underground storage tanks, and contaminated soil. The cost for one set of plans and specifications: Full Size - $55.00; Half Size - $3.50 (Non-Refundable). Subcontracting goals for the Galveston District are: 52.5% Small Business; 8.8% Small Disadvantaged Business; and 3.0% Woman-Owned Business. Price range for this work is between $500,000.00 and $1,000,000.00 CITE: (I-352 SN012849) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: ARMY ATLANTA CONTRACTING CENTER, ATTN AFLG PRC, 1301 ANDERSON WAY SW, FORT MCPHERSON GA 30330-1096 SUBJECT: F--RANGE DECONTAMINATION SUPPORT SERVICES AT FORT IRWIN, CA SOL DAKF11-97-R-0005 DUE 022097 POC Contract Specialist LYNDA S SEARCY (404) 752-4105 (Site Code DAKF11) DESC: Contractor shall provide qualified explosive ordnance disposal personnel and equipment as necessary to surface clear designated live fire areas at Fort Irwin, CA. Types of ammunition to be encountered but not exclusive will range from 5.56 to 155mm atillery rounds and MK82 bombs. Management personnel and first line supervisors shall be graduates of the Naval School of Explosive Ordnance Disposal. The project manager shall demonstrate successful management of range clearing operations with at least thre (3) years of experience in this field. This is a firm fixed price require- ments type contract with a base year and four (4) one year option periods. The Standard Industrial Classification (SIC) Code is 8744. This project is 100% set-aside 8(a) competitive national buy. All eligible and responsible sources may submit an offer which will be considered. Written or faxed (404-752-4194) requests for the solicitation wil be accepted. Telephone requests will not be honored. CITE: (I-352 SN012850) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDI, Bureau of Land Management, Oregon State Office (952), P. O. Box 2965, Portland, Oregon 97208-2965 SUBJECT: F--TREE PLANTING AND MAINTENANCE, LEVEL OF DIFFICULTY/INDEFINITE QUANTITIES REFORESTATION SOL 1422H952-B97-2012 DUE 021297 POC Pierre Mathies, (503) 952-6218 DESC: The work consists of planting tree seedlings on an estimated 1,500 acres with concurrent fertilization of planted tree seedlings on an estimated 1,500 acres; installing protective netting on an estimated 500 acres; perform radius scalp and mulch installation on an estimated 600 acres; perform 3-foot radius scalping grubbing on an estimated 300 acres and installing tree shades on an estimated 50 acres. Projects sites are located in the Grants Pass Resource Area, Curry and Josephine Counties, Medford District, Oregon. All responsible sources may submit an offer which will be considered. See Numbered Note(s): 1. EMAIL or952mb@or.blm.gov EMAILDESC: CITE: (W-352 SN012875) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: G--Social Services OFFADD: Federal Bureau of Prisons, Mid-Atlantic Regional Contracting Office, 3600 Spurr Road, Qtrs #14, Lexington, Ky 40511 SUBJECT: G--FUNERAL SERVICES SOL IFB123-0458 DUE 012997 POC Norman Ward, Regional Contract Specialist, (606)253-8894. DESC: The Federal Bureau of Prisons, Federal Medical Center, Lexington, KY intends to award a service contract to the qualified contractor capable of providing complete funeral services within the Lexington, KY area. The contractor must be licensed to perform these services within the State of Kentucky. The contractor shall provide for the embalming, preparation and associated local transportation of the remains. The Bureau of Prisons anticipates a firm fixed price requirements type contract with a single 12 month base period and four (4) one year option periods. This procurment is a 100% small business set-aside. The anticipated issue date of the solicitation is January 3, 1997, closing January 29, 1997. All requests for the solicitation package shall be submitted in writing to the Federal Bureau of Prisons, Regional Contract Office, 3600 Spurr Road, Qtrs #14, Lexington, KY 40511, Attn: Norman Ward, Contract Specialist, Requests may be faxed to (606)253-8882. CITE: (I-352 SN012907) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base Ca 95652-1060 SUBJECT: J--MAINTENANCE ON SOFTWARE SOL F04699-97-Q-0298 POC For copy, contact the info office indicated., For additional information contact Nambiar.K8v/Pkocc/[916]643-4524 DESC: SM-ALC proposes to acquire on an other than full and open competition basis the labor and services to accomplish software maintenance supporting the insertion of electro-optic technology used in the nuclear threat environment and in space applicat ions. The equipment the software is used on is the Electro-Optics Technology Group (EOTG). This is an individual type contract and the period of performance is 12 months. The specific maintenance required under each line item are as follows: 01) Saber Si mulation Maintenance (inc. 2 floating), Spectral Analysis Maintenance (inc. 2 floating), Digital Simulation Maintenance (inc. 2 floating), Monte Carlo Maintenance, InSpec Maintenance, X-Net Graphics Access Maintenance, Frameway for Mentor Graphics Mainte nance (for 3 HP 755 Workstations), Analogy Model Syn. for AF03 Maintenance, Template Library Maintenance Fee, DesignStar Maintenance Fee AE01MS (inc.1 floating). The proposed procurement is intended for Analogy, Inc. All respon! sible sources may submit a proposa l in writing which shall be considered by the agency. Faxed submissions are acceptable at 916-643-4157, ATTN: Vinesh Nambiar. Item 0002 No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All respons ible sources solicited may submit a bid, proposal, or quotation which shall be considered. CITE: (I-351 SN012511) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: FISC Norfolk Kings Bay Det, 930 USS Hunley Ave Rm 211, NAVSUBASE Kings Bay GA 31547- SUBJECT: J--CHROME ELECTROPLATING OF HYDRAULIC SYSTEM COMPONENTS SOL N46450-97-R-0008 DUE 012297 POC Contact Calvin Howard, Contract Specialist, 912/673-2560, Facsimile Machine Number 912/673-2454. DESC: Change period of performance from "one year" to "one year plus one option year." Requests for solicitation must be in writing and cite the RFP/RFQ number. Requests via facsimile machine will be honored. CITE: (I-352 SN012785) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: VA Western New York Health Care System, 3495 Bailey Avenue, Buffalo, NY, 14215 SUBJECT: J--MAINTENANCE G.E. ADVANTX AFM ANGIOGRAPHIC SYSTEM SOL 528 DUE 010297 POC Nancy Holdaway, Contract Specialist, 716-862-3444. 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 constitutes the only solicitation. Proposals are being requested and a "written solicitation" will not be issued. Solicitation RFP 528-15-97 is issued as a request for proposal and incorporates provisions and clauses that re in effect through Federal Acquisition Circular 37. Contractor shall provide full maintenance on one Government-owned G.E. Advantx AFM Angiographic System with 16" Image Intersifier. Other associated quipment includes: Integrated Puck Filchanger, 20" GE TV monitor with EDR circuitry, AFM Angio Options Package, Power Tech, Spare Frontal c-Tru Magazine, 1-load, 1-receive, Advantx DX LaserCam Adaptor Kit,Model 100 XLP, OLP Digital Input Package, XLP 8 Megapixel Memory Board, XLP 35 cm x 43 cm Film Supply Magazine, XLP Film Receive Magazine, mounting stand for M5B, XLP docking option to M7B, 14 gallon Dev. Replenisher Tank, 14 gallon Fixer Replenisher Tank, Mark V Plus Control Room Console Rack Mount system without Integral Keyboard. Maintenance consists of full service, labor, parts (including x-ray tubes and image intensifiers,) travel, remote access of service diagnostics around the clock, OEM trained service engineers, guaranted 2 hour response time, and 90% uptime. Period of performance will be one year from date of award. SIC is 7699. The following FAR provisions apply to this solicitation: 52.212-1 Instructions to Offerors - Commercial; 52.212-2, Evaluation - Commercial Items, the following factors shall be used to evaluate offers: (1) Support to in-house Biomedical program, (2) Experience & Ability & Resources, (3) Price. All offerors are to include, with their offer, a completed copy of provision 52.212-3, Offeror Representations and Certifications - Commercial items; 52.212-4 Contract Terms and Conditions; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam ERa Veterans; 52.222-36 Affirmative Action for the Handicapped Workers; 52.222-37 Emplyment reports on Special Disabled Veterans and Veterans of the Tietnam Era. The following FAR clauses and provisions are added by addendum: 52.228-5, Insurance - Work on a Government Installation. Please submit proposals, in writing,including qualifications/capabilities, in the maintenance of this critical equipment, to the Contracting Officer (90C) by 2:30 PM., January 2, 1997. Responses received without the required information may be considered non-responsive to this synopsis/solicitation. CITE: (I-352 SN012787) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Contracting Officer (90C), VA Medical Center, 830 Chalkstone Avenue, Providence, RI 02908-4799 SUBJECT: J--MAINTENANCE OF ATL ULTRASOUND SYSTEM SOL RFQ 650-17-97 DUE 123096 POC Sam L. Gardiner (401) 457-3032 Fax (401) 457-3079 DESC: Contractor must have service technicians certified to work on this equipment. Contract will include preventive maintenance, emergency service, modifications to equipment and staff training. Period of contract is from January 1, 1997 through September 30, 1997, with options to extend the contract three additional years. All requests for this solicitation must be in writing (faxed requests acceptable). See Note(s): 1. CITE: (I-352 SN012789) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: U.S. Department of Transportation, Maritime Administration, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, VA 23505 SUBJECT: J--PRE-CRUISE REPAIRS ON T.S. EMPIRE STATE SOL DTMA92-97-B-00001 DUE 020397 POC Contact Point, Ms. Susan P. Barba, (804) 441-3268 DESC: Accomplish pre-cruise repairs, regulatory inspections USCG/ABS, and miscellaneous repairs. All work shall be performed at State University of New York (SUNY), Maritime College, Fort Schuyler, NY. The Maritime Administration requires that to be eligible for award under this solicitation offerors must: Be holders of the MARAD Master Lump Sum Repair Agreement (MLSRA) or shall apply for and agree to the terms and conditions of the MLSRA. Delivery schedule is 45 calendar days, after effective date of a written Notice to Proceed. All requests must be in writing; may be telefaxed to (804) 441-6080. All responsible sources may submit an offer which will be considered. This notice is for information purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and application forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. CITE: (I-352 SN012790) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Farrell Lines Inc., One Whitehall Street, New York, NY 10004-2109 SUBJECT: J--S.S. LAKE, DRYDOCKING AND PERIOD SURVEY HULL SOL DTMA92-97-B-62502 DUE 020397 POC Ms. Claire Zock, (212) 440-4987, FAX: (212) 440-4871 DESC: S.S. CAPE CATAWBA's work package includes: drydocking for American Bureau of Shipping (ABS) and U.S. Coast Guard (USCG) with typical related work and inspections; preservation of hull, disassembly and reassembly of components and associated repairs, special periodic examination of hull for ABS, including hull internals. Work to be accomplished at the successful bidders facility. Any interested firm may request a copy of the solicitation and all responsible offerors may submit bids which shall be considered by the Agency. A charge of twenty-five ($25.00) is required for the specification and attachments. Checks are to be made payable to "Farrell Lines, Inc." and indicate the solicitation number "DTMA92-97-B-62502." The Maritime Administration requires that to be eligible for award under this solicitation offerors must: Be holders of the MARAD Master Lump Sum Repair Agreement (MLSRA) or shall apply for and agree to the terms and conditions of the MLSRA. Offerors may accept the MLSRA with their bid; nonholders shall provide annual representations and certifications as required by the MLSRA. Delivery schedule is 70 calendar days, after effective date of a written Notice to Proceed. No telephone requests, only written and facsimile requests are acceptable. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. CITE: (I-352 SN012808) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 0252, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM SOL N00024-97-C-5222 POC Contact Point, Contracting Officer, G. Michael Dodd, Code SEA02522, (703)602-7900 ext 568 DESC: The Naval Sea Systems Command intends to extend the ordering period under Basic Ordering Agreement N00024-94-G-5603 from 14 December 1996 through 14 December 1998. During this extended period, orders will be issued for field engineering services to be performed on U.S. and Foreign Military Sale customer ships to support the MK 74 Missile Fire Control System including the OT-17C, 134 Continuous Wave Illuminator Module and the MK 72 Signal Data Converter. Orders will be issued pursuant to 10 U.S.C. 2304 (c)(1) to Raytheon Company, Equipment Division, 430 Boston Post Road, Wayland, MA 01778. Raytheon is the original equipment manufacturer and design agent for the MK 74, and possesses the unique experience and necessary knowledge to perform the required work. See Numbered Note(s): 22. CITE: (I-352 SN012827) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 0252, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM SOL N00024-97-C-5222 POC Contact Point, Contracting Officer, G. Michael Dodd, Code SEA02522, (703)602-7900 ext 568 DESC: The Naval Sea Systems Command intends to extend the ordering period under Basic Ordering Agreement N00024-94-G-5603 from 14 December 1996 through 14 December 1998. During this extended period, orders will be issued for field engineering services to be performed on U.S. and Foreign Military Sale customer ships to support the MK 74 Missile Fire Control System including the OT-17C, 134 Continuous Wave Illuminator Module and the MK 72 Signal Data Converter. Orders will be issued pursuant to 10 U.S.C. 2304 (c)(1) to Raytheon Company, Equipment Division, 430 Boston Post Road, Wayland, MA 01778. Raytheon is the original equipment manufacturer and design agent for the MK 74, and possesses the unique experience and necessary knowledge to perform the required work. See Numbered Note(s): 22. CITE: (I-352 SN012828) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 0252, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM SOL N00024-97-C-5222 POC Contact Point, Contracting Officer, G. Michael Dodd, Code SEA02522, (703)602-7900 ext 568 DESC: The Naval Sea Systems Command intends to extend the ordering period under Basic Ordering Agreement N00024-94-G-5603 from 14 December 1996 through 14 December 1998. During this extended period, orders will be issued for field engineering services to be performed on U.S. and Foreign Military Sale customer ships to support the MK 74 Missile Fire Control System including the OT-17C, 134 Continuous Wave Illuminator Module and the MK 72 Signal Data Converter. Orders will be issued pursuant to 10 U.S.C. 2304 (c)(1) to Raytheon Company, Equipment Division, 430 Boston Post Road, Wayland, MA 01778. Raytheon is the original equipment manufacturer and design agent for the MK 74, and possesses the unique experience and necessary knowledge to perform the required work. See Numbered Note(s): 22. CITE: (I-352 SN012830) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 0252, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM SOL N00024-97-C-5222 POC Contact Point, Contracting Officer, G. Michael Dodd, Code SEA02522, (703)602-7900 ext 568 DESC: The Naval Sea Systems Command intends to extend the ordering period under Basic Ordering Agreement N00024-94-G-5603 from 14 December 1996 through 14 December 1998. During this extended period, orders will be issued for depot repair, emergency repair, alteration, overhaul and open and inspection of MK 74 Missile Fire control Systems including the OT-17C, 134 Continuous Wave Illuminator Module and the MK 72 Signal Data Converter. Orders will be issued pursuant to 10 U.S.C. 2304 (c)(1) to Raytheon Company, Equipment Division, 430 Boston Post Road, Wayland, MA 01788. Raytheon is the original equipment manufacturer and design agent for the MK 74, and possesses the unique experience and necessary knowledge to perform the required work. See Numbered Note(s): 22. CITE: (I-352 SN012831) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 0252, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM SOL N00024-97-C-5222 POC Contact Point, Contracting Officer, G. Michael Dodd, Code SEA02522, (703)602-7900 ext 568 DESC: The Naval Sea Systems Command intends to extend the ordering period under Basic Ordering Agreement N00024-94-G-5603 from 14 December 1996 through 14 December 1998. During this extended period, orders will be issued for the fabrication, materials, testing and installation of equipment changes and Ordnance Alteration Kits for the MK 74 Missile Fire Control System including the OT-17C, 134 Continuous Wave Illuminator Module and the MK 72 Signal Data Converter. Orders will be issued pursuant to 10 U.S.C. 2304 (c)(1) to Raytheon Company, Equipment Division, 430 Boston Post Road, Wayland, MA 01778. Raytheon is the original equipment manufacturer and design agent for the MK 74, and possesses the unique experience and necessary knowledge to perform the required work. See Numbered Note(s): 22. CITE: (I-352 SN012832) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Naval Sea Systems Command, SEA 0252, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: J--MK 74 MISSILE FIRE CONTROL SYSTEM SOL N00024-97-C-5222 POC Contact Point, Contracting Officer, G. Michael Dodd, Code SEA02522, (703)602-7900 ext 568 DESC: The Naval Sea Systems Command intends to extend the ordering period under Basic Ordering Agreement N00024-94-G-5603 from 14 December 1996 through 14 December 1998. During this extended period, orders will be issued for spare and repair parts plus provisioning technical documentation to support Ordnance Alteration Kits for the MK 74 Missile Fire Control System including the OT-17C, 134 Continuous Wave Illuminator Module and the MK 72 Signal Data Converter. Orders will be issued pursuant to 10 U.S.C. 2304 (c)(1) to Raytheon Company, Equipment Division, 430 Boston Post Road, Wayland, MA 01778. Raytheon is the original equipment manufacturer and design agent for the MK 74, and possesses the unique experience and necessary knowledge to perform the required work. See Numbered Note(s): 22. CITE: (I-352 SN012833) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: VA Medical Center, Contracting (93), Attn: (Contracting Officer'sName), P.O. Box 1034, Portland, OR 97207 SUBJECT: J--ROUTINE MAINTENANCE AND EMERGENCY SERVICE OF SIEMEN'S ANGIOSTAR/POLYTRON VR SOL 648-08-97 DUE 123197 POC Julie Files, 503-220-8262, x7107 DESC: The VA Medical Center Portland Oregon intends to award a contract for the routine maintenance and emergency service of our current Siemen's Angiostar/Polytron VR. This is a combined synopsis/solicitation for the commercial service 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. Request for Quotes (RFQ) are being requested and a written solicitation will not be issued. Solicitation documents and incorporated provisions and clauses those in effect through Federal Acquisition Circular 90-42. This procurement is Unrestricted. SIC Code: 7629. Contractor shall provide all required maintenance and emergency service to the VA Medical Center, 3710 U.S. Vets Hospital Rd., Portland, OR 97207. Offerors are requested to provide their most current price list and/or commercial quote for the monthly costs for services. This will be a firm fixed price contract. FOB is Destination. System is located in Building 100, 2nd floor, Imaging Service. The following incorporated clauses and provisions and are applicable to this acquisition. 52.212-01 Instructions to Offerors-- Commercial Items; 52.212-2, Evaluation -- Commercial Items, 52-212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items. Offerors must include a completed copy of the Provision at 52.212-3, Offeror Representations and Certification - --Commercial Items, with its offer. Original proposals shall be submitted on company letterhead to Contracting Officer; Julie Files (93), VAMC, 3710 SW US Vets. Hospital Road, PO Box 1034, Portland, OR 97201 (Facsimile is acceptable 503-220-3496) by COB 12/31/96, 11:30 a.m. Point of Contact Julie Files, 503-220-8262 X7107. CITE: (I-352 SN012937) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: OC-ALC/PKC, Attn: Ken Thomason, 3001 Staff Dr., Ste. 2AH81A, Tinker, AFB, OK 73145-3064 SUBJECT: J--MAINTENANCE AND/OR REPAIR OF EQUIPMENT--POTENTIAL SOURCES SOUGHT POC Tony Veal, (405) 739-5402, or Jeff Krauss, (405) 736-5015. DESC: Potential sources sought--The purpose of this notice is to schedule a meeting to meet with potential sources for the sustainment support system requirement and obtain industry input that would enhance the proposed program. The meeting will be held 28 Jan 97 at the Tom Steed Center at Rose State College in Midwest City, OK. The Tom Steed Center is located off Interstate 40 at exit 156B. Additionally, the scope of the proposal may be extended to include Army and Navy vehicles of various types. A number of motels are conveniently located in the area. A large number and variety of dining sources are readily available. Sustainment Support System--The objective of this program is to supply the government with a quick response capability for the manufacture and/or development of technical data for low quantity critical part requirements. In the development of technical data, it may be necessary to redesign a part in conjunction with reengineering of the part to improve reliability and maintainability. The program would also provide for the provision of parts with excessive lead times under routine acquisitions. The program is designed to manufacture and supply parts; reverse engineer specific parts; provide improved parts; obtain and deliver data as pertains to specific parts; obtain and provide supplies and materials; share/supplement organic capabilities; and provide engineering evaluation of obsolete or hard to obtain materials specified in an existing data package to develop recommendations for alternate materials which are available an will serve the purpose for which the original materials were intended and which will successfully operate in the intended environment. Contractors receiving task orders under this contemplated program would respond to the government within seven working days and as a minimum provide a cost estimate and planned delivery schedule for parts and engineering data. The contractor would be allowed to use best commercial practices and processes based upon the guidelines provided by the government in the tasking order. If the government accepts the estimate, the contractor will respond to the delivery order, develop an action plan, and subcontract with suppliers and manufacturers. All efforts will be coordinated, all deliveries will be consolidated, and parts, supplies and services will be inspected and certified. Any company interested in this requirement should do so in writing to OCALC/PKC; Attn: Ken Thomason; 3001 Staff Drive; Tinker AFB, OK 73145-3064; FAX (405) 739-2699. Additional information can be obtained from Tony Veal, (405) 739-5402, or Jeff Krauss, (405) 736-5015. CITE: (M-352 SN012815) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: K--SEA DYE MARKER ECP FOR THE PIONEER UAV SOL N00019-95-G-0203 POC Contact, Hector Jimenez, Phone (703)604-0757 DESC: The Naval Air Systems Command intends to issue a delivery order under Basic Ordering Agreement N00019-95-C-0203 with Pioneer UAV,Inc. (PUI), Hunt Valley, MD, for the supplies and services necessary to incorporate an engineering change for sea dye markers into the Pioneer Air System. PUI is a joint venture between AAI Corporation, Hunt Valley, MD and Israeli Aircraft Industries (IAI), Tel Aviv, Israel. AAI and IAI are the sole designers, developers and suppliers of the Pioneer UAV system. Therefore, PUI is the only firm possesing the requisite technical expertise and data to satisfy this requirement. This synopsis is issued for information purposes only. See note No. 22 - NAVAIR Synopsis No. 40120-96. CITE: (I-352 SN012801) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: USAF/AFMC, ASC/EMK Bldg 8, 1801 Tenth St Ste 2, Wright-Patterson AFB OH SUBJECT: M--MODIFICATIONS (PROJECTS) TO LEASE CONTRACT F33657-93-L-2257 SOL F33657-93-L-2257 POC Contact George Ann Thompson, Buyer, or Thomas S. Rickey, Contracting Officer, (937) 476-4395, extensions 428 and 266. DESC: An ongoing lease, awarded in 1994 to Hughes Missile Systems Co by USAF/AFMC Aeronautical Systems Center (ASC), is the sole source follow on contractual action to provide for the operation and maintenance, environmental compliance, pollution prevention and limited environmental restoration projects on a cost reimbursable basis. Work is performed at Air Force Plant 44 which is a government owned contractor operated (GOCO) plant. Fiscal Year 97 project awards are anticipated to Hughes Missile Systems Co., subcontracting opportunities are anticipated to be available. Interested parties should contact Walter E. Kauz, Hughes Missile Systems Co., PO Box 11337, Bldg M 30, M/S R20, Tucson, AZ 85734-1337 - Phone number (520) 663-7760. An Ombudsman has been appointed for 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 Mr. Daniel L. Kugel at (937) 255-3855. 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 communication concerning this acquisition should be directed to George Ann Thompson or Thomas S. Rickey ASC/EMK Bldg 8, 1801 Tenth St Ste 2, Wright-Patterson AFB OH 45433 Telephone (937) 476-4395 ext. 428 or ext. 266. (see Note 22 and 27). CITE: (I-352 SN012933) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities--Potential Sources Sought OFFADD: US ARMY CONTRACTING COMMAND KOREA, ATTN: SERVICES BRANCH, UNIT # 15289, APO AP 96205-0062 SUBJECT: M--2ND NOTICE, CONTRACTORS NEEDED: MANAGEMENT AND OPERATION OF BATTLE SIMULATION CENTER TO SUPPORT TACTICAL SIMULATION TRAINING FOR US FORCES KOREA. START DATE: 01 OCT 1997 SOL 204&&&-9612-0002 POC Jackie Robinson-Burnette, US Army Contracting Command, Korea, Unit #15289 APO AP 96205, Ph: 011-822-7914-7628 or Fax: 011-822-7914-7067 Email: eakc-burnett@emh4.korea.army.mil Please send your email address, for quick and immediate answers to quesions regarding this solicitation. (Site Code DAJB03) DESC: N/A CITE: (I-352 SN012851) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 East Main Street, Suite 965, Norfolk, VA 23510-9113 SUBJECT: Q--ORTHOPEDIC SERVICES SOL DTCG84-97-R-3KB880 DUE 012297 POC Contact Xiomarys Vargas, Contract Specialist/Marie A. Gilliam, Contracting Officer at (757) 628-4118. DESC: Correction: This action originally publicized in the CBD dated 12/9/96 for non-personal Orthopedic services is hereby corrected to add the following location: U. S. Coast Guard Kaehler Memorial Clinic, Air Station Cape Cod, Massachusetts. For information concerning the acquistion, contact the contracting official listed above. Any correspondence concerning this acquistion shall reference Request For Proposal (RFP) Number DTCG84-97-R-3KB880. NOTE: Prospective offerors may make an offer for one or both of the stated locations. This solicitation may result in multiple awards. CITE: (I-352 SN012810) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services--Potential Sources Sought OFFADD: HSC/PKO, 8005 9th St, Bldg 625, Brooks AFB, TX 78235-5353 SUBJECT: Q--MARKET SURVEY SOL n/a POC John King (210)536-6576 DESC: The USAF is considering contracting collection, shipping, and medical review officer (MRO) functions for both civilian and military urine drug testing. The estimated scope is 62 U.S. bases with 143,400 military samples and 18,000 civilian samples to be collected per year. Collection includes random selection program, communication with squadron commanders, chain of custody, documentation of demographics, direct observation of collection, packing and shipping to the testing laboratory. The MRO functions include review of all positive military results and all positive and negative results for civilians. Interested sources are requested to submit capabilities statements to John King, 8005 9th Street, Brooks AFB TX 78235-5353. This is a market survey which is for informational purposes only. EMAIL John_King@pkccmail.brooks.af.mil EMAILDESC: CITE: (W-352 SN012617) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services--Potential Sources Sought OFFADD: HSC/PKO, 8005 9th St, Bldg 625, Brooks AFB, TX 78235-5353 SUBJECT: Q--MARKET SURVEY SOL n/a POC John King (210)536-6576 DESC: The USAF is considering contracting collection, shipping, and medical review officer (MRO) functions for both civilian and military urine drug testing. The estimated scope is 62 U.S. bases with 143,400 military samples and 18,000 civilian samples to be collected per year. Collection includes random selection program, communication with squadron commanders, chain of custody, documentation of demographics, direct observation of collection, packing and shipping to the testing laboratory. The MRO functions include review of all positive military results and all positive and negative results for civilians. Interested sources are requested to submit capabilities statements to John King, 8005 9th Street, Brooks AFB TX 78235-5353. This is a market survey which is for informational purposes only. EMAIL John_King@pkccmail.brooks.af.mil EMAILDESC: CITE: (W-352 SN012618) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: BIA, Navajo Area Office, Branch of Contracts and Property Management, P.O. Box 1060, Gallup, New Mexico 87305-1060 SUBJECT: R--SPECIAL EDUCATION SERVICES SOL N/A DUE 122796 POC Contact Yolanda Coriz-Yazzie, Contract Specialist (505) 863-8401 DESC: This is a total Sole Source Solicitation. Negotiations are currently being conducted for fiscal year 1997 Special Education Service with Desert Vista Hospital, Mesa, Arizona. CITE: (I-351 SN012521) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Health Resources and Services Administration, 5600 Fishers Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857 SUBJECT: R--NATIONAL MANAGED CARE RESOURCE CENTER SOL HRSA-OA-97-B34203 DUE 013197 POC POC: Alexandra B. Garcia (301) 443-5672; Contracting Officer: Steven L. Zangwill, (301) 443-5672 DESC: The Health Resources and Services Administration is soliciting proposals according to the Simplified Acquisition Procedures in Part 13 of The Federal Acquisition Regulations(FAR). According to Part 13, this procurement has been classified as a small business set aside (Firm Fixed-Price). Although the current threshold within our agency for simplified acquisitions is $50,000, please do not assume that this procurement is for the threshold amount. Quotes that exceed the threshold will not be considered. The purpose of this procurement is to analyze and prepare recommendations and requirements for a HRSA sponsored national managed care resource center for providers to vulnerable, at risk populations. The contractor shall: meet with project officer to discuss scope of work and clarify issues of the project; develop goals and time frames for completing each phase of the contract; assess the potential value and demand for technical assistance; collect data and prepare a draft analysis; meet with representatives from the Bureaus and offices; research other existing clearing houses; prepare interim report; prepare a final design of a HRSA technical assistance "switching station". The period of performance is 26 weeks. All responsible sources may submit an original and three copies of a technical proposal and the Request for Quotation. The solicitation will be issued on or about 01/02/97. The closing date will be on 01/31/97. All request must be in writing or by Fax to (301) 443-5462, cite solicitation #HRSA-OA-97-B34203. Telephone requests will not be honored. See Note(s): 1. CITE: (I-352 SN012799) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 SUBJECT: R--FUTURE PRODUCTION AND RECURRING COSTS FOR CH-47D AND MH-47E CHINOOK HELICOPTERS RETROFIT KITS FOR ECP D220 SOL DAAJ09-95-G-0018 DUE 013197 POC Eddie M. Whitfield, Contract Specialist, AMSAT-A-PLAA, (314)263-0550, Detra Battle-Blue, Contracting Officer, (314)263-0565 DESC: Effort is sole source to Boeing Defense & Space Group, Helicopters Division, P.O. Box 16858, Philidelphia, PA 19142-0858 -- Authority for other than full and open competition is 10 U.S.C. 2304(c)(1) -- The proposed contract is for services/supplies for which the Government does not have adequate data available to permit full and open competition. Firms that can accomplish the above requirements are encouraged to identify themselves to Boeing Defense & Space Group, Helicopters Division, for subcontracting purposes only. See Numbered Note(s) 22, 26. CITE: (W-352 SN012835) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015, 1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000 SUBJECT: R--R-COLLEGE OF AMERICAN PATHOLOGISTS (CAP) PROFICIENCY TESTING AND ACCREDITATION OF DEPT. OF THE ARMY LABORATORIES LOCATED AT VARIOUS MEDICAL TREATMENT FACILITIES (MTFS) SOL DADA10-97-R-0012 DUE 123096 POC Contract Specialist CPT Kevin Smith (210) 916-9064 (Site Code DADA10) DESC: The government intends to solicit and negotiate a contract with the College of American Pathologists (CAP), 325 Waukegan Road, Northfield, IL 60093- 8800 for proficiency testing and accreditation of Department of the Army laboratories located at varius medical treatment facilities (MTFs) in the United States, Europe, Korea and Japan. Services are for calendar year 1997 with potential 4 one-year options. Other than full and open competition (FAR Subpart 6.3) is appropriate since the CAP is the only orgnization known that can provide BOTH proficiency testing and accreditation. All responsible sources may submit a proposal which shall CITE: (I-352 SN012841) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: DEPARTMENT OF DEFENSE, OCHAMPUS/CM, BLDG 225, AURORA CO 80045-6900 SUBJECT: R--POLICY AND STATISTICAL ANALYSIS SERVICES SOL MDA90697R0002 DUE 032897 POC Contact LAURA SELLS, Contracting Officer, 303/361-1020, CYNTHIA DAHLSTROM, Contract Specialist, 303/361-1116 DESC: OCHAMPUS intends to issue a solicitation for advisory and assistance services to perform policy and statistical analysis. Performance will include independent analyses, policy development, evaluation studies, and expert advice associated with the finncing and delivery of health care services under the Civilian Health and Medical Program of the Uniformed Services (CHAMPUS) and the Direct Care Program provided in Department of Defense Medical Treatment Facilities. Tasks and subtasks will include actuaril support, coordinated care program evaluation, benefits design support, DRG maintenance/physician pay reform support, and national claims processing support. The proposed contract will be for a period of 12 months with four one-year option periods. All responsible sources may submit a proposal which will be considered for award. All requests for solicitation MDA906-97-R-0002 must be in writing. The RFP will onl be sent to those firms which request it in writing and those contractors who have previously submitted proposals. Telephone requests will not be honored. Request for solicitations may be faxed to (303) 361-1154. This requirement is unrestricted. Please adress all requests for solicitation to: Ms. Cindy Dahlstrom, OCHAMPUS/CMP, Aurora, CO 80045-6900. CITE: (I-352 SN012843) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 1725 Jefferson Davis Hwy, Suite 809, Arlington, VA 22202 SUBJECT: R--SYSTEM ENGINEERING AND TECHNOLOGY ASSISTANCE SERVICES FOR THE SCIENCE AND TECHNOLOGY DIRECTORATE SOL HQ0006-97-R-0008 DUE 033197 POC POC: Karen Byrd, (703) 604-4458, CBD Reference Number: BMDO 97-06. DESC: The Ballistic Missile Defense Organization (BMDO), Science and Technology Directorate (BMDO/TRI) intends to issue a Request for Proposals to obtain experienced technical advisory and assistance services supporting a number of research and development (R&D) technology areas relevant to Ballistic Missile Defense (BMD). The offeror will provide technical advisory and assistance services to support BMDO/TRI program and/or project management and administration as well as R&D activities. In rendering these support services, the contractor will provide information, advice, opinions, alternatives, analyses, evaluations, and/or recommendations in the form of studies, reports and outlines. Examples of support services include: (1) performing literature search of recent publications or pertinent government project files regarding technical areas specifically identified by the BMDO Project Integrator (PI) for that topical area, (2) providing analyses, evaluations, technical opinions, and recommendations to the PI, enabling the PI to determine the technical and financial implications/risks associated with planning, scheduling and setting performance goals for advancing the state-of-the-art in areas serving BMDO's mission. Periodic travel within and outside the continental United States is anticipated. Experienced personnel with an advanced degree and a minimum of five years technical experience in disciplines identified below are required. BMDO/TRI's technologies are packaged in two broad-based fields: (1) Electronics, Optics, Communications, Nonlinear Optical Materials and Processes, and Intercept Enhancement Technologies, and (2) Power Systems, Power Conditioning, Ground-Based Radar, Propulsion, and Propellants. Particular areas in which the offeror must show technical expertise include: (1) electronics and optics in signal processing for laser communications, material sciences, including organic, polymeric, and solid-state chemistry related to nonlinear processes and integrated circuit packaging, spectroscopy related to laser technology, neural network architectures, sensor information processing for detection, discrimination, target recognition, tracking, and intercept enhancement, (2) space power and power conditioning technology, propulsion concepts and advanced propellant technologies, radar technology and engineering for command, control, communication, and computers to conduct space experiments, technology for data collection from remote platforms, and phenomenology studies. The evaluation factors for award will include: Understanding and Approach, Personnel, Corporate Experience and Past Performance. The contract is anticipated as an ID/IQ, Task Order, Cost-Plus- Fixed-Fee type, with an eighteen-month base period and three 1- year options having an annual level of effort of approximately five to eight man-years. Contracts split between the two broad- based areas may be awarded dependent upon availability of offerors' functional expertise and best-value assessment of single versus split contracts. Planned contract award is during the first half of calendar year, 1997. The Government intends to post to the BMDO Acquisition Reporting Bulletin Board (BARBB) the draft Statement of Work and future RFP information. Interested parties may gain access to the BARBB by dialing (703) 769-8394. Callers should be prepared to provide the following information in order to log on to the BARBB for the first time: Full name, Company name, Company address, Phone number, FAX number, CAGE code, Type of business (large, small, SDB, woman-owned, etc). For technical assistance in gaining access to or using BARBB, call the System Operator, Mr. Jim Helm, at (703) 486-3266, extension 358. Small businesses/small disadvantaged businesses as defined in Standard Industrial Classification Code 8731, Commercial Physical and Biological Research - Space Vehicles & Guided Missiles, Their Propulsion Units, Their Propulsion Unit Parts, & Their Auxiliary Equipment and Parts (1,000 employees), are invited to submit to the contracting office as early as possible, but not later than 20 calendar days after this notice, evidence of their capability to perform the contract, in order to assist in a set-aside determination in accordance with FAR 19.5. The capability statements should specifically address the contractor's demonstrated capabilities in the areas identified above. It is requested that the statements also include the capabilities of proposed teaming partners and major subcontractors. Send written capability statements, limited to 10 pages or less, and RFP requests, referencing solicitation HQ0006-97-R-0008, Reference Number BMDO 97-06, to Karen Byrd, Ballistic Missile Defense Organization (BMDO),1725 Jefferson Davis Highway, Suite 809, Arlington, VA 22202. If adequate response is not received from responsible small business concerns offering the best scientific and technological source capabilities, as discussed in FAR 19.502-2(b), the solicitation will be issued, without further notice, for full-and-open competition. Therefore, all large and small businesses interested should indicate their status and send RFP requests. CITE: (I-352 SN012896) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: R--VETERINARY SERVICE SOL N66001-97-Q-1318 POC POC Ms. Sylvia Proffit, Code D221, Purchasing Agent, (619)524-3381. Ms. Pat Brown, Contracting Officer. DESC: The Government intends to procure on a sole source basis with Upstream Associates. The scope of this contract is to provide professional presence and clinical expertise in Marine Mammal Veterinary care for U.S. Navy Marine Mammals. "No RFQ will be prepared or made available for distribution. Award will be based on evaluation of responsive, resonsible quotations received in response to this CBD advertisement. Competitive awards may be based on the evaluation criteria stipulated in NRaD Blue Ribbon Vender Program (BRVP) provisions of the Red, Yellow, Green (RYG) Contractor Evaluation System. The evaluation criteria is available upon request. Questions may be directed to Sylvia Profit at (619) 524-3381. Facsimile quotations are acceptable and must be received on or before the COB on the closing date stated above. Facsimile quotations may be sent to (619)524-3407." Note 22 applies, however, all offers received within 15 days (in lieu of 45 days) after date of publication of oringinal synopsis will be considered by the Government. The applicable Standard Industrial Code (SIC) and size standard is 0742-0.5 employees. See Note(s): 22. CITE: (I-352 SN012927) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of the Navy, NAWCAD Contracts Competency Division, MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304 SUBJECT: R--SERVICES FOR STRUCTUAL CYBERNETICS SOL N00421-97-Q-1023 DUE 010897 POC Greg Rankin, Contract Specialist, (301) 342-1832,X-105, Doris Browder, Contracting Officer. DESC: This activity anticipates awarding a Sole Source Purchase Order to N. Dean Meyer and Associates Inc., of Tridgefield, CT. Services are for Structural Cybernetics which will provide diagnostic process of an organizational structure, which will include Workshops for Organizationwide Assessment. Structural Cybernetics is a proprietary model which was designed and developed solely by N. Dean Meyer. All questions on this procurement can be directed to Greg Rankin. See Note 26. CITE: (I-352 SN012945) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: National Cancer Institute, Research Contracts Branch, OC 6120 Executive Blvd., EPS/608 Bethesda, Maryland 20892-7222 SUBJECT: R--EXECUTIVE PLACEMENT SERVICE SOL RFQ-70020-NE DUE 010897 POC David M. Keefer, Contracting Officer 301/496-8628. DESC: The National Cancer Institute anticipates issuing a Request for Quotation for an Executive Placement Service and is primarily interested in organizations which have worked with the Federal Government and in particular, organizations which have experience in filling positions in the Equal Employment Opportunity (EEO) arena. The position is the NCI Equal Employment Opportunity Manager and a brief summary of the duties are: responsible for the management, direction, and coordination of all matters relating to EEO, targeting both systemic and individual problems, provides expert advice and guidance to Institute managers at all levels on such issues such as affirmative action, complaints of discrimination, outreach/recruitment efforts, special emphasis programs, and programs designed to increase workforce diversity in all functional areas of the National Cancer Institute. The RFQ will be issued as a simplified acquisition mechanism and possibly may not be advertised but rather posted on the Institute's Board. Since the Institute is not familiar with this market, this announcement is an attempt to identify specific sources for the RFQ. The firm will be expected to meet with NCI senior management on two or three occasions, conduct a national screening and search, recommend 3-5 potential candidates and provide associated documentation and support. Firms who believe they are qualified for this effort should submit a qualifications package which identify, at a minimum, previous Federal Government clients, position filled and Federal Agency representative (name, position and telephone number) who is familiar with the work performed. Special attention should be given to EEO positions. Responses should not exceed 10 pages and should be received no later than 3:00 PM EST, Wednesday, January 8, 1997. David M. Keefer, Contracting Officer, NCI, Executive Plaza South, Room 608K, 9000 Rockville Pike, Bethesda, MD, 20892-7222, telephone (301) 496-8628, fax (301) 480-0309, Email address - http://www.keeferd@rcb.nci.nih.gov CITE: (I-352 SN012798) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 1725 Jefferson Davis Highway, Suite 1200, Arlington, VA 22202 SUBJECT: R--BALLISTIC MISSILE DEFENSE ORGANIZATION COST ESTIMATING AND ANALYSIS SERVICES SOL N/A POC POC: Anne Terry, (703) 604-4459, CBD Reference Number 97-07. DESC: The Ballistic Missile Defense Organization (BMDO) Cost Estimating and Analysis Directorate (POE) requires technical, programmatic, and administrative services in performing cost estimating functions necessary to carry out BMDO plans and programs in an efficient and effective manner. Required services shall include the following: 1) development and maintenance of current cost, technical, performance, and economic databases, 2) development and maintenance of a library of cost and cost performance trade methodologies and approaches, and 3) development and maintenance of cost estimating, cost risk, and program budget models. A Cost-Plus- Fixed-Fee, Level of Effort (Task Order) contract is contemplated with a 2-year base period and two 1-year options. Planned contract award is May 1997. The acquisition is a total small business set-a-side under the SIC Code 8731, Commercial Physical and Biological Research (Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Unit Parts, and their Auxiliary Equipment and Parts, 1000 - employees). The Government intends to post information related to this procurement on the BMDO Acquisition Reporting Bulletin Board (BARBB). Interested parties may gain access to the BARBB through the World Wide Web (http://www.acq.osd.mil/bmdo/barbb/barbb.htm). Interested firms may send requests to be placed on the Bidder's List within 30 days of this notice citing Reference Number BMDO 97-07 to Ms. Anne Terry, Ballistic Missile Defense Organization (BMDO) BMDO/DCT, 1725 Jefferson Davis Highway, Suite 1200, Arlington, VA 22202. For questions regarding this announcement, contact Ms. Terry @ (703) 604- 4459. CITE: (I-352 SN012950) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 50 CONS/LGCV, 66 Falcon Parkway, Ste 49, Falcon AFB, CO 80912-6649 SUBJECT: S--REFUSE COLLECTION AND DISPOSAL SOL FA255097Q0120 DUE 012397 POC Eunice Fletcher, (719) 567-3899 (Contract Specialist) or Vincent J. Benavente, (719) 567-3847 (Contracting Officer). DESC: REFUSE Collection and Disposal at Falcon AFB CO--Nonpersonal services to provide all resources (to include dumpsters) necessary to perform refuse collection and disposal for Falcon AFB CO for the period of 1 Mar 97 thru 30 Sep 97. The Government contemplates award of a firm-fixed price Purchase Order as a result of this synopsis. A National Agency Check (NAC) will be required for all contractor employees. This proposed acquisition is unrestricted. Solicitation No. FA 2550-97Q0120 is to be issued on or about 23 Dec 96 with bids due on or about 23 Jan 97. All requests for subject solicitation must be submitted in writing. CITE: (M-352 SN012719) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: GSA Property Mgmt. Center Contracts Br.,Atrium West, Suite 121,7771 West Oak land Pk Blvd,Sunrise,FL 33351 SUBJECT: S--JANITORIAL SERVICES SOL GS-04P-97-LCC-0002 DUE 021997 POC Contact,Bill Murray,954/356-7640,Contracting Officer,Pamela D. Kelley,954/3 56-7685 DESC: The General Services Administration is issuing a Solicitation Packages for Janitorial Services at the U.S. Federal Building/ Courthouse, Tampa, Florida, fo r a base year period and three (3) one year option periods. Services start on or about July 1, 1997. This procurement is 100% Set-Aside for Small Business Conce rns. Bid issue date on or about February 15, 1997 and Bid Opening date on or abo ut March 20, 1997. To receive a Bid Package please request in writing or Fax (95 4)356-7800. No phone requests for bid packages will be honored. CITE: (I-352 SN012820) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DIRECTORATE OF CONTRACTING, PO DRAWER 3918, BLDG 4275, FORT POLK LA 71459 SUBJECT: S--S-PROVIDE CUSTODIAL SERVICE FOR NORTH AND SOUTH FORT POLK SOL DAKF24-97-B-0004 DUE 021097 POC Contract Specialist NORMA JEAN GUINS (318) 531-2367 Contracting Officer TERENCE L. HAYNES (318) 531-2368 (Site Code DAKF24) DESC: Furnish all plant, labor, materials, equipment and perform custodial services to the buildings listed in the solicitation package in strict accordance with specifications and Custodial Performance Chart. Base period will be 1 Mar 97 through 28 Feb 98with two one-year options. A firm fixed price contract will be awarded as a resulst of the Invitation for Bid. See Note #1. The size standard for this procurement is $12.0 Million. Request for solicitation must be in writing. Fax requests to (318) 531-2362Attn: Norma Jean Guins. When requesting the solicitation provide your Commercial Entity (CAGE) Code Number and Contractor Establishment Code (CEC) Number if available. CITE: (I-352 SN012852) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK 74121-0061 SUBJECT: S--MINI-PROJECT CONSOLIDATED MAINTENANCE CONTRACT, SARDIS LAKE, OKLAHOMA SOL DACW56-97-R-0009 DUE 020797 POC Randy Bratcher, Contract Specialist, 918/669-7273 DESC: The scope of work required under this specification provides for mowing of public use areas, project office complex, project boundary line, and other unimproved areas on project lands; janitorial work at the project office complex; and cleaning of park facilities such as toilets, picnic/camping sites, groundskeeping, and refuse collection and disposal. An advanced non-refundable fee of $6.00 is required for each solicitation. Make check payable to F&A Officer, USAED, Tulsa and mail to the attention of the Contracting Division. Payment must be received prior to issuance of solicitation. Solicitation will be available on or about January 6, 1997. No phone calls to order please. All orders will be mailed via first class mail. Request for special handling (Fed-X, etc.) will not be honored. CITE: (I-352 SN012930) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources Sought OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: S--PRIVITIZATION OF UTILITIES OPERATIONS SOL DAAA03-97-P1000 POC James Sandstrum, Engineer, 501/540-3270. DESC: Potential sources are being sought for Privitzation of Utilities operations, distribution and maintenance of Electrical, Natural Gas, Potable Water, Sanitary Sewer, Steam and Compressed Air Systems at Pine Bluff Arsenal. Point of contact: James Sandstrum, 501/540-3270. Point of contact address: Commander, PBA; SIOPB-PO, Attn: James Sandstrum, 10020 Kabrich Circle, Pine Bluff, AR 71602-9500. This is the initial phase of a Privitzation Study to locate responsible sources to participate. The study will determine if it is more economical to privitize the utilities to a commercial company or to retain the utilities and operate within Government means. The number assigned to this notice is for tracking purposes only at this time. Use number DAAA03-97-P1000 when responding to this notice. Responders should include firm name and address, indicate whether your firm is a Large or Small Business as defined within Part 19 of the Federal Acquisition Regulations, point of contact name and telephone number and state utility interested. CITE: (I-352 SN012771) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Administrative Office of the U.S. Courts (AOUSC), Contracting & Acquisition, 1 Columbus Circle, NE, Room 3-170, Washington, DC 20544 SUBJECT: T--BANKRUPTCY NOTICING CENTER SERVICES SOL USCA-97-R-002 POC Howard Grandier, Contracting Officer, (202) 273-3555. DESC: The Administrative Office of the U.S. Courts has a requirement for contractor facilities, equipment, management, services, and support for the production and service of Bankruptcy notices and other materials for the Federal Bankruptcy Courts. The contractor shall be required to receive Bankruptcy case data in multiple formats using different media from each participating (approximately 300 nationwide) court location; produce Bankruptcy notices, letters, reports, and make distribution via U.S. Postal Service (USPS) Regulations and/or electronic transmission, in the most cost efficient and timely manner. The contractor shall be responsible for the accuracy, readability, and quality of all Bankruptcy notices and other materials. The contractor shall comply with a 48-hour production cycle. The production cycle will begin at the time of retrieval of the Government output (from each court location), by the contractor, to the time of delivery of the completed notices to the USPS or the electronic transmission to the entity. The contractor will also be required to maintain historical data relating to notices processed for the life of the contract and periodically produce reports relating to this data. Award may be made to up to two contractors. The resultant contract(s) will be awarded for a base year, with potential for nine (9) one-year options to extend. The resultant contract(s) will be a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract(s). There is currently an incumbent contractor who is not prohibited from completing under this solicitation. All responsible sources may submit a proposal which shall be considered. Requests for the solicitation may be made via facsimile transmission to (202) 273-2720, but must be followed up by hard copy signed letter. Requests to be included on the Bidders Mailing List should be received no later than 30 days from date of this synopsis and must reference Solicitation No. USCA-97-R-002. Telephone inquiries will not be accepted. CITE: (M-352 SN012758) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Internal Revenue Service, A/C PROCUREMENT M:P 7TH FLOOR, 6009 OXON HILL ROAD, OXON HILL, MD 20745 SUBJECT: U--COMPUTER-BASED MANAGEMENT TRAINING SOL CBD&&&96100001 DUE 011797 POC Contract Specialist, Gerald B. Kyler, FAX: 202-283-1514 DESC: The Internal Revenue Service (IRS) is seeking information from firms offering Computer-Based Training (CBT) courseware to address any/all of the leadership topics noted below. This information is being sought for the purpose of attaining an accurate nderstanding of the technology/capabilities currently available in the market in order to facilitate composition of a precise statement of work for an anticipated Request for Proposal on CBT courses for the agency. Course material needs to be highly interative, multimedia oriented, with the ability to generate pre and post assessments/tests and to compile performance summaries for both individuals and groups. The course topics to be addressed include: planning, scheduling, prioritizing, time management, communication skills, performance discussions, delegation, empowerment, managing diversity, leading in a changing environment, interest based problem solving, remot management, coaching, risk taking, decision making, team building, situational leadership. Please forward descriptive literature/brochures, including computer system specifications required to run product(s); firms may be contacted for samples or examplesof products at a later date. Do not send products now. Please annotate whether your firm is a large, small, or disadvantaged business under SIC 7322, size standard of $5 million in annual receipts. NOTE: This is for planning purposes ONLY. There is no Request for Proposals at this time. No oral communications shall be accepted. Questions and/or responses to the above may be mailed to the address above o faxed to Gerald Kyler at (202) 283-1514. CITE: (I-352 SN012842) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: General Services Administration, NCR, Special Services Center (WPMFC), 3101 Pennsy Dr., Landover, MD 20785 SUBJECT: V--TRANSPORTATION AND RELATED MOVING SERVICES FOR THE INTERNAL REVENUE SERVICES IN THE WASHINGTON, DC., METROPOLITAN AREA. SOL GS11P97YXC0025 DUE 012297 POC POC, Kathy White, (301) 436-4499 DESC: Transportation and Related Moving Services for the Internal Revenue Services in the Washington, DC., Metropolitan Area. This notice is to inform all interested parties that the property inspection and walk-through dates scheduled for December 17th, 18th, and 19th at 10:00 AM, located at the Federal Triangle Middle Metro Entrance, 12th & Pennsylvania, Avenue, NW., Washington, DC., has been postpone until further notice. CITE: (W-352 SN012717) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Commander, Military Sealift Command, Sealift Program Management Office, Code PM52P, 901 M Street SE, Washington, DC 20398-5541 SUBJECT: V--OCEAN TRANSPORTATION SERVICES SOL N00033-97-R-5015 DUE 010897 POC Contact Cynthia Frye, 202-685-5813, Contracting Officer, Bradley Taylor DESC: Time charter of U.S. Flag self-sustaining breakbulk/roro vessel for the carriage of ammunition and general cargo between U.S. West Coast and Far East ports. Seventeen month period with two 17 month option periods. CITE: (I-352 SN012838) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential Sources Sought OFFADD: ACC Contracting Squadron, 227 Hunting Ave., Suite 301, Langley AFB, VA 23665-2771 SUBJECT: V--SOUTHCOM AIRLIFT SERVICES BETWEEN CENTRAL AND SOUTH AMERICA SOL N/A DUE 010297 POC Capt Lou Brundidge, (757)764-8164, fax (757)764-3385/Contracting Officer, Ms Della Shelton, (757)764-5570 ext 164, fax (757)764-9695 DESC: Aircrews must have the following qualifications: U.S. citizens and hold, or be capable of obtaining, a secret security clearance, as a minimum; pilots must hold an Airline Transport Certificate (ATP); aircrew will consist of two (2) pilots and one (1) loadmaster; government will complete all initial training and be responsible for scheduling functions; aircrew will be responsible for operating an Italian G-222 (C-27) type aircraft; contractor would be required to support a 2400 Flying Hour Program with seven (7) airplanes. Government will provide the aircraft. The contractor is to provide the aircrews and maintenance for the aircraft - a Government owned - Contractor operated (GOCO) type requirement. THIS IS A REQUEST FOR INFORMATION AND MARKET SURVEY ONLY; at this time the Government has no firm requirement for this acquisition. All interested parties should provide, AT NO COST TO THE GOVERNMENT, information concerning their company's capability to provide the services described herein. Your information should include a brief capabilities statement, including previous experience and/or additional information which supports your ability to fulfill this requirement. This information shall not exceed five pages in total length and must be received within 15 days after initial publication of this notice.***** EMAIL authierr@acccons.langley.af.mil EMAILDESC: CITE: (W-352 SN012874) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Commanding Officer, Navy Public Works Center, Naval Facilities Engineering Command Contracts, Code 220, Pearl Harbor, HI 96860-5470 SUBJECT: W--TRAILER LEASING, BUILDING 187, NAVAL AIR STATION, BARBERS POINT, HAWAII SOL N62755-97-R-7031 DUE 011097 POC Contact Point: Kimberly Kruskie (808) 474-3385; Contracting Officer: A. Yuen, (808) 474-3385. DESC: Trailer Leasing, Building 187, Naval Air Station, Barbers Point, Hawaii. The contractor shall provide all labor, supervision, tools, materials, equipment, and transportation necessary to provide trailer leasing. SIC Code 7519 applies. The contract includes option provisions to extend the terms in subsequent years. The total term of the contract will be a 12 month base period plus two option years for a total 36 months. The Government will not synopsize the options when excercised. This contract action is for services for which the Government intends to solicit and negotiate with only Mokulua Consultants, Inc. (Mokulua) under the authority of FAR 6.302-1, since Naval Air Station employees currently occupy Mokulua's trailers at Building 187. Firms that have the capability to perform the above work should notify us within 15 days after the date of publication of this synopsis. This notice of intent is not a request for competitive proposals. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Proposal receipt date is approximate. CITE: (I-352 SN012951) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock Tower Building, P.O. Box 2004, Rock Island, Illinois 61204-2004 SUBJECT: W--RENTAL OF HYDRAULIC OPERATED SCRAPER AND LONG BOOM HYDRAULIC EXCAVATOR SOL DACW25-97-Q-0049 DUE 011697 POC Barbara Voss, 309/794-5219 / Rosanne Spencer, 309/794-5239 DESC: Rental of hydraulic operated scraper with an elevator and long boom hydraulic excavator. Equipment will be delivered to and picked up by the contractor from project site in Canton, MO. Request for Quotation will be provided at no cost. SIC Code is 7353. See note 1. CITE: (W-352 SN012954) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047 SUBJECT: Y--BRUNEAU RA FENCES SOL 1422D910Q970003 DUE 011497 POC Patria A. Fort, Contracting Oficer, 208/373-3910 DESC: Furnishing labor, equipment, and supplies, using specified Government-furnished property to build, rebuild and repair fences in the Bruneau Resource Area. Work under this contract is located in Elmore and Ada counties. Performance period for each fence location ranges from March 1, 1997 to May 15, 1997. Estimated price range is between $25,000 and $100,000. In accordance with FAR 28.102-1, a 50% payment bond is required for contacts greater that $25,000, prior to issuance of the Notice to Proceed. Please submit written requests for solicitation to BLM, 1387 S. Vinnell Way, Boise ID 83709 Attn: Patricia A. Fort or fax your request to (208) 373-3915; include name, address, phone no., and soliciation no. All responsible sources may submit an offer which will be considered. See Numbered Note 26. LINK http://www.blm.gov/natacq/sol LINKDESC: EMAIL pfort@ID.BLM.GOV EMAILDESC: CITE: (W-351 SN012495) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Commanding Officer, Naval Facilities Engineering Command, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Y--DEMOLITION BLDG. 7303, KEESLER AFB, MS SOL N62467-96-B-0705 DUE 012397 POC Technical inquiries prior to bid opening MUST be submitted in writing to the address listed above, or faxed to (803) 820-5853, Attention: Deborah Taylor Code 0212DT. The Contracting Officer for this solicitation is L. C. Millhouse. DESC: SOLICITATION NOTICE: THE COST FOR EACH SET OF PLANS AND SPECIFICATIONS IS $10.00. THE POINT OF CONTACT IS RONNIE MITCHUM AT 803/743-4040. THIS CHARGE IS NON-REFUNDABLE. To obtain plans and specifications you may CHARGE your request to a CORPORATE VISA CREDIT CARD or make company check payable to US Treasury and send to the DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P O BOX 71359, CHARLESTON, SC 29415 OR FOR DIRECT OR EXPRESS MAIL DELIVERY, ADDRESS YOUR REQUEST TO SUITE B 2825 AVENUE D. NORTH CHARLESTON, SC 29408-1802. If problems arise concerning your request, call RONNIE MITCHUM at 803/743-4040. To obtain a plan holders list FAX your request to 803/743-3027. For inquiries about BID OPENING DATE, NUMBER OF AMENDMENTS ISSUED, CONTACT SUSAN CLARK at (803) 820-5775. To obtain bid results, call (803) 820-5922 after 10:00 AM for a pre-recorded message that will be available the day after scheduled bid opening. The work includes demolish Bldg. 7303, approximately 126,845SF including sitework demolition, and asbestos abatement as indicated on the drawings and as specified and incidental related work. Estimated cost of project is $500,000.00 to $1,000,000.00. Estimated duration of the contract is 195 calendar days for completion. CITE: (I-351 SN012515) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: General Services Administration,Public Buildings Service,450 Golden Gate Ave nue,San Francisco,CA 94102-3434 SUBJECT: Y--DESIGN-BUILD SERVICES FOR A PROPOSED NEW SOL GS-09P-97-KTC-0014 DUE 032197 POC Contact,Elisa Sanchez,415/522-3162 DESC: The General Services Administration (GSA) announces an opportunity to provi de design-build services for a proposed new Federal Bldg./Courthouse in downtown Las Vegas, Nevada. Prospective offerors should be aware that acquistion of the proposed site for this facility has not yet been consummated. The proposed six (6) acre-site is bound by Bridger Avenue to the North, 6th Street to the east, Clark Avenue to the South, and Las Vegas Boulevard South to the west. The new b uilding will be approximately 410,000 gross square feet (38,089 GSM) while conta ining approximately 244,000 occupiable square feet (22,668 OSM) and will be able to satisfy the US Courts' 10 and 30 year requirements. The design of the build ing exterior, public spaces (lobbies, corridors), Jury Assembly, and the courtro oms will be provided by the Government. The eight (8) story building will house 10 courtrooms/judges chambers, court-related agencies, court support facilities with spaces for federal executive agencies at the initial occupancy which will later be renovated for future court use. The building will include one level of subterranean parking of 91 spaces and surface parking for approximately 200 spa ces. The building will be designed and constructed in "soft" metric units. The estimated total construction cost is between $70,000,000 and $83,000,000 with o ccupancy planned for the year 2000. The scope of Design/Build Services includes , but is not limited to the following: Design/Construction documents, and const ruction work which consists of providing all labor, material and equipment for e xcavation, complete buildout of core and shell and tenant improvement of the Fed eral Building/Courthouse. The acquisition will implement a "Two Phase" selectio n process. The Design/Builder selection will be completed in two phases as foll ows: PHASE ONE(1) will identify those firms which are highly and technically qua lified. A maximum of five (5) firms will be selected for consideration for PHAS E TWO (2). The short list will be based on the firms' submittals in response to the Request for Qualifications (RFQ). The Phase Two (2) submission is the basi s of making the final selection. Those firms will be required to prepare fully developed technical and price proposals. The Government will not allow any stip end for preparation of proposals. Offerors for Phase One (1) can be partnership , corporation, association, and/or other legal entity which will have contractua l responsibility for the project. A proposed joint venture should provide profi les for all firms in the joint venture. Consideration for the firm is not restri cted to any geographic area. Firms interested in receiving the RFQ should submi t a letter of intent and Standard Form 254 prior to the pre-proposal meeting to be held on Friday, January 10, 1997 at 10:00 A.M., in Courtroom 1, Foley Buildin g, 300 Las Vegas Blvd., South, Las Vegas, NV. Submit your letter of intent and SF 254 by FAX (415) 522-3316, Attention: Elisa Sanchez, Contracting Officer or M ail to: GSA, Property Development Division (9PCS) 450 Golden Gate Avenue, 3rd Fl oor West, San Francisco, CA 94102-3434. Project qualifications submitted by eac h firm will be reviewed and evaluated based on the following evaluation factors. The evaluation factors may or may not change between now and the issuance of t he RFQ. I. PAST PERFORMANCE: (50%) Offerors' proposals will be evaluated (1) t o compare the similarity of project(s) completed within the last ten (10) years, (2) to determine the extent to which project(s) were completed on time and with in budget while meeting qualitative expectations, and (3) to consider the offero rs' working relationship with the owner(s) representative. Each offeror will be evaluated, in part, based on the project owner's evaluation of the offerors' re cent past performance on existing projects for similar services. Construction o f an existing project must be at least 50% complete, in order to be considered f or evaluation. II. ORGANIZATION STRUCTURE AND MANAGEMENT APPROACH: (25%) Offe rors' proposals will be evaluated (1) to determine the organizational structure and assignment of responsibilities of the member firms and their key personnel, (2) to consider the extent of past experience that the firms or key members of t he firms have in working together, and (3) to verify that the management plan pr ovides for appropriate assurance of quality while maintaining schedule and cost control. III. TEAM COMPOSITION: (25%) Offerors' proposal will be evaluated (1) to determine the individual and collective strength and experience of member fi rms, and (2) to determine the personnel experience and education of the offerors ' key personnel as well as their experience on most recent projects for similar services. Prospective offerors will be required to demonstrate their financial responsibility, including bonding capacity as part of their Phase One (1) submis sion. For Phase One (1) offerors shall be required to submit ten (10) copies of the following: SF 254, a maximum of ten (10) completed projects within the last ten (10) years including the name, address and telephone number of owner repres entative for each project, a management plan narrative which includes organizati on chart, graphic representation of preliminary schedule with key milestones and resumes of key personnel. The Government will only provide additional informat ion regarding PHASE TWO (2) interviews and final selection criteria to the short - -listed firms. This procurement is being made under the Small Business Competit iveness Demonstration Program. Prior to award of the contract, the firm which d oes not qualify as Small Business Concern shall be required to present an accept able Subcontracting Plan in accordance with Public Law 95-507. Small Businesses and Small Disadvantaged Businesses are encouraged to participate as prime contr actor or as members of joint ventures with other small businesses. The success ful contractor will be expected to place subcontract with small and small disadv antaged businesses to the maximum practical extent in accordance with Public Law 95-507. Although this procurement is open to large business, small and small d isadvantaged firms are strongly encouraged to participate. Written comments and questions arising from the January 10, 1997 pre-proposal meeting must be receiv ed by Close of Business (4:00 P.M.) on January 21, 1997. A Request for Qualifica tions (RFQ) will be issued before February 3, 1997. This not a request for FEE PROPOSAL. FOR MORE INFORMATION, PLEASE CALL ELISA SANCHEZ AT (415) 522-3162. CITE: (I-351 SN012524) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Engr Dist New Orleans, P.O. Box 60267, New Orleans, LA 70160 SUBJECT: Y--MISSISSIPPI RIVER AND GULF INTRACOASTAL WATERWAY, NEW ORLEANS HARBOR, ORLEANS PARISH, LA, LEASED CUTTERHEAD DREDGE NO. 3-97 OM-97-015 SOL DACW29-97-B-0003 POC Contract Specialist, Eileen Johnson, (504)862-1640 DESC: This advance notice is cancelled in its entirety. CITE: (I-352 SN012752) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047 SUBJECT: Y--CASCADE RA FENCES SOL 1422D910Q970004 DUE 011497 POC Patricia A. Fort, Contracting Officer, 208/373-3910 DESC: Furnishing labor, equipment, supplies and materials except for specified Government-furnished property to build, rebuild and repair barbed wire and electric fences in the Cascade Resource Area. Work under this contract is located in Payette and Gem counties. Performance period for each fence location ranges from February 15, 1997 to May 15, 1997. Estimated price range is between $25,000 and $100,000. In accordance with FAR 28.102-1, a 50% payment bond is required for contracts greater than $25,000, prior to issuance of the Notice to Proceed. Please submit written requests for solocitation to Bureau of Land Management, 1387 S. Vinnell Way, Boise, ID 83709, Attn: Patricia A. Fort, Contracting Officer or fax request to 208/373-3915; include name, address, phone no., and solicitation no. All responsible sources may submit an offer which will be considered. See Numbered Note 26. LINK http://www.blm.gov/natacq/sol LINKDESC: EMAIL pfort@ID.BLM.GOV EMAILDESC: CITE: (W-352 SN012753) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, NY Facilities Service Office, 2 Hudson Place, Hoboken, NJ 07030-5502 SUBJECT: Y--PREQUALIFICATION STATEMENTS ARE SOLICITED FROM CONTRACTORS INTERESTED IN BEING PLACED ON THE PREQUALIFIED CONTRACTORS LISTING FOR REPAIR & ALTERATIONS AND NEW CONSTRUCTION PROJECTS IN THE STATE OF NEW YORK SOL 332495-97-A-0016 DUE 011797 POC For Information Contact: Lori E. Savage, (201) 714-5444/Cynthia Wellington, (201) 714-5421. DESC: This is a Notice of Intent to prequalify firms for Repair & Alterations and New Construction of postal facilities in the State of New York (various counties). Estimated cost range is $100,000.00-$750,000.00. Construction starting time will commence in calendar year 1997. Prequalification packages will be evaluated by the Contracting Officer's staff. Primary factors that will be considered are: construction experience, financial stability, bonding capacity, workload capacity and references from past clients. Other factors to be considered are: project management capabilities, company organization, and MBE participation and commitment, as further described in the Prequalification package. All firms will be notified within 60 days of receipt of their application as to prequalification status. Firms selected as being the most qualified, will be placed on the Prequalification List. Interested firms that the minimum criteria stated above, may obtain a Prequalification package by contacting Lori E. Savage, (201) 714-5444 or Cynthia Wellington, (201) 714-5421. Prequalification packages will not be returned. This is not a request for proposal. CITE: (M-352 SN012755) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, NY Facilities Service Office, 2 Hudson Place, Hoboken, NJ 07030-5502 SUBJECT: Y--PREQUALIFICATION STATEMENTS ARE SOLICITED FROM CONTRACTORS INTERESTED IN BEING PLACED ON THE PREQUALIFIED CONTRACTORS LISTING FOR REPAIR & ALTERATIONS AND NEW CONSTRUCTION PROJECTS IN THE STATE OF NEW YORK SOL 332495-97-A-0017 DUE 011797 POC For Information Contact: Lori E. Savage, (201) 714-5444/Cynthia Wellington, (201) 714-5421. DESC: This is a Notice of Intent to prequalify firms for Repair & Alterations and New Construction of postal facilities in the State of New York (various counties). Estimated cost range is $750,000.00-$5,000,000.00. Construction starting time will commence in calendar year 1997. Prequalification packages will be evaluated by the Contracting Officer's staff. Primary factors that will be considered are: construction experience, financial stability, bonding capacity, workload capacity and references from past clients. Other factors to be considered are: project management capabilities, company organization, and MBE participation and commitment, as further described in the Prequalification package. All firms will be notified within 60 days of receipt of their application as to prequalification status. Firms selected as being the most qualified, will be placed on the Prequalification List. Interested firms that the minimum criteria stated above, may obtain a Prequalification package by contacting Lori E. Savage, (201) 714-5444 or Cynthia Wellington, (201) 714-5421. Prequalification packages will not be returned. This is not a request for proposal. CITE: (M-352 SN012756) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, NY Facilities Service Office, 2 Hudson Place, Hoboken NJ 07030-5502 SUBJECT: Y--PREQUALIFICATION STATEMENTS ARE SOLICITED FROM CONTRACTORS INTERESTED IN BEING PLACED ON THE PREQUALIFIED CONTRACTORS LISTING FOR REPAIR & ALTERATIONS AND NEW CONSTRUCTION PROJECTS IN THE STATE OF NEW JERSEY SOL 332495-97-A-0014 DUE 011797 POC Lori E. Savage (201) 714-5444, Cynthia Wellington (201) 714-5421. DESC: This is a Notice of Intent to prequalify firms for Repair & Alterations and New Construction of postal facilities in the State of New Jersey (various counties). Estimated cost range is $100,000.00--$750,000.00. Construction starting time will commence in calendar year 1997. Prequalification packages will be evaluated by the Contracting Officer's staff. Primary factors that will be considered are: construction experience, financial stability, bonding capacity, workload capacity and references from past clients. Other factors to be considered are: project management capabilities, company organization, and MBE participation and commitment, as further described in the Prequalification package. All firms will be notified within 60 days of receipt of their application as to prequalification status. Firms selected as being the most qualified, will be placed on the Prequalification List. Interested firms that the minimum criteria stated above, may obtain a Prequalification package by contacting Lori E. Savage (201) 714-5444 or Cynthia Wellington (201) 714-5421. Prequalification packages will not be returned. This is not a request for proposal. CITE: (M-352 SN012762) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: 49th Contracting Squadron/LGCC, P O Drawer S, Holloman AFB NM 88330-1601 SUBJECT: Y--CONSTRUCT OUTDOOR RECREATION OPERATION FACILITY SOL F29651-97-B0004 DUE 022797 POC Larry Eakin, (505) 475-7826, Contracting Officer, Karen Carney (505) 475-3578 DESC: Project number HOL 96-3024. Project title, Outdoor Recreation Operation Facility, Holloman AFB, New Mexico. Construction consists of erecting a new facility. The work includes installation of masonry bearing walls, concrete slab on grade, steel roof and wall framing, metal roof, aluminum storefront, hollow metal doors and frames, plumbing fixtures, HVAC and electrical systems, interior finishes, site work, landscaping improvements and installing Government furnished equipment. Performance period is 187 calendar days. One job--Invitation for Bid number F29651-97-B0004 will be issued on or about 28 Jan 1997--Magnitude of this project is between $500,000. and $1,000,000. SIC code is 1542; size standard is $17 million. This is a non-appropriated purchase and it does not obligate appropriated funds of the United States Government. Non-appropriated funds are funds generated by the military community through the sales of goods and services and the collection of fees and charges for participation in military community programs. Award is contingent upon availability of funds. This project does not involve Federal tax dollars. All prospective business firms are invited and encouraged to attend a site visit. Date of the site visit will be included in the Invitation for Bid. All responsible business sources may submit a bid which shall be considered. No further general notification concerning this project will be issued. Interested contractors should as early as possible, but not later than 15 days of this notice, contact the buyer. There will be a $45. charge for each set of drawings and specifications for this project. Written requests shall be accompanied by a company check made payable to "Defense Accounting Officer" in the amount of $45. All requests shall be addressed to KAREN CARNEY, buyer, 49 CONS/LGCC, PO DRAWER S, HOLLOMAN AFB NM 88330-1601. Provide company name, address, phone/FAX, and CAGE code with your request. Phone/fax requests will not be accepted. CITE: (W-352 SN012766) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (HRL), Rock Island , IL 61299-7630 SUBJECT: Y--MULTI-PURPOSE RANGE COMPLEX SOL DAAE20-97R0015 DUE 043097 POC Contract Specialist: Suzie Yackley (309) 782-3865, PCO: Marilyn E. Strieter (309) 782-5521 DESC: Multi-Purpose Range Complex. This acquisition involves the design, construction, manufacturing and installation, and optional years operation and maintenance, of a Multi-purpose Range Complex in the country of Kuwait. The range is a two lane maneuver and live-fire training facility for Kuwait Abrams tanks and the Desert Warrior infantry vehicles with each lane having two assault trials and each trial having five defensive fighting positions. The down-range area is about 1700 by 4500 meters, and includes a number of target lifting devices in selectively located protective bunkers. The target lifting devices are integrated into a computer controlled training system that can present diverse tactical training scenarios and quantify performance of the trainees. The uprange or administrative area is about 1400 by 580 meters, and includes a control tower facility and space for contractor usage. The contractor would be required to deliver an integrated "turnkey" range. This range will be used by the Kuwait Land Forces to provide realistic live-fire battlefield training for a variety of training objectives. A business arrangement in Kuwait and proof of it is required at time of proposal submission. A site survey in Kuwait is scheduled on 12 Feb 97 and is limited to one representative. A Pre-proposal conference is scheduled on 26 Feb 97 at Rock Island, IL and is limited to 3 representatives. Request you notify the Contracting Officer who will be attending the site survey by 10 Jan 97 and the Pre-proposal conference by 21 Feb 97. Datafax number is (309) 782-3806. This is a formal source selection and will require technical proposals in addition to price proposals. A draft solicitation will be issued around 14 Jan 97 with a final solicitation to follow. A nonrefundable fee of $275.00 is required for receipt of each draft solicitation ordered, and $300.00 for each final solicitation ordered. Submit a certified cashier's check for each solicitation ordered, specifying draft or final solicitation, payable to the treasurer of the United States, to the following address: TACOM-ACALA, ATTN: AMSTA-AC-PCH-A/Suzanne Yackley, Rock Island, IL 61299-7630. This is also being published under Classification Code 69 in the CBD. All or part of this action is an unfunded FY97 requirement. Estimated issue date of this solicitation is 033197. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE) (if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309)782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. See Note(s): 26. CITE: (I-352 SN012804) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK 74121-0061 SUBJECT: Y--ADAL FACILITIES FOR CONVERSION FUEL MAINTENANCE HANGAR, TINKER AIR FORCE BASE, OKLAHOMA SOL DACA56-97-B-0010 DUE 022097 POC Susan Killgore, Contract Specialist, 918/669-7272 DESC: Construction of 24,220 sq. ft. reinforced concrete and metal fuel maintenance and aircraft wash hangar with motorized doors to accommodate KC-135 aircraft, with administration, training, tool, and equipment areas, aqueous film forming foam (AFFF) system for fire protection, and necessary utility support. Estimated cost range of this project is $5,000,000 to $10,000,000. An advanced non-refundable fee of $100.00 (reduced size) and $185.00 (full size) is required for each set of specifications. Make check payable to F&A Officer, USAED, Tulsa and mail to the attention of Contracting Division. Payment must be received prior to issuance of plans and specifications. Plans and specifications will be available on or about January 17, 1997. No phone calls to order please. All orders will be mailed via first class mail. Request for special handling (Fed-X, etc.) will not be honored. CITE: (I-352 SN012805) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, NY Facilities Service Office, 2 Hudson Place, Hoboken NJ 07030-5502 SUBJECT: Y--PREQUALIFICATION STATEMENTS ARE SOLICITED FROM CONTRACTORS INTERESTED IN BEING PLACED ON THE PREQUALIFIED CONTRACTORS LISTING FOR REPAIR & ALTERATIONS AND NEW CONSTRUCTION PROJECTS IN THE STATE OF NEW JERSEY SOL 332495-97-A-0015 DUE 011797 POC Lori E. Savage (201) 714-5444, Cynthia Wellington (201) 714-5421. DESC: This is a Notice of Intent to prequalify firms for Repair & Alterations and New Construction of postal facilities in the State of New Jersey (various counties). Estimated cost range is $750,000.00--$5,000,000.00. Construction starting time will commence in calendar year 1997. Prequalification packages will be evaluated by the Contracting Officer's staff. Primary factors that will be considered are: construction experience, financial stability, bonding capacity, workload capacity and references from past clients. Other factors to be considered are: project management capabilities, company organization, and MBE participation and commitment, as further described in the Prequalification package. All firms will be notified within 60 days of receipt of their application as to prequalification status. Firms selected as being the most qualified, will be placed on the Prequalification List. Interested firms that the minimum criteria stated above, may obtain a Prequalification package by contacting Lori E. Savage (201) 714-5444 or Cynthia Wellington (201) 714-5421. Prequalification packages will not be returned. This is not a request for proposal. CITE: (M-352 SN012861) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. Army Engineer District, Norfolk, Attn: Cenao-CT, 803 Front Street, Norfolk, Virginia 23510-1096 SUBJECT: Y--ALTERATIONS HEADQUARTERS ACC FACILITIES, PHASE I, LANGLEY AFB, VA SOL DACA65-97-B-0007 DUE 021997 POC Linda V. Williams, (757)441-7358 DESC: The work includes renovating Buildings 605, 606 and 661. Building 605 is a 1,700 square foot two story structure used as a storage area. Building 606 is a 24,000 square foot two story structure used as a paint shop. Building 661 is a 34,000 square foot single story structure used as a distribution facility. Under this renovation, all buildings are to be converted to general administrative spaces. Structures include reinforced concrete, concrete masonry, brick, steel joists, shingle roofing, built up roofing, sealants, carpentry, paint, acoustic ceilings, resilient floors, carpet, plumbing, casework, heating ventilation and air conditioning, sprinklers, gas piping, interior electric, underground electrical distribution, lighting, and related work. Also included is clearing, grubbing, trenching, connection to utility systems, and signage. A Network Analysis will be required for this project. Magnitude of project is estimated between $1,000,000.00 and $5,000,000.00. Duration of the project is 420 days. This is an unrestricted procurement. SIC Code 1542 applies. Solicitation documents are available from Defense Automated Printing Service (DAPS), 1641 Morris Street, Norfolk, VA 23511, (757)7358, in the non-refundable amount of $86.00 per set. DAPS will accept checks and money orders as payment. Solicitation documents are NOT available for purchase from Norfolk District. EMAIL lwilliams@cenad1.nad.usace.army.mil EMAILDESC: CITE: (W-352 SN012868) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: NASA Langley Research Center, Bid Distribution Office, MS 126, Hampton, Virginia 23681-0001 SUBJECT: Y--BUSINESS OPPORTUNITIES WITH NASA LANGLEY RESEARCH CENTER SOL N/A POC Sandra M. Glenn, Contract Specialist, 757-864-2413. DESC: Effective immediately, all construction solicitations (excluding specifications and drawings) of $500,000 or less with NASA Langley Research Center will only be publicized on the Internet and will no longer appear in the Commerce Business Daily. The potential construction solicitations may be downloaded from the procurement homepage for Langley Research Center. The URL location is as follows: http://db-www.larc.nasa.gov/procurement/home-page.html. Please check this site daily for potential business opportunities with Langley Research Center. The specifications and drawings are only available at this time in hard copy by contacting the NASA bid distribution office at 757-864-2547. CITE: (I-352 SN012900) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of Interior, Fish and Wildlife Service/CGS/LFG, Eastside Federal Complex, 911 NE., 11th Avenue, Portland, Oregon 97232-4181 SUBJECT: Y--CONSTRUCT TRAVELING BRIDGE TYPE SAND FILTER AT COLEMAN NATIONAL FISH HATCHERY, ANDERSON, CALIFORNIA SOL FWS1-97-019(LFG) DUE 021897 POC Lola F. Gannon, (503) 231-6188, Contracting Officer. For bid package requests, contact Sandy Stevens, (503) 872-2760. DESC: Work consists of construction of a nominal 16 foot by 268 foot dual media, traveling bridge type sand filter complete with two bridges and control systems; including excavation, piping, concrete basins, site grading, power and instrumentation systems and related work. Bid alternatives for one-pump and two-pump type systems will be accepted. The approximate issue date is January 18, 1996. The issue date is an estimate only and the actual bid due date will be 30 days after the actual issue date. Price Range $1,000,000.00-$5,000,000.00. CITE: (M-352 SN012961) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Department of Interior, Fish and Wildlife Service/CGS/LFG, Eastside Federal Complex, 911 NE., 11th Avenue, Portland, Oregon 97232-4181 SUBJECT: Y--CONSTRUCT TRAVELING BRIDGE TYPE SAND FILTER AT COLEMAN NATIONAL FISH HATCHERY, ANDERSON, CALIFORNIA SOL FWS1-97-019(LFG) DUE 021897 POC Lola F. Gannon, (503) 231-6188, Contracting Officer. For bid package requests, contact Sandy Stevens, (503) 872-2760. DESC: Work consists of construction of a nominal 16 foot by 268 foot dual media, traveling bridge type sand filter complete with two bridges and control systems; including excavation, piping, concrete basins, site grading, power and instrumentation systems and related work. Bid alternatives for one-pump and two-pump type systems will be accepted. The approximate issue date is January 18, 1996. The issue date is an estimate only and the actual bid due date will be 30 days after the actual issue date. Price Range $1,000,000.00-$5,000,000.00. CITE: (M-352 SN012965) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Department of the Treasury (2024), Federal Law Enforcement Training Center, Procurement Division, Bldg. 28, Glynco, GA 31524 SUBJECT: Y--CONSTRUCTION OF NEW DORMITORY AND RECREATION BUILDING SOL FTC 97-11 DUE 030397 POC Kim Anderson, Procurement Technician at (912)261-3631 or C.D. Smithson, Contracting Officer DESC: Construct precast concrete/masonry three story dorm structure with a 216 room minimum, modifications to central mechanical plant and separate one story recreation building structure at the Federal Law Enforcement Training Center, Glynco, GA. Construction is to include all work associated with the project. Solicitation instructions, plans, and specs may be examined at the Procurement Division, Building 28, Glynco, GA, during regular business hours. Bid packages will be available at $50.00 per set, non-refundable. Written requests only, citing IFB-FTC-97-11. Checks/money orders should be made payable to the "Federal Law Enforcement Training Center". Bid packages will be issued on or about January 30, 1997. Estimated magnitude of project is between $5,000,000 and $10,000,000. This procurement is 100% set-aside for small business. CITE: (I-352 SN012974) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DOI, Fish and Wildlife Service, (CGS) Mail Stop 60181, P.O. Box 25486, DFC, Denver, CO 80225 SUBJECT: Y--HATCHERY EFFLUENT TREATMENT SYSTEM SOL 1448-60181-97-B036 DUE 020697 POC POC: Cathleen DeBerry/Procurement Assistant, 303/236-5412 x 221; ; or David M. Clack, Contracting Officer, 303/236-5412 x228. DESC: Furnish all labor, material, and equipment necessary to construct t an effluent treatment system. The system includes a reinforced cast-in-place concrete settling basin and a cut and cover settling basin drain. The project site is located at the Jackson National Fish Hatchery near Jackson, Wyoming. The contract period of performance will be 120 calendar days from the contractor's receipt of the notice to proceed, which will be issued o/a April 1, 1997. The estimated price range is $100,000 $250,000. This solicitation will not be restricted. All responsible sources may submit a bid, which will be considered. Solicitation will be available o/a January 6, 1997. Please Fax requests for solicitation package to 303/236-4791, state solicitation number, company name, mailing address and telephone number on request. CITE: (I-352 SN012975) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315 SUBJECT: Z--REPLACE TWO HIGH TEMPERATURE HOT WATER (HTHW) CONVERTERS IN FAIRCHILD HALL, BLDG 2354, PROJECT NO. 97-2005 SOL F0561197B0202 DUE 030497 POC Shirley McCoy, (719) 333-2734/Contracting Officer, John D. Peters, (719) 333-2735 DESC: This project consists of, but is not limited to, replace two high temperature hot water (HTHW) converters and associated piping, and install Direct Digital Controls (Staefa only) in mechanical room 1H6 in Fairchild Hall, Bldg 2354. Estimated cost range of the proposed acquisition is between $250,000 and $500,000. All sources shall provide a written request by letter (or fax 719 333-4404), include a street mailing address and phone number. For informational purposes, the small business size standard for this solicitation is one where the average annual receipts of the concern does not exceed $7.0 million and the SIC Code is 1711. This solicitation is scheduled for issuance on or about 15 Jan 97. This is an unrestricted solicitation in accordance with the Small Business Competitive Demonstration Program. All business concerns are encouraged to submit offers. Women-owned and small disadvantaged business concerns are encouraged to submit offers. The specifications and drawings will be available on CD Rom ONLY. The solicitation will be limited to 50 copies on a first-come-first-served basis to those sources identifying themselves as prime contractors. Based upon the number of responses received, remaining packages will then be sent to all other sources until they are exhausted. Concerns may review the solicitation at this address (call for an appointment) or local plan rooms if copies are no longer available. CITE: (W-351 SN012494) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, Public Buildings Service, Contracts Branch (5PMC, M/S 33-3), 230 South Dearborn Street, Room 3324, Chicago, Illinois 60604-1696 SUBJECT: Z--INDEFINITE QUANTITY MULTIPLE AWARD CONSTRUCTION CONTRACT - STATE OF OHIO SOL GS05P97GAD0033 POC Emily Matinez, (312)353-1093 DESC: Indefinite Quantity Multiple Award Construction Contract (ID/IQ) for the State of Ohio. GSA is considering using the ID/IQ concept to award 5 or more identical contracts covering all GSA-controlled Federal buildings in the State of Ohio. Offerors would be required to provide a price for a number of generic line items plus an adjustment factor for each building. The contract would be for a firm-fixed, lump sum contract, for specified line items with unpriced work to be competed among successful contractors. The scope of work would consists of but not be limited to demolition, asbestos removal, masonry, carpentry, acoustical flooring, interior finishing, mechanical, and electrical work. Delivery orders would be issued to accomplish the work. On January 15, 1997, GSA contemplates conducting a pre-solicitation conference. The conference will be conducted to promote a better understanding of the Request for proposals by prospective offerors and to allow changes to the draft solicitation where appropriate. The conference will be held at the Amphitheater at North Point Tower, 1001 Lakeside Avenue, lower level (M-1), Cleveland, Ohio. The conference is scheduled for 10:00AM Ohio time and may continue until approximately 12:00 noon. There will be a lunch break at approximately noon and after lunch, caucuses will be set up to address any additional questions. The conference could go as long as 2:00PM. Draft copies of the solicitations will be made available for your perusal. You may obtain a draft copy of the solicitation by dialing our 24 hour hotline number at: 312-353-1093. You should be prepared to provide the information requested by the hotline operator in order to obtain a draft copy. CITE: (W-351 SN012510) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: Z--REPLACE UNDERGROUND STORAGE TANK SOL F48608-97-B-0008 DUE 020397 POC Mark Clapp; Contract Officer: Carroll M. Vye; 307-775-2635 (Fax 307 775-3964) DESC: The work consists of removal and replacement of the existing TK-101 (14,500 gallon) shallow buried diesel fuel system at a Missile Launch Facility. Performance Period for the resultant firm fixed purchase order awarded as a result of this solicitation will be thirty-one calendar days with a winter exclusion period of 01 Dec to 30 Apr. This solicitation is a 100% aside for emerging small business. To receive a solicitation package, requests must be in writing. The issue date will be on or about 02 Jan 1997 with the bid opening date 30 days after issuance. The magnitude of this project is between $25,000 and $100,000. For further information, contact Mark Clapp, (307) 775-2635, Fax (307) 775-3964, 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB WY 82005-2860 CITE: (W-351 SN012513) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Naval Facilities Engineering Command, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Z--HANGAR ADDITION AND RENOVATION, NAS ATLANTA, GA SOL N62467-96-B-0863 DUE 021397 POC Technical inquiries prior to bid opening MUST be submitted in writing to the address listed above, or faxed to (803) 820-5853, Attention: Agnes Copeland Code 0212AC. The Contracting Officer for this solicitation is L. C. Millhouse. DESC: SOLICITATION NOTICE: THE COST FOR EACH SET OF PLANS AND SPECIFICATIONS IS $30.00. THE POINT OF CONTACT IS RONNIE MITCHUM AT 803/743-4040. THIS CHARGE IS NON-REFUNDABLE. To obtain plans and specifications you may CHARGE your request to a CORPORATE VISA CREDIT CARD or make company check payable to US Treasury and send to the DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P O BOX 71359, CHARLESTON, SC 29415 OR FOR DIRECT OR EXPRESS MAIL DELIVERY, ADDRESS YOUR REQUEST TO SUITE B 2825 AVENUE D. NORTH CHARLESTON, SC 29408-1802. If problems arise concerning your request, call RONNIE MITCHUM at 803/743-4040. To obtain a plan holders list FAX your request to 803/743-3027. For inquiries about BID OPENING DATE, NUMBER OF AMENDMENTS ISSUED, CONTACT SUSAN CLARK at (803) 820-5775. To obtain bid results, call (803) 820-5922 after 10:00 AM for a pre-recorded message that will be available the day after scheduled bid opening. The work includes selected interior demolition of interior walls, ceilings, some floor finishes and mechanical, electrical, and plumbing systems and construction of new walls, ceilings, finishes and mechanical, electrical, and plumbing systems, and incidental related work of a 2 story steel and concrete structure housing administrative and shop portions of an existing aircraft hangar. Also, the work includes the construction of a pre-engineered metal building and related site work. Estimated cost of project is $1,000,000.00 to $5,000,000.00. Estimated duration of the contract is 210 calendar days for completion. CITE: (I-351 SN012516) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: Z--MAINTAIN TUCKPOINT MASONRY HISTORIC FACILITIES REQUIREMENTS CONTRACT SOL F48608-97-B0009 DUE 012997 POC Janet Dull, 307-775-2635, Contract Specialist DESC: The work consists of replacing brick and repairing the mortar joints on any of the brick buildings located within the F. E Warren Historical District boundary, as a part of the Base's continuing effort to maintain the aesthetic look of these buildings. Performance period for a firm fixed price construction contract as a result of this solicitation will be one basic year and one option year. To receive a solicitation package, requests must be in writing. The issue date will be on or about 29 Jan 1997 with bid opening date 30 days after issuance. The magnitude of this project is between $250,000 and $500,000. For further information, contact Janet Dull, (307) 775-2635, 90th Contracting Squadron, 7505 Marne Loop, F. E. Warren AFB, WY 82005-2860. CITE: (W-351 SN012517) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, U.S. Coast Guard, Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337 SUBJECT: Z--INSTALL POWER FACTOR CORRECTION CAPACITOR AT CG, ISC SEATTLE WA. SOL DTCG88-97-B-623201 DUE 013197 POC Contact Bid Issuing Clerk, (510) 535-7219; Contracting Officer Almer Adams 510/535-7219 DESC: INSTALL THE POWER FACTOR CORRECTION CAPACITOR AT COAST GUARD INTEGRATED SUPPORT COMMAND, SEATTLE WA Work includes: (A) Installation of a 3000 KVAR, 5KV, 3 Phase automated power factor capacitor unit and accessories, materials and wire connections; (B) Installation of additional 5KV switch gear and busbar; (C) Installation of concrete mounting pad for the capacitor unit and additional 5KV Switchgear Section and (D) installation of chain link fencing for the capacitor unit. Estimated cost of this procurement is between $100,000 and $250,000. Performance period is 120 calendar days after receipt of Notice to Proceed. Anticipate bid issue date is 12/31/96. SIC Code for this procurement is 1731, Small Business size standard is Small if its average annual Receipts for its preceeding 3 fiscal years do not exceed $7.0 million. THIS IS AN UNRESTRICTED ACQUISITION BEING SOLICITED AND AWARDED UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM, ALL RESPONSIBLE SOURCES ARE ENCOURAGED TO RESPOND. For Minority, Women and Disadvantaged Business Enterprises: The Department of Transportation (DOT Office of Small and Disadvantage Business Utilization has programs to assist minority, women owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $500,000 per contract. DOT provides and 80 percent guaranty on the bond amount to a surety against losses. For further information and applicable forms concerning the STLP and Bonding Assistance Program, please call (800) 532-1169. CITE: (I-351 SN012520) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Naval Facilities Engineering Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP 96540- 2200 SUBJECT: Z--GROUNDS MAINTENANCE SERVICES FOR U. S. NAVY FAMILY HOUSING, GUAM, M.I. SOL N62766-96-B-9014 DUE 101696 POC Contact Julia Taitano, Contract Specialist, Tel: (671) 339- 2252/3180 DESC: This procurement is a 100% set-aside for Small Business concerns. The contractor shall furnish all labor, management, supervision, tools, equipment, materials, supplies, and transportation necessary to perform grounds maintenance services for U. S. Navy Family Housing in Guam in accordance with the specified requirements. The services are to be performed under a combination Firm, Fixed-Price and Indefinite Quantity type contract. The contract term will be for a period of 12 months with 4 option periods. Estimated cost range is for base, plus options, is between $1,000,000 and $5,000,000. Approximate date of availability of plans and specs is on or about 02 January 1997. Availability of the solicitation is limited and will be furnished on a first-come, first-served basis. Bid opening is scheduled for 04 February 1997, at 2:00 P.M. Guam time. See note 1. SIC CODE--0782 CITE: (I-351 SN012525) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Naval Facilities Engineering Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP 96540- 2200 SUBJECT: Z--GROUNDS MAINTENANCE SERVICES FOR U. S. NAVY FAMILY HOUSING, GUAM, M.I. SOL N62766-96-B-9014 DUE 101696 POC Contact Julia Taitano, Contract Specialist, Tel: (671) 339- 2252/3180 DESC: This procurement is a 100% set-aside for Small Business concerns. The contractor shall furnish all labor, management, supervision, tools, equipment, materials, supplies, and transportation necessary to perform grounds maintenance services for U. S. Navy Family Housing in Guam in accordance with the specified requirements. The services are to be performed under a combination Firm, Fixed-Price and Indefinite Quantity type contract. The contract term will be for a period of 12 months. Estimated cost range is between $250,000 and $500,000. Approximate date of availability of plans and specs is on or about 02 January 1997. Availability of the solicitation is limited and will be furnished on a first-come, first-served basis. Bid opening is scheduled for 04 February 1997, at 2:00 P.M. Guam time. See note 1. SIC CODE--0982 CITE: (I-351 SN012526) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Naval Facilities Engineering Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO AP 96540- 2200 SUBJECT: Z--GROUNDS MAINTENANCE SERVICES FOR U. S. NAVY FAMILY HOUSING, GUAM, M.I. SOL N62766-96-B-9014 DUE 101696 POC Contact Julia Taitano, Contract Specialist, Tel: (671) 339- 2252/3180 DESC: This procurement is a 100% set-aside for Small Business concerns. The contractor shall furnish all labor, management, supervision, tools, equipment, materials, supplies, and transportation necessary to perform grounds maintenance services for U. S. Navy Family Housing in Guam in accordance with the specified requirements. The services are to be performed under a combination Firm, Fixed-Price and Indefinite Quantity type contract. The contract term will be for a period of 12 months. Estimated cost range is between $250,000 and $500,000. Approximate date of availability of plans and specs is on or about 02 January 1997. Availability of the solicitation is limited and will be furnished on a first-come, first-served basis. Bid opening is scheduled for 04 February 1997, at 2:00 P.M. Guam time. See note 1. SIC CODE--0982 CITE: (I-351 SN012527) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commander, Pacific Division, Naval Facilities Engineering Command, Contracts Department, 4262 Radford Drive, Honolulu, HI 96818-3296 (Code 0212) SUBJECT: Z--NAF PROJECT N-637, GYMNASIUM ADDITION, MARINE CORPS BASE HAWAII, KANEOHE, OAHU, HAWAII SOL N62742-96-B-1344 DUE 020697 POC Contact Ms. Sarah Goodwin-Bain, Procurement Technician, Ms. Beverly Quevedo, Contract Specialist, Telephone No. (808) 474-6314, Facsimile No. (808) 474-7316 DESC: The Pacific Division, Naval Facilities Engineering Command requires a design-build contract to construct an addition to an existing gymnasium. The scope of work includes the design and construction of an 11,000 square feet, single story, concrete slab on grade, high ceiling, fire protected, and air conditioned addition to the existing gymnasium, complete and ready for use. This is a non-appropriated funds project which is to be acquired by initially qualifying bidders based on the evaluation criteria indicated below, and then issuing an Invitation for Bid exclusively to no less than five bidders that best meet the evaluation criteria. Award shall made to the qualified bidder with the lowest price. This is a fixed-price design/build contract. The magnitude of this project is between $1,000,000 to $5,000,000. The period of performance is 270 calendar days for the entire project. The SIC code for this procurement is 1542 and the annual size standard is $17 million. Provide statements of qualifications, including names, phone numbers, and contract nos., for the following evaluation criteria listed in descending order of importance: (1) Quality of Experience - Firms will be evaluated in terms of: (a) The Designer's past experience involving gymnasiums or fitness Centers in the past five years, including designer's responsiveness to changes in design requirements; (b) The contractor's past experience with design-build contracts in the past five years (highly desired) or capability to perform under a design-build contract; and (c) The contractor's past experience with other federal government work in the past five years (highly desired) or experience with state, city & county, or commercial projects in the past five years; (2) Past Performance - Firms will be evaluated in terms of (a) Timely performance of work within the contract period, responsiveness to changes, and resolution of delays under the contract; (b) Performance evaluations, or letters of recommendations; (c) Effectiveness of management - provide information regarding control of subcontractors, cost growth on contracts, and any claims allowed; and (d) Implementation of Quality Control Program; and (3) Financial resources sufficient to successfully complete the project. Bidders should submit complete information as the Government may make a final determination regarding a proposal's acceptability soley on the basis of the qualifications as submitted. The original and four copies of the qualifications statements are due no later than 2:00 p.m. Hawaii Standard Time, on December 30, 1996, and shall be addressed to Naval Facilities Engineering Command, Pacific Division, Code 0212, Attn: Beverly Quevedo, 4262 Radford Drive, Honolulu, HI, 96818-3296. Faxed qualification statements are acceptable, but the original and four copies must be delivered within 5 days. The synopsis is published to invite all bidders under full and open competition to prequalify. A solicitation is not available. Only qualification statements are being considered at this time. The bid opening date is approximate. Synopsis #6. CITE: (I-352 SN012550) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--REROOFING OF 100 BUILDINGS IN PLEW RESIDENTIAL PARK, EGLIN AFB FL SOL F08651-97-B-0042 POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270; Cecile A. Ramos, Contracting Officer DESC: Presolicitation Notice. Reroofing of 100 Buildings in Plew Residential Park, Eglin AFB FL. Estimated bid opening date is 19 Feb 97. Construction work consists of removing and replacing existing asphalt shingle roofing, metal flashing, aluminum gutters and downspouts, roof sheathing, framing, chimneys, etc., on 296 military family housing units. Estimated dollar range is between $500,000 and $1M. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Bid packages may be obtained in for a nonrefundable $20.00 charge by submitting a written request to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862. Make check or money order payable to DFAS-LI, DSSN 6671. No phone calls for bid packages will be accepted. CITE: (W-352 SN012619) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Department of the Army, U.S. Army Engineer District, Buffalo, 1776 Niagara Street, Buffalo, New York 14207-3199 SUBJECT: Z--MAINTENANCE DREDGING, FAIRPORT HARBOR, FAIRPORT, LAKE COUNTY, OHIO SOL DACW49-97-B-0010 DUE 021897 POC Contact Point, Barbara Mansfield, Contract Specialist, 716-879-4256 DESC: Work consists of, but is not limited to, furnishing all plant, labor, material and equipment necessary to remove and dispose of approximately 150,000 cubic yards of dredged material, other than ledge rock, from Fairport Harbor, Fairport, Lake County, Ohio. Dredged material will be disposed of in Government designated open lake area and/or Contractor-furnished Government-approved disposal area. Estimated magnitude of construction in terms of physical characteristics is between 500,00.00 and 1,000,000.00. The performance period is 91 calendar days. Charge for solicitation documents is $15.00 per set of full size plans and specifications. Make check or money order payable to the "US Army Engineer District, Buffalo". NOTE: THE PROPOSED SOLICITATION IS 100% SET-ASIDE FOR SMALL BUSINESSES. SIC CODE 1629 CITE: (I-352 SN012712) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--REROOFING OF 150 BUILDINGS IN PLEW RESIDENTIAL PARK, EGLIN AFB FL SOL F08651-97-B-0043 POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270; Cecile A. Ramos, Contracting Officer DESC: Presolicitation Notice. Reroofing of 150 Buildings in Plew Residential Park, Eglin AFB FL. Estimated bid opening date is 19 Feb 97. Construction work consists of removing and replacing existing asphalt shingle roofing, metal flashing, aluminum gutters and downspouts, roof sheathing, framing, etc., on one-story military family housing units. Estimated dollar range is between $500,000 and $1M. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Bid packages may be obtained for a nonrefundable $20.00 charge by submitting a written request to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin AFB FL 32542-6862. Make check or money order payable to DFAS-LI, DSSN 6671. No phone calls for bid packages will be accepted. CITE: (W-352 SN012751) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Long Beach Area, Southwest Division, Naval Facilities Engineering Command, Long Beach, CA 90822-5080 SUBJECT: Z--PRE-SOLICITATION NOTICE--REPAIR WHARF 311, PIER 314, PIER 309 AND NAVIGATION AIDS AT THE NAVAL WEAPONS STATION, SEAL BEACH, CA SOL N68711-95-B-8629 POC Sandra Craft, (310) 547-7872/Contracting Officer Veneece McNeley. DESC: The work includes all necessary labor, materials, equipment, and supervision to perform repairs and replacement to Pier 309, Wharf 311, Pier 314, Dolphin 3 and an existing Buoy Line and incidental related work, at the Naval Weapons Station, Seal Beach, CA by means of an firm fixed price type contract. Performance period will be for two hundred ten (210) calendar days, commencing within 15 calendar days after award. Solicitation packages may be acquired in person from Plan Issue or by mail. Requests for the solicitation package must be in writing stating solicitation number N68711-95-B-8629, contractor's complete name, address, area code and phone number and whether bidding as a prime/subcontractor/supplier/manufacturer. Mail requests to the Officer in Charge of Construction, Los Angeles Area, Southwest Division, Naval Facilities Engineering Command, Naval Weapons Station, Building 230 (West Wing), Seal Beach, CA 90740-5000 or fax requests to plan issue at (310) 626-7961. Telephone requests will not be accepted. NOTE: Plans and specs will not be mailed to firms within a 20 mile radius of the issuing office. Tentative issue date on or about 02 January 1997 with an offer due date 30 days later. Responses are due not later than 10 days after publication of advertisement in the CBD. The proposed contract is unrestricted. The Standard Industrial Classification Code is 1799. The related small business size standard is $7 million. CITE: (M-352 SN012760) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, Construction Branch, AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862 SUBJECT: Z--REPLACING OF GARAGE DOORS IN WHERRY HOUSING, EGLIN AFB, FL SOL F08651-97-B-0044 DUE 021897 POC Bertha M. Burns, Contract Specialist, 904-882-5628, Ext. 5268, Cecile A. Ramos, Contracting Officer DESC: Eglin AFB, FL has a requirement for Replacing Garage Doors in Wherry Housing at Eglin AFB, FL. Bid opening date of 18 February 1997 is only an estimated date. The performance period is 120 calendar days. In general, the work shall consist of the removal of existing metal garage doors, door tracks, door accessories, and hardware and removal of certain existing wood framing and trim for the garage door openings. Installation of new metal garage doors, tracks, door accessories and hardware. Installation of new wood framing and trim for the garage doors. Patching and finishing of surfaces as required by replacing of doors. Painting of new surfaces. Estimated dollar range is between $25,000 and $100,000. All responsible sources may submit a bid that shall be considered by the agency. Firms responding should indicate if they are a small business. All requests must be submitted in wringing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 West D Avenue, Suite 541, Eglin AFB, FL 32542-6862. No telephone requests for solicitation packages are acceptable CITE: (W-352 SN012764) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Box 99129, MCAS, Yuma, AZ SUBJECT: Z--DEMO ROOF AT BLDG 1006 AT THE MARINE CORPS AIR STATION, YUMA, AZ SOL N68711-97-Q-7120 DUE 011097 POC Contact Jackie Hill, Purchasing Agent (520) 341-2212, Sherri Hyatt, Contracting Officer, (520) 341-2048. DESC: PRESOLICITATION NOTICE - The work includes furnishing all labor, transportation, supervision, material and equipment and performing all operations in connection with the removal and disposal of asbestos and lead containing building materials. This 1943 constructed building is eight feet, (8') in height with four foot (4') gabled ends. The contaminated materials, "ACM" and "LCM" consist of roofing and floor felt underlayment for three tab roofing shingles and vinyl floor tile, cement/asbestos transite siding (both interior and exterior) and is also present in floor tile in selected areas. Asbestos siding is found on the walls only in the five (5) restrooms. The roofing shingles and most of the floor tile are non "ACM", they must be treated as contaminated when the felts are removed. Lead is found only in the porch area to include all wood posts, beams, overhung and metal handrails. Local landfills are available for disposal. Point of contact is Nancy Muller (520) 341-5539. Work shall be completed by the end of January. This solicitation is unrestricted. All responsible sources should request copies of the plans and specs in writing, by mail, or by FAX (520) 341-3557. Please state solicitation number, complete name, area code, telephone number, street address, nine-digit zip code. Plans and specs should be available on/about 27 December 1996, on a first-come first-serve basis. Time for receipt of quotes estimated on/about 10 January 1997, 4:00 (local time). This is not a public bid opening. Plan holder list will not be faxed. All responsible sources may submit a quote and shall be considered. Standard Industrial Code is 8744. CITE: (I-352 SN012782) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 SUBJECT: Z--REMEDIATE LEAD-BASED PAINT AT MILITARY FAMILY HOUSING SOL F40650-97-B-0010 DUE 013197 POC Kathy P. Swanson, Contract Specialist, (615) 454-7841 DESC: This procurement is to provide painting services at the military family housing units, Arnold Air Force Base, Tennessee. Work involves the removal of loose and deteriorating lead-based paint from approximately 20,000 square feet of wooden and metallic surfaces on 39 units. Cleaned surfaces shall receive a three-coat painting system of primer, intermediate, and top coats. Work is required on occupied facilities. The performance period will be 120 calendar days after issuance of Notice to Proceed. The estimated order of magnitude is between $100,000 and $250,000. First copy of plans and drawings is available at no cost by faxing request to (615) 454-7330, Attn: Kathy Swanson. Requests should be submitted by 30 Dec 96. SIC code is 1721. CITE: (I-352 SN012783) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Mid-Atlantic Regional Contracting Office, 3600 Spurr Road, Quarters #14, Lexington, Kentucky 40511 SUBJECT: Z--REPAIRS TO HVAC EQUIPMENT AT FMC LEXINGTON SOL RFQ 123-0016 DUE 012297 POC Peter Van Steyn, Regional Contract Specialist (606) 253-8891. DESC: The Federal Bureau of Prisons intends to make a contract award for the overhaul and repairs to the HVAC equipment located at the Federal Medical Center, Lexington, Kentucky, in accordance with contract documents and specifications. The requirements under this solicitation shall include the contractor to provide all labor, materials, equipment and expertise to overhaul a Trane Centravac, #PCV-1F-C3-D3, s/n 10227, R-113 Chiller Unit, and repairs to a Trane Type M-41, s/n K13701 Fresh Air Handler Unit. The project magnitude for the subject project is within the estimated price range of $25,000 and $100,000. This contract action shall be 100% set-aside for Small Business Concerns. The issue date for the Request for Quotation is January 6, 1997, with a Bid opening date of January 28, 1997. A Pre-Bid Conference and Site Visitation is tentatively scheduled for January 16, 1997 at 10:00 am. Contractors requesting solicitation packages shall be in writing to the Federal Bureau of Prisons, Mid-Atlantic Regional Contracting Office, 3600 Spurr Road, Quarters #14, Lexington, Kentucky 40511, Attn: Peter Van Steyn, Regional Contract Specialist. Written solicitation requests may be faxed to (606) 253-8882. No deposit or solicitation fees are required for this solicitation package. CITE: (I-352 SN012791) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 305 Contracting Squadron, 3563 Lancaster Ave, McGuire AFB, NJ 08641- 1712 SUBJECT: Z--REPLACE ELECTRICAL DISTRIBUTION SYSTEM AT MCGUIRE AFB NJ SOL F28609-97-B0010 DUE 020597 POC Craig King, Contract Specialist, at 609-724-3519. DESC: Change previous solicitation number F28609-96-B0010, same project, to F28609-97-B0010. All requests for solicitation packages that have already been received by this office will be pen and ink changed. All prospective bidders, please make note of the solicitation number change. If you have any questions, contact Craig King at (609)724-3519. WRITTEN REQUESTS ONLY - Fax requests accepted at (609)724-5931. CITE: (I-352 SN012793) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK 74121-0061 SUBJECT: Z--GENERAL AND APPLIED INSTRUCTION FACILITY, MCALESTER ARMY AMMUNITION PLANT, OKLAHOMA SOL DACA56-97-B-0011 DUE 021197 POC Susan Killgore, Contract Specialist, 918/669-7272 DESC: Project consists of renovating three buildings for a total of approximately 42,600 SF and construction of a new 15,000 SF steel-frame insulated building. The new building will house inert ammunition and chemical, rocket, and missile trainers and will include an overhead crane and restrooms. The renovation will provide classrooms, storage, and administrative space. An elevator will be added to one of the buildings. Other work includes addition of 45 parking spaces, HVAC and fire protection renovation, lighting, architectural features, and asbestos and lead based paint abatement. Estimated cost range of this project is $5,000,000 to $10,000,000. An advanced non-refundable fee of $100.00 (reduced size) and $175.00 (full size) is required for each set of specifications. Make check payable to F&A Officer, USAED, Tulsa and mail to the attention of Contracting Division. Payment must be received prior to issuance of plans and specifications. Plans and specifications will be available on or about January 9, 1997. No phone calls to order please. All orders will be mailed via first class mail. Request for special handling (Fed-X, etc.) will not be honored. CITE: (I-352 SN012794) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC/ROICC Jacksonville, NAVFACENGCOM Contracts, 1005 Michael Rd., Camp Lejeune, NC 28547-2521 SUBJECT: Z--RENOVATE BUILDING M-324, MARINE CORPS BASE, CAMP LEJEUNE, NORTH CAROLINA SOL N62470-96-B-4494 DUE 020697 POC Kathie Rowe, (910) 451-2582, FAX (910) 451-5629 DESC: The work includes building interior and exterior renovations, plumbing work, electrical work, HVAC work, asbestos removal and lead paint removal, and incidental related work. Proposed contract is unrestricted. Estimated cost range is $1,000,000 to $5,000,000. A Subcontracting Plan is required if the contract is awarded to a Large Business. Plans and specs will be available on or about 07 January 1997 until supply is exhausted. No deposit is required. TELEPHONE REQUESTS WILL NO LONGER BE HONORED. ONLY WRITTEN AND FAX REQUESTS WILL BE ACCEPTED. Please state area code, telephone number, street address, nine-digit zip code and whether you are participating as a prime or subcontractor. PLEASE NOTE: FAX# (910) 451-5629. All responsible sources may submit an offer which will be considered. CITE: (I-352 SN012806) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: Z--REBUILD ROGERS ROAD SOL F48608-97-B0010 DUE 012897 POC Darlene Faulkner, 307-775-2635, FAX 307-775-3964, Contract Specialist DESC: Work includes but is not limited to rebuilding of sidewalks, curb and gutter, and asphalt paving on roadway and the intersection of Rogers Road from Randall Ave north to Piute at FE Warren AFB WY. Performance period is 120 calendar days. Invitation for Bid (IFB) is limited and will be furnished to the requestor on a first received, first served basis until supply is exhausted . Telephone requests will not be honored. The issue date will be on or about 30 Jan 97 with bid opening date 30 days after issuance. The magnitude of this project is between $500,000 and $1,000,000. CITE: (W-352 SN012818) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: Z--REBUILD ROGERS ROAD SOL F48608-97-B0010 DUE 012897 POC Darlene Faulkner, 307-775-2635, FAX 307-775-3964, Contract Specialist DESC: Work includes but is not limited to rebuilding of sidewalks, curb and gutter, and asphalt paving on roadway and the intersection of Rogers Road from Randall Ave north to Piute at FE Warren AFB WY. Performance period is 120 calendar days. Invitation for Bid (IFB) is limited and will be furnished to the requestor on a first received, first served basis until supply is exhausted . Telephone requests will not be honored. The issue date will be on or about 30 Jan 97 with bid opening date 30 days after issuance. The magnitude of this project is between $500,000 and $1,000,000. CITE: (W-352 SN012819) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: Z--REBUILD ROGERS ROAD SOL F48608-97-B0010 DUE 012897 POC Darlene Faulkner, 307-775-2635 FAX 307-775-3964, Contract Specialist DESC: Work includes but is not limited to rebuilding of sidewalks, curb, gutter and asphalt paving on roadway and the intersection of Rogers Road from Randall Ave north to Piute at FE Warren AFB WY. Performance period is 120 calendar days. Invitation for Bid (IFB) is limited and will be furnished to the requestor on a first received, first served basis until supply is exhausted. Telephone requests will not be honored. The issue date will be on or about 30 Jan 97 with bid opening date 30 days after issuance. The magnitude of this project is between $500,000 and $1,000,000. CITE: (W-352 SN012889) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NASA Langley Research Center, Bid Distribution Office, MS 126, Hampton, Virginia 23681-0001 SUBJECT: Z--BUSINESS OPPORTUNITIES WITH NASA LANGLEY RESEARCH CENTER SOL N/A POC Sandra M. Glenn, Contract Specialist, 757-864-2413. DESC: Effective immediately, all construction solicitations (excluding specifications and drawings) of $500,000 or less with NASA Langley Research Center will only be publicized on the Internet and will no longer appear in the Commerce Business Daily. The potential construction solicitations may be downloaded from the procurement homepage for Langley Research Center. The URL location is as follows: http://db-www.larc.nasa.gov/procurement/home-page.html. Please check this site daily for potential business opportunities with Langley Research Center. The specifications and drawings are only available at this time in hard copy by contacting the NASA bid distribution office at 757-864-2547. CITE: (I-352 SN012901) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Federal Aviation Administration, 2300 East Devon Ave., Des Plaines Il 60018 SUBJECT: Z--REMOVAL AND REPLACEMENT OF HVAC SYSTEM, AUTOMATED FLIGHT SERVICE STATION (AFSS), HURON, SOUTH DAKOTA SOL DTFA14-97-R-33882 DUE 011497 POC Submit request in writing to the above address, Attn: Irene Medina, or fax request to (847) 294-8050. DESC: Offers are requested for the Heating, Ventilating and Air Conditioning (HVAC) System Removal and Replacement at the Automated Flight Service Station (AFSS), Huron, South Dakota in two phases. The work consists of, but is not limited to, the following: remove and dispose of existing A/C unit and all electrical wiring; patch holes in the wall and replace damage bricks from removal; fabricate HVAC stand, ductwork, duct support brackets, damper and damper motor; install all grills and ceiling diffusers; provide and install electronic programmable heating/cooling thermostat; and provide training on operating procedures, controls and wiring schematics. The estimated issue date of the solicitation will be on or about December 20, 1996, with an opening dated of January 14, 1997, COB. Offer range is between $25K and $100K. SIC Code 1711. CITE: (I-352 SN012905) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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: 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-352 SN012908) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--UPGRADE ELECTRICAL IN BUILDING 116 AT THE NAVAL STATION SAN DIEGO CALIFORNIA SOL N63387-96-Q-4144 DUE 011397 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: The work includes demolition of existing panel boards including circuit breakers and associated wirings and installation of new distribution board, TVSS, and panelboards including new circuit breakers and associated wirings. the requirement is estimated to be between $25,000 and $100,000. A Firm Fixed Price Contract is anticipated. Quotes will be solicited for the proposed contract on an unrestricted basis as to business size. the contract duration period is 60 calendar days from commencement of work. All responsible sources may submit a quote. Solicitation packages may be obtained in person or by (FAX to 619 532-2083) by writing to Plan Issue, Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, San Diego, California 92132-5190, until supply is exhausted. Plans and specs will not be mailed to firms within the Greater San Diego Area. Plans and specifications will be available on or about 23 Dec 1996. After this date you may call Plan Issue at 619 532-2082/84 for availability status. For information not specified herein contact Janet Dang at 619 556-6000 NO DEPOSIT REQUIRED. FOR PRE-RECORDED BID OPENING RESULTS ON THIS SOLICITATION YOU MAY CALL THE BID INFORMATION LINE AT 619-556-6169 CITE: (I-352 SN012911) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--REPAIR PARKING LOTS AND SLOPE EROSION AT THE BONITA BLUFFS HOUSING AREA SAN DIEGO CALIFORNIA SOL N63387-96-Q-3843 DUE 011597 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: The work includes demolition of exist AC Paving, Pcc Sidewalk and Curb. Construction of masonry retaining wall, PCC Paving, Sidewalk and Curb. The requirement is estimated to be between $25,000 and $100,000. A Firm-Fixed Price Contract is anticipated. Quotes will be solicited for the proposed contract on an unrestricted basis as to business size. The contract duration period is 90 calendar days from commencement of work. All responsible sources may submit a quote. Solicitation packages may be obtained in person or (FAX to 619 532-2083) by writing to Plan Issue, Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, Building San Diego, Ca 92132-5190, until supply is exhausted. Plans and specs will not be mailed to firms within the Greater San Diego Area. Plans and specifications will be available on or about 26 Dec 96. After this date you may call Plan Issue at 619 532-2082/84 for availability status. For information not specified herein contact Janet Dang at 619 556-6000 NO DEPOSIT REQUIRED. FOR PRE-RECORDED BID OPENING RESULTS ON THIS SOLICITATION YOU MAY CALL THE BID INFORMATION LINE AT 619-556-6169 CITE: (I-352 SN012912) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--UPGRADE ELECTRICAL IN BUILDING 116 AT THE NAVAL STATION SAN DIEGO CALIFORNIA SOL N63387-96-Q-4144 DUE 011397 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: The work includes demolition of existing panel boards including circuit breakers and associated wiring and installation of new distribution board, TVSS, and panelboards including new circuit breakers and associated wirings. The requirement is estimated to be between $25,000 and $100,000. A Firm Fixed Price Contract is anticipated. Quotes will be solicited for the proposed contract on an unrestricted basis as to business size. The contract duration period is 60 calendar days from commencement of work. All responsible sources may submit a quoted. Solicitation packages may be obtained in person or (FAX to 619 532-2083) by writing to Plan Issue, Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, San Diego, Ca 92132-5190, until supply is exhausted. Plans and specs will not be mailed to firms within the Greater San Diego Area. Plans and specifications will be available on or about 23 Dec 96. After this date you may call Plan Issue at 619 532-2082/4 for availability status. For information not specified herein contact Janet Dang at 619 556-6000 NO DEPOSIT REQUIRED. FOR PRE-RECORDED BID OPENING RESULTS ON THIS SOLICITATION YOU MAY CALL THE BID INFORMATION LINE AT 619-556-6169 CITE: (I-352 SN012914) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--REPAIR PLUMBING RECRUIT BARRACKS EDSON RANGE MCB CAMP PENDLETON CALIFORNIA SOL N63387-97-B-5077 DUE 012497 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: Correction: This action originally synopsized 11/04/96 is amended to read as follows: New Bid Opening Date of 01/24/97 has been established. Plans and specifications will be abailable on or about 24 Dec 96. Add to announcement: Notice to large business firms that a subcontracting plan is required prior to award CITE: (I-352 SN012915) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--REPAIR BACHELOR QUARTERS PARKING LOTS NAVAL AIR STATION NORTH ISLAND CALIFORNIA SOL N63387-95-B-2207 DUE 012197 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: Correction: This action is to CANCEL JOB IN ITS ENTIRETY. For information contact Chirs Olson at 619 545-7982 CITE: (I-352 SN012918) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--REPAIR PARKING LOTS AND SLOPE EROSION AT THE BONITA BLUFFS HOUSING AREA SAN DIEGO CALIFORNIA SOL N63387-96-Q-3843 DUE 011597 POC Information regarding plans and specifications is provided at the end of this announcement. DESC: The work includes demolition of exist AC Paving, PCC Sidewalk and Curb. Construction of masonry retaining wall, PCC Paving, Sidewalk and Curb. the requirement is estimated to be between $25,000 and $100,000. A Firm-Fixed Price Contract is anticipated. Quotes will be solicited for the proposed contract on an unrestricted basis as to business size. the contract duration period is 90 calendar days from commencement of work. All responsible sources may submit a quote. Solicitation packages may be obtained in person or (FAX to 619 532-2083) by writing to Plan Issue, Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, San Diego California 92132-5190, until supply is exhausted. Plans and specs will not be mailed to firms within the Greater San Diego Area. Plans and specifications will be available on or about 26 Dec 96. After this date you may call Plan Isse at 619 532-2082/84 for availability status. For information not specified herein contact Janet Dang at 619 556-6000 CITE: (I-352 SN012919) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: Z--PRESOLICITATION NOTICE--REPAIR ELECTRON DRIVE, WEST (R26-91) PART A, AND REPAIR ENTRY SILVERGATE, PART B, NAVAL COMMAND, CONTROL AND OCEAN SURVEILLANCE CENTER RDTE DIVISION, SAN DIEGO, CA. SOL N68711-93-B-2205 DUE 021197 POC POC Ms. Pat Hickok, Code D211, Contracting Officer, (619)553-3854, for technical/contractural questions. POC for copy, Mr. J.C. Norris, (619)553-4331, FAX (619)553-6976. DESC: 17. --PRESOLICITATION NOTICE--The work includes providing all labor, approved materials and equipment required for PART A demolition and removal of existing asphalt concrete, concrete, utilities and fencing; replacement of sensor loops; raising of manholes and valve boxes; excavation, regrading, and compaction; placement of new base coarse, asphaltic concrete, concrete walks, and curbs; placement of road pavers with sand bedding and concrete borders; installation of utilities and fencing; installation of traffic stripes and pavement markers; and for PART B demolition and removal of existing asphalt concrete, concrete, utilities, fencing, trees and shrubs; clearing and grubbing; sawcutting, excavation, regrading, and compaction; raising of manholes and valve boxes; placement of concrete walks and curbs; placement of asphaltic concrete pavement with base course; placement of asphalt overlay; placement of precast concrete wheelstops; restriping using preformed pavement markers; placement of road pavers with sand bedding and concrete borders; construction of steel reinforced masonry pilasters, steel gates, steel pickets, guard posts, and hydraulic gate operators with the electrical accessories, sensors and controls; placement of topsoil; planting of trees, shrubs, and ground cover; installation of steel poles and chain link fence; installation of underground electrical conduits, pull boxes, conductors, pressurized and non-pressurized irrigation lines, hose bibbs, shutoff valves, valve boxes, and remote controlled valve, and incidental related work, complete and ready for use.--Estimated cost range is between $250,000.00 and $500,000.00.--Firm Fixed Price Contract--Estimated start date is 25 February 1997 with 120 days to complete the work.--This proposed contract will be unrestricted.--SIC Code is 1611 with a value of $17 million.--Potential bidders should request plans and specifications in writing or pick up stating IFB Number N68711-93-B-2205 and complete name, address, area code, phone number and whether bidding as prime contractor/subcontractor/supplier.-- Telephone requests will not be accepted.--Mail requests to Naval Command, Control and Ocean Surveillance Center RDTE Division, Bid Office Code D214B, 53570 Silvergate Avenue, San Diego, CA 92152-5113 or FAX to (619) 553-6976.--Bidders responding under this advertisement will not be required to resubmit request once formally advertised.--Incomplete requests will be returned to sender.--Bids will be considered from all responsible sources.--NOTE: Plans and specifications will not be mailed to firms within a 25 mile radius of the issuing office.--Tentative issue date on or about 10 January 1997 with an opening date of approximately 30 days later (NOTE: Bid issue date stated above is TENTATIVE).--Plans and specifications will be available until supply is exhausted on a first come, first served basis.--Responses are due no later than 15 calendar days after publication of this advertisement in the CBD.--No deposit required. CITE: (I-352 SN012923) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 305 Contracting Squadron, 3563 Lancaster Ave, McGuire AFB, NJ 08641- 1712 SUBJECT: Z--REPAIR DORMS BUILDINGS 2622 AND 2623 AT MCGUIRE AFB NJ SOL F2860997BA002 DUE 020597 POC Beth Mendell, Contract Specialist, (609)724-5934. DESC: Repair Dorms 2622 and 2623 at McGuire AFB, New Jersey, WRITTEN REQUESTS ONLY- FAX requests accepted at (609)724-5931. Work to be performed includes but is not limited to minor demolition for remodeling, refurbishment of interior finishes, upgrade HVAC and electrical systems, new bathroom exhaust and make-up air systems, upgrade laundry exhaust system, and installation of Government furnished washer/dryers. Performance period is 480 calendar days from receipt of Notice to Proceed. IFB will be issued on or about 6 January 1997. The proposed procurement listed herein is unrestricted. Standard Industrial Classification Code for this procurement is 1522. Any concern responding to this solicitation is classified as a small business if the average annual receipts of the concern and its affiliates for the preceding three fiscal years do not exceed $17.0 million dollars. Proposed contract is between $1,000,000.00 and $5,000,000.00. CITE: (I-352 SN012932) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 4th Contracting Squadron, 4 CONS/LGC, 1695 Wright Ave, Seymour Johnson AFB, NC 27531-2459 SUBJECT: Z--REPAIR GOLF COURSE RETAINING WALL SOL F31610-97-B0001 DUE 020697 POC Judi Pletcher, (919) 736-6547 ext 255 DESC: This solicitation will be issued on an unrestrictive basis in accordance with DOD FAR CLAUSE 252.219-7008. Replies are requested from all concerns as well as from large business concerns. The magnitude of this project is between $25,000 and $100,000. Work includes but is not limited to the following: Demolition of portions of the retaining wall around the Golf Course lake which are indicated in the plans and replacement of the same portions according to the plans at Seymour Johnson AFB NC. Solicitation will be available on or about 7 Jan 97. The performance period is approximately 44 calendar days. Requests for solicitation packages must be in writing and must include a 9 digit zip code, available at your local post office. FAX requests will be accepted at (919) 705-2984. Bid opening date will be on or about 6 Feb 97. CITE: (W-352 SN012956) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard AFB TX 76311-2739 SUBJECT: Z--REPAIR WHERRY HOUSING, PHASE I POC LGCC/Marcy Fragomeli, Contract Specialist, 817/676-5181; Contracting Officer, Colleen S Phipps, 817/676-5180. DESC: This is to correct previous Submission No. 011083. This was to correct an award notification for Contract F41612-97-C0002 AND IS NOT a solicitation notification. CITE: (W-352 SN012957) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property--Potential Sources Sought OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253 SUBJECT: Z--SIMPLIFIED ACQUISITION OF BASE ENGINEERING REQUIREMENTS (SABER) SOL F41636-96R0047 DUE 010397 POC 1Lt Linda Ray or Ms. JoAnn Hernandez at phone (210)671-1732 or fax (210)671-3079 DESC: The Air Education and Training Command, Lackland AFB, TX is seeking qualified business firms in the SBA 8(A) program under sic code 1541 (Minor Construction) capable of performing the following: Perform a SABER (Simplified Acquisition of Base Engineering Requirements) contract, which is a broad range of maintenance, repair, and minor construction work, on real property of Lackland AFB, and surrounding areas within San Antonio. Delivery orders would be negotiated based upon an established Unit Price Book. This would not include military family housing maintenance.The contractor would be required to furnish all materials, labor, and equipment necessary to manage and accomplish the projects. The contractor would be required to maintain a management office on site in order to receive delivery orders and provide other management services related to accomplishing individual jobs. Individual jobs would vary in size and complexity and include tasks a variety of trades including carpentry, road repair, roofing, excavating, electrical , steam fitting, plumbing, sheet metal, painting, demolition, masonry, and welding. Only firms that would be interested in submitting a proposal for the requirement should respond with a capability statement identifying themselves as an 8(A) business firm and detailing all of their relevant technical qualifications. Firms should include, as a minimum, in the capability statement: 1) COMPANY HISTORY (size, revenues, and bonding capability) 2) TECHNICAL CAPABILITY (describe technical capability to perform work identified above) 3) PAST PERFORMANCE AND EXPERIENCE (provide information relative to experience and past performance on government or commercial contracts for above type of work, include phone numbers, contract numbers, type of contract, and points of contact of major clients). Firms having applicable interest should submit the capability statement by 1 p.m. CST on 06 Jan 97 to 37 CONS/LGCC, Attn: 1Lt. Ray, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253. Responses to this sources sought synopsis should include sufficient information for a determination of the ability to perform all areas of effort. This synopsis is for information and planning purposes only and does not constitute a solicitation for bids or proposals. It is not to be construed as a commitment by the Government. Respondents to this synopsis will not be notified of the results of the evaluation of information submitted. The Air Force reserves the right to consider a small business set-aside based on responses hereto. Please note that responses failing to provide all information requested herein will be considered non-responsive to this sources sought synopsis. LINK http://www-contracting.aetc.af.mil LINKDESC: EMAIL rayl@lakgate1.lak.aetc.af.mil EMAILDESC: CITE: (W-352 SN012767) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQV), Rock Island, IL 61299-7630 SUBJECT: 12--MINIATURIZED ELECTRONIC UNIT SOL DAAE20-97R0039 DUE 021097 POC Contract Specialist: Irene Mawson (309) 782-3810, PCO: Dave L. Elliott (309) 782-3814 DESC: 1220-01-352-9083, Part Number 9376192. Requirements are 150 ea Miniaturized Electronic Unit. For use of the M1A2 Abrams Tank. FOB is Origin. All or part of this action is an unfunded FY97 requirement. Limited competition between Rex Systems, Inc., 3300 Dava Drive, Chippewa Falls, WI 54729-8533 and Hughes Georgia, 1302 Orchard Hill Road, Lagrange, GA 30240-5802. Offers from concerns other than the above are not solicited. First Article Test is required. Estimated issue date of this solicitation is 010897. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. CITE: (I-352 SN012802) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: 13--13 SOL DAAA0996R0080 POC CONTACT THE CONTRACT SPECIALIST: Kevin Woodin (309)782-3961, Contracting Officer: James Loehrl (309)782-7161 DESC: Special attention must be given when addressing requests for solicitations and bids/offers. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance to solicitation instructions may result in a late bid which cannot be considered. Written, fax, or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE, a CAGE code has been assigned to you) along with your name, address, data fax number, and solicitation number. The fax number for requests is (309)782-4803. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All IOC solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS is accessible electronically 24 hours a day via modem at (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt depress the 'ENTER' key. Information obtained through AAIS is also available on the Internet. Prospective customers may now access the IOC home page at http://www-ioc.army.mil/. The current method of accessing data through AAIS will remain in place until February 7, 1997. At which time access using modems and login will be discontinued. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. Issue Date: 14 Feb 97, Opening Date: 15 Apr 97. The efforts described in this solicitation/statement work includes the on-site disposal nd support capabilities in support of the non-stockpile chemical materiel program. The effort involves the safe and environmentally acceptable handling and/or disposal of agents and hazardous materials. Disposal capabilities are for items which, while considered Chemical Weapon Materiel, are commercial chemicals. Capability for other support activities include laboratory services unrelated to munitions disposal munitions or items assessments, item recovery, transportation, and miscellaneous material disposal. The acquisition is a best value source selection. Integration of the technical and management areas with the total evaluated priority and performance risk assessment may result in award to other than the offeror with the lowest price. The anticipated contract is an indefinite delivery, task order contract with an ordering period of sixty months. The anticipated contract types are firm-fixed-price and cost-plus-fixed fee, depending on the individual task order. The acquisition is a 100% small business set-aside. Requests for a copy of the solicitation shall be in writing and shall be sent to Kevan Woodin, HQ, IOC, AMSIO-ACE-S, Rock Island, IL 61299-6000. Phone number 309-782-3961. Proposed contract is a 100% small business set-aside. CITE: (I-352 SN012902) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 14--BASE ASSEMBLY SOL N0010497RLB49 DUE 020497 POC Contact Point, Mark P Kendall, 02132.4, (717)790-6474, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, William R Wolfe, 02132, (717)790-2191 DESC: NSN 7E-1420-01-181-8328-MG, SPEC NR TDP VER 009, Ref Nr 639AS4946, Qty 194 EA, Deliver to Receiving Officer Fisk Norfolk Norfolk VA, See Notes 9,22 CITE: (I-352 SN012714) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--DUCT ASSEMBLY, BLEED AIR (INCONEL) SOL SP0460-97-Q-C145 DUE 012097 POC Contact: POC Kenneth gholson/BU815/804-279-3296; FAX 804-27 9-4005 contracting officer: Vonda Melton/804-279-5969 DESC: PR-NO: YPG96082000920 NSN 1560-01-369-0324, 6 -AY Del to Richmond VA 23297-5900 Del FOB destination 150 DARO Lockheed P/N 3336454-1, drawings re this procurement are not available and cannot be furnished by the government; final contract award decision may be based upon combination of price, past peformance, and other evaluation factors; other than full and open; intended sources: Lockheed; senior Flexonics all responsible sources may submit offer which DGSC shall consider. CITE: (I-351 SN012543) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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 SP0460-97-Q-C519 DUE 012797 POC Contact: POC Kenneth gholson/BU815/804-279-3296/fax 804-279 - 4005 contracting officer: Vonda Melton/804-279-5969 DESC: PR-NO: YPG96344000469 NSN 1560-00-689-4546, 26 -EA Del to New Cumberland PA 17070-5001 Del FOB origin 150 DARO; FOB destination 165 DARO Lockheed P/N 377045-2, drawings re this procurement are not available and cannot be furnished by the GOV.; other than full and open; one one source (NOTE 22) intended source: Lockheed all responsible sources may submit offer which DGSC shall consider. CITE: (I-352 SN012564) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--SUPPORT,STRUCTURAL SOL N0038397QD108 DUE 012797 POC Contact Point, Kathleen Johnson, 0221.09, (215)697-4069, 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-1560-01-246-6434-SR, Ref Nr 75A180201-1004, Qty 2 EA , Delivery FOB Origin----- no drawings available., See Note 22 CITE: (I-352 SN012709) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: US Special Operations Command, 4300 Goodfellow Blvd, St. Louis, MO SUBJECT: 16--ANTENNAS SOL USZA95-96-Q-0009 DUE 010797 POC Linda Diedrich, 314-263-0854 DESC: This is a combined synopsis/solicitation for a commercial item prepared IAW 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. This solicitation is issued as a Request for Quote (RFQ). Solicitation number is USZA95-96-Q-0009. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acqui sition Circular 90-42. The Government expects to award a single firm fixed price purchase order as a result of this solicitation. The Standard Industrial Classification (SIC) code is 3728 and the Business Size Standard is 1000 employees. This requirement is restricted as a Small Business Set-Aside. The commercial item for which we seek a firm fixed price offer is as follows: 50 each Antennas, Part Number AV207-8 or 12-207-8. The inspection/acceptance and FOB point is origin. Pack/packaging shall be IAW stan dard commercial practice, Level C/C. 20 each Antennas must be delivered by 31 Jan 97; 20 each by 28 Feb 97 and 10 each by 31 Mar 97. The known manufacturers are Chelton, Inc., Louisville, TX, or Trivec Avant Corp., Huntington Beach, CA. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items (no addenda); 52.212-2, Evaluation--Commercial Items (the specific factor to be evaluated is total price offered); 52.212-4, Contract Terms and Conditions--Commercial Ite ms including the following: 52.242-10 FOB Origin Government Bill of Lading or Pre-Paid Postage, 52.242-12 Report of Shipment(Repship), 52.247-29, FOB Origin, 52.247-65 FOB Origin, Prepaid Freight-Small Package Shipments, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, specific provisions are as follows: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped W orkers, and 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.222-3, Convict Labor, and 52.219-14, Limitations on Subcontracting. In addition to the foregoing FAR provisions, the following DFARS provisions are applicable: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include 252.219-7001, Notice of Partial Small Business Set-Aside with Preferential Considera tion for Small Disadvantaged Business Concerns, 252.225-7001, Buy American Act and Balance of Payment Program. Quotes must be received at the US Special Operations Command, Technical Applications Contracting Office, AMSAT-D-TK (Attn: Linda Diedrich), 4300 Goodfellow Blvd, St. Louis, MO 63120-1798, no later than 1500 hours local time, 7 Jan 97. Facsimile offers are acceptable. The facsimile number is 314-263-1828. Ms. Diedrich's telephone number is 314-263-0854 or the e-mail address is ldiedric@tapo1.stl.arm y.mil. Commerce Business Daily number notice 1 applies. CITE: (I-352 SN012716) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 SUBJECT: 16--FORK ASSY, TAIL RTR SOL DAAJ09-97-R-0087 DUE 123096 POC Jack Heilman, Contract Specialist, AMSAT-A-PLBB, (314)263-0735, Beverly H. Ratliff, Contracting Officer, (314)263-0769 DESC: NSN: 1615-01-221-2932, IAW McDonnell Dougals Helicopter Company P/N 7-211421008-11. Applicable to the AH-64 aircraft. The Government intends to issue a 5 year Indefinite Quantity Contract, with a minimum quantity of 550 each and a maximum quantity of 820 each. Delivery will be FOB Destination for the first ordering period and FOB Origin for the subsequent order periods. Required delivery when First Article Test is applicable is 50 each, 468 days after contract award and 50 each per month thereafter and production delivery without First Article is 50 each, 300 days after contract award and 50 per month thereafter. Approved sources are Fenn Manufacturing Company, 300 Fenn Road, Newington, CT 06111-2244. This procurement requires prequalification. All responsible sources may submit a proposal which shall be considered by the agency. Justification for other than full and open competition is FAR 6.302-1, Only One Source or Only a Limited Number of Responsible Sources. This proposed contract action is for supplies for which the Government does not have specifications and drawings to permit full and open competition. The time required for approval of new supplies is such that award delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for future solicitations IAW the instructions contained in Section L of the solicitation. Information on meeting of qualifications may also be obtained from ATCOM, ATTN: AMSAT-R-EB. Subject to availablility fo funds. No telephone requests will accepted. You may fax your request ATTN: AMSAT-A PLBB, Jack Heilman, Contract Specialist, on 314-263-9012. See Numbered Note(s): 22, 23. CITE: (W-352 SN012834) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--COVER, AIRCRAFT GROUND SERVICING. SOL SP0740-97-Q-0639 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 John Krutko/AEBA6/614-692-3312 DESC: PR-NO: FPC96319000882 NSN 1730-01-019-5745, CAGE H2267 Part No 84107 CAGE 81755 Part No 16A14001-1 cover, aircraft ground servicing. Lockheed Martin Corp. P/N 16A14001-1, code 81755. 600 -EA Del to New Cumberland PA 17070-5001 Del 30 days after award 600 -EA Del to Lathrop CA 95330 Del 30 days after award small business size standard is 500 employees. Solcitation 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 this solicitation. Automated best value model(ABVM) and Delivery Evaluation Factor (DEF) apply. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-352 SN012587) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, San Diego Detachment, Code 400, Pearl Harbor, Hawaii 96860-5353 SUBJECT: 19--SHIP REPAIR SOL N47456-97-R-0009 DUE 031197 POC Dwight N. Jackson, (808) 474-5502/Contracting Officer. DESC: Miscellaneous Topside Repairs for the HARRIER (TRB-5) to be performed at Pearl Harbor on the island of Oahu, Hawaii during the period 31 MARCH 97 thru 09 MAY 97. Contractor must have (or be able to execute) a Master Ship Repair Agreement/Agreement for Boat Repair with the Naval Sea Systems Command U.S. Navy. All responsible sources may submit offer, proposal or quotation which will be considered by the agency. Request for copies of the solicitation should be receive no later than 10 days prior to the closing date. Telephone: (808) 474-5502/FAX: (808) 471-2134. CITE: (M-352 SN012718) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Code 410, P.O. Box 215, Portsmouth, Virginia 23705-0215 SUBJECT: 19--ARCTIC (AOE-8) SSP 094-97, TAV SOL N62678-97-R-0042 DUE 012997 POC Pamela Guertler, Contract Specialist, (757) 396-5042 ext 422! DESC: SSDG repairs. To qualify for an award under this solicitation, the offeror must execute a NAVSEA Agreement for Boat Repairs (ABR). If not previously done, adequate time must exist to allow proper assessment of the contractor's data. The inspection date is tentatively set for 7 January 1997 with the inspection to be held at the U. S. Naval Base, Norfolk, VA. The availability dates are tentatively set for 3 February 1997 through 21 February 1997 with the work to be done at the U. S. Naval Base, Norfolk, VA. The place of performance is restricted to the U. S. Naval Base, Norfolk, VA. CITE: (I-352 SN012825) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 220000E, 521 N. 9th Street, Point Mugu, CA 93042-5001 SUBJECT: 19--PROTOTYPE 40 METER MOBILE SEA TARGET (MST) I.A.W. GOVERNMENT SPECIFICATIONS AND DRAWING PACKAGE SOL N68935-97-R-0073 DUE 020897 POC Chris Stine, Contract Specialist, (805) 989-1992 - Voice; FAX (805) 989-0561 or Nate Simpson, Contracting Officer, (805) 989-1303. DESC: This requirement is a competitive procurement for the design, development, documentation, fabrication, testing and prototype of a 40 meter Mobile Sea Target (MST) that is a self-propelled, twin diesel, steel craft that will be used in weapon systems testing and evaluation. Principal characteristics are: Length, overall (hull) 42.21 meters; Beam (hull) 5.40 meters; Design draft, full load (to baseline) 1.50 meters; Displacement, full load (approx.) 180 m. tons; Fuel capacity (approx.) 8,000 liters; Propulsion engines (2) 373kW @ 2100 rpm (each); Electrical system (nominal) 24VDC and 120 VAC; Hull construction: Steel. The target shall be built in accordance with The Technical Data Package (TDP) provided with the solicitation. The TDP includes NAVSEA drawings 5105661-5105690, as well as Construction and Design Specification No. 510573. The target has been designed to existing commercial standards in accordance with current applicable ABS regulations for Steel Barge Construction. The target will NOT be classed. Delivery is FOB destination Port Hueneme, CA. This procurement will be set aside for Small Business. For a copy of the solicitation, contact Chris Stine, Contract Specialist. Interested parties may mail or fax in their solicitation request. All responsible sources may submit an offer which will be considered. See Numbered Note(s): 1. CITE: (I-352 SN012899) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Purchasing & Contracts Branch, Unit 2300, APO, AA 34011-2300 SUBJECT: 22--TRACK PARTS SOL CNR-611340-05 DUE 020497 POC Tere Abadia, Contract Specialist, (507) 272-3023, Rolando Cuevas, Contracting Officer, (507) 272-4075 DESC: This contract action is for steel cross ties, as per PCC technical specifications. Quantity: Estimated annual usage is 5000 pieces, call orders will be placed for a minimum of 200 pieces and a maximum of 2000 pieces. The contract will be for a base period of one year and it will include an option to extend the contract for an additional period NTE two (2) years. Delivery Terms: 60 days FOB Jefferson, LA or 90 days CIF Balboa, Republic of Panama after receipt of the call order. When requesting solicitation, state name, address, facsimile and telephone numbers and solicitation number. Requests will be accepted by Facsimile at 011-507-272-7661 or Telex 3034 PCCAMRM PG. All responsible sources may submit an offer which shall be considered by the Commission. See Note 26. CITE: (I-352 SN012869) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 22--Railway Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Purchasing & Contracts Branch, Unit 2300 APO, AA 34011-2300 SUBJECT: 22--RAILWAY EQUIPMENT SOL CNR-611,330-05 DUE 020796 POC Maria de L. Dutari, Contract Specialist, (507) 272-4676, Rolando Cuevas, Contracting Officer, (507) 272-4075 DESC: Crane rail No. 105, in accordance with PCC drawing SK-400-252. Quantity: estimated annual usage of is 500 ea., call orders will be placed for a minimum of 33 ea. and a maximum of 300 ea. The resulting contract will be for a base period of one year and it will include an option to extend the term of the contract for two additional periods of one year each (NTE three years). Delivery terms: 60 days after receipt of call order, CIF Cristobal, Republic of Panama. When requesting solicitation, state name, address, facsimile and telephone numbers, and solicitation number. Requests will be accepted by facsimile at 011-507-272-7661 or Telex 3034 PCCAMRM PG. All responsible sources may submit an offer which shall be considered by the Commission. CITE: (I-352 SN012870) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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: Ministry of Defense, Procurement Executive, CB/LV2/MIL, Yew 3a, MOD Abbey Wood #36, P.O. Box 702, Bristol, BA12 7DU SUBJECT: 23--DIESEL POWERED MOTOR CYCLE SOL CB/LV2/MIL/04 DUE 011097 POC Mrs. H. Gault, 01144 11791 31477. DESC: General Purpose Motorcycle--Summary of Requirements--1. The Ministry of Defense has a requirement for the provision of approximately 1,800 motorcycles from 2001, to replace the Armed Forces current fleet. With the drive towards a NATO single-fuel policy the Authority is particularly interested in diesel power to meet its capability requirements.--2. The vehicles will be required to undertake the following roles: (a) Rapid response courier service; (b) Rapid liaison; (c) Escort duties; (d) Traffic control duties; (e) Route reconnaissance and deployment area reconnaissance; (f) Operationally vital spares services.--3. These roles are required wherever UK troops are deployed, in a wide range of climates and terrains. The current peacetime usage of the motorcycles is approximately 6,835 miles/11,000km a year, comprising 50% roads, 25% tracks and 25% cross country. The service life of the current motorcycle is six years.--4. The Authority is looking for economical solutions to its capability requirements, and innovative proposals, particularly those which are funded by Private Finance Initiative, are encouraged. There would be potential for the diesel power units to be used outside the military sphere, both in motor cycles and in other applications such as agricultural all-terrain vehicle and as portable power units. Companies wishing to express an interest in this project should provide broad outline proposals of how they foresee the capability being met, together with details of their relevant experience and abilities. CITE: (M-352 SN012814) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--CLUTCH, MAGNETIC SOL DAAE0797QT185 DUE 021797 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Mary Lou McCullough (810) 574-7320 DESC: NSN: 2520002451164, qty: 17, FOB: destination, opt: 100% item: clutch, magne see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 021797 (see soliciation for actual offer due date). CITE: (I-351 SN012498) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047 SUBJECT: 25--LIGHT ENGINE REINFORCED FIBERGLASS UTILITY BODY SOL 1422-N670-B97-0021 DUE 021497 POC Sharon Krenek, (303) 236-9433 DESC: The contractor shall provide sixteen (16) each light engine reinforced fiberglass utility bodies for 11,00 to 13,000 G.V.W. vehicles. Contractor shall mount bodies onto Government-furnished 4x4 truck chasis. Contractor shall provide rear bumper, rear guard mud flaps, back-up alarm, front mounting yoke, and rear window guards. FOB destination Boise, Idaho. Performance period is 90 days after receipt of the Award. Estimated price range is between $100,000 and $250,000. Please submit written requests for solicitation to the above address or fax request to (303) 236-9470; include name, address, phone no., and solicitation no. All responsible sources may submit an offer which shall be considered. See Numbered Note 1. LINK n/a LINKDESC: EMAIL n/a EMAILDESC: CITE: (W-352 SN012970) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 26--Tires and Tubes OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 26--TIRE, PNEUMATIC SOL DAAE0797QT042 DUE 021797 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call William Vantrease (810) 574-7833 DESC: NSN: 2610000211961, qty: 119, FOB: destination, opt: none item: pneumatic tire, 14.00-24, load range H, Bias, tubeless, group 3, Road grade, new, Fed spec ZZ-T-1083F. see NOTE: none. All responsible sources may submit a N offer which will be considered. The offer due date I S on or about 021797 (see soliciation for actual offer due date). CITE: (I-351 SN012496) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--LINER, COMBUSTION CHAMBER, TURBINE ENGINE GENERAL ELECTRIC CO (99207) LYNN MA SOL SP0480-97-R-0539 DUE 020697 POC Contact: for a copy of this RFP (available at least 15 days from announcement, phone or write the buyer: DSCR ATT N: DSCR-JLP Richmond VA 23297-5312 AC (804)279-5372 BU yer Heidi Bradbury/BL470, contracting officer Martha G AY/804-279-5232. DESC: PR-NO: YPG96305000923 NSN 2840-01-228-9277, GE (99207) P/N 6013T43G20 it is anticipated that the award will be made against the BOA. FOB origin other than full and open 17 -EA Del to New Cumberland PA 17070-5001 Del within 135 days ARC. 16 -EA Del to Tracy CA 95376-5000 Del within 135 days ARC. All responsible sources may submit offer which DGSC shall consider. CITE: (I-351 SN012545) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--DEFLECTOR, CHAMBER, COMBUSTION ALLIEDSIGNAL INC SOL SP0480-97-Q-J916 DUE 122796 POC Contact: for copies of the solictation, contact the buyer: Crystal Ober, 804-279-3717. DESC: PR-NO: YPG96317000568 NSN 2835-01-114-8468, deflector, chamber combustion Alliedsignal Inc CAGE 99193 P/N 38300402 10 -EA Del to Cherry Point NC 28533-5001 Del by 60 DARO. 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-351 SN012546) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 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--HOUSING, ANTIFRICTION BEARING GENERAL ELECTRIC ACFT ENGINES SOL SP0480-97-Q-J912 DUE 010397 POC Contact: for copies of the solicitation, contact the buyer: Crystal OBER804-279-3717. DESC: PR-NO: YPG96331000614 NSN 2840-01-189-2636, housing, antifriction bearing General Electric Acft engine CAGE 07482 P/N 5051M95G06 tool sales and services Lewis machine Co tasco Corp B and E tool Co adequate data for evaluation of alternate offers is not available at the procurement agency. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. 310 -EA Del to Tinker AFB OK 73145-9013 Del by 60 DARO. 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-351 SN012548) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 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--AIR CLEANER, INTAKE SOL DAAE0797RT200 DUE 021797 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Marvin Webb (810) 574-7305 DESC: NSN: 2940011885117, qty:, FOB: origin, opt: none item: air cleaner, intake. PN: 12339911. Qty: 4162 (5 year maximum). see NOTE: none. All responsible sour ces may submit an offer which will be considered. The offer due date is on or about 021797 (see soliciation F or actual offer due date). CITE: (I-351 SN012497) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 29--JUNCTION BOX ASSEMBLY SOURCE CONTROL ITEM SOL SP0480-97-Q-J958 DUE 010397 POC Contact: for copies of the solictation, contact the buyer: Crystal Ober, 804-279-3717. DESC: PR-NO: YPG96331000319 NSN 2925-00-907-2709, junction box assembly, P/N 4005T05P01 Rev E DTD 11 Dec 67 approved source: simminds precision CAGE 83311 P/N 64001/709997 Nell joy Ind Inc CAGE 60663 Co operative Ind Inc CAGE 81482 14 EA Del to New Cumberland PA 17070 5001 5 0 0 Del by 60 DARO. 21 -EA Del to Tracy CA 95376-5000 Del by 60 DARO. 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-351 SN012547) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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--IGNITION UNIT, VOLTAGE. ON MCDONNELL DOUGLAS MODEL F-15 AIRCRAFT. SOL SP0740-97-Q-0536 DUE 020597 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer Caroline Blalock/AEBB7/614-692-2 817 DESC: PR-NO: YPC96311000941 NSN 2920-00-138-3302, CAGE 99193 Part No 367051-2 ignition unit, voltage. I/A/W allied-signal part number 367051-2. 33 -EA Del to New Cumberland PA 17070-5001 Del 30 days after award 13 -EA Del to Kelly AFB TX 78241-5312 Del 30 days after award solicitation not available until 15 days after published in the cbd.this acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). approved sources are: Allied Signal, Unison Industries. it is anticipated that award will be made via a delivery order to an existing basic ordering agreement. All responsible sources may submit offer which DCSC shall consider. CITE: (I-352 SN012590) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 31--BEARING,STATOR VANE SOL N0038397QM125 DUE 012797 POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 1R-3110-01-311-0278-EN, Ref Nr 2187465, Qty 349 EA, Delivery FOB Origin, See Note 22 CITE: (I-352 SN012710) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 34--COMPUTER EQUIPMENT SOL SP0490-97-Q-V210 DUE 011797 POC Contact: for copies of RFQ. Call Oliver Johnson at (804)279 - 5637 or send a FAX to (804)279-5643. DESC: PR-NO: PR#96-10-9003 request procure of computer equipment to be installed and be fully compatible/operational with ultransonic system. Commercial warranty required. Award will be made on a firm fixed price. Performance time is 90 days all responsible sources may submit offer which DGSC shall consider. CITE: (I-351 SN012541) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 34--GFM MATERIAL LOADER SOL SP0490-97-Q-V211 DUE 011797 POC Contact: for copies of RFQ Call Oliver Johnson at (804)2795637 of send afax to (804)279-5643. DESC: PR-NO: PR#97-10-9004 request the procurement of a GFM material loader/Crane model #ML/US40 smalc and topex therml labler model #TIL/US50 smalc. Award will be made on a firm-fixed contract. Performance time is 90 days. All responsible sources may submit offer which DGSC shall consider. CITE: (I-351 SN012542) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Coast Guard Engineering Logistics Center, 2401 Hawkins Point Road, Mail Stop #26, Baltimore, MD 21226-5000 SUBJECT: 34--INTERTEX VERTICAL BAR STOCK STORAGE CAROUSEL OR EQUAL SOL DTCG40-97-Q-30018 POC Florence Hohman, Contract Specialist, (410) 636-7269, David H. Monk, Contracting Officer, (410) 636-4373. DESC: This is a combined synopsis/request for quotation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only quotation; quotations are being requested and a written request for quotation will not be issued. The quotation number is DTCG40-97-Q-30018. This synopsis/quotation constitutes an invitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 90-42. In accordance with FAR Subpart 19.5 this action is reserved exclusively for small business concerns. Therefore, FAR clause 52.219-6 is applicable to this acquisition. Applicable Standard Industrial Classification Code (SIC) is 3599, size 500 employees. This requirement is being solicited on a brand name or equal basis. The acquisition is: (Item No. 0001) 1 EA Vertical Carousel for Bar Stock, manufactured by Intertex Carousel Corp., Model #C-192-16LN or equal. Salient Characteristics of the carousel are: (1) Single loop vertical carousel with loading nose for crane unloading. Height--16' maximum, Width--19' maximum, Depth--7' maximum. Total machine capacity--32,000 lbs. minimum. (2) Number of carriers--16 carriers, 2,000 lbs. each minimum. Carrier Width--15' minimum, Depth 10" minimum, Height--10"minimum. (3) Electrical Specifications: (a) Power--480 volts, 3 phase, 60 cycle. (b) Motors--Two each helical beveled geared drive units. (4) Controls--UP/down push button controls with emergency stop shall be easily accessible and a size and color that is easily seen by the operator. (5) Chain--load chain shall secure a 7 time brake safety factor (minimum) (7:1 static) (5:1 dynamic). (6) Side Sheeting--up 96" from the floor (minimum). (7) Front Guarding--mesh or bar guards down to 96" from the floor (maximum). (8) Rear Guarding--as required to enclose unit. Note: Guarding in #6, 7, and 8 above must meet requirements found in OSHA 29 CFR Chapter XVII 1910.212 and 1910.219. (9) Electrical--Emergency stop shall be key released to reset. (10) Motors: Unit shall have inboard or outboard drive motors. Note: Unit shall meet width constraints as mandated in #1 above for height and #2 above for width. Motors shall have an electronically controlled overload device. (11) Miscellaneous: Unit shall consist of structural "I" beam or rectangular tubular steel construction, including carriers. Each carrier and the entire machine shall meet the weight requirements in #2 above for number of carriers and total machine capacity. Delivery of Item 0001 shall be 130 calendar days after contract award. The OEM's best standard commercial warranty is requested and shall be identified in the bidder's quote. (Item 0002), 1 JOB--provide an installation supervisor to erect the unit for three (3) days with the assistance of three (3) CG YARD employees. Installation shall begin within seven (7) working days after receipt of Item No. 0001. This joint effort shall not, in any way, lessen the entitlements of the Government under the warranty provided in conjunction with this contract. Award will be made on an "all or none" basis. Items are to be delivered to USCG Engineering Logistics Center, Warehouse, Bldg. 86, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. FAR provision 52.212-2 does not apply in that award will be made to the bidder who submits the lowest price and addresses and adheres to all salient characteristics stated herein. Bidders are instructed to include a completed copy of FAR provision 52.212-3, "Offerors Representatives and Certification--Commercial Items" with their quote. The following FAR provisions and clauses apply to this quotation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors--Commercial Items (Oct 1995). The following addenda is added to 52.212-1: (1) Paragraph (b)--Bidders who choose to submit their quote on an SF 1449 may contact Florence Hohman for a copy of the SF 1449. (2) Paragraph (b)(4)--In addition to the wording in the cited paragraph, if the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be clearly identified in the quote. The evaluation of offers and the determination as to equality of the product shall be the responsibility of the Government and will be based solely on information furnished by the bidder or identified in it's quote. The bidder is responsible for providing all information and/or descriptive material, (such as cuts, illustrations, drawings, or other information) necessary for the contracting officer to determine whether the product offered meets the salient characteristics requirement of the quotation. If the bidder must modify a product so as to make it conform to the requirements of the quotation, it shall include in it's quote a clear description of such proposed modifications, and clearly mark any descriptive material to show the proposed modifications. Transportation Acquisition Regulation (TAR) clause 1252.219-70, Brand Name or Equal (Nov 1994) is incorporated by reference into this acquisition and has the same force and effect as if incorporated in full text. 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 1995) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 1996) applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1 (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d) (2) and (3)); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era (38 U.S.C. 4212), 52.225-3 Buy American Act--Supplies (41 U.S.C. 10). Final acceptance shall be at destination. Closing date and time for receipt of offers is 30 December 1996 at 2:00 p.m. Eastern Standard Time. Submit offers in strict accordance with FAR provision 52.212-1. Copies of clause 52.212-3 will be provided upon bidder's request. Mail offer to Commanding Officer (Code 044/55), Coast Guard Engineering Logistics Center, Attn: Florence Hohman, Mail Stop #26, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. Facsimile Offers are not acceptable. Questions may be directed to Ms. Hohman at (410) 636-7269. To assist in developing a source list for this acquisition, interested bidders are encouraged to contact Ms. Hohman to be included on the source/bidder's list. This list will be utilized to inform interested bidders of changes in the requirement. Each offeror must contact Ms. Hohman to request a copy of an amendment(s), otherwise, a formal notice of changes will be issued in the Commerce Business Daily (CBD) via an amendment. For Minority Women-Owned 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-relocated 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 please call the OSDBU at (800) 532-1169. CITE: (M-352 SN012763) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: US Army CECOM, Acquisition Center, ATTN: AMSEL-AC-CB-D-BV, Fort Monmouth, NJ 07703-5008 SUBJECT: 36--DIGITAL SWITCHED SYSTEMS MODERNIZATION PROGRAM (DSSMP) DRAFT STATEMENT OF WORK AND ACQUISITION STRATEGY SNAPSHOT ARE AVAILABLE ON THE CECOM ELECTRONIC BULLETIN BOARD AND THE DSSMP WWW SITE. SOL DAAB07-97-R-L001 DUE 080197 POC Robin A. Baldwin, Procuring Contracting Officer, (908) 532-2362/ Joanne Walsh, Contract Specialist, (908) 532-2363. DESC: The US Army CECOM would like to thank industry for taking the time and making the effort to participate in the DSSMP Market Survey process. We look forward to industry's continued feedback as we finalize the DSSMP acquisition approach. In an effort to make the DSSMP acquisition as streamlined as possible and to create a contract vehicle that will be of best value to the Government and the participating vendors, the DSSMP Integrated Product Team (IPT) is making every effort to keep open the lines of communication with industry. Based upon industry feedback and acquisition streamlining the Government is contemplating the following acquisition strategy for DSSMP: The DSSMP acquisition will be conducted under full and open competition. Source Selection will be made on a best value basis. Two or more ten year indefinite delivery indefinite quantity (ID IQ) contracts will be awarded. Delivery orders will be issued on a firm fixed price basis. The number of prime contracts, during the life of the ten year contract, will not exceed the number at the time of award. The Government reserves the right to replace any of the original contract awardees that my be terminated during the life of the contract. Evaluation factors for award, in descending order of importance will be: Past Performance, Technical, Small Business Participation Plan and Price. To be considered for award offerors must provide a minimum of one (1) commercial switch system solution in accordance with the DSSMP statement of work. Offerors do not have to provide solutions for the entire spectrum of global requirements to be considered for an award. Note: for the purposes of this acquisition "global" is a geographic reference. It is not meant to imply or mandate a single technical solution that can meet all world wide requirements. These contracts will be open to the Army, and other DOD and Federal Agencies. The intent is to compete each delivery order to the maximum extent possible. The Government will reserve the right to direct work to a particular contractor when it is in the Government's best interest. The minimum order quantity will be established prior to issuance of the final RFP. It is anticipated that the minimum order quantity will be between $1.00 and $10,000.00. This minimum order quantity will be awarded at some point during the life of the contract. The above information is offered for continued industry feedback. Please visit the DSSMP website at http://www.monmouth.army.mil/isma/dcass/dssmp for additional information. Additionally, all information posted on the DSSMP website is also available on the CECOM Electronic Bulletin Board. CITE: (I-352 SN012784) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526 SUBJECT: 38--ELECTRONIC CONE PENETROMETER TEST VEHICLE SOL F08637-97-R0002 POC Contact TSgt M.V. Hooks, Contract Specialist, 904-283-8613, fax 904-283-3963The DESC: The Contracting Office at Tyndall AFB, FL is seeking firms that can provide one each Electronic Cone Penetrometer Test Vehicle. Truck mounted cone penetrometer system for use by the AFCESA Pavements team as a contingency van for airfield pavement testing. The unit is assembled on a ten ton GMC Topkick (or equal) dual speed truck chassis to specifications. Major features include a PTO hydraulic system, hydraulic electronic cone penetrometer, hydraulic pop up top, all hydraulic pavement drill, and a built-in water tank for the pavement drill and added weight during penetration measurements. Maximum gross weight of the unit shall not exceed 25,000 lbs. Delivery to Tyndall AFB, FL. This is a presolicitation notice, and will not be followed by a presolicitation conference. All responsible sources may submit an offer which will be considered. Request interested firms submit information pertaining to their management, engineering, and production capabilities to this office. Request companies that are interested in this acquisition furnish the aforementioned capabilities within one week of publication of this synopsis. Only written/faxed requests for a copy of the solicitation and specifications will be honored. For additional contact TSgt M.V. Hooks, Contract Specialist at (904) 283-8613.***** CITE: (W-351 SN012493) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Unit 2300 APO, AA 34011-2300 SUBJECT: 38--DREDGE PARTS SOL CNI-765,120-03 DUE 022597 POC Diana Motta, Contract Specialist, (507) 272-3140, Enrique Gualde, Contracting Officer, (507) 272-4620 DESC: Quantity: various. Delivery: 210 days FOB Jefferson, LA or 240 days CIF/FOB Gamboa, Republic of Panama after receipt of notice of award. When requesting solicitation state name, address and solicitation number. Requests will be accepted by Facsimile at 011-507-272-7661 or Telex 3034 PCCAMRM PG. All responsible sources may submit an offer which shall be considered by the Commission. CITE: (I-352 SN012839) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Unit 2300, APO, AA 34011-2300 SUBJECT: 38--HAUL TRUCKS SOL CNC-81003-NJ-29 DUE 013197 POC Edwin W. Durling, Contract Specialist, (507) 272-4680, Enrique B. Marquez, Contracting Officer, (507) 272-4075 DESC: The Panama Canal Commission intends to purchase four (4) off-road haul trucks and technical services for full maintenance and repair (including spare parts) for a period of 12 months. The solicitation will include options to buy additional trucks (from 1 to 5), additional technical services for the basic four trucks, and technical services for the optional trucks. The technical services will not exceed September 30, 1999. Also, the solicitation will include options for the Contractor to buy back the trucks after 36 months of the Commission's acceptance of the trucks. The trucks shall have a single diesel engine, rated above 625 horsepower, 600 horsepower at the flywheel; an effective payload capacity of 50 tons minimum; and features that allow all weather operation over unpaved roads to include 35% grades. The trucks must be capable of operating 120 hours per week and their availability shall be no less than 80%. Delivery of the trucks shall be made within 180 days, F.O.B./C.I.F. destination Gatun Anchorage, Republic of Panama, after receipt of the notice of award (for the basic items) and after receipt of the notice exercising the option (for the optional items). When requesting the solicitation, state name, address and solicitation number. Requests will be accepted by facsimile at 011-507-272-7661. All responsible sources may submit an offer which, if timely received, shall be considered by the Commission. "See Note 12." CITE: (I-352 SN012955) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, METAL. E/I C-5 AIRCRAFT. SOL SP0740-97-Q-0601 DUE 020297 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) John Lidonnice (614 ) 692-4711 DESC: PR-NO: YPC96313001046 NSN 4710-01-099-0650, CAGE 07482 Part No 9184M52G01 136 -EA Del to Mechanicsburg PA 17055-0789 Del 160 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 intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304 (C)(1). Approved sources are: General Electric Co(07482) automated best value model(ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-352 SN012579) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--MANIFOLD, HYDRAULIC SYSTEM ACCESSORIES. SOL SP0740-97-Q-0638 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 John Krutko/AEBA6/614-692-3312 DESC: PR-NO: FPC96304001149 NSN 4730-01-051-4755, CAGE 81755 Part No 16H213-10 CAGE 81755 Part No 16H213-12 CAGE 81755 Part No 16H213-14 manifold, hydraulic system accessories. Lockheed Martin P/N 16H213-14. 65 -EA Del to Tracy CA 95376-5000 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 performanc 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 solcitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-352 SN012586) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--COUPLING HALF, QUICK DISCONNECT... ALUMINUM ALLOY, MATERIAL, 3000 PSI O.P., ANODIZED FINISH, SELF- SOL SP0740-97-Q-0628 DUE 020597 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer Cindy Brink/AEBB6/614-692-2064 DESC: PR-NO: YPC96099003330 NSN 4730-00-585-2948, CAGE 00624 Part No 3065-S5-10D coupling half, quick disconnect, per Aeroquip Part No. 3065-S5-10D, technical data is proprietary and cannot be released. 225 - 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.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(2)(1). approved sources are: aaereoquip.automated best value model(ABVM) applies while price may be a significant factor in the evaulatio 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-352 SN012588) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--COUPLING, PIPE. 70-30 COPPER NICKEL MATERIAL. SOL SP0770-97-Q-MH87 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer Anna Austin(614)692-2486 DESC: PR-NO: YPC96313001083 & YPC96249000894 NSN 4730-01-421-4722, CAGE 53711 Part No 803-6397430CPLG 1-1/2 70/30 coupling, pipe. 70-30 copper nickel material. I/A/W naval Sea Systems command drawing NR 6397430 cplg 1-1/2 70/30. 169 - EA Del to Portsmouth VA 23709-5000 Del by 120 days after date of order. 243 - EA Del to Norfolk VA 23512-0001 Del by 120 days after date of order.see NOTES (1), and (9). solicitation not available until 15 days after published in the CBD. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-352 SN012591) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Building 1500, Portsmouth, VA 23709-5000 SUBJECT: 47--PIPE, CUNI SOL N00181-97-Q-0012 POC Vernice Stokes, Code 531.5B, (757) 396-8351; Mary E. Ward, Code 532, (757) 396-8351 DESC: 150 Feet 70/30 Cuni Pipe, 12" IPS, Mil-T-16420. Delivery to Norfolk Naval Shipyard, Portsmouth, VA 23709-5000. Closing date will be established when the Request for Quote (RFQ) is issued. Request for copies of the quote may be sent via fax on (757) 396-8017 to the attention of Vernice Stokes, Code 531.5B. CITE: (I-352 SN012620) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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, REGULATING, FLUID PRESSURE (HOT AIR SYSTEM ASSEMBLY) 4 INCH SIZE. SOL SP0760-97-Q-0256 DUE 012497 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)Bill short, 614-692- 2734 DESC: PR-NO: YPC96150000517 NSN 4820-01-172-8194, CAGE 09790 Part No 73850-2 mod.1 valve, regulating, fluid pressure. (hot air system assembly) Eaton Corp, CAGE 09790 Pat number 73850-2 mod.1. 2 -EA Del to (Call contracting office) Del by 300 days after date of award. Solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. this request will be issued via a written RFQ. the expected award date is 24 Feb 97. CITE: (I-352 SN012585) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--INDICATOR, CONNECTING ROD ALIGNMENT. ADDITIONAL ACCESSORY REQUIRED; GAGE, WRIST PIN ALIGNMENT. SOL SP0770-97-Q-MH15 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer: Marcia L. Mitchell (614) 692-73 56. DESC: PR-NO: YPC96227000930 NSN 4910-00-733-2487, CAGE 83658 Part No U30BRS1 "indicator, connecting rod I/A/W military specification MIL-I-443D". 10 -EA Del to Rock Island IL 61299 Del 60 days ADO. Small business size standard is 500 employees. solicitation not available until 15 days after published in the CBD. written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. requests should include the IFB/RFP/RFQ nmber, opening/closing, NSN, YPC/ ZPC or NPC number; buyer's name and your complete name and address. federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-352 SN012589) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083. SUBJECT: 49--GENERATOR TEST STAND SOL N68335-97-R-0123 DUE 013097 POC Lt. Michael Hopkins Code 2132MH, (908) 323-1274. DESC: Generator Test Stand including training and installation in Taiwan. Request copies in writing or by facsimile (908) 323-2165. CITE: (I-352 SN012906) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, PLAIN GENERAL MOTORS CORP (63005) SOL SP0500-97-R-0042 DUE 020597 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: William Dulin/LA/X4527 buyer: Mars HA goldberg/LCB24/X6183 DESC: PR-NO: IDT96234005100 NSN 5330-01-308-3247, 1 -EA Del to (Call contracting office) Del by 31 Dec 97. RFP due date 97 Feb 05 FSC: 5330 this solicitation contains 1 NSN. The first NSN is 5330-01-308-3247 the total yearly estimated quantity of all NSNS is 1000 EA specs: P/N 23031655 offers will be evaluated with a 10% preference for small disadvantaged business concerns NOTE 12 applies this contract action is for supplies which the government does not possess complete, unrestricted technical data; therefore the government intends to solicit and contract with only one or a limited number of sources under FAR 6.302-1 and 10 U.S.C 2304 (C) (1). The item is controlled by and the source is: General Motors Corp delivery is * ipg 01-7 days ipg 02 & 03'S-23 days 90 day stock-up period this solicitation contains an option to extend the term of the contract for 2 additional years specs/Dwgs are not required all responsible sources may submit offer which DISC shall consider. CITE: (I-352 SN012596) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, PLAIN GENERAL MOTORS CORP (63005) SOL SP0500-97-Q-H521 DUE 011397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Howard Tevelson/LCB20/X6426 buye R: Marsha goldberg/LCB24/X6183 DESC: PR-NO: YPI96324000269 NSN 5330-01-308-3247, 300 -EA Del to Bremerton WA 98314 Del by 12 Jun 97. RFQ due date 96 Jan 13 specs: General Motors P/N 23031655 primary quantity: 300 deliveries to CONUS(excluding Alaska) delivery schedule: deliver 60 days or less 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) while price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-352 SN012598) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--RIVET, SOLID SOL SP0500-97-Q-H461 DUE 012197 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Daniel G. ferry/UBC06/215-697-68 78 buyer: Daniel G. ferry/UBC06/215-697-6878 DESC: PR-NO: YPI96331000694 NSN 5320-01-292-3896, fastener length .437 in min - .457 in max shank diameter .1890 in min - .1895 in max grip length .188 in min - .250 in max material Titanium alloy uns R56400 50,000 -EA Del to Tinker AFB OK 73145-9013 Del by 21 Mar 97. RFQ due date: 97JAN21 specs: MIL-R-83459/1-6-4 primary qty: 50000 deliveries to CONUS (excluding Alaska) delivery schedule: 80 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. While price will be a significant factor in the evaluation of offers, the final contract award 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-352 SN012599) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, FACE TYPE SOURCE CONTROL DATA SOL SP0500-97-Q-H371 DUE 020597 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: rose Rexer/LAC24/215-697-3075 BU yer: Ann schrage/LAA27/215-697-6357 DESC: PR-NO: YPI96339000907 NSN 5330-00-823-5607, 1.139 free height 2,160 -EA Del to Chambersburg PA 17201 Del by 28 Nov 96. See NOTES 9, 22, RFQ due date: 97FEB05 specs: seal, face type primary qty: 2160 deliveries to CONUS (exlcuding Alaska) delivery schedule: 120 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-352 SN012600) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, TURBINE, AIR-OIL SOURCE CONTROL DATA SOL SP0500-97-Q-H320 DUE 020597 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Ann schrage/LAA27/215-697-6357 B uyer: Ann schrage/LAA27/215-697-6357 DESC: PR-NO: YPI96339001305 NSN 5330-01-248-2700, 55 -EA Del to New Cumberland PA 17070-5001 Del by 21 May 97. See NOTES 9, 22, RFQ due date: 97FEB05 specs: seal, turbine, air-oil primary qty: 55 deliveries to CONUS (exlcuding Alaska) delivery schedule: 90 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. While price will be a significant factor in the evaluation of offers, the final contract award 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-352 SN012613) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 SUBJECT: 53--STRAP, WEBBING SOL DAAK01-97-B-0008 DUE 013097 POC Yolanda Bent, Contract Specialist, 314-263-2944/Marie Pendergast, Contracting Officer, 314-263-2960 DESC: 53-Strap, Webbing, 804 each, National Stock Number (NSN) 5340-01-016-5905, Part Number 11-1-1547. This is a 100% Small Business Set Aside. FOB Destination with deliveries to New Cumberland, PA and Stockton, CA. To request a solictation you can fax to 314-263-2404. All responsible sources may submit a bid which will be considered by the agency. See Numbered Note(s): 1. CITE: (W-352 SN012829) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: U.S. Fish & Wildlife Service, Contracting and General Services, P.O Box 1306, Albuquerque, NM 87103-1306 SUBJECT: 54--SUPPLY & INSTALL WOOD OR STEEL FRAME MODULAR BUILDING SOL 1448-20181-97-Q006 DUE 011797 POC Dolores Bello, Contract Specialist, 505-248-6794, ext. 16. DESC: U.S. Fish & Wildlife Service, Region 2, seeks quotes on a 14'x56' (dimensions can vary--depending on 4' or 8' building materials) wood or steel frame construction modular office building, anchored directly to the ground. The building shall meet all ADA codes. The building shall be 1" stucco finish, R-19 wall and R-30 roof insulation, 1/2" gypsum board, 3/4" plywood floor, 2x4 pre-engineered truss roof with 4/12 roof pitch, 240 pound asphalt shingles, vinyl and carpet floors, evaporative cooling, and gas (propane) heat. Floor plan includes: 14'x14' veterinary lab space with cabinets, stainless steel sink and counter top, refrigerator, and stove; 14'x12' office space, 10'x10 storage space, 14'x10' sleeping area, and ADA bathroom with shower. The building shall be delivered in place to Sevilleta National Wildlife Refuge, located in Socorro County, New Mexico. Travel will be on Interstate highway and well-maintained dirt road. This is a small business set aside. Under SIC 2452 and 3448, a business is classified as small if it employes 500 employees or less. Desired delivery: 45-60 days from date of award. Requests for packages or bidder's list can be FAXED to 505-248-6791 or by mail to the above address. Telephone requests not accepted. accept CITE: (I-352 SN012786) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: U.S. Army Corps of Engineers, P.O. Box 1070, Nashville, TN 37202- 1070 SUBJECT: 56--FILL DIRT AND TOPSOIL SOL DACW62-97-C-0008 DUE 021197 POC Mary Roberts, Contract Specialist (615)736-7684; Peggy Owen, Contracting Officer (615)736-5679. DESC: Requirements contract for Fill Dirt (free of roots, grass, and other debris, mostly clay or clay/loam soil mixture) and Topsoil (first quality fine grade dirt loam soil with no rocks, roots, grass or other debris) to be delivered to various sites on J. Percy Priest Lake, (Davidson and Rutherford Counties, Tennessee). Delivery Orders may be issued through a period ending one year after date of award. The solicitation will provide for an option year which may or may not be exercised by the Government. The initial and option year will be priced separately. Bid documents will be available o/a 10 January 1997. This is a 100% Small Business Set-Aside. The Standard Industrial Code is 5261, and the size standard for Small Business is 500 employees or less. Responsible sources requesting solicitation documents may submit an offer which will be considered by this agency. CITE: (I-352 SN012792) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Lyk, 380 2nd St Ste 104, Robins Air Force Base Ga 31098-1638 SUBJECT: 58--RECEIVER TRANSMITTER SOL F09603-97-R-G0030-01 POC For copy, WR-ALC/PKXOC include mfg code, For additional information contact Shelby Snow/Lykd/[912]926-2802 DESC: F09603-97-R-G0030 is hereby canceled in its entirety as additional quantity added to F09603-97-R-82550. CITE: (I-351 SN012518) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Wr-Alc/Lyk, 380 2nd St Ste 104, Robins Air Force Base Ga 31098-1638 SUBJECT: 58--RECEIVER TRANSMITTER SOL F09603-97-R-8255001 POC For copy, WR-ALC/PKXOC include mfg code, For additional information contact Shelby Snow/Lykd/[912]926-2802 DESC: Quantity increase from 4 ea to 25 ea. 9 ea PR FD2060-97-82564 FMS Taiwan. PR GASYCF-97-00030 12 ea C-17. CITE: (I-351 SN012519) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708 SUBJECT: 58--TYPE 22 NESSIE GEN II RADAR CAMOUFLAGE UNIT SOL N66604-97-R-1292 DUE 030397 POC Contact William Hurley at (401) 841-2442 X298. Fax number (401) 841-4820. DESC: The Naval Undersea Warfare Center, Division Newport anticipates acquiring, on a Firm Fixed Price basis, an Engineering Development Model of a Radar Camouflage Unit for the Type 22/NESSIE GEN II Periscope Sensor System. It is also anticipated that up to six (6) Type 22/NESSIE GEN II Radar Camouflage Units will be procured as separate Options. The Type 22/NESSIE GEN II Radar Camouflage Units will be fabricated according to Government performance specifications and a Government approved drawing package . A SECRET security clearance will be required of the selected contractor. A technical proposal will be required in response to the Request for Proposals. Offerors will be required to address Technical/Management Approach, Facilities and Relevant/Past Performance. The resulting contract will be awarded to the offeror submitting a technically acceptable proposal offering the Best Value to the Government. All responsible sources may submit a proposal which will be considered. Requests for the Solicita tion must be made in writing specifying Solicitation number. Fax requests directed to (401)841-4820 are acceptable. Telephone requests will not be honored. LINKURL: http://www.npt.nuwc.navy.mil/contract/ LINKDESC: EMAILADD: hurley@code59.npt.nuwc.navy.mil EMAILDESC: CITE: (I-352 SN012594) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--ELECTRON TUBE SOL N0038397RB016 DUE 012797 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 1R-5840-00-130-6945-CY, Ref Nr 3351609, Qty 152 EA, Delivery FOB Origin--OFFERORS PLEASE NOTE: DUE TO THE UNAVAILABILITY OF DRAWINGS AND OTHER DATA, THEPART MUST BE ACQUIRED FROM A SOURCE SPECIFIED ON A SOURCE CONTROL DRAWING AND THE PART REQUIRES ENGINEERING SOURCE APPROVAL, (FLIGHT CRITICAL ITEM), THEREFORE THIS REQUIREMENT WILL BE RESTRICTED TO 900816) PALOMAR PRODUCTS.---, See Notes 22,23 CITE: (I-352 SN012711) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--TELETYPEWRITER SUBASSEMBLY SOL SP0970-97-Q-A114 DUE 012997 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: YPE96284000797 NSN 5815-01-184-6652, CAGE 00724 Part No 03-02879-001 @MAJOR components semiconductor device 2; washer 8; screw 4; block mounting 1 40 -EA Del to Patuxent River MD 20670-5304 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 1-25, 26-50, 51-76, 77-102, 103-127, 128-153. PR quantity: 40 EA line 1 quantity 40 N0421 Patuxent River MD 20670-5304 delivery schedule: all quantities IN 90 days. Set-aside: combined small business/LSA set-aside size standard: 1000 all responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN012747) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: GSA, FTS (9TE), 450 Golden Gate Ave., 5th Fl., San Francisco, CA 94102-3434 SUBJECT: 58--LOCAL TELEPHONE SERVICES POC Jo Ann Lew, Contracting Officer, (415) 522-4550. DESC: GSA, FTS, Region 9, is seeking information about telecommunications services being offered by the new, "alternate" or "competitive" local exchange carriers within the states of California, Arizona, Nevada, Hawaii, and U.S. possessions and territories in the Pacific Rim. The presence of competition in the market for local exchange services is creating an opportunity for GSA to potentially realize savings in the procurement of these services and to have local exchange services packaged with other services and equipment to create new programs and services for GSA's customers. Information is requested about the availability of local telephone exchange services access, long distance commercial access, access to the Federal Government long distance network (FTS2000), local access trunking such as DID and DOD trunks, transport channel services, inter-system connection, Centrex-like and other value added services to include volume discounts, automatic number identification (ANI) to FTS2000, call trace on internal and external calls, and Caller ID blocking. Responses should include information about the specific geographic locations, services available, and rates. Currently there are 64 GSA locations being served by PBX's and/or Centrex services. The vendor shall provide number portability for the current exchange DID numbers. Requirements for new numbers shall be within the existing NXX until exhausted. The vendor shall have the capability to acquire additional DID station numbers. Access to the local exchange shall include emergency 911 services and functions, access to directory number information, e.g., NPA-555-1212 or 411, and access to operator services. There are approximately 55,000 lines in Region 9's geographical area of responsibility. Interested vendors should furnish detailed technical data concerning their capabilities, pricelists, and any approved tariff rates. Information should be submitted in writing, 3 copies minimum, to the contracting officer by February 5, 1996. CITE: (M-352 SN012722) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment--Potential Sources Sought OFFADD: 23d Contracting Squadron, 1443 Reilly Road, Suite C, Pope Afb Nc 28308-2896 SUBJECT: 58--RADIO SET, MULTIBAND MAN PACK SOL F31601-96-RA032 DUE 011797 POC SSgt Solomon Porter, Contract Administrator, 910-394-6250 DESC: 17. RADIO SET, MULTIBAND MAN PACK Harris Radio Sets. All quantities are 6 each: AN/PRC-117D(c). Multiband manpack radio set covering the low band VHF-FM(30-90MHZ), high band VHF-AM/FM(116-174MHZ), and UHF-AM/FM (225-420MHZ). Has capability to interoperate with low band VHF-FM radio sets, high band ground-to-air radios, and UHF SATCOM and LOS (line of sight) radios. Power output capabilities are: 30-90 MHZ = 1 to 10 WATTS; 116-174 MHZ = 1 to 10 WATTS; 225-420 MHZ = 1 to 10 WATTS for LOS; 290-318 MHZ = 1 to 20 WATTS for SATCOM. Also, has built in KY-57-58 (VINSON) COMSEC capability. Other features include quick look ECCM (frequency hopping) capability, fully solid-state design, synthesized for 25 KHZ increments plus 8 preset channels, half duplex operation, full self-test capability, channel scanning, and microprocessor control. Each AN/PRC-117D(C) consists of: RT-1715A/ U RECEIVER-TRANSMITTER; H250/U lightweight handset; 10012-0300 rechargeable nickel-cadmium battery; 10012-0201 manpack blade antenna-44in, 10012-0240 manpack antenna Ki t-10ft.; 10369-0205 dual band antenna-VHF/UHF (115-420 MHZ); 10012-0400 backpack harness. This acquisition is for supplies for which the Government does not own specifications or drawings to permit full and open competition. The Government intends to procure this item under the authority of 10 USC 2304(c)(1), as implemented by FAR 6.302-1. Harris Corp. as the sole manufacturer of the Multiband man pack radio set , AN/PRC-117D(c), is the only known source with the knowledge, experience and technical data necessary for the manufacturer and the design/application requirements involved. Firms that recognize and produce the required items are encouraged to identify themselves. All responsible sources may submit a proposal which may be considered by the Government in determining whether to conduct a competitive procurement. A determination by the Government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the Government. CITE: (W-352 SN012812) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--TERMINAL BOARD SOL SP0450-96-Q-PBOA DUE 020497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JDPA Richmond VA 23297-5000 AC (804)279-3777. For copies of RFQ solicitations, contact the buyer. ma ndy Lambert/AT232 DESC: PR-NO: YPG96162000916 NSN 5940-01-166-6387, Tech data package availability: 152 -EA Del to Anniston AL 36201 manufacturer: Sundstrand Corp CAGE 83843 part number: 966C841-1. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. delivery days: 100 days ARO. unrestreicted. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. see NOTE 22. Solicitations between $25,00-$50, 000. All responsible sources may submit offer which DGSC shall consider. CITE: (I-351 SN012544) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59--CABLE ASSEMBLY,SPEC SOL N0010497QJA66 DUE 020497 POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax, (717)790-7317, Twx, Not-avail DESC: NSN 7H-5995-01-275-3819, SPEC NR TDP VER 003, Ref Nr 6097488, Qty 28 EA, Deliver to Defense Distrbution Depot San Diego San Diego CA , Contract 100 Percent Small Business Set Aside--while price is a factor in the evaluation of offerors, the final contract award decision will be based on a combination of factors, including historical quality performance of the contractor whose offer is being evaluated., See Note 9 CITE: (I-352 SN012715) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA DESC FORM 239 DATED 7 MAY 91 APPLIES SOL SP0970-97-R-A001 DUE 013197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96071000857 NSN 5985-01-126-2100, CAGE 28573 Part No SM-A-877051-2 Rev. H CAGE 80058 Part No AS-2891A/APR-39(V) CAGE 80063 Part No SM-A-877051-2 design type spiral, radiation pattern omnidirectional, beam scanning method fixed, Terminal type connector, O/A length 2.120 O/A dia. 3.030, mounting method unthreaded hole, four mounting holes. Full and open competition. Complete, unrestricted data packaage available. Various increments solicited: 100-249 EA; 250-499 EA; 500-749 EA; 750-999 EA; 1000-1499 EA; 1500-2400 EA. PR quantity: 588 EA. Deliver to: 369 EA - W62G2T Stockton CA; 121 EA - SW3100 Mechanicsburg PA; 8 EA - N00189 Norfolk VA; 51 EA - N00244 San Diego, CA; 21 EA - FY2020 Hill AFB UT; 18 EA - W25G1W Tobyhanna PA; delivery schedule: 500 each IN 90 days, 200 every 30WITH wavier of FAT; 500 each IN 330 days, 200 every 30 without wavier of FAT. Set aside type: unrestricted (sole source/single source) (no preference). Size standard: 750 all responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN012727) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--EARPHONE ELEMENT DESC FORM 239 DTD 28 APR 94 APPLIES SOL SP0970-97-Q-A109 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: YPE96194000595 NSN 5965-00-521-9820, CAGE 12763 Part No UA1614-1 CAGE 12763 Part No 702020-050 CAGE 73274 Part No UA1614-1 earphone element type: dynamic. Body style: 3 earphone element, circular. Impedance rating in ohms: 50.0 nominal. Terminal type: screw full and open competition applies 4,816 -EA Del to Mechanicsburg PA 17055-0789 full and open competition: complete, unrestricted data package available. Various increments solicited: 2000-2499, 2500-4999, 5000-7499, 7500-9999, 10000-24999 PR quantity: 4816 EA line 1 quantity 4816 SW3100 Mechanicsburg PA 17055-0789 delivery schedule: with waiver 60 days. without waiver 240 days. Set-aside: unrestricted (sole source/single source) (no preference) size standard: 1000 all responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN012728) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--RESISTANCE ELEMENT SOL SP0905-97-Q-A051 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: YPE96220000292 NSN 5905-00-396-0064, CAGE 05624 Part No AYLF3001-1 no releasable data sufficient for manufacturing purposes. item ident: resistance element, barbercolman (05624) ALYF3001-1 53 -EA Del to Mechanicsburg PA 17055-0789 W62G2T Stockton CA 95296-0130 27 -EA Del to Lathrop CA 95330 Del schedule: 120 days balance at 50 EA every 30 days. Other than full and open competition: part numbered item. products offered clause applies.various icrements solicited: from 25 to 249, set-aside type: unrestricted with preferential consideration for SDB. Size standard: 500. All responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN012729) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--RESISTOR, VARIABLE, W SOL SP0905-97-Q-A052 DUE 122796 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96225000527 NSN 5905-01-043-9643, CAGE 02111 Part No 930-5031 CAGE 36659 Part No 741384-121 electrical resistance per section: 10.0 kilohms all sections body style: 1B cylindrical bushing mounted power dissipation rating per section in Watts: 2.0 free air all sections item ident: resistor, variable, W spectrol (02111) P/N 930-5031, other than full and open competition: part numbered item: products offered clause applies. Various increments solicited: from 40 to 149, PR quantity: 42 EA, line 1, quantity 42, DODAAD destination W62G2T Stockton CA 95296-0130, Del schedule: 42 EA 42 each EA within 120 days, set-aside type: unrestricted (sole source/single source) (no preference), size standard: 500. All responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN012730) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--REACTOR SOL SP0905-97-Q-A050 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: YPE96267000422 NSN 5950-01-219-8977, CAGE 83311 Part No 112783 item ident: Simmonds precision engine system (83311) P/N 112783, other than full and open competition: part numbered item: products offered clause applies. various increments solicited: from 50 to 400, PR quantity: 187 EA W62G2T Stockton CA 95296-0130, anticipated award date 2/27/97, set-aside type: unrestricted (sole source/ single source) (no preference). size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN012731) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA SOL SP0970-97-Q-A120 DUE 012097 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96340001152 NSN 5985-01-327-4939, CAGE 12115 Part No 8514-9000-1 1 -EA Del to Hickam AFB HI 96853 other than full and open competition: part nunbered item products offered clause applies. Various increments solicited: 1-1. PR quantity: 1 each. Line 1 quantity 1 -FB6530 Hickam AFB HI 96853-5517 delivery schedule: all quantities IN 90 days. Set-aside: unrestriced with preferential consideration for SDB. Size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN012732) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT CARD ASSEMB SOL SP0960-97-Q-A069 DUE 013197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96281001852 NSN 5998-01-288-0695, CAGE 12464 Part No A06G2890-1 8 -EA Del to Mechanicsburg PA 17055-0789 Del by 25 Oct 97. Other than full and open competition: part numbered item products offered clause applies various increments: 1-4 5-10 11-16 17-22 size standard: 500 delivery schedule: 8 each within 120 days, any balance 10 each every 30 days thereafter set-aside type: g-unrestricted (sole source/single source) (no preference) no drawings available all responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN012746) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE SOL SP0960-97-R-X020 DUE 020497 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96297000604 NSN 5960-00-296-5932, CAGE 81349 Part No 6378 envelope material: glass and metal. Manufacturers classification: gas switching tube, turnable TR. 15 -EA Del to Richmond VA 23297-5900 Del by 18 Sep 97. Full and open competiton: military specification item. Various increments: 1-9 10-24 25-49 50-99 100-150 size standard: 750 delivery schedule: 10 each IN 90 days, 4 each every 30 days thereafter set-aside type: g-unrestricted (sole source/single source) (no preference) drawings available all responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN012748) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army CECOM, C4IEW Acquisition Center, Fort Monmouth, New Jersey 07703-5008 SUBJECT: 59--RF CABLE ASSEMBLY SOL DAAB07-97-Q-A113 DUE 012297 POC Matthew D. Adams, Contract Specialist, AMSEL-ACCA-A-AB, (908)532- 2924; Kevin F. Coakley, Sr., Contracting Officer. DESC: NSN: 5995-01-182-2062; P/O: OE-361/G; P/N: 1538-8910-22, 29 ea, 100% option. A non-competitive non-negotiation procurement is proposed with Adams-Russel (M/A Com), Antenna and Cable Div, Amesbury, MA 01913, because this procurement is confined to the contractor's P/N referred to and must be compatible in form and function with existing equipement. The government does not have in its possession sufficient, accurate or legible data to purchase this part from other than current source(s). However, all responsible sources may submit a proposal which shall be considered by the agency. Most recent, representative unit price was $3,600.00 for a quantity of 5 ea, awarded on 08 September 83. 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 preparation of an offer. The solicitation may included more detailed information concerning price history. Only writtin requests for this solicitation will be accepted. CITE: (I-352 SN012772) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: 59--ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL N66001-97-Q-0414 DUE 011097 POC POC Ms. Angela King, Code D222, Purchasing Agent, (619)553-5829. Cindy Frison, Contracting Officer. POC for copy, Mr. J.C. Norris, (619)553-4331. DESC: The Government has a sole source requirement for: 10 Motorola MVME 167-033B VME 68040 Processor cards. 10 Motorola MVME-712M Transition module and P2 adapter board. Solicitation document to be issued on or about 12/31/96. "Note 22 applies, however, all offers received within 15 days (in lieu of 45 days) after date of pulbication of original synopsis will be considered by the Government. The applicable Standard Industrial Code (SIC) and size standard is 3679/500. Facsimile letters are acceptable at (619)553-6976. For copies of solicitation(s) only written requests will be honored. See Note(s): 22. CITE: (I-352 SN012924) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQJ), Rock Island , IL 61299-7630 SUBJECT: 59--RELAY ASSEMBLY SOL DAAE20-97T0058 DUE 021097 POC Contract Specialist: Marilyn Williamson (309) 782-5108, PCO: John E. Holmgren (309) 782-4836 DESC: 5945-01-063-6260, Part Number SM-D-805797. Auxiliary Relay Assembly, consisting of a Heatsink, bracket, plate, resistors, transistors, semiconductor devices, relay, transformers and miscellaneous components such as screws, clamps, studs and adhesive. Requirements are 25 ea Relay Assembly. For use on the M60A3 Tank. FOB is Destination. Proposed contract is a 100% small business set-aside. First Article Test is required. All or part of this action is an unfunded FY97 requirement. Estimated issue date of this solicitation is 010897. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE) (if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309)782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. CITE: (I-352 SN012934) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential Sources Sought OFFADD: Commander, Naval Sea Systems Command, SEA 02544, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160 SUBJECT: 59--ADVANCED INTEGRATED ELECTRONIC WARFARE SYSTEM (AIEWS) SOL N00024-97-R-5478 POC Contract Specialist, Ms. Kelly L. Sherman 703/602-8000 x567 / Contracting Officer, Mr. Thomas A. Duval 703/602-8000 x594 DESC: The Program Executive Office for Theater Air Defense [PEO(TAD)] and the Naval Sea Systems Command (NAVSEA) are seeking potential sources for the development of the Advanced Integrated Electronic Warfare System (AIEWS). AIEWS is the Navy's next generation shipboard electronic warfare (EW) system planned for use with the Ship Self Defense System (SSDS) and the AEGIS Combat System (ACS). AIEWS will be developed as an integral element of the ship's combat system. AIEWS will use an open architecture to allow technology insertion and facilitate use of commercial-off-the-shelf (COTS) and non-developmental items (NDI). The system will be developed to provide/support layered and coordinated countermeasures in the littoral operational environment, with special emphasis on the full integration of all soft-kill elements into the ship's Anti-Air Warfare (AAW) systems. AIEWS is being developed in two increments. Increment I will introduce advanced Electronic Warfare Support (ES) capabilities [Precision Electronic Support Measures (PESM) and Specific Emitter Identification (SEI)], a control and processing element, a standard combat system workstation with improved Human Machine Interface (HMI), full AEGIS/SSDS integration, and integration with off-board expendable decoys (MK214, MK216, IR, and NULKA). The ES subsystem will extend the detection range beyond that of existing ship EW systems and provide precise azimuth and elevation angle of arrival measurement. AIEWS Increment I is intended to improve situational awareness, increase processing throughput, support Combat Identification, and provide sensor/weapon system cueing. Increment II will provide advanced Electronic Attack (EA) capabilities including onboard radio-frequency (RF) and Infrared (IR) capability and coordination of on-board and off-board active and passive EA expendable capabilities against threats throughout the engagement timeline. AIEWS Increment II will provide engagement support, counter-surveillance, counter-targeting and counter-anti-ship-missiles capabilities. AIEWS Increment I is targeted for an initial fleet introduction in 2001, with Increment II estimated to be available in the 2004 timeframe. This synopsis is not a request for proposals, and in no way binds the Government to issue a solicitation and/or award a contract. The security requirements for AIEWS require that any potential offeror must possess a SECRET facility clearance, and a SECRET storage capability or be eligible for a clearance. Interested sources should respond to this announcement in writing to the attention of Ms. Kelly L. Sherman (SEA 0254K). The written response should include the interested source's: 1.) security clearance information; 2.) CAGE Code; 3.) unclassified mailing address; 4.) classified mailing address; and 5.) a brief summary of capabilities. In order to support any such potential procurement, NAVSEA intends to complete a two (2) phase release of draft documentation for industry review and comment. Upon confirmation of an interested source's ability to satisfy the necessary security requirements, a classified draft performance specification shall be released for review and comment. During the week of 13 Jan 97, NAVSEA intends to issue a draft solicitation for industry review and comment. All questions/comments on the draft documentation should be submitted in writing to the attention of Ms. Kelly L. Sherman (SEA 0254K) no later than 14 Feb 97. Questions on the classified material should be submitted to the attention of Ms. Kelly L. Sherman in accordance with DoD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM). Additional unclassified documentation will be available via internet address http://sea02www.navsea.navy.mil/. Additional classified documentation will be made available for industry review from 0900 to 1500 weekdays at a library resident at the Naval Research Laboratory (NRL) Washington, DC 20390. Interested sources will schedule appointments with Mr. George Weissbach at NRL [202/767-5937]. Requests to review the NRL library should be included with the written response outlined above. Notification of an industry briefing will be announced at a later date. CITE: (I-352 SN012891) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential Sources Sought OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA), ATTN: AMSTA-AC-PCC (FQW), Rock Island, IL 61299-7630 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL DAAE20-97R0042 DUE 021097 POC Contract Specialist: William Moscoso (309) 782-7254, PCO: Dave L. Elliott (309) 782-3814 DESC: 5998-01-382-4390, Part Number 12932367. Requirements are 19 ea Circuit Card Assembly. 2590-01-391-5950, Part Number 12346627-3. Requirements are 13 ea Pad, Cushioning. 5998-01-412-0157, Part Number 12932519. Requirements are 12 ea Circuit Card Assembly. 7690-01-417-9710, Part Number 12436967. Requirements are 13 ea Marker, Identification. 5340-01-414-6263, Part Number 8690505-1. Requirements are 13 ea Strap, Webbing. 7690-01-420-7528, Part Number 12436947. Requirements are 2 ea Marker, Identification. 5998-01-422-1115, Part Number 12919152-4. Requirements are 19 ea Circuit Card Assembly. 5340-01-422-8280, Part Number 12437058. Requirements are 13 ea Cover, Access. 4020-01-422-8281, Part Number 12273209-7. Requirements are 50 ea Cord Assembly, Elast. 5340-01-422-8283, Part Number 12436962. Requirements are 13 ea Bracket, Angle. 7690-01-422-8288, Part Number 12437219. Requirements are 19 ea Marker, Identification. 5340-01-423-3945, Part Number 12932542. Requirements are 13 ea Bracket, Mounting. 4710-01-424-0916, Part Number 12436966. Requirements are 13 ea Tube, Metallic. 5340-01-424-3941, Part Number 12437188. Requirements are 13 ea Bracket, Double Angl. 5306-01-424-3932, Part Number B1821BH031F075N. Requirements are 2 ea Bolt, Machine. 2590-01-422-8279, Part Number 12437187. Requirements are 5 ea Screen, Platform. 1290-01-421-3798, Part Number 12436994. Requirements are 5 ea Panel, Control, Elect. For use on the M1A1 Tank. FOB is Destination. All or part of this action is an unfunded FY97 requirement. The sole source contractor for the proposed action is General Dynamics Land Systems, 38500 Mound Road, Sterling Heights, MI 48310-3268. The aforementioned is a large business. Published for subcontracting purposes only. Estimated issue date of this solicitation is 010897. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited Basis. See Note(s): 22. CITE: (I-352 SN012903) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies, and Accessories OFFADD: Naval Research Laboratory, 4555 Overlook Ave., S.W., Washington, D.C. 20375-5326 SUBJECT: 60--FIBER OPTICS MATERIALS COMPONENTS, ASSEMBLIES, AND ACCESSORIES SOL N00014-97-R-MM01 POC Marita Miller, Contract Specialist, Code 3230.MM (202) 404-7159 Helen Paul, Contracting Officer, Code 3230.HB (202) 404-7159. DESC: This is a combined synopsis/solicitation for commercial items proposed in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included, in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. This solicitation, N00014-97-R-MM01, is a request for proposal (RFP). This acquisition is a 100% small business set-aside. The small business size standard for this acquisition is 500 and the SIC Code is 3829. The Naval Research Laboratory (NRL) needs a Photodetector. The Photodetector will be used as a critical component in a new fiber-optic beamformer being developed by NRLs Optical Science Division. The Photodector will serve to demodulate the microwave signals distributed to the various system point on an optical carrier. The contractor shall provide a PHOTODETECTOR, 90 EA, in accordance with the following specifications: (1) RF Responsivity >0.6 A/W from 1 to 18 Ghz and from 1520 to 1580 nm (excluding reduction due to the 50 Ohm termination resistor), (2) RF amplitude ripple < 0.6 dB in any 2 Ghz within the 1 to 18 Ghz range, (3) RF phase ripple < 10 degrees in any 2 Ghz within the 1 to 18 Ghz range, (4) 50 Ohm integrated RF termination resistor, (5) >2mA photocurrent handling capability, (6) integrated bias tee, (7) dc to RF port isolation > 40 dB in the 1 to 18 Ghz range, (8) 0.7 to 1 m fiber pigtail (The fiber pigtail may be SMF-28, SMF-DS or graded- index multi-mode fiber with 900 micron tight buffer coating. Multi-mode fiber pigtail is preferred.), (9) Fiber pigtail connectorized with Deutsch MC3 MkII tungsten carbide contact, (10) Gilbert GPO blindmate connector is preferred, but SMA female or equivalent RF connector is acceptable, (11) Package size should allow unit to be mountable on 0.54 inch spacing centers, with output RF , dc bias and fiber-optic connectors arranged on a plane perpendicular to the stacking direction. Unit dimensions along planes perpendicular to the stacking direction should not exceed 1.25 inches x 1 inch excluding connectors, (12) Optical backreflection <40 dB is preferred, but not required. The system must also meet the following unit to unit tracking specifications: (1) Fiber pigtail lengthmatched to +/- 1 mm, with matching to +/- 0.5 mm preferred, (2) RF amplitude response tracking to +/- 0.3 dB excluding a possible constant offset, (3) RF phase response tracking to +/- 5 degrees excluding possible time-delay offset as defined by the fiber-pigtail length mismatch, (4) All units should be fabricated using identical process steps and materials in a single batch. The required delivery schedule is within 90 days after contract award date for the first 10 EA and 10 EA each 14 days thereafter until all 100 have been delivered and all excess quanitities produced under the contract that do not meet the specification herein 1 LO, Not Seperately Priced, to be delivered with the final 10 units. Delivery and acceptance is NRL, 4555 Overlook Ave., SW, Washington, DC, FOB Destination. The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) through Federal Acquisition Circular 90-42 and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Acquisition Circular 91- 11. The FAR and DFARS provisions and clauses cited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision at FAR 52.212-1, Instructions to Offerors-Commercial Items. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation-Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) technical capability of the item offered to meet NRLs need (2) price (3) past performance. Technical and past performance when combined, are of equal importance compared to price. The following FAR clauses apply to this acquisition: FAR 52.215-43, Audit-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The additional clauses cited under FAR 52.212-5, that are applicable to this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52225-18 and FAR 24.247-64. The clauses at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional clauses cited under DFARS 252.212-7001, that are applicable to this acquisition are: DFARS 252.225-7001 and DFARS 252.233-7000. Any contract awarded as a result of this solicitation will be a DO rated order certified for national use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700). Note 1 applies. Offers must be delivered to Contracting Officer, Code 3230.MM, Bldg. 222, Rm 115A, Naval Research Laboratory, 4555 Overlook Ave., SW, Washington, DC 20375-5326 and received no later than 4:00 P.M. E.S.T. on 30 December 1996. The package should be marked RFP N00014-97-R-MM01, Closing Date: 30 December 1996. For information regarding this solicitation contact Marita Miller, Contract Specialist at (202) 404-7159. All responsible sources may submit a proposal which shall be considered by the agency.**** CITE: (I-352 SN012877) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: U.S. Department of Transportation, Maritime Administration, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, VA 23505 SUBJECT: 61--TUG TOWING, PILOTAGE AND EXTRA LINE HANDLERS SERVICE SOL DTMA92-97-B-00002 DUE 021497 POC Laurel Bishop, Contracting Officer, (757) 441-3120, FAX: (757) 441-6080 DESC: Provide tug towing, pilotage and extra line handlers service on an as needed basis for the James River Reserve Fleet, Fort Eustis, Virginia. For the period of 30 January 1997 thru 30 September 1999. No telephone requests, only written and facsimile requests are acceptable. For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. CITE: (I-352 SN012807) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015, 1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000 SUBJECT: 65--STERIS STERLIZER OR BRAND NAME OR EQUAL SOL DADA10-97-R-0021 DUE 012297 POC Contract Specialist Robin Thomas (210) 221-9382 (Site Code DADA10) DESC: The U.S. Army Medical Command, Central Contracting Office (CCO), has a anticipated requirement for Steris Sterilizers, Econ Cyle 10, and Safe Cycle 40 with the essential equipment and supplies, all manufactured by Steris Corporation, 5960 Heisley Roa, Mentor, Ohio, BRAND NAME OR EQUAL for one-year (1) base period and four (4) option years. Delivery and installation will be at various Military Treatment Facilities (MTFs). The requirement includes: System 1 Process, general processing trays and containes, flexible endoscope trays, general processing trays, dual prefilter replacement, sterile water filter, sterile air filters, vasu-stat clip, pressure regulator assembly, sterilant concentrate, workstations cart, chemical monitoring strips, various quick connect kits, incubator, various cleaning brushes, various leak testers, bacillus stearothermophilus spore strips, aspirator assembly, mesh accessory bag, flexibl endoscope processing containers, directed flow processing containers and trays, microsurgial rack, temperature control valve, temperature booster, thermometer assembly, zmyme enxymatic detergent, Ecocyle 10 Processor, biohazardous waste decontaminant, capliner, waste collection bag, HEPA filter, processing chamber, Safecycle 40, tissue traps, external auxiliary pump. Contractor shall provide warranty on equipment, parts and labor necessary to remedy any deficiencies in the equipment identified. Provide service and operating manuals, installation and training at no additional cost to the government. Interested parties should request a copy of solicitation n writing on company letter head. Your request should include your company name, point of contact, address telephone number and solicitation number. All responsible sources may submit an offer which will be considered. Estimated issue date of solicitation s 6 Jan 97 with a closing date approximately 30 days after issue. CITE: (I-352 SN012858) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential Sources Sought OFFADD: HSC/YAK, 8107 13th St, Brooks AFB, TX 78235-5218 SUBJECT: 65--SPINAL CORD INJURY PATIENT TRANSPORT SYSTEM SOL n/a POC Cynthia Munch (210)536-2437, Julie Heise (210)536-6342 DESC: The Human Systems Program Office, Aeromedical Systems Division, requests information from contractors who have design and manufacturing expertise in aeromedical or ambulatory transport of patients with spinal cord injuries. The purpose of this sources sought synopsis is to investigate the viability of the Government's performance specifications, Spinal Cord Injury Transport System (SCITS), and comparisons with commercial systems. Emphasis should be placed on favorable comparisons to the contractor's commercial product and/or the identification of requirements in the performance specification that would force a customized design. Contact the Government contract negotiator, Cyndi Munch, for a copy of the SCITS performance specification, or access a copy of the specification via http://www.brooks.af.mil/HSC/PKA/rfp.htm. Technical questions may be directed to the SCITS program manager, Capt Joseph Orlando, (210)536-4725; e-mail: orlando@diamond.brooks.af.mil. It is requested that comments on the SCITS specification and related commerical capabilities be provided on or before 24 January 1997. The forecast program requirement is 150 SCITS units. This is not a solicitation. LINK http://www.brooks.af.mil/HSC/PKA/rfp.htm LINKDESC: EMAIL orlando@diamond.brooks.af.mil EMAILDESC: CITE: (W-351 SN012505) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential Sources Sought OFFADD: HSC/YAK, 8107 13th St, Brooks AFB, TX 78235-5218 SUBJECT: 65--SPINAL CORD INJURY PATIENT TRANSPORT SYSTEM SOL n/a POC Cynthia Munch (210)536-2437, Julie Heise (210)536-6342 DESC: The Human Systems Program Office, Aeromedical Systems Division, requests information from contractors who have design and manufacturing expertise in aeromedical or ambulatory transport of patients with spinal cord injuries. The purpose of this sources sought synopsis is to investigate the viability of the Government's performance specifications, Spinal Cord Injury Transport System (SCITS), and comparisons with commercial systems. Emphasis should be placed on favorable comparisons to the contractor's commercial product and/or the identification of requirements in the performance specification that would force a customized design. Contact the Government contract negotiator, Cyndi Munch, for a copy of the SCITS performance specification, or access a copy of the specification via http://www.brooks.af.mil/HSC/PKA/rfp.htm. Technical questions may be directed to the SCITS program manager, Capt Joseph Orlando, (210)536-4725; e-mail: orlando@diamond.brooks.af.mil. It is requested that comments on the SCITS specification and related commerical capabilities be provided on or before 24 January 1997. The forecast program requirement is 150 SCITS units. This is not a solicitation. LINK http://www.brooks.af.mil/HSC/PKA/rfp.htm LINKDESC: EMAIL orlando@diamond.brooks.af.mil EMAILDESC: CITE: (W-351 SN012506) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 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--DETECTOR, COOL OFF SOL SP0440-97-Q-T533 DUE 011597 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-4458. For copies of RFQ solicitations, contact: D. Lena Mile S/AX504/804-279-4458. contracting officer: Kreylon V. Crewe/804-279-4105. DESC: PR-NO: FPG96338001055 NSN 6685-01-148-0471, part number: Dynamic Controls Corp., P/N 11239-1. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. 25 -EA Del to Tracy CA 95376-5000 Del by 120 DARO. Firm fixed price unrestricted Automated Best Value Model: the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Other than full and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) see NOTE 22 intended source(S): Dynamic Controls Corp anticipated award date is: 16 Jan 97 all responsible sources may submit offer which DGSC shall consider. CITE: (I-351 SN012540) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 66--DYNAMOMETER SOL N00406-97-Q-1683 DUE 012197 POC J. Gregg DESC: Dynamometer, horizontal (100 HP) electric motor test, 460 volt, 3 phase, 60 HZ. (1 each) to be procured under simplified acquisition procedures. foreign military sale - taiwan Inspection at origin acceptance at destination FOB point destination-Puget Sound Naval Shipyard Bremerton WA 98314 All responsible sources may submit (offer/bid/quotation) which shall be considered by Fleet & Industrial Supply Center, Puget Sound fax requests to (360) 476-2931 Telephone requests will not be honored CITE: (I-352 SN012779) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: VA Medical Center (90C), 4100 West Third St., Dayton, OH SUBJECT: 66--COST-PER-TEST, COAGULATION SOL RFP552-17-97 DUE 021097 POC Michael Brown, Contracting Officer, (937) 267-3992 DESC: Furnish and install all necessary equipment and supply all necessary reagents and controls (for a period of 5 years) to perform coagulation testing. Invoicing is to be on cost-per-test basis. Estimated number of tests per year is 42,000. SIC 2835. No telephone requests. Only fax requests,(937) 267-2183, will be accepted. Issued date o/a 12/26/96.*** CITE: (I-352 SN012796) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: USDA, APHIS, Field Servicing Office, Butler Square West, 5th Floor, 100 North 6th St., Minneapolis, MN 55403 SUBJECT: 66--GRAIN MOISTURE METER SOL 54-M-APHIS-97 DUE 032497 POC POC: Robert Crowther is the Contracting Officer and he can be reached at Area Code (612) 370-2115. DESC: The United States Department of Agriculture (USDA), Grain Inspection, Packers and Stockyards Administration (GIPSA) is soliciting offers for a firm, fixed price, requirements contract for the new official grain moisture meter. The effective period of the contract shall be from the date of award through September 30, 1997 with four (4) 1-year renewal options. Under the U.S. Grain Standards Act and the Agriculture Marketing Act, GIPSA provides moisture determinations for grains, oilseeds, pulses, rice and related commodities. GIPSA intends to standardize on new instrumentation to replace currently approved official moisture meter, the Motomco Model 919. For this contract, only those moisture meters models that have met all requirements and currently have a certificate number under the National Conference on Weights and MEasures' (NCWM) National Type Evaluation Program (NTEP) will be considered for the contract. Orders may be placed by the USDA, Official Agencies and Designated States. The estimated quantity to be purchased by GIPSA durning the base year of the contract is 30 each with an estimated 120 (plus or minus 25) during Option Period 1 or 2. The Agencies and Designated States totaling an estimated 400 each during the remaining options is unknown at this time. The solicitation is to be released on or about February 24, 1997. For a copy of the solicitation, submit written or faxed request stating name, address, telephone number and solicitation number to the Contracting Officer. FAX number is Area Code (612) 370-2106. Telephone request for the solicitation will not be accepted. EMAIL rcrowther@APHIS.USDA.gov EMAILDESC: CITE: (W-352 SN012859) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: 66--H/P CELLULAR RADIO TEST SET/SOFTWARE SOL F33601-97-R-A001 DUE 010797 POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309 POC: R Fulmer/PKWOCB/937-257-5858 Fax No 937-257-3926. DESC: Wright-Patterson AFB OH intends to negotiate on a sole source basis with Hewlett-Packard for a RF Mobile/Cellular Radio Test Set and associated Radio Test software. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplimented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation no. F33601-97-R-A001 is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acqusition Circular 36. The associated Standard Industrial Code (SIC) for this procurement is 3825 and the small business size standard is 500 employees. Contract line item number (CLIN) 0001 is one each Model 8922S Cellular Radio Test Set; CLIN 0002 is one each High Stability Time Base OPT 001; CLIN 0003 is one each HP83212B Mobile Station Test Software; CLIN 0004 is for one each HP83220E DCS/PCS MS Test Set; CLIN 0005 is for one each HP8922S OPT OB1 TWO Sets Users Guides and Service Manuals; and CLIN 0006 is for one each Option 003 Protocol Logging Option for the HP8922S Cellular Radio Test Set. Delivery is required within 70 days after contract award, FOB destination to Wright-Patterson AFB OH. Descriptive literature is required and proof of prior experience of producing cellular radio test set supplies is required. The following FAR provisions apply to this solicitation; 52.212-1, Evaluation-Instructions to Offerors-Commercial. The offer must be held open for 120 days; 52.212-2 Evaluation-Commerical Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (i) technical capability of the item offered to meet the Government requirements; (ii) past performance; (iii) price; in descending order of importance. Technical and past performance, when combined, are significantly more important than price. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items (available upon request). The following FAR clause applies to this acquisition; 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional FAR clauses, which are cited in clause 52.212-5, Contract Terms and Conditions required to Implement Statues or Executive Orders-- Commerical Items, are applicable to this acquisition; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Works; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.232-28, Electronic Funds Transfer Payment Method. The following additional defense FAR clauses, which are sited in clause 252.212-7001, Contract Terms and conditions required to Implement Staatutes or Executive Orders Applicalable to Defense Acquisition; 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns (Alt I); 252.225-7001, Buy American Act and Balance of Payment Program. All offers should be sent to ASC/PKWOCB, Attn: Robin Fulmer, 1940 Allbrook Drive, Suite 3, WPAFB OH 45433-5309. All offers are due 4:00 PM EST on 9 Jan 97. Direct all requests for solicitations and routine communication concerning this acquisition to Robin Fulmer, Contract Specialist, 937-257-5197. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. See Numbered Note(s): 22. CITE: (I-352 SN012909) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment--Potential Sources Sought OFFADD: Department of Commerce, Mountain Administrative Support Center, Procurement Division, MC3, 325 Broadway, Boulder, CO 80303-3328 SUBJECT: 66--ELECTRON BACKSCATTERING DIFFRACTION SYSTEM SOL NB853000703015MB DUE 012197 POC Michelle A. Bernal, (303)497-3983 FAX# (303)497-3163 DESC: The National Institute of Standards & Technology (NIST), requires an electron backscattering diffraction image and data analysis system. Critical specifications as follows: Hardware: 1)Lowlight (light sensitivity of at least 1 X 10 minus 5 lux) camera with phosphor screen, capable of capturing and displaying: a live diffraction pattern image at an electron beam current of 2 to 3 nano-amps or less; an integrated, background-subtracted diffraction pattern image at an electron beam current of 0.2 to 0.3 nano-amp or less. 2)SEM/camera interface including: motorized or manual control of camera position, with camera remaining in focus at all positions; simultaneous viewing of diffraction pattern and secondary electron image; forward scatter electron detector (multiple panel preferred, single panel acceptable); 70 degrees tilted specimen holder; and system must interface to JEOL 6100 SEM. 3)Automated SEM stage control and beam control. Software: 1)Analysis software capable of automatic diffraction pattern recognition and indexing for all crystal symmetries. Imaging/mapping capable of images with intensities or colors indicating differences in orientation and intensity-coded or color-coded images displaying grain boundary characteristics such as misorientation angle and CSL values. Interested sources may request a copy of the RFQ either by mail or fax. See Note 1. CITE: (I-351 SN012508) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: 67--CAUSTIC SODA SOL DAAA03-97-B-0004 DUE 012297 POC Thaddious Kee, Contract Specialist, 501/540-3040. DESC: Caustic Soda, (NaOH), diaphram grade. Provide 20,00 pounds (Best Estimated Base Quantity) for a Base Requirements Period of 01 Feb 1997 through 30 Sep 1997. Estimated quantity will be required within 24 hours of call for an actual delivery. Three (3) additional requirement periods are applicable for this particular acquisition. Specific Timeframes will be stipulated in the solicitation. The Government anticipates a firm-fixed unit-price requirements type contract with an estimate of 25 deliveries. This is a 100% Small Business Set-Aside. All reponsible small business sources may submit a bid which shall be considered by the Contracting Officer. Fascimile Machine request may be made: 501/540-4090. Additionally, answering machine request will be honored: 501/540-4095. Delivery of any requested Caustic Soda will be FOB Destination, Pine Bluff Arsenal, Pine Bluff, AR 71602-9500. CITE: (I-352 SN012770) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: Panama Canal Commission, Logistical Support Division, Unit 2300, APO, AA 34011-2300 SUBJECT: 67--NIKON CAMERA OUTFITS SOL PAC-86632-PI-29 DUE 010897 POC LOIDA COPPER, CONTRACT SPECIALIST, (507) 272-4658, RAQUEL MENDEZ, CONTRACTING OFFICER, (507) 272-4658 DESC: QUANTITY: VARIOUS ITEMS FOR NIKON CAMERA F5, CAMERA BODY #1795, DELIVERY 30 DAYS FOB NEW ORLEANS, OR 60 DAYS CIF/FOB GRAPHIC BRANCH, PANAMA, REPUBLIC OF PANAMA AFTER RECEIPT OF NOTICE OF AWARD. WHEN REQUESTING SOLICIATION, STATE NAME, ADDRESS AND SOLICITATION NUMBER. REQUEST WILL BE ACCEPTED BY FACSIMILE AT 011-507-272-7661 OR 272-1502. ALL RESPONSIBLE SOURCES SHALL MAY SUBMIT AN OFFER WHICH SHALL BE CONSIDERED BY THE COMMISSION. CITE: (I-352 SN012824) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309 SUBJECT: 68--NITROGEN, BULK SOL F33601-96-R-A069-01 DUE 012397 POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr Ste 3, WPAFB OH 45433-5309, POC: M Linkenhoker, 937-257-5852, Fax No 937-257-3926. DESC: The Synopsis advertising the Request for Proposal, F33601-96-R-A069 has been charged to an Invitation for Bid (IFP) F33601-97-B-0003. This solicitation will be issued approx 96 Dec 23. All responsible sources may submit a bid, proposal, or quotation which shall be considered. No tel requests. Only written or faxed requests received directly from the requestor are acceptable. CITE: (I-352 SN012910) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 69--Training Aids and Devices OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (HRL), Rock Island , IL 61299-7630 SUBJECT: 69--MULTI-PURPOSE RANGE COMPLEX SOL DAAE20-97R0015 DUE 043097 POC Contract Specialist: Suzie Yackley (309) 782-3865, PCO: Marilyn E. Strieter (309) 782-5521 DESC: Multi-Purpose Range Complex. This acquisition involves the design, construction, manufacturing and installation, and optional years of operation and maintenance of a Multi-purpose Range Complex in the country of Kuwait. The range is a two lane maneuver and live-fire training facility for Kuwait Abrams tanks and the Desert Warrior infantry vehicles with each lane having two assault trials and each trial having five defensive fighting positions. The down-range area is about 1700 by 4500 meters, and includes a number of target lifting devices in selectively located protective bunkers. The target lifting devices are integrated into a computer controlled training system that can present diverse tactical training scenarios and quantify performance of the trainees. The uprange or administrative area is about 1400 by 580 meters, and includes a control tower facility and space for contractor usage. The contractor would be required to deliver an integrated "turnkey" range. This range will be used by the Kuwait Land Forces to provide realistic live-fire battlefield training for a variety of training objectives. A business arrangement in Kuwait and proof of it is required at time of proposal submission. A site survey in Kuwait is scheduled on 12 Feb 97 and is limited to one representative. A Pre-proposal conference is scheduled on 26 Feb 97 at Rock Island, IL and is limited to 3 representatives. Request you notify the Contracting Officer who will be attending the site survey by 10 Jan 97 and the Pre-proposal conference by 21 Feb 97. Datafax number is (309) 782-3806. This is a formal source selection procurement and will require technical proposals in addition to price proposals. A draft solicitation will be issued around 14 Jan 97 with a final solicitation to follow. A nonrefundable fee of $275.00 is required for receipt of each draft solicitation ordered, and $300.00 for each final solicitation ordered. Submit a certified cashier's check for each solicitation ordered, specifying draft or final solicitation, payable to the treasurer of the United States, to the following address: TACOM-ACALA, ATTN: AMSTA-AC-PCH-A/Suzanne Yackley, Rock Island, IL 61299-7630. This is also being published under Classification Code Y in the CBD. All or part of this action is an unfunded FY97 requirement. Estimated issue date of this solicitation is 033197. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE) (if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309)782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. See Note(s): 26. CITE: (I-352 SN012803) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: U.S. Department of Agriculture, Agriculture Research Service, Administrative and Financial Management, Procurement and Property Branch, 14th & Independence Avenue, S.W., Room 1310 South Building, Washington, D.C. 20250 SUBJECT: 70--CABLETRON ITEMS POC Contact Point, Shirley Bailey, (202) 720-8227, Contracting Officer DESC: The Government is seeking a contractor to provide the following Cabletron equipment and parts: 1) 24 port 10Base-T hub stack 24 RJ45 and 2 EPIM slots SNMP intelligent Cabletron SEHI-24, 28 each, 2) 24 port 10Base-T hub stack 24 RJ45 and 2 EPIM slots non-intelligent Cabletron SEH-24, 36 each, 3) Interconnect cable for SEHI hub to connect to another SEH hub Cabletron 9380111, 28 each,4) Interconnect cable for SEH hub to connect to another SEH hub Cabletron 9380110, 8 each. Written quotations will be solicited. The anticipated award date is January 13, 1997. CITE: (W-352 SN012614) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: U.S. Department of Agriculture, Agriculture Research Service, Administrative and Financial Management, Procurement and Property Branch, 14th & Independence Avenue, S.W., Room 1310 South Building, Washington, D.C. 20250 SUBJECT: 70--CABLETRON ITEMS POC Contact Point, Shirley Bailey, (202) 720-8227, Contracting Officer DESC: The Government is seeking a contractor to provide the following Cabletron equipment and parts: 1) 24 port 10Base-T hub stack 24 RJ45 and 2 EPIM slots SNMP intelligent Cabletron SEHI-24, 28 each, 2) 24 port 10Base-T hub stack 24 RJ45 and 2 EPIM slots non-intelligent Cabletron SEH-24, 36 each, 3) Interconnect cable for SEHI hub to connect to another SEH hub Cabletron 9380111, 28 each,4) Interconnect cable for SEH hub to connect to another SEH hub Cabletron 9380110, 8 each. Written quotations will be solicited. The anticipated award date is January 13, 1997. CITE: (W-352 SN012615) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 70--DISK DRIVE SUBASSEMBLY SOL SP0970-97-Q-A111 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: YPE96318000418 NSN 7025-01-425-1815, CAGE 2S373 Part No DCM101 2 -EA Del to granite City IL 62040 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 1-4, 5-9, 10. PR quantity: 2 EA line 1, quantity 2, W52H01 granite City, IL 62040-1801. Delivery schedule: 60 days ADO set-aside: total small business set-aside. Size standard: 1000 all responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN012749) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 70--DISPLAY UNIT SOL SP0970-97-Q-A115 DUE 013197 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96325000636 NSN 7025-01-430-8758, CAGE 66257 Part No 0130-06-MRMAS-CTX/17-1 ctx(OVRH3) monitor model 1765GME modified for shipboard use 25 -EA Del to Mechanicsburg PA 17055-0789 Del by 24 Mar 97. 25 -EA Del to Lathrop CA 95330 other than full and open competition: part numbered item products offered clause applies. Various increments solicited: 10-24, 25-49, 50-99, 100-149, 150-249, 250-499. PR quantity: 50 EA line 1, quantity 25, SW3100 Mechanicsburg PA 17055-0789 line 2, quantity 25, W62G2T Stockton CA 95296-0130 delivery schedule: 60 days after date of order set-aside: unrestricted (sole source/single source) (no preference) size standard: 1000 all responsible sources may submit offer which DESC shall consider. CITE: (I-352 SN012750) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: DEPARTMENT OF DEFENSE (CM), OCHAMPUS/CM, BLDG 225, AURORA, CO 80045-6900 SUBJECT: 70--AUTOMATED DATA PROCESSING EQUIPMENT, SOFTWARE, SUPPLIES AND SUPPORT EQUIPMENT SOL MDA90697T0005 DUE 122696 POC Purchasing Agent, RUBY DURAN, 303-361-1017, Contracting Officer, SCOTT J. LAMOND, 303-361-1249 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals re being requested and a written solicitation will not be issued. This notice is used as a request for quotes (RFQ) and will be awarded as a purchase order using the simplified acquisition procedures. The solicitation document and incorporated provisions ad clauses are those in effect through Federal Acquisition Circular 32. The Standard Industrial Classification (SIC) is 5045 Computers and Computer Peripheral Equipment and Software. Small Business Size is less than 100 employees. Item number 0001, 2 each, Startime for Windows software, version 2.0, General Parametrics Corp part number 4000704. Item number 0002, 12 each, Business Map for Windows software, version 2.0, Envronmental Systems Research part number 42200. Item number 0003, 7 each, Robohelp software, Bluesky Software part number PRH4RH4-CD. Item number 0004, 1 each, Installshield3 software, Bluesky Software part number IS3W. Item number 0005, 1 each, Logato Autocanger Module, Part number 2615. Item number 0006, 20 each, 2149MB Seagate Ultra SCSI-3, Hard Drive, 9MS, Internal 3.5" 1" 512K, 5400RPM, mounting rails with screws. 50 Pin ribbon internal SCSI Cable for drives SCSI HDD Install Guide. Seagate part number ST32155N. Item number 0007, 5 each, 1620MB Western Digital IDE Hard Drive Kit. IDE Internal 10MS, 128K, 5200RPM, 3.5" 1". 40 Pin dual IDE cable mouning rails with screws EZ drive packet for Western Digital 2.5 gig drives, IDE HDD install guide, part number WD21600. Item number 0008, 100 each, LABTEC amplified computer speakers, part number LCS 1024 10W Speaker Set with AC Adapter. Item number 0009, 20each, Viking 16MB SIMM 70NS PARIT6 TIN, MDI 4X36N70T, part number 4X3660. Item number 0010, 100 each, Creative Labs Sound Blaster, 16pro PnP, Mfg part number. Item number 0011, 100 each, LABTEC AM-22 Microphone. Item number 0012, 1 each, Arts and Letters Express, Ver 6.0 Media CD. Computer support Corp part number 59088-Server-Node. Item number 0013, 25 each, Arts and Letters Express Ver 6.0 Media CD fortwenty-five (25) current users. Computer Support Corp part number 59088-WORKSTATION. Item number 0014, 1 package of 200 each, Bar Code Labels, Exabyte Corp part number 180493-000. Quotes must be submitted on or before December 26, 1996. CITE: (I-352 SN012844) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential Sources Sought OFFADD: Federal Aviation Administration, 800 Independence Avenue, S.W., Washington, D.C. 20591, ASU-330 SUBJECT: 70--FLIGHT DATA INPUT/OUTPUT (FDIO) PERIPHERAL DISPLAY REPLACEMENT SOL DTFA01-96-R-18496 DUE 012197 POC Susan Thomas, 202/366-5641, Contracting Officer, Mark C. Brady, 202/366-5917 DESC: In accordance with the Federal Aviation Administration Acquisition Management System (FAAAMS), Section 3.2.1.3.12, industry is hereby informed that the Federal Aviation Administration (FAA) has a requirement valued at over $50,000. The purpose of this Screening Information Request (SIR) is to perform a Market Survey and solicit information from interested and capable companies who want to participate in this procurement. The FAA has a requirement to provide air traffic control towers with the capability to exchange flight plan information with the associated air route traffic control center (ARTCC) host computer. This capability is currently provided by the Flight Data Input/Output (FDIO) system. To meet this requirement the FAA plans to replace the FDIO peripheral displays currently in service at Air Traffic Control Facilities nationwide. The FAA anticipates procuring 1800-2000 displays and engineering services for the FDIO project. Specifications: The Video display, or Cathode Ray Tube (CRT), shall have the capacity to simultaneously meet all of the following requirements with standard commercially available hardware (with modified software and/or firmware). Functional Characteristics Interface Definition - The display shall connect to a host in accordance with a standard EIA RS-232-C connection in compliance with balanced operation as specified in EIA RS-422. The display must have a full-duplex interface capable of operating at 2400 Baud. Character transmission shall be asynchronous and each character shall consist of eight (8) data bits, one (1) start bit, one (1) parity bit, and one (1) stop bit. Odd parity with an error indicated by a parity character shall be provided. Parity errors shall be communicated across the serial interface of parity is included. The display interface shall be capable of emulating a VT-100 video display. The pin out of the DB25S connector shall be as follows: pin 1 is frame ground, pin 7 is signal ground, pin 15 is negative input, pin 17 is positive input, pin 19 is negative transmit, and pin 25 is positive transmit. The display shall show 25 lines of up to 80 characters each. The display presentation shall be a minimum of 60 cycle non-interlaced refresh. Fields or groups of lines shall be capable of being designated a scrolling region. Character Set - A blinking cursor shall identify the next screen location to be modified. The character located at the cursor position shall not be obscured by the cursor. The characters shall be composed within a minimum 9 wide by 12 high (9 x 12) dot matrix (7 x 9 dot character). The display shall be capable of displaying all characters as listed in Table 1. (Call contact point to receive a fax copy of Table 1.) The custom font shall be resident in the display's read only memory. An upside-down question mark shall be displayed for each character received with a parity error, if parity is used. Display operating controls shall be mounted on the front panel or operator accessible from the front (not on associated keyboard). They shall consist, as a minimum, of an on/off switch, and a brightness control. Power - The display shall operate on 120 volt +/-10%, 60 Hz power. The display shall consume less than 250 watts in the specified voltage range. Mean Time Between Failure - The mean time between failure shall be greater than or equal to 20,000 hours. All default set-up parameters shall be configured at the vendor's facility. Physical Characteristics - Dimensions - The display physical dimension (including the pedestal console cabinet mounting characteristics) shall be not greater than 14.25 inches in depth, 14.25 inches in width and 18.00 inches in height. Mounting for the display shall be console cabinet on a swivel pedestal tilt rotate base for table top mounting. The display shall weigh less than 30 lbs. Display - The display area shall have a diagonal measurement of no less than 12 inches and no more than 14 inches. A P-31 (green non-glare) type phosphor shall be used in the display. Environmental Conditions - Operating Environment - The display shall operate in the following environments: (1) Temperature 50(F to 95(F, (2) Relative Humidity 30% to 80% non-condensing. Non-operating Environment - The display shall accommodate shipping and storage temperature ranges from - -4(F to 140(F. Safety - The monitor shall be approved by Underwriter's Laboratory. The monitor shall comply with FCC Class A Radio Frequency Interference Regulations. It is requested that all interested offerors submit a detailed description of what they have commercially available today that meets, or could be easily modified to meet the display hardware specifications contained herein. Include with your description a matrix tying the specifications outlined herein with your documentation. Offerors should also include a non-binding quote on costs, segregating start-up costs from unit production costs. Offerors should indicate if they have ISO 9000 certification. Responses should include the following: description of similar modified display efforts; copies of commercial literature; pictures/specifications; past performance on similar efforts within the past three years; point of contact listing name, address, phone no., FAX no., and Internet address; and capability to deliver the required supplies/services. Companies interested in responding to this market survey should submit their written response no later than January 21, 1997, to Federal Aviation Administration, Attn: Mark C. Brady, Contracting Officer, ASU-330E, 800 Independence Ave., SW, Room 406, Washington, DC 20591. All responses must be marked with the SIR number DTFA01-96-R-18496. This is not a request for proposals. No unsolicited proposals are desired and none will be accepted. The FAA is not liable for costs associated with the preparation or submittals of inquiries or responses and shall not reimburse firms for any costs incurred in responding to this market survey. CITE: (I-352 SN012972) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential Sources Sought OFFADD: Federal Aviation Administration, 800 Independence Avenue, S.W., Washington, D.C. 20591, ASU-330 SUBJECT: 70--FLIGHT DATA INPUT/OUTPUT IFDIO) PERIPHERAL KEYBOARD RELACEMENT SOL DTFA01-96-R-18495 DUE 012197 POC Susan Thomas, 202/366-5641, Contracting Officer, Mark C. Brady, 202/366-5917 DESC: In accordance with the Federal Aviation Administration Acquisition Management System (FAAAMS), Section 3.2.1.3.12, industry is hereby informed that the Federal Aviation Administration (FAA) has a requirement valued at over $50,000. The purpose of this Screening Information Request (SIR) is to perform a Market Survey and solicit information from interested and capable companies who want to participate in this procurement. The FAA has a requirement to provide air traffic control towers with the capability to exchange flight plan information with the associated air route traffic control center (ARTCC) host computer. This capability is currently provided by the Flight Data Input/Output (FDIO) system. To meet this requirement the FAA plans to replace the FDIO peripheral keyboards currently in service at Air Traffic Control Facilities nationwide. The FAA anticipates procuring 1800-2000 keyboards and engineering services for the FDIO project. Specifications - The following requirements shall be met with commercially available off-the-shelf hardware, with custom keycaps and modified software or firmware. The serial keyboard interface shall include the following: EIA RS-449 balanced operation as specified in EIA RS-422; a full-duplex interface capable of operating at 2400 Baud; each character shall comprise of eleven bits consisting of eight (8) data bits, one (1) start bit, one (1) parity bit, and one (1) stop bit; odd parity checking; parity errors communicated across the serial interface; the pin out of the DB25S connector shall be as follows - pin 1 is frame ground, pin 7 is signal ground, pin 15 is negative input, pin 17 is positive input, pin 19 is negative transmit, and pin 25 is positive transmit; and the keyboard shall be equipped with repeat-key functionality. Modifications - The keyboard shall be modified from a standard commercially available keyboard in the following manner: a minimum of seventy-two (72) keys shall be available for custom keycaps, extending less than half an inch from the keyboard frame, including the space bar and irregular sized keycaps such as Shift, Control and/or Enter; all keys shall be programmable for up to three hexidecimal codes each (normal, shift, control); keycaps shall be engraved as per Table 1 (Call contact point to receive a fax copy of Table 1); a prototype keyboard shall be provided in a layout similar to Figure 1 (Call contact point to receive a fax copy of Figure 1), with the understanding that this may be modified; the hexidecimal coding of the keys shall be as shown in Table 1 and Figure 1; any excess keys shall be left blank and disabled, or preferably removed; if an AC power switch is provided, it shall be located behind the keyboard; and there shall be a visible indicator, such as a green LED, when the keyboard is powered on. Configuration - The keyboard shall be available in two configurations: a keyboard assembled with standard non-illuminated keys and a keyboard configured with backlighting. Backlit Specifications - The backlit keyboard shall differ from the standard non-illuminated keyboard by adhering to the additional specifications: all keycaps shall be self-illuminated by conventional methods, either the keycap shall be lit contrasting with dark alphanumerics/symbols, or the keycap shall be dark with lit alphanumerics/symbols; the keyboard shall have an adjustable instrument such as a knob that controls the backlighting intensity; and the consumable lighting source or bulb for the backlit keys shall be commercially available and replaceable with no special tools or requirements. Keyboard characteristics - The keyboard shall include the following equipment characteristics: the keyboard shall operate on 120 volt +/- 10%, 60 Hz power; the keyboard shall consume less than 250 watts in the specified voltage range; and the mean time between failures shall be greater than or equal to 8,000 operating hours. Physical characteristics: the keyboard shall weigh less than 10 lbs.; the keyboard shall be contained in the following dimensions - 2.5 inches high, 20 inches wide, 9 inches long; the power supply shall be contained within the following dimensions - 4" x 4" x 5"; and the power supply and the cable connecting the keyboard with the power supply shall be commercially available from multiple vendors for various lengths up to fifteen feet. Environmental conditions - the keyboard shall operate in the following environments: temperature 50(F to 104(F; relative humidity 20% to 80% non-condensing; altitude up to 8000 feet; maximum temperature gradient of 15(F per hour; and the keyboard shall accommodate shipping and storage temperature ranges from -20(F to 140(F. Safety: the keyboard shall be approved by Underwriter's Laboratory and the keyboard shall comply with FAA Class A Radio Frequency Interference Regulations. Host Computer Interface (the host computer interface is described in further detail in the Software Interface Control Document [SCID]. Note the acronyms RFSP and FSP refer to the printer, [replacement] flight strip printer). The keyboard shall use the following status sequence: the keyboard shall accept the following status request from the HOST; ESC[xETX. The keyboard shall respond to the status request as follows: X-OFF (maximum response time of 3.0 seconds); ACK/NAK (maximum response time 0.9 seconds)[the keyboard will respond with an ACK if it receives the request for status message correctly and is able to respond with a correct status byte. An ACK is the correct response, even if the returned status byte indicates that an error condition exists, assuming the keyboard is able to correctly return the status byte. If the request for status message is received with a parity error, or the status byte cannot be successfully returned, the keyboard will return a NAK.]; STATUS BYTE (maximum response time 0.01 seconds)[If a NAK is returned, indicating some sort of error condition, the status byte may or may not accompany the response.]; Bits 0-2 - Device Code (Keyboard Device Code is 1, or 01 Hex); Bit 3 - On line (always set to default, 1); Bit 4 - Character Parity Error (set to 1 for bad parity); Bit 5 - Not Used (Default=0); Bit 6 - Device Fault (Default=0); Bit 7 Not Used (Default=0); and X-ON (maximum response time 0.01 seconds). Bit 0 is the least significant bit (LSB), and bit 7 is the most significant bit (MSB). The keyboard shall respond to a diagnostic request, ESC[c ETX, with an X-ON. The keyboard shall initiate an X-ON upon power up. It is requested that all interested offerors submit a detailed description of what they have commercially available today that meets, or could be easily modified to meet the keyboard hardware specifications contained herein. Special attention should be paid to the specification on the RS-422 interface and the backlit specifications. There are 11 special keycaps required. Include with your description a matrix tying the specifications outlined herein with your documentation. Offerors should also include a non-binding quote on costs, segregating start-up costs from unit production costs. Offerors should indicate if they have ISO 9000 certification. Responses should include the following: description of similar modified keyboard efforts; copies of commercial literature; pictures/specifications; past performance on similar efforts within the past three years; point of contact listing name, address, phone no., FAX no., and Internet address; and capability to deliver the required supplies/services. Companies interested in responding to this market survey should submit their written response no later than January 21, 1997, to Federal Aviation Administration, Attn: Mark C. Brady, Contracting Officer, ASU-330E, 800 Independence Ave., SW, Room 406, Washington, DC 20591. All responses must be marked with the SIR number DTFA01-96-R-18495. This is not a request for proposals. No unsolicited proposals are desired and none will be accepted. The FAA is not liable for costs associated with the preparation or submittals of inquiries or responses and shall not reimburse firms for any costs incurred in responding to this market survey. CITE: (I-352 SN012973) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 74--Office Machines, Text Processing Systems and Visible Record Equipment--Potential Sources Sought OFFADD: Technical Information Management Section, Second system quality Assurance Department, Sofrware, Nippon Telegraph and Telephone Corporation, Attn: Mr. Ohsawa, Telephone: +81-43-211-3594 SUBJECT: 74--I)SERVER (II)SOFTWARE PACKAGE (III)COMPUTER SERVICE SOL KANPO 08-166 (So Hon 7) DUE 011397 POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810 also NTT America, Inc., Pacific and Western Division, 415/940-6565: Contracting Office Technical Information Management Section, Second system quality Assurance Department, Sofrware, Nippon Telegraph and Telephone Corporation, Attn: Mr. Ohsawa, Telephone: +81-43-211-3594 DESC: This announcement(RFC) is to request provision of general reference materials from potential suppliers prior to a procurement announcement. This is not a Request for Proposal. This announcement does not necessarily promise that a procurement announcement will follow. No payment will be made for the information submitted. The Outline of system is as follows: (1)Name:(i)Server (ii)Software Package (iii)Computer service (2)Quantity:(i)one set (ii)about 1,200 sets (iii)one set (3)Deadline for RFC:5:00 pm, January 13, 1997(Mail must arrive no later than the above date.), (4)Addresses to send information for RFC:Technical Information Management Section, Second system quality Assurance Department, Sofrware, Nippon Telegraph and Telephone Corporation, 1-6 Nakase, Mihama-ku, Chiba-shi, Chiba 261 Japan, Attn: Mr. Ohsawa, Telephone: +81-43-211-3594 or NTT America, Inc., Head Office, 101 Park Avenue, 41st Floor New York, NY 10178, also NTT America, Inc., Pacific and Western Division 700 E. El Camino Real, suite 200 Mountain View, CA 94040, U.S.A. (5)Language:Japanese or English LINKURL: http://wwwipo.nttinfo.ntt.co.jp LINKDESC: CITE: (D-352 SN012549) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste 3, Wright-Patterson Afb Oh 45433-5309 SUBJECT: 76--REFERENCE MATERIALS SOL F33600-97-R-0019 DUE 012497 POC For copy, S. Carter/Pkwrm/[937]257-8344, For additional information contact S. Carter/Pkwrm/[937]257-8344 DESC: Item 0001 NSN 7600-0 - - Standard Poor's subscriptions for Air Force Libraries world-wide. This is a notice of intend of ASC/PKWRM to purchase subscriptions for Standard and Poor's library reference materials for 1995. Total of 8 different titles; varying quantities of each subscription; multi-ship-to list of Air Force libraries world-wide. . Destn: Various Air Force Libraries. Item 0002 17. "DIRECT ALL REQUESTS FOR SOLICITATIONS AND ROUTINE COMMUNICATION CONCERNING THIS ACQUISITION TO ASC/PKWRM, ATTN: Sam Carter, Contract Negotiator, (937) 257-8344), FAX (937) 257-6390, BUILDING 1, AREA C, 1940 ALLBROOK DRIVE, SUITE 3, WRIGHT-PATTERSON AFB OH 45433-5309." An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposed development phase of this acquisition. Potential ! offerors should use established ch annels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman, Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, STE 1, Wright-Patterson AFB OH 45433-7642, at (513) 255-3855, with serious concerns only. The app roximate issue/response date will be 26 Dec 96. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considere d. See Note (s) 1. CITE: (I-351 SN012512) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 77--Musical Instruments, Phonographs and Home-type Radios OFFADD: Fleet and Industrial Supply Center, Norfolk Washington Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC 203 SUBJECT: 77--PROCUREMENT OF MUSICAL INSTRUMENTS SOL N00600-97-R-1036 DUE 010297 POC For copies of solicitation, make your request to FISC NORF DET WASH Customer Service Center by fax at (202) 433-9569, by voice at 433-2920 or by electronic mail at CBD_RESPONSE_at_NRCC_DC@MCHFMCCM.NAVY.MIL or contact Rodney Gartrell, Code 201.2G, 433-5282 or Barbara Morden, Code 201.2, 433-2895. DESC: The Fleet and Industrial Supply Center Norfolk, Detachment Washington, intends to award a competitive commercial item contract for the purchase of brand name musical instruments for the U.S. Naval Academy Band. Some of the brand name instruments to be purchased are: a Buffet Clarinet, A Besson Euphonium, A Yamaha Flute, a Yamaha Saxophone, a Yamaha Sousaphone, a Lebanc Bb Clarinet, a Loree English Horn, and a Yamaha Mute Systenms, for Trombone. The quatity varies from 2 to 6 between the instruments. All responsible sources may submit an offer which willbe considered. The SIC Code is 3931. This is a 100% Small Business Set-Aside. Proposal date is estimate only. See solicitation for exact date. CITE: (W-352 SN012813) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--CLOTH, SATIN GLASS, TYPES IV AND VIIIB SOL SP0100-97-R-4011 DUE 013197 POC Contact: DPSC-FOEM-2 buyer-monica Roberts 215/737-3046 DESC: Synopsis of 19 Nov 96 is amended to include a 100% option quantity for both items (type IV and viiib). CITE: (I-352 SN012581) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 83--POLE, TENT, WOOD, TYPE II CLASS 2 SOL SP0100-97-Q-4068 DUE 013197 POC Contact: DPSC-FOTM-1 buyer-william Kaufman 215/737-2434 DESC: Quotations are requested for the following two items: pole, tent, wood, type II (Ridge) class 2, 20 Ft 3 1/2 inches, NSN 8340-00-188-8401, quantity 200 each, and pole, tent, wood, type II (Ridge) class 2, 11 feet 10 inches, NSN 8340-00-188-8396, quantity 100 each. There will be one delivery to Tracy California 180 days after date of award. END item specification: MIL-P-549 total small busines set aside. Quotations or requests for information may be faxed to William Kaufman, 215-737-8143. All responsible sources may submit offer which DPSC shall consider. CITE: (I-352 SN012582) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags--Potential Sources Sought OFFADD: SURVIVABILITY DIRECTORATE, US ARMY NATICK RD&E CENTER, ATTN: SSCNC-IC, NATICK MA 01760-5019 SUBJECT: 83--FLAME RESISTANT ELASTIC CORD - MARKET RESEARCH SOL W13G07-CBD7-0018 POC Michael R. Zielinski Special Systems Group (508) 233-4417 (Site Code DAAK60) DESC: The US Army Natick RD&E Center is seeking information on commercially available Flame Resistant Elastic Cord for flame resistant protective clothing. If this item is not commercially available, the US Army Natick RD&E Center is seeking sources to devlop Flame Resistant Elastic Cord. United States and Foreign firms or universities which have the capability or have access to existing processes to develop and manufacture this type of material on a laboratory, pilot, and commercial scale are invited to sumit a summary of their capabilities and samples, if available. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION DOCUMENT IS AVAILABLE. CITE: (I-352 SN012853) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags--Potential Sources Sought OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN ROAD, FORT BELVOIR VA 22060-5852 SUBJECT: 83--MEETING ON JOINT SERVICE LIGHTWEIGHT INTEGRATED SUIT TECHNOLOGY PRE-PLANNED PRODUCT IMPROVEMENT (JSLIST P31) SOL W13G07-CBD7-0016 POC Gloria Barrett (703) 704-3460 (Site Code DAAK60) DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold an informal interactive meeting with industry, academia, and other government agencies from 1300 to 1700, 16 Jan 97 in the Northern Virginia area to discuss the approaches being considered to eecute JSLIST P3I. Project Managers on the JSLIST program from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will also attend. The JSLIST P3I program is a product improvement of the JSLIST I chemical ensemble through use of technology insertion. As te follow-on P3I phase to the JSLIST I program, JSLIST P3I is seeking the next generation materials technology for chemical protective ensemble items to include garments and hand cover. Up-front industry and academia input will assist in structuring JSLIST P3I to meet Department of Defense (DOD) needs for the continual improvement of its fielded chemical ensemble. Meeting on 16 Jan will focus on recommendations frm the Joint Service Analysis Team (JSAT), a government Integrated Product Team (IPT) chartered to analyze testing results and program structure of JSLIST I in order to minimize P3I testing requirements and maximize P3I scheduling benefits, while taking advntage of industry and academia expertise. Continued cooperation of a government-industry-academia team should benefit all parties and help provide servicemen and women the best chemical protective ensemble possible. Neither government nor industry or academia participants at this meeting are under any obligation to each other for future interaction related to the JSLIST P3I program. JSLIST P3I purchase orders o solicitations as applicable will be released at a later date. Information provided during this meeting will be shared with all participants; no proprietary technical data will be discussed; no one-on-one discussions will be held. During this meeting, govenment will not share results of ongoing or completed JSLIST I tests and industry may not provide any technical data on potential materials for JSLIST P3I. To register and obtain a packet of briefing information, names of industry and academia representatives who will attend this meeting should be provided by 3 Jan 97 to Gloria A. Barrett; U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvoir VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number 703-704-3460 or FAX 703-704-3820. CITE: (I-352 SN012855) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--DECORATION SET, NAVY ACHIEVEMENT. QUI SOL SPO100-97-Q-4069 DUE 013197 POC Contact: DPSC-FOTM-2 buyer-loretta Cicirello,, 215/737-3294 DESC: PR-NO: YPT96347000003 NSN 8455-00-926-6784, 25,000 -SE Del to Mechanicsburg PA 17055-0789 Del by 14 Jul 97. See NOTES 1, 9, item description: decoration set, Navy, achievement first article required. Quantity: 25,000 unit of issue: EA production leadtime: 165 days No. of deliveries: 6 utilizing simplified procedures if procurement is under $100,000. All responsible sources may submit offer which DPSC shall consider. CITE: (I-352 SN012592) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia--Potential Sources Sought OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN ROAD, FORT BELVOIR VA 22060-5852 SUBJECT: 84--MEETING ON JOINT SERVICE LIGHTWEIGHT INTEGRATED SUIT TECHNOLOGY PRE-PLANNED PRODUCT IMPROVEMENT (JSLIST P31) SOL W13G07-CBD7-0017 POC Gloria Barrett (703) 704-3460 (Site Code DAAK60) DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold an informal interactive meeting with industry, academia, and other government agencies from 1300 to 1700, 16 Jan 97 in the Northern Virginia area to discuss the approaches being considered to eecute JSLIST P3I. Project Managers on the JSLIST program from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will also attend. The JSLIST P3I program is a product improvement of the JSLIST I chemical ensemble through use of technology insertion. As te follow-on P3I phase to the JSLIST I program, JSLIST P3I is seeking the next generation materials technology for chemical protective ensemble items to include garments and hand cover. Up-front industry and academia input will assist in structuring JSLIST P3I to meet Department of Defense (DOD) needs for the continual improvement of its fielded chemical ensemble. Meeting on 16 Jan will focus on recommendations frm the Joint Service Analysis Team (JSAT), a government Integrated Product Team (IPT) chartered to analyze testing results and program structure of JSLIST I in order to minimize P3I testing requirements and maximize P3I scheduling benefits, while taking advntage of industry and academia expertise. Continued cooperation of a government-industry-academia team should benefit all parties and help provide servicemen and women the best chemical protective ensemble possible. Neither government nor industry or academia participants at this meeting are under any obligation to each other for future interaction related to the JSLIST P3I program. JSLIST P3I purchase orders o solicitations as applicable will be released at a later date. Information provided during this meeting will be shared with all participants; no proprietary technical data will be discussed; no one-on-one discussions will be held. During this meeting, govenment will not share results of ongoing or completed JSLIST I tests and industry may not provide any technical data on potential materials for JSLIST P3I. To register and obtain a packet of briefing information, names of industry and academia representatives who will attend this meeting should be provided by 3 Jan 97 to Gloria A. Barrett; U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvoir VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number 703-704-3460 or FAX 703-704-3820. CITE: (I-352 SN012854) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia--Potential Sources Sought OFFADD: SURVIVABILITY DIRECTORATE, US ARMY NATICK RD&E CENTER, ATTN: SSCNC-IC, NATICK MA 01760-5019 SUBJECT: 84--COLD WEATHER CANTEEN SYSTEM SOL W13G07-CBD7-0019 POC David Querim (508) 233-5432 (Site Code DAAK60) DESC: The U.S. Army Natick Research, Development, and Engineering Center, located in Natick, Massachusetts, is looking for your assistance in providing the Army with a state of the art Cold Weather Canteen System (canteen, cup, and carrier) that meets the oldier needs. All manufacturers/distributors interested in providing a cold weather canteen for the Armed Services should review the following performance requirements and comment with their assessment of which requirements their current commercial item mets. Manufacturers are asked to provide to what degree their commercial products meet the requirements (example: Our product will not allow water to freeze when exposed to 15 degrees F below zero for 2 hours as opposed to the Army's requirement.) The Cold Weather Canteen Performance Requirements are: 1) That the canteen hold one to two quarts of liquid; 2) That the canteen have a wide enough opening (31 to 50 cm) o allow a soldier to use his bayonet to break up initially forming ice; 3) That the canteen be able to be heated directly on a campfire to quickly thaw frozen contents; 4) That the canteen shape not distort when used on a campfire; 5) That the canteen mateial not corrode or emit any substance not allowed by the Food and Drug Administration during use; 6) That the canteen shall be made such that the interior surfaces contain no crevices which would allow for bacterial growth; 7) That the mouth be made of a low thermal conductive material; 8) That the canteen be compatible with the M1 canteen cap (Nuclear, Biological and Chemical -NBC hardened) (A sample M1 capmay be obtained by calling 508 233-5432); 9) That the canteen have a cup which mates with the canteen and a insulated carrier which would carry the canteen and cup; 10) That carrier be compatible with other current Load Bearing Equipment (attachment points; 11) That the system (canteen, cup, and carrier) meets the requirement that the canteen contents not freeze when subjected to 4 hours at -40 degrees F; 12) That the canteen and cup each be free standing. Interested parties should respond with cost data, item literature, sample (if possible), and information regarding production capacity. Information should be provided by January 8, 1996. All informatio shall be considered confidential. Information should be sent to the following address: U.S. Army Natick RD&E Center, ATTN: SSCNC-ICC (QUERIM), Kansas Street, Natick MA 01760-5019. Contact David Querim at (508)233-5432 if there are any questions. CITE: (I-352 SN012857) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 87--Agricultural Supplies OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: 87--RAPID RESPONSE/IMMEDIATE RESPONSE CONTRACTS FOR CONTROL/REMEDIATION OF HAZARDOUS, TOXIC AND RADIOACTIVE WASTE SOL DACA45-97-R-0019 POC Contracting Division at: (402) 221-4266 Plans and specifications can be ordered by fax at (402) 221-4530. DESC: Provide Rapid Response/Immediate Response Contracts for control/remediation of Hazardous, Toxic, and Radioactive Waste: Solicitation Number DACA45-97-R-0019. Work consists of control and/or remediation of sources of contamination at various sites throughout the United States, its territories, possessions and worldwide. Contractor must be capable of commencing work in the field within seventy-two (72) hours of notice of Immediate Response Actions. In response to Rapid Response actions, the contractor must be capable of commencing on site performance within 30 days of receipt of an obligating document. Up to three (3) indefinite quanity contracts may be awarded. The cumulative award amount for the three contracts shall not exceed $150 Million dollars. The RFP will contain criteria for the selection, negotiation and award of each Delivery Order. Basic performance period is two (2) years plus one (1) three (3) year option period, or until the dollar limit of the contracts are reached, whichever occurs first. Issue date on or about 21 Jan 1997. The solicitation is unrestricted and closes on or about 6 March 1997. Those offerors who responded to the CBD Announcement for Solictation No. DACA45-96-R-0045 need not respond, their requests will be included in the mailing of Solicitation No. DACA45-97-R-0019. CITE: (I-352 SN012795) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 87--Agricultural Supplies OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: 87--ENGINEERING SERVICES FOR PRODUCT ASSURANCE ON HARDWARE AND SOFTWARE SOL N66001-97-R-5019 POC POC Ms. Nancy J. Trent Code D212, Contract Specialist, (619)553-4491. Richard Hammersmith, Contracting Officer. POC for copy, Mr. J.C. Norris, (619)553-4331. DESC: Engineering Services for Product Assurance to Naval Command, Control and Ocean Surveillance Center (NCCOSC) RDTE Div, San Diego, CA programs, projects and their hardware and computer software components. Hardware support includes quality and design assurance; system safety; reliability, maintainability and reverse engineering. Integrated logistics support, configuration management; testing and evaluation. Software support includes Independent Verification and Validation (IVV); test bed and tool development; metrics application; sizing and cost estimation; system and application modeling and simulation. Solicitation Document to be issued on or about 01/08/97. Facsimile letters are acceptable at (619)553-6976. For copies of solicitation(s) only written requests will be honored. CITE: (I-352 SN012925) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: DIRECTORATE OF CONTRACTING, MCGA DOC BLDG 4197, 2107 17TH STREET, FT SAM HOUSTON TX 78234-5015 SUBJECT: 89--FURNISH AND DELIVER CRUSHED AND BLOCK ICE TO INCLUDE RENTAL OF ICE STORAGE CABINETS AT FORT SAM HOUSTON AND CAMP BULLIS, TEXAS SOL DADA18-97-Q-0045 DUE 010897 POC Contract Specialist JESSE McHANEY (210) 221-3751 (Site Code DADA18) DESC: Furnish crushed and block ice to include rental of ice storage cabinets for the Troop Issue Subsistence Activity (TISA) at various locations on Fort Sam Houston and Camp Bullis, Texas. The Request For Quote (RFQ) will be prepared in accordance with FR Part 12 for Commercial Items. Any award as a result of this announcement will be only to firms that are on an approved list on the Directory of Sanitarily approved Food establishments in accordance with Army Regulation 40-657 or they must be inspected bythe Veterinary Inspection branch at Fort Sam Houston and be approved prior to receiving an award. Deliveries called for will be made Monday through Saturday between the hours of 7:15 A.M. and 2:00 P.M. at Buildings 4055, 1377, 1350, 2265, 2789, and 3600 at Fort Sam Houston and 5107 at Camp Bullis. The RFQ will be issued on or about 30 December 1996 and the time for receipt of offers is not later than 2:30 P.M. on 10 Jnuary 1998. In order to submit and offer, potential offeror's must request a copy of the RFQ DADA18-97-Q-0045. Requests can be by fax at (210) 221-4430 or mailed, no telephone requests will be accepted. This requirement is a 100% Small Business Set-Aside fr small CITE: (I-352 SN012840) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Defense Personnel Support Center, 2800 S. 20th Street, Phila., PA 19145-5099 SUBJECT: 89--MILK AND ICE CREAM PRODUCTS SOL SP0300-97-R-D043 DUE 021997 POC Contact: James T. Smith, Contract Specialist at (215) 737-8041 or William Smith, Contracting Officer at (215) 737-4298. DESC: McClellan AFB (Exchange) & (Troop Issue), NS Treasure Island (Exchange), San Jose Job Corp Center and Treasure Island Satellite require Milk and Ice Cream Products for deliveries starting 01 Mar 97. The contract period will be for 12 months. The acquisition will be issued on an unrestricted basis with a 10% evaluation prefrence for small disadvantaged business concerns (For Troop Issue Only). Materials used in fabrication are to furnished by the offeror(s). All responsible sources may submit proposals which will be considered by the agency. Solicitation requests may be transmitted via facsimile at 215-737-7081 ATTN: DPSC-HFVW. Anticipated issuance date is 10 Jan 97. CITE: (I-352 SN012939) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Defense Personnel Support Center, 2800 S. 20th Street, Phila., PA 19145-5099 SUBJECT: 89--MILK AND MILK PRODUCTS SOL SP0300-97-R-D037 DUE 021897 POC Contact: Mary Jean Steltz, Contract Specialist at (215) 737-7193 or Barbara L. Jordan, Contracting Officer at (215) 737-7523. DESC: US Naval Station Annapolis, MD; VA Baltimore, MD; Ft. Howard, MD; NNMC Bethesda, MD; Andrews & Bolling AFB, MD; Malcom Crew AFB, MD; USNS Dahlgren, Patuxent River, VA; Vint Hill Farms Station, VA; Ft. Meade, MD; Kimbrough Hospital, VAMC Washington, DC, Washington, NY; and Anacostia Washington, DC request milk and milk products for the period 01 May 97 thru 30 Apr 98. The contract will be for 12 months. Unrestricted Acquisition. All materials used in fabrication are to be furnished by the successful bidder(s). Solicitation requests may be transmitted via 215-737-2579 ATTN: Mary Jean Steltz/DPSC-HFMN. All responsible sources may submit proposals which will be considered by the agency. Anticipated solicitation issuance date 16 Jan 1997. CITE: (I-352 SN012940) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91--COAL, BITUMINOUS SOL SP0600-97-R-0049 DUE 020397 POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D. Frankel, Contracting Officer, (703) 767-8524 DESC: Modification: This synopsis was originally published in the CBD on 9 Dec 96. This modification is issued to cancel this solicitation in its entirety. Requirements for Rock Island Arsenal, Rock Island, IL and for U. S. Penitentiary, Marion, IL will be solicited under SP0600-97-R-0047. CITE: (I-352 SN012821) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91--COAL, BITUMINOUS SOL SP0600-97-R-0047 DUE 013197 POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D. Frankel, Contracting Officer, (703) 767-8524 DESC: Modification: This synopsis was originally published in the CBD on 9 Dec and modified on 11 Dec 96. This modification is issued to add the following items: Rock Island Arsenal, Rock Island, IL, estimated quantity 15,000 net tons and U. S. Penitentiary, Marion, IL, estimated quantity 4,000 net tons and will be solicited as unrestricted. Total unrestricted quantity is 19,000 net tons. Total small business set-aside quantity remains at 13,650 net tons. All other information published in the original synopsis remains the same. CITE: (I-352 SN012822) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91--DISTILLATES SOL SP0600-97-R-0054 DUE 012797 POC Contact K. Fantasia, Contract Specialist, (703) 767-9551/E. A. Munns, Jr., Contracting Officer, (703) 767-9543 DESC: Diesel fuel, Arctic grade, quantity 165,000 U. S. Gallons for Eielson AFB, AK. Contract period: Date of award through 30 Sep 97. Requirements-type fixed price contract with economic price adjustment. Facsimile offers are authorized, (703) 767-8506. See Note 12. All responsible sources may submit a proposal which shall be considered. CITE: (I-352 SN012823) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91--FUEL OIL AND KEROSENE FOR JAPAN SOL SP0600-97-R-0107 DUE 030797 POC Contact P. Burke, Contract Specialist, (703) 767-9531/R. Bone, Contracting Officer, (703) 767-9536 DESC: Fuel oil, burner, Class 1 (FJ1), NSN: 9140-01-408-7183, quantity 67,880,925 U. S. Gallons; Fuel oil, burner, Class 3 (FJ3), NSN: 9140-01-408-7198, quantity 10,080,000 U. S. Gallons, both FJ items under Spec JIS K 2204, .2% sulfur maximum; Kerosene 1-K, Class 1 (KJ1), NSN: 9140-01-408-7211, quantity 1,695,825 U. S. Gallons; Kerosene 2-K, Class 2 (KJ2), NSN: 9140-01-408-7221, quantity 562,000 U. S. Gallons, both items under Spec JIS K 2203. Facsimile offers are authorized, (703) 767-8506. Hard copies must be received at DFSC within ten (10) days of the closing date. See Note 12. All responsible sources may submit a proposal which shall be considered. CITE: (I-352 SN012871) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Gemini 8-m Telescopes Project, AURA, 950 N. Cherry Ave., P.O. Box 26732, Tucson, Arizona, 85726-6732. FAX (520) 318-8590 SUBJECT: 93--FABRICATION OF 50 CARBON COMPOSITE BAFFLE LEAVES SOL 8101298 DUE 010397 POC John Roberts (520) 318-8413, Contracts Manager, Andrew Flach (520) 318-8537. DESC: The Gemini 8-m Telescopes Project is seeking qualified firms to fabricate 50 carbon composite baffle leaves that will be used as part of the M2 Deployable Baffle assemblies on the Gemini telescopes. Each leaf will be composed of high-stiffness carbon composite, be approximately 300 mm wide, 560 mm long and 2.5 mm thick, and be curved about its long axis. Each leaf will also have a stainless steel backing plate bonded to it. CITE: (M-352 SN012885) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 95--Metal Bars, Sheets and Shapes OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 95--PLATE, METAL STEEL, HIGH TENSILE, HOT ROLLED SOL SP0500-97-Q-E612 DUE 010697 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: John E Riccio/YBA14/X5473 buyer: Randy Kehrt/YBA12/X5403 DESC: PR-NO: YPI96313001987 NSN 9515-01-409-2727, @WIDTH96.000 inches nominal @LENGTH33.000 feet nominal @CROSS-SECTIONAL THICKNESS0.3750 inches nominal @MATERIALSTEEL, MIL-S-22698, grade eh-36t, class U 15 -PM Del to Tracy CA 95376-5000 Del by 04 Jan 97. RFQ due date 97 Jan 06 specs: MIL-S-22698C predominant material: steel size/dimen: 0.375 in thk, 96 in W, 396 in LG this is a fixed quantity primary quantity: 15 plates delivery schedule: 80 days offers will be evaluated with a 10% preference for small disadvantaged business concerns specs/Dwgs are not required other NOTE: award will be made only to contractor's on the qualified suppliers list to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-352 SN012597) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous--Potential Sources Sought OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN ROAD, FORT BELVOIR VA 22060-5852 SUBJECT: 99--MEETING ON JOINT SERVICE LIGHTWEIGHT INTEGRATED SUIT TECHNOLOGY PRE-PLANNED PRODUCT IMPROVEMENT (JSLIST P3I) SOL W13G07-CBD7-0015 POC Gloria Barrett (703) 704-3460 (Site Code DAAK60) DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold an informal interactive meeting with industry, academia, and other government agencies from 1300 to 1700, 16 Jan 97 in the Northern Virginia area to discuss the approaches being considered to eecute JSLIST P3I. Project Managers on the JSLIST program from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will also attend. The JSLIST P3I program is a product improvement of the JSLIST I chemical ensemble through use of technology insertion. As te follow-on P3I phase to the JSLIST I program, JSLIST P3I is seeking the next generation materials technology for chemical protective ensemble items to include garments and hand cover. Up-front industry and academia input will assist in structuring JSLIST P3I to meet Department of Defense (DOD) needs for the continual improvement of its fielded chemical ensemble. Meeting on 16 Jan will focus on recommendations frm the Joint Service Analysis Team (JSAT), a government Integrated Product Team (IPT) chartered to analyze testing results and program structure of JSLIST I in order to minimize P3I testing requirements and maximize P3I scheduling benefits, while taking advntage of industry and academia expertise. Continued cooperation of a government-industry-academia team should benefit all parties and help provide servicemen and women the best chemical protective ensemble possible. Neither government nor industry or academia participants at this meeting are under any obligation to each other for future interaction related to the JSLIST P3I program. JSLIST P3I purchase orders o solicitations as applicable will be released at a later date. Information provided during this meeting will be shared with all participants; no proprietary technical data will be discussed; no one-on-one discussions will be held. During this meeting, govenment will not share results of ongoing or completed JSLIST I tests and industry may not provide any technical data on potential materials for JSLIST P3I. To register and obtain a packet of briefing information, names of industry and academia representatives who will attend this meeting should be provided by 3 Jan 97 to Gloria A. Barrett; U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvoir VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number 703-704-3460 or FAX 703-704-3820. CITE: (I-352 SN012856) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: A--TACTICS SYS ARC CNT DAAE0793CR042P00026 AMT $199,920 DTD 121096 TO Tasc Inc., 55 Walkers Brook Dr Reading, MA018673932 CITE: (I-351 SN012499) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: A--ANTI DOZING AID CNT DAAE0796CX177P00001 AMT $179,690 DTD 121096 TO Brtrc, Inc, 8260 willow oaks corporate Fairfax, VA220310000 CITE: (I-351 SN012501) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: A--INTRAVEHICLE EL CNT DAAE0796CX132P00001 AMT $1,057,218 DTD 121196 TO Environmental research, 1975 green Rd Ann Arbor, MI481134001 CITE: (I-351 SN012502) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: A--ABRASIVE WHEELS POC K. Palmer CNT N00406-97-D-4032 AMT $33,258 LINE N/A DTD 121196 TO e.f. bailey co 5610 4th ave south seattle wa 98108 CITE: (I-352 SN012776) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: A--ABRASIVE WHEELS POC K. Palmer CNT N00406-97-D-4033 AMT $27,359 LINE N/A DTD 121196 TO spede tool manufacturing co 10042 rancho raod p o box 40 adelanto ca 92301 CITE: (I-352 SN012777) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: AFOSR, 110 Duncan Avenue, Room B115, Bolling AFB DC 20332-8080 SUBJECT: A--FABRICATION OF TIC FIBERS VIA POLYMER PYROLYSIS POC Kathryn Pheulpin, (202) 767-0623 CNT F49620-97-C-0001 AMT $336,000 LINE N/A DTD 111396 TO Chemat Technology, Inc., 19365 Business Center Dr., Northridge, CA 91324 CITE: (I-352 SN012904) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, Program Acquisition Branch, 255 East Paces Ferry Rd, NE, Rm 500, Atlanta, GA 30305 SUBJECT: B--EVALUATION OF THE USE AND EFFICACY OF INFECTION CONTROL MEASURES FOR PREVENTION OF NOSOCOMIAL TRANSMISSION OF MULTI-DRUG RESISTANT TB TO PATIENTS AND HEALTH CARE WORKERS POC Allyson R. Shoe, Contract Specialist, (404) 842-6636 CNT 200-96-0523 AMT $89,409 LINE N/A DTD 093096 TO Jackson Memorial Hospital, 1611 NW 12th Avenue, Miami, Florida 33136-1094 CITE: (I-352 SN012893) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, Program Acquisition Branch, 255 East Paces Ferry Rd, NE, Rm 500, Atlanta, GA 30305 SUBJECT: B--EVALUATIONS OF CHANGES IN IMMUNIZATION COVERAGE ACHIEVED IN TARGET POPULATIONS SERVED BY EACH OF THE ACADEMIC MEDICAL CENTER PROJECT AREAS POC Allyson R. Shoe, Contract Specialist, (404) 842-6636 CNT 200-97-0604 AMT $2,983,871 LINE N/A DTD 101596 TO Westat, Inc., 1650 Research Boulevard, Rockville, MD 20850 CITE: (I-352 SN012894) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, Program Acquisition Branch, 255 East Paces Ferry Rd, NE, Rm 500, Atlanta, GA 30305 SUBJECT: B--ASSISTANCE TO SUPPORT THE EVALUATION OF ADOLESCENT, HIV/STD PREGNANCY PREVENTION PROGRAMS AND COMPREHENSIVE SCHOOL HEALTH PROGRAMS POC Allyson R. Shoe, Contract Specialist, (404) 842-6636 CNT 200-96-0517 AMT $4,687,735 LINE N/A DTD 093096 TO Academy for Educational Development, 1255 23rd Street, N.W., Washington, D.C. 20037 CITE: (I-352 SN012920) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, Program Acquisition Branch, 255 East Paces Ferry Rd, NE, Rm 500, Atlanta, GA 30305 SUBJECT: B--SURVEILLANCE OF OCCUPATIONAL EXPOSURES AND INFECTIONS AMONG HOSPITAL-BASED HEALTH CARE WORKERS POC Allyson R. Shoe, Contract Specialist, (404) 842-6636 CNT 200-96-0545 AMT $306,121 LINE N/A DTD 093096 TO Beth Israel Medical Center, First Avenue at 16th Street, New York, New York 10003 CITE: (I-352 SN012921) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, Program Acquisition Branch, 255 East Paces Ferry Rd, NE, Rm 500, Atlanta, GA 30305 SUBJECT: B--SURVEILLANCE OF OCCUPATIONAL EXPOSURES AND INFECTIONS AMONG HOSPITAL-BASED HEALTH CARE WORKERS POC Allyson R. Shoe, Contract Specialist, (404) 842-6636 CNT 200-96-0548 AMT $267,290 LINE N/A DTD 093096 TO Mount Sinai School of Medicine, One Gustave L. Levy Place, New York, New York 10029-6574 CITE: (I-352 SN012922) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, Program Acquisition Branch, 255 East Paces Ferry Rd, NE, Rm 500, Atlanta, GA 30305 SUBJECT: B--SURVEILLANCE OF OCCUPATIONAL EXPOSURES AND INFECTIONS AMONG HOSPITAL-BASED HEALTH CARE WORKERS POC Allyson R. Shoe, Contract Specialist, (404) 842-6636 CNT 200-96-0549 AMT $404,866 LINE N/A DTD 093096 TO Presbyterian Hospital, Columbia-Presbyterian Medical Center, New York, New York 10032-3784 CITE: (I-352 SN012928) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, Program Acquisition Branch, 255 East Paces Ferry Rd, NE, Rm 500, Atlanta, GA 30305 SUBJECT: B--SURVEILLANCE OF OCCUPATIONAL EXPOSURES AND INFECTIONS AMONG HOSPITAL-BASED HEALTH CARE WORKERS POC Allyson R. Shoe, Contract Specialist, (404) 842-6636 CNT 200-96-0546 AMT $251,362 LINE N/A DTD 093096 TO Boston University, 88 East Newton Street, Boston, MA 02118 CITE: (I-352 SN012929) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: H--Quality Control, Testing and Inspection Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: H--OVERHAUL GFE POC J. Gregg CNT N00406-97-D-5005 AMT $224,914 LINE N/A DTD 121296 TO Coltec industries inc 18926 13th pl so seattle wa 98148 CITE: (I-352 SN012778) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611 SUBJECT: J--SERVICES ALL MATERIAL NECESSARY FOR COST PLUS FIXED FEE REPAIRS POC N/A CNT F09603-96-C-0031-P00007/F09603-97-R-21218 AMT $3,649,127.00 LINE N/A DTD 121396 TO To: McDonnell Douglas Aerospace, P O BOx 516, Saint Louis, 63166-0516 CITE: (W-352 SN012872) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (v), U.S. Coast Guard, Maintenance and Logistics Command Atlantic, 300 E. Main St., Suite 600, Norfolk, VA 23510-9102 SUBJECT: J--EMERGENCY DRYDOCK REPAIRS TO USCGC JUNIPER (WLB-201) POC Contact Mr. Pyong N. Ko, Contracting Officer (757) 628-4645 CNT DTCG80-97-D-3FA752 AMT $117,949 LINE N/A DTD 121196 TO COLONNA'S SHIPYARD, INC., 400 EAST INDIAN RIVER ROAD, NORFOLK, VA 23523 CITE: (I-352 SN012947) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Phoenix Area Indian Health Service, 3738 N. 16th Street, Suite A, Phoenix, AZ 85016-5981 SUBJECT: Q--HOSPITAL SERVICES POC Peggy S. Monroe, Contract Specialist (602) 640-2078 or Rudolph Buckman, Supervisory Contract Specialist (602) 640-2072. CNT 247-97-0026, per RFP 781 AMT $200,000.00 DTD 121596 TO OrNda Healthcorp--Arizona, 1800 E. Van Buren, Phoenix, Arizona 85006 CITE: (M-352 SN012886) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212 SUBJECT: R--TELEPHONE OPERATIONS SUPPORT POC Contracting Officer, Teddy M. Santos; Contract Specialist Steve Cannon,(619)532-2566 CNT N00244-97-C-8001 awarded for a base year and two option years. AMT $74,726 DTD 121296 TO Systems Development Corporation, 6703 Odyssey Drive, Suite 103, Huntsville, AL 35806-3301 CITE: (I-351 SN012522) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC 7260 Bethesda, Maryland 20892-7260 SUBJECT: R--PATENT LEGAL SERVICE POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073, FAX- 3406. CNT 263-97-D-0022 AMT $2,242,600.00 LINE ALL DTD 121396 TO Morgan & Finnegan 345 Park Ave., New York, NY 10154-0053 CITE: (I-352 SN012938) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC 7260 Bethesda, Maryland 20892-7260 SUBJECT: R--PATENT LEGAL SERVICE POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073, FAX- 3406. CNT 263-97-D-0023 AMT $1,982,000.00 LINE N/A DTD 121396 TO Needle & Rosenberg Suite 1200, 127 Peachtree St., NE, Atlanta, GA 30303-1811 CITE: (I-352 SN012944) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC 7260 Bethesda, Maryland 20892-7260 SUBJECT: R--PATENT LEGAL SERVICE POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073, FAX- 3406. CNT 263-97-D-0024 AMT $1,509,250.00 LINE N/A DTD 121396 TO Spencer & Frank Suite 300 East, 1100 New York Ave, NW Washington, DC 20005-3955 CITE: (I-352 SN012946) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: NIH, OPM, AB-A, EPS, Rm 806, 6120 Executive Blvd., MSC 7260 Bethesda, Maryland 20892-7260 SUBJECT: R--PATENT LEGAL SUPPORT POC Anthony M. Revenis, J.D., Contracting Officer, (301)402-3073, FAX- 3406. CNT 263-97-D-0020 AMT $1,872,300.00 LINE N/A DTD 121396 TO Medlen & Carroll, 220 Montgomery St., Suite 2200, San Francisco, CA 94104 CITE: (I-352 SN012948) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253 SUBJECT: S--PUMP GREASE/SAND TRAPS POC Sharon Roemmich, 210-671-1738 CNT F41636-97-D0002 AMT $767,967.00 LINE 0001-4008 DTD 121696 TO CCR, Inc., PO Box 544, Helotes TX 78023 EMAIL roemmichs@lakgate1.lak.aetc.af.mil EMAILDESC: CITE: (W-352 SN012836) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Procurement & Contracts Office, Washington Headquarters Services, 1155 Defense Pentagon, Washington, DC 20301-1155 SUBJECT: S--PROVIDE LANDSCAPE MAINTENANCE SERVICES AT THE PENTAGON COMPLEX AND PENTAGON UTILITIES PLANT, ARLINGTON, VIRGINIA!! POC Joyce Lofty, Contract Specialist!! CNT MDA946-97-C-0006!! AMT $467,686 (Initial Period)!! LINE N/A!! DTD 120596 TO Custom Lawn Service, 7146 Presley Road, Lanham, MD 20706!! CITE: (W-352 SN012873) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Drug Enforcement Administration, 700 Army Navy Drive, Arlington, Virginia 22202 SUBJECT: S--GROUNDS, ROADS, AND PARKING LOT MAINTENANCE SERVICES POC Doreen Upshur, Contract Specialist, (202) 307-7806. CNT DEA-97-C-0005 AMT $195,795.00 LINE N/A DTD 121296 TO The Growing Concern, 1918 Bassett, El Paso, Texas 79901 CITE: (I-352 SN012943) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Mount Rushmore National Memorial, Box 268, Keystone, South Dakota 57751 SUBJECT: T--EXHIBIT FABRICATION POC Donna K. Kalvels, 605/574-2523 X 110, Contracting Officer CNT 1443-CX-1500-97-002 AMT $1,369,035.00 DTD 121696 TO Universal Exhibits, 9517 East Rush Street, South El Monte, CA 91733 CITE: (I-351 SN012523) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Philadelphia Regional Printing Procurement Office, U.S. Government Printing Office, Southampton Office Park, Suite A-190, 928 Jaymore Road, Southampton, PA 18966 SUBJECT: T--OFFSET PRINTING CNT Program 2227-S AMT $55,962.40 DTD 120296 TO McDonald & Eudy Printers, Inc., 4509 Beech Road, Temple Hills, MD 20748 CITE: (M-352 SN012754) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: North Central Regional Contracting, 1300 Metropolitan Ave, Leavenworth, KS 66048 SUBJECT: U--ADVANCED OCCUPATIONAL EDUCATION FOR THE FEDERAL MEDICAL CENTER, ROCHESTER, MN POC Contact Supervisor Contract Specialist/Toni Andruk (913)682-8700, ext. 302. CNT J127c-105 AMT $36,684.00 LINE N/A DTD 120996 TO Rochester Community and Technical College, 851 30th Avenue SE, Rochester, MN 55904 CITE: (I-352 SN012780) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road, Ann Arbor, MI 48105 SUBJECT: V--BASIC LIFE SUPPORT & ADVANCED LIFE SUPPORT AMBULANCE TRANSPORTATION SERVICES POC Shirley Sanderson, (313) 930-5591 CNT V506P-2973 AMT $156,510 LINE 1a-1i & 2a-2g DTD 121396 TO Huron Valley Ambulance, 2215 Hogback Rd., Ann Arbor, MI 48105 CITE: (I-352 SN012942) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Federal Highway Administration, Loudoun Tech Center, 21400 Ridgetop Circle, Sterling, VA 20166-6511 SUBJECT: Y--VICKSBURG NATIONAL MILITARY PARK PROJECT PRA-VICK 500(2) (SECOND PROPOSAL) CNT DTFH71-97-C-00001 AMT $256,740.00 DTD 120996 TO Shiloh Contractors, Inc., 805 Franklin Drive, Clinton, MS 39056 CITE: (I-351 SN012507) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Umpqua National Forest, P.O. Box 1008, Roseburg, OR 97470 SUBJECT: Y--STORAGE BUILDING CONSTRUCTION CNT Award No. 50-04T1-7-5 AMT $163,471.00 DTD 112596 TO Northern Management Services, Inc., P.O. Box 1764, Sandpoint, ID 83864 CITE: (M-352 SN012720) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Umpqua National Forest, P.O. Box 1008, Roseburg, OR 97470 SUBJECT: Y--JACKSON CREEK NO. WATERSHED RESTORATION CNT Award No. 43-04T1-7-2011 AMT $31,246.89 DTD 112796 TO Sullivan & Co., Inc., 2841 Del Rio Road, Roseburg, OR 97470 CITE: (M-352 SN012721) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: DEPARTMENT OF THE ARMY, MEMPHIS DISTRICT, CORPS OF ENGINEERS, 167 N MAIN ST RM B202 ATTN: CELMM-CT, MEMPHIS TN 38103-1894 SUBJECT: Y--MAIN & DITCH 2, ITEM NO. 2, TWO COUNTY BRIDGES AT MILES 17.12 AND 19.85, PEMISCOT COUNTY, MISSOURI, ST. FRANCIS BASIN PROJECT - CONSTRUCTION POC N/A (Site Code DACW66) CNT DACW66-97-C-0010 AMT $621,703 DTD 112196 TO ROBERTSON INC BRIDGE & GRADING DIVISION, P O BOX 880, POPLAR BLUFF, MO 63902 CITE: (I-352 SN012847) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commanding Officer, Naval Facilities Engineering Command, P. O. Box 190010, North Charleston, SC 29419-9010. SUBJECT: Z--C-17 ADAL APRON/HYDRANT SYSTEM, PHASE III, CHARLESTON AIR FORCE BASE, SC POC N/A CNT N62467-93-C-0763 AMT $9,876,000.00 DTD 121396 TO Bell Constructors, Inc. 1340 Lexington Ave., Rochester, NY 14606 CITE: (I-351 SN012514) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 354 Contracting Squadron/LGCC, 3112 Broadway Ave, Unit 5B, Eielson AFB, Alaska 99702-1887 SUBJECT: Z--CONSTRUCT NEW FIRE STATION POC Damon Cheatham, (907) 377-2445, Contract Administrator, Eielson AFB, Alaska. CNT F65503-97-C0002 AMT $2,528,000 LINE 0001 DTD 111496 TO Alcan General, Inc., P.O. Box 91535, Anchorage, AK 99509 CITE: (M-352 SN012761) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Engineering Services - Dallas, 1200 Main Street, Room 1900, Dallas, Texas 75202-4348 SUBJECT: Z--TUBA CITY QUARTERS AND FACILITIES RENOVATIONS, TUBA CITY IHS, TUBA CITY, ARIZONA POC Wanda L. Burton (214) 767-3492 CNT 161-97-0006 AMT $500,000.00 DTD 121796 TO Roger A. Hoerauf Co., 1150 Patterson Lane, Pacific Grove, CA 93950 CITE: (W-352 SN012769) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: C1(16) F010 OIC of NAVFAC Contracts, NAV Submarine Base New London, Box 26, Bldg 135, Groton CT 06349-5026 SUBJECT: Z--INDEFINITE QUANTITY ROOF REPAIRS, NAVAL SUBMARINE BASE, NEW LONDON, GROTON, CT POC Joyce Edmond, Contract Specialist (860) 449-5136. CNT N62472-96-D-5703 AMT $3,420,710.00 LINE N/A DTD 120996 TO The Hartford Roofing Company, Inc., 734 Hebron Avenue, Glastonbury, Ct 06033 CITE: (I-352 SN012788) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: DEPARTMENT OF THE ARMY, MEMPHIS DISTRICT, CORPS OF ENGINEERS, 167 N MAIN ST RM B202 ATTN: CELMM-CT, MEMPHIS TN 38103-1894 SUBJECT: Z--INDEFINITE QUANTITY INDEFINITE DELIVERY CONTRACT FOR MISCELLANEOUS REPAIRS WITHIN THE MEMPHIS DISTRICT POC N/A (Site Code DACW66) CNT DACW66-97-D-0004 AMT $8,062,414 DTD 112696 TO RANDY KINDER EXCAVATING INC, PO BOX 758, DEXTER, MO 63841 CITE: (I-352 SN012846) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U. S. ARMY CORPS OF ENGINEERS, CONTRACTING DIVISION, P. O. BOX 1229, GALVESTON TX 77553-1229 SUBJECT: Z--GIWW-CHANNEL TO PORT MANSFIELD, TEXAS, DREDGING CHANNEL TO PORT MANSFIELD IN WILLACY COUNTY, TEXAS POC Contracting Officer Mary A. Monnell (409) 766-3851 (Site Code DACW64) CNT DACW64-97-C-0005 IFB NO. DACW64-96-B-0032 AMT $2,142,340 DTD 121396 TO MIKE HOOKS INC, PO BOX 1525, LAKE CHARLES, LA 70602 CITE: (I-352 SN012848) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--INSTALL AMMO PIER LIGHTNING PROTECTION NAVAL AIR STATION NORTH ISLAND SAN DIEGO CALIFORNIA POC n/a. CNT N63387-96-B-3369 AMT $125,457.00 LINE N/A DTD 112796 TO Southern Contracting Company 559 N Twin Oaks Valley Road San Marcos California 92069 CITE: (I-352 SN012913) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--INSTALL AMMO PIER LIGHTNING PROTECTION NAVAL AIR STATION NORTH ISLAND SAN DIEGO CALIFORNIA POC n/a. CNT N63387-96-C-3369 AMT $125,457.00 LINE N/A DTD 112796 TO Southern Contracting Company 559 N Twin Oaks Valley Road San Marcos California 92069 CITE: (I-352 SN012916) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean Street, San Diego, CA 92136 SUBJECT: Z--PROVIDE SEWAGE PUMP AND ACCESSORIES IN LABORATORY BUILDING AT THE SEWAGE TREATMENT PLANT NO 2 AT THE MARINE CORPS BASE CAMP PENDLETON OCEANSIDE CALIFORNIA POC n/a. CNT N63387-96-C-4680 AMT $61,948.00 LINE N/A DTD 121096 TO Pacific Sonlight Electrical Services 43510 Verde Rd Temecula California 92592 CITE: (I-352 SN012917) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. DOE, Western Area Power Administration, 200 4th Street SW, Huron, SD 57350 SUBJECT: Z--BONESTEEL SUBSTATION, STAGE 04, SOUTH DAKOTA POC James E. Dickey, Contract Specialist, (605) 353-9215 James E. Dickey, Contracting Officer. CNT DE-AC65-97WC10804 AMT $494,721.00 LINE LINE ITEMS 1-25 DTD 120296 TO Addison Construction Company, 1526 Horse Creek Road, Cheyenne, WY 82009 CITE: (I-352 SN012949) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--LINK, CONVEYOR ELEMENT. CAST STEEL MATERIAL. SOL SP0760-96-Q-T402 CNT SP0760-97-M-4814 AMT $35,534.94 LINE 0001 THROUGH 0009 DTD 121696 TO Goodman ball Inc 3639 Haven Ave Menlo Park CA 94025-1009 CITE: (I-352 SN012583) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 14--MULTIPIER,AMPLIFIER POC Contact Point, Donald C Hinkson, 0234.06, (215)697-2598, Fax, (215)697-3161, Twx, Not-avail CNT N0038396D005F7001, NIIN 001221344 AMT $57,480 DTD 121296 TO Litton Solid State Div , Santa Clara ,CA 95054-3095 CITE: (I-352 SN012621) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 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--INSULATION, THERMAL SOL SP0460-96-Q-LL01 CNT SP0460-97-M-2396 AMT $25,564.00 LINE 0001 DTD 121696 TO Hi-temp insulation Inc 4700 Calle Alto Camarillo CA 93010-8509 CITE: (I-351 SN012536) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--SUPPORT ASSY, AFT CR SOL SP0460-96-R-2602 CNT SP0460-97-M-6339 AMT $84,042.00 LINE 0001 THROUGH 0002 DTD 121696 TO W and G Machine Co Inc 4 Hamden Park Dr P.O.Box 6187 Hamden CT 06517-3149 CITE: (I-352 SN012558) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--RIB, AIRFOIL SOL SP0460-96-Q-XT11 CNT F09603-94-G-0035-XHV7 AMT $110,403.60 LINE 0001 DTD 121696 TO Lockheed Martin Corp Lockheed Martin Aeronautical Systems 86 S Cobb Dr Marietta GA 30063 CITE: (I-352 SN012560) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--FOAM, PROTECTIVE, FUEL SOL SP0460-95-R-4129 CNT SP0460-97-C-5108 AMT $134,000.00 LINE 0001 THROUGH 0002 DTD 121696 TO Engineered Fabrics Corp 669 Goodyear St Rockmart GA 30153 CITE: (I-352 SN012561) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--LEADING EDGE,AIRCRA POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462, Fax, (215)697-0491, Twx, Not-avail CNT N0038393GB4179087, NIIN 012866684 AMT $367,706 DTD 121296 TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516 CITE: (I-352 SN012622) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--LEADING EDGE,AIRCRA POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462, Fax, (215)697-0491, Twx, Not-avail CNT N0038393GB4179088, NIIN 012866685 AMT $220,705 DTD 121296 TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516 CITE: (I-352 SN012623) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--SAS ACTUATOR ASSY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLFU6, NIIN 011291256 AMT $214,550 DTD 102396 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012624) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15--FLAP,SPOILER POC Contact Point, Joel M Hoffman, 0223.09, (215)697-3534, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent Hall, 0223.03, (215)697-6548 CNT N0038396G006A5028, NIIN 002612960 AMT $249,158 DTD 121196 TO Lockheed Aeroparts Inc , Johnstown ,PA 15904-1961 CITE: (I-352 SN012625) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 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--LIGHT TRIM PANEL SOL SP0460-96-Q-LP12 CNT F09603-96-G-0001-TYQ1 AMT $31,307.31 LINE 0001 DTD 121696 TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert St Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516 CITE: (I-351 SN012533) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 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--SCREW AND TUBE, ACTU SOL SPO460-96-Q-AF46 CNT SP0460-97-M-4624 AMT $47,052.00 LINE 0001 DTD 121696 TO Thomson Saginaw Ball Screw Co Inc 628 N Hamilton St Saginaw MI 48602-4301 CITE: (I-351 SN012534) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--COVER, DOME HANGER-T SOL SP0460-97-Q-D211 CNT DAAJ09-93-G-0017-TYG3 AMT $40,032.00 LINE 0001 THROUGH 0003 DTD 121696 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-351 SN012535) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 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--SENSING ELEMENT, TEMPERATURE SOL SP0460-97-Q-B318 CNT SP0460-97-M-2390 AMT $27,847.50 LINE 0001 DTD 121696 TO Kidde Technologies Inc Fenwal safety systems Div 700 Nickerson Rd Marlborough MA 01752 CITE: (I-351 SN012539) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--BELT ASSEMBLY, PILOT RESTRAINT SOL SPO460-97-R-0063 CNT SP0460-97-C-5115 AMT $181,717.25 LINE 0001 THROUGH 0002 DTD 121696 TO Koch H and Sons Co 5410 E LA palma Ave Anaheim CA 92807-2099 CITE: (I-352 SN012554) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--ACTUATOR,SUBASSEMBL POC Contact Point, Anthony C Etheridge, 0231.21, (215)697-2560, Fax, (215)697-3161, Twx, Not-avail CNT F0960394G0056GC07, NIIN 010706877 AMT $209,854 DTD 121196 TO Curtiss Wright Flight Systems Inc , Fairfield ,NJ 07004-19 CITE: (I-352 SN012626) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--ACTUATOR,FOLD,MAIN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038390GK221WT9D, NIIN 012429588 AMT $44,172 DTD 110496 TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640 CITE: (I-352 SN012627) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--ACTUATOR,FOLD,MAIN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038390GK221WT9E, NIIN 012429588 AMT $64,356 DTD 110496 TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640 CITE: (I-352 SN012628) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--ACTUATOR,FOLD,MAIN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038390GK221WT9F, NIIN 012429588 AMT $58,355 DTD 110496 TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640 CITE: (I-352 SN012629) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--ACTUATOR,FOLD,MAIN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038390GK221WT9G, NIIN 012429588 AMT $72,020 DTD 110496 TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640 CITE: (I-352 SN012630) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--ACTUATOR,FOLD,MAIN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038390GK221WT9H, NIIN 012429588 AMT $64,256 DTD 110496 TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640 CITE: (I-352 SN012631) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--ACTUATOR,FOLD,MAIN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038390GK221WT9J, NIIN 012429588 AMT $51,824 DTD 110496 TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640 CITE: (I-352 SN012632) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--ACTUATOR,FOLD,MAIN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038390GK221WT9K, NIIN 012429588 AMT $57,075 DTD 110496 TO Gec-marconi Aerospace Inc , Whippany ,NJ 07981-1640 CITE: (I-352 SN012633) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--TIE ROD ASSEMBLY,AF POC Contact Point, Harry G Burkart, 0233.12, (215)697-4870, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Francis X Mcglinn, 0233.04, (215)697-3453 CNT N0038392GK3119998, NIIN 012212616 AMT $53,546 DTD 121296 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012634) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--PROBE ASSEMBLY,INFL POC Contact Point, Rosa Woods, 0221.13, (215)697-3408, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven C Lackatos, 0221.01, (215)697-3723 CNT N0038393GB4179092, NIIN 011257935 AMT $74,024 DTD 121296 TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516 CITE: (I-352 SN012635) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--TANK,WATER,AIRCRAFT POC Contact Point, Alan M Rodgers, 0223.07, (215)697-2563, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GB5005144, NIIN 991085680 AMT $126,138 DTD 121296 TO British Aerospace Defence/m A D , Lancashire Uk Bb2 7lf Uk CITE: (I-352 SN012636) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--BLADE,ROTARY WING POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7R, NIIN 013163474 AMT $484,338 DTD 110396 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012637) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--BLADE,ROTARY WING POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7S, NIIN 013163474 AMT $242,627 DTD 110396 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012638) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--VALVE,REGULATING,FL POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7U, NIIN 012093044 AMT $234,750 DTD 110696 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012639) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--GEARBOX ACCESSORY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7Z, NIIN 013533825 AMT $280,859 DTD 111396 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012640) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--GEARBOX ASSEMBLY,TR POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8J, NIIN 012015623 AMT $102,854 DTD 111896 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012641) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--ACTUATOR,ELECTRO-ME POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8K, NIIN 012871645 AMT $147,250 DTD 111896 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012642) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--ACCUMULATOR,HYDRAUL POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8M, NIIN 011589683 AMT $34,325 DTD 111896 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012643) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--BEAM ASSEMBLY,ROTOR POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8N, NIIN 011898765 AMT $32,685 DTD 111896 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012644) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--BLADE,ROTARY RUDDER POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8P, NIIN 011589678 AMT $199,178 DTD 111996 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012645) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--PROBE ASSEMBLY,REFU POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8R, NIIN 011769087 AMT $222,000 DTD 111996 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012646) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--DAMPENER,VIBRATION POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8V, NIIN 013470735 AMT $192,178 DTD 112596 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012647) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--BLADE,ROTARY WING POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8W, NIIN 011589679 AMT $245,096 DTD 112596 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012648) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--HUB SUB-ASSEMBLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8X, NIIN 011589589 AMT $69,000 DTD 112596 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012649) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--RADIATOR ASSEMBLY,O POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF9A, NIIN 011256959 AMT $36,750 DTD 112596 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012650) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--WINCH,AIRCRAFT MOUN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF9B, NIIN 011842708 AMT $61,525 DTD 112596 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012651) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--SLEEVE-SPINDLE ASSE POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF9C, NIIN 012093091 AMT $213,500 DTD 112596 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012652) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--SWASHPLATE ASSEMBLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF9D, NIIN 013978859 AMT $210,648 DTD 112596 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012653) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--RING ASSEMBLY,ELECT POC Contact Point, Kent Hall, 0223.03, (215)697-6548, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G004A5121, NIIN 001217509 AMT $61,373 DTD 121296 TO Hamilton Standard Div Of , Windsor Locks ,CT 06096-0000 CITE: (I-352 SN012654) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--BELL CRANK POC Contact Point, Antoinette Lewis, 0233.08, (215)697-3472, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Maria C Allen, 0233.01, (215)697-3770 CNT N0038396G001N6043, NIIN 000667826 AMT $98,662 DTD 121396 TO Boeing Co The , Philadelphia ,PA 19142-0858 CITE: (I-352 SN012655) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--DAMPER,STEER-NOSE POC Contact Point, Norman B Huntowski, 0234.01, (215)697-5999, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G010F7000, NIIN 011510304 AMT $268,125 DTD 121296 TO Tactair Fluid Controls Inc , Liverpool ,NY 13088-0000 CITE: (I-352 SN012656) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--INDICATOR,OXYGEN FL POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CP024, NIIN 013264474 AMT $132,930 DTD 121196 TO Litton Systems Inc , Davenport ,IA 52808-4508 CITE: (I-352 SN012657) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--HOUSING,STEERING,LA POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M046J, NIIN 000379676 AMT $53,055 DTD 120696 TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6 CITE: (I-352 SN012658) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--CONNECTOR, OXYGEN MA SOL SP0920-96-Q-A212 CNT SP0920-97-M-1199 AMT $56,085.40 LINE 0001 THROUGH 0003 DTD 121696 TO Alek Industries Inc 3170 rodenbeck Dr beavercreek OH 45432 CITE: (I-352 SN012735) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--MASK, OXYGEN SOL SP0920-96-R-A030 CNT SP0920-97-C-0007 AMT $557,000.00 LINE 0001AA THROUGH 0001AC DTD 121696 TO Scott Aviation Div Figgie international Inc 225 Erie St Lancaster NY 14086-9502 CITE: (I-352 SN012740) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--BELLOWS, PRESSURE SOL SP0920-96-Q-3269 CNT F09603-94-G-0038-UB2K AMT $96,958.13 LINE 0001 DTD 121696 TO United Technologies Corp Hamilton Standard Div 1 Hamilton Rd Windsor Locks CT 06096-1010 CITE: (I-352 SN012743) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Supply Directorate, Contracting Department, Supply MCAS, PSC Box 8018, Cherry Point, NC 28533-0018 SUBJECT: 16--VARIOUS PARTS FOR CONSOLIDATED AUTOMATED SUPPORT SYSTEM OPERATIONAL TEST PROGRAM SETS POC Willie Humphrey, Contract Specialist (SUL 1D), Tel: (919) 466-2895, (FAX (919) 466-3571), Paula Robinson, Contracting Officer, (919) 466-2846 CNT N00146-97-D-0003 AMT $321,744.16 DTD 110896 TO Virginia Panel Corporation, 1400 New Hope Road, Waynesboro, VA 22980 CITE: (M-352 SN012816) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--RAMP ASSEMBLY. SOL SP0770-96-Q-QF44 CNT SP0770-97-M-AX77 AMT $43,020.00 LINE 0002 DTD 121696 TO Jsb Co Inc 8510 quail crest Dr Missouri City TX 77489 CITE: (I-352 SN012569) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--BAR, STRAIN, HOLDBACK ASSEMBLY. CNT SP0740-97-M-5131 AMT $68,862.00 LINE 0001 THROUGH 0002 DTD 121696 TO Dowty Decato Inc DBA Dowty Aerospace Yakima 2720 W Washington Ave P.O.Box 9907 Yakima WA 98909-0907 CITE: (I-352 SN012572) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box 215,Portsmouth,VA,23705-0215 SUBJECT: 19--USS COMTE DE GRASSE (DD-974), SSP 072-97, TAV CNT Job Order 7041 AMT $44,830.00 LINE 0001, 0002, 0003 DTD 121796 TO Moon Engineering Company, Inc., 2 Harper Ave., Portsmouth, VA 23707 CITE: (I-352 SN012971) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 20--TABLE, DINING 8FT. LENGTH SOL SP0451-96-R-1370 CNT SP0490-97-C-5111 AMT $50,290.00 LINE 0001 THROUGH 0002 DTD 121696 TO Delta Industries Inc 1490 lindsay Blvd Idaho Falls ID 83405 CITE: (I-351 SN012529) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Portsmouth Naval Shipyard, Contracting Division, Portsmouth, NH 03801-2590 SUBJECT: 20--ATTACK SUBMARINE CAMEL CNT N00102-97-C-1209 AMT $201,206.00 LINE 0001 DTD 121696 TO Anfrank Metal Fabrication Industries, Inc., Brooklyn, NY 11205 CITE: (I-352 SN012768) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 23--FAMILY OF MEDIU CNT DAAE0792CR001P00111 AMT $77,613 DTD 120696 TO Stewart and Stevenson Services, 5000 Interstate 10 W Sealy, TX77474 CITE: (I-351 SN012500) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--COVER ASSEMBLY, CONVERTER PUMP. SOL 97T365-22-P-0700 CNT SP0750-97-M-8257 AMT $25,200.00 LINE 0001 DTD 121696 TO Polytechnic Industries 112 Henfield Ave Cherry Hill NJ 08003-1523 CITE: (I-352 SN012566) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--WOBBLER, VARIABLE SOL SP0750-96-Q-B240 CNT N00383-93-G-M111-UBLM AMT $81,120.26 LINE 0001 THROUGH 0002 DTD 121696 TO Sundstrand Aerospace 4747 Harrison Ave Rockford IL 61125-7002 CITE: (I-352 SN012570) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--DOOR ASSEMBLY, REAR, BOTTOM. EXCEPTION TO SOL SP0750-96-X-B635 CNT SP0750-97-M-8236 AMT $27,900.00 LINE 0001 THROUGH 0002 DTD 121696 TO Greene Metal Products Inc 24500 Capital Blvd Clinton Township MI 48036 CITE: (I-352 SN012578) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--PLATE,REAR COOLING POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail CNT F3460197G0002GD02, NIIN 013978863 AMT $520,013 DTD 121296 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-352 SN012659) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--BLADE,COMPRESSOR RO POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail CNT F3460197G0002GD03, NIIN 001633279 AMT $432,062 DTD 121296 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-352 SN012660) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--SHAFT,TURBINE,AIRCR POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Edward G Morlock, 0232, (215)697-1063 CNT F3460197G0002GD05, NIIN 013968512 AMT $5,919,760 DTD 121296 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-352 SN012661) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--SEAL,METALLIC,AIRCR POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Edward G Morlock, 0232, (215)697-1063 CNT F3460197G0002GD06, NIIN 013931181 AMT $1,922,274 DTD 121296 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-352 SN012662) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--LINER,INNER POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Edward G Morlock, 0232, (215)697-1063 CNT F3460197G0002GD07, NIIN 013833365 AMT $4,691,371 DTD 121296 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-352 SN012663) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--NUT HALF,BLADE POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT F3460197G0002GD14, NIIN 011293572 AMT $114,100 DTD 121296 TO General Electric Supply Co , Mt Laurel ,NJ 08054-0000 CITE: (I-352 SN012664) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--BLADE,TURBINE,ROTOR POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395D070M0004, NIIN 012436649 AMT $3,067,320 DTD 120596 TO Blades Technology Ltd , Nahariya Israel 22102 CITE: (I-352 SN012665) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--VANE,TURBINE ENGINE POC Contact Point, Brian J Connolly, 0232.36, (215)697-1032, Fax, (215)697-1388, Twx, Not-avail CNT N0038395G054M5389, NIIN 993980601 AMT $221,575 DTD 121296 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-352 SN012666) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--HOUSING,SEAL POC Contact Point, Jeanette Y Williams, 0232.29, (215)697-0187, Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian J Connolly, 0232.36, (215)697-1032 CNT N0038395G054M5393, NIIN 011617813 AMT $63,377 DTD 121296 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-352 SN012667) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28--SEGMENT,NOZZLE,TURB POC Contact Point, Brian J Connolly, 0232.36, (215)697-1032, Fax, (215)697-1388, Twx, Not-avail CNT N0038397CM021, NIIN 001645870 AMT $348,277 DTD 121196 TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6 CITE: (I-352 SN012668) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--KIT, OVERHAUL. SOL SP0770-97-R-5489 CNT N00383-95-G-M122-UB9R AMT $399,338.91 LINE 0001AA THROUGH 0001AE DTD 121696 TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181 CITE: (I-352 SN012568) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--TANK, FUEL, ENGINE SOL SP0770-97-Q-MG59 CNT SP0770-97-M-AP07 AMT $61,506.00 LINE 0001 DTD 121696 TO Lunn Industries Inc 1 garvies point Rd glen cove NY 11542-2828 CITE: (I-352 SN012576) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--AIR CLEANER, INTAKE. ON 550 CFM ENGINE. SOL 95TLQ2-52-P-0700 CNT SP0750-97-C-2107 AMT $160,705.90 LINE 0001 THROUGH 0016 DTD 121696 TO TDC-UAC Inc sub of TDC Filter Mfg Inc 1331 S 55TH CT Cicero IL 60650 CITE: (I-352 SN012584) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--NOZ0LETFUEL INJECTI POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT F0960396G0020GB07, Sol Nr N00383-96-R-0113, NIIN 010156190 AMT $202,230 DTD 102896 TO Parker Hannifin Corp , Andover ,OH 44003-0000 CITE: (I-352 SN012669) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--VALVE,MODULATING POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038393G018UWY51, NIIN 011594660 AMT $193,288 DTD 111396 TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200 CITE: (I-352 SN012670) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--FUEL CONTROL,MAIN,T POC Contact Point, Christine A Hertkorn, 0234.07, (215)697-2580, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, David C Gioia, 0234.14, (215)697-5793 CNT N0038394D009G7003, NIIN 013322469 AMT $669,500 DTD 121196 TO Woodward Governor Co , Rockford ,IL 61125-7001 CITE: (I-352 SN012671) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--BLANKET INSULATIN POC Contact Point, Brian J Connolly, 0232.36, (215)697-1032, Fax, (215)697-1388, Twx, Not-avail CNT N0038395G054M5379, NIIN 004686626 AMT $125,176 DTD 121296 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-352 SN012672) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--BLANKET INSULATIN POC Contact Point, Brian J Connolly, 0232.36, (215)697-1032, Fax, (215)697-1388, Twx, Not-avail CNT N0038395G054M5380, NIIN 004686625 AMT $127,300 DTD 121296 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-352 SN012673) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29--DISK,VALVE POC Contact Point, Rosa Woods, 0221.13, (215)697-3408, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven C Lackatos, 0221.01, (215)697-3723 CNT N0038397PD048, NIIN 013939995 AMT $80,763 DTD 121296 TO Whittaker Controls Inc , North Hollywood ,CA 91605-0000 CITE: (I-352 SN012674) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 29--INTEGRATED LOGISTICS SUPPORT SERVICES FOR F404 ENGINES POC Contact, Dan Haertle, Phone (703)604-6100 CNT N00019-95-C-0132 / P00004 (Synopsis no. 20196-96) AMT $9,880,080 LINE N/A DTD 120396 TO GE Aircraft Engines, General Electric Company, 1000 Western Avenue, Lynn, MA 01910-0445 CITE: (I-352 SN012931) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--GEARSHAFT SPUR. SOL 96TMW8-92-P-0700 CNT F41608-96-G-0007-UB27 AMT $46,728.00 LINE 0001 DTD 121696 TO Service and sales Inc 1853 E 3RD St Tempe AZ 85281-2990 CITE: (I-352 SN012571) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--LEVER, MANUAL CONTROL (ASSEMBLY) FOR FUEL SYSTEM SOL SP0740-96-Q-4538 CNT SP0740-97-M-5129 AMT $96,356.00 LINE 0001 DTD 121696 TO Vickers Inc electromechanical Div 3675 Patterson Ave SE Grand Rapids MI 49512 CITE: (I-352 SN012573) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL SOL SP0500-97-Q-B583 CNT SP0500-97-M-T277 AMT $27,075.00 LINE 0001 DTD 121696 TO MPB Corp Split Ballbearing Div sub of Wheelabrator-Frye Inc 336 Mechanic St Lebanon NH 03766-2627 CITE: (I-352 SN012602) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, ANNULAR SOL SP0500-97-Q-B577 CNT SP0500-97-M-T843 AMT $49,640.00 LINE 0001 DTD 121696 TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New York 14701 CITE: (I-352 SN012603) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL SOL SP0500-96-Q-MY09 CNT SP0500-97-M-T472 AMT $36,483.75 LINE 0001 DTD 121596 TO Carter J C Co Inc 671 W 17TH St Costa Mesa CA 92627 CITE: (I-352 SN012605) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, AIRFRAME, ANTIFRICTION, PULLY TYPE SOL SP0500-96-Q-1284 CNT SP0500-97-M-S835 AMT $99,990.90 LINE 0001AA THROUGH 0001AB DTD 121696 TO Torrington Co Fafnir bearings Div 59 Field St Torrington CT 06790-4942 CITE: (I-352 SN012608) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, ANNULAR SOL SP0500-97-Q-8211 CNT SP0500-97-M-T519 AMT $32,148.90 LINE 0001 DTD 121596 TO Jamaica bearings Co 1700 Jericho Turnpike New Hyde Park NY 11040-4716 CITE: (I-352 SN012610) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 31--BEARING,ROLLER,SPEC POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM069, NIIN 011581701 AMT $156,100 DTD 121196 TO Split Ballbearing , Lebanon ,NH 03766-2627 CITE: (I-352 SN012675) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 41--BLOWER, CENTRIFUGAL SOL SP0430-97-Q-Q101 CNT SP0430-97-M-R524 AMT $48,319.00 LINE 0001 THROUGH 0002 DTD 121696 TO ARC Systems Inc 2090 Joshuas Path Hauppauge NY 11788 CITE: (I-351 SN012530) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 41--AIR CONDITIONER SOL SP0500-97-Q-G583 CNT SP0500-97-M-U006 AMT $31,608.00 LINE 0001 DTD 121596 TO Liebert Corp 1050 Dearborn Dr P O Box 29186 Columbus OH 43229 CITE: (I-352 SN012609) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 41--FAN,VANEAXIAL POC Contact Point, Joel M Hoffman, 0223.09, (215)697-3534, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent Hall, 0223.03, (215)697-6548 CNT N0038397PA021, NIIN 006247275 AMT $52,500 DTD 121396 TO Imc Magnetics Corp , Tempe ,AZ 85281-0000 CITE: (I-352 SN012676) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 43--PUMP,AXIAL PISTONS POC Contact Point, Antoinette Lewis, 0233.08, (215)697-3472, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Maria C Allen, 0233.01, (215)697-3770 CNT F0960395G0015GC43, NIIN 010218410 AMT $262,500 DTD 121396 TO Abex/nwl Aerospace , Kalamazoo ,MI 49001-4165 CITE: (I-352 SN012677) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 43--AIR SUPPLY PKG POC D. Grimes CNT N00406-97-M-C624 AMT $77,094 LINE N/A DTD 120696 TO precision automation 4964 stara st se grand rapids mi 49546 CITE: (I-352 SN012773) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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, FUELING. SOL SP0770-97-Q-MD19 CNT SP0770-97-M-CP36 AMT $35,287.20 LINE 0001 DTD 121696 TO L and S machine Co Inc 2019 Southwest Blvd P.O.Box 12264 Wichita KS 67277 CITE: (I-352 SN012567) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--HOSE ASSEMBLY, AIR DUCT. 8 IN. ID, 15 FT. LG. SOL SP0750-97-Q-0161 CNT SP0750-97-M-3147 AMT $37,312.80 LINE 0001 DTD 121696 TO Mid-state sales Inc 1101 gahanna pkwy Columbus, OH 43230-6600 CITE: (I-352 SN012577) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, OPERATOR SOL SP0770-97-Q-MB47 CNT SP0770-97-M-DN01 AMT $77,400.00 LINE 0001 THROUGH 0003 DTD 121696 TO New ERA contract sales Inc 1501 center Street Tacoma WA 98409 CITE: (I-352 SN012574) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--BELLOWS ASSEMBLY, REGULATOR. SOL SP0740-96-Q-GD05 CNT SP0740-97-M-3990 AMT $51,127.00 LINE 0001 DTD 121696 TO Crane Co Hydro-Aire Div 3000 Winona Ave P.O.Box 7722 Burbank CA 91510-7722 CITE: (I-352 SN012575) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 48--VALUES - 3 WAYS DIVERTERS POC A. Ross CNT N00406-97-C-5028 AMT $114,952 LINE N/A DTD 121196 TO control factors inc 19501 144th ave ne B-900 woodinville wa 98072 CITE: (I-352 SN012774) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 49--BORESIGHTING EQUIPM POC Contact Point, Raymond F Lynch, 0225.07, (215)697-4959, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G012J5032, NIIN 012990256 AMT $196,850 DTD 121396 TO Texas Instruments Inc , Mckinney ,TX 75070-0801 CITE: (I-352 SN012678) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 49--TEST SET,OXYGEN HOS POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CP016, NIIN 013177799 AMT $198,534 DTD 120996 TO Aerospace Design Inc , Carson ,CA 90745-0000 CITE: (I-352 SN012679) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 53--SEAL NO 6 BEARI CNT DAAE0797CT075 AMT $274,041 DTD 121196 TO Technetics Corp, 1600 Industrial Dr DE land, FL32724 CITE: (I-351 SN012503) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 53--SEAL RING METAL CNT DAAE0797CT079 AMT $339,429 DTD 121196 TO Technetics Corp, 1600 Industrial Dr DE land, FL32724 CITE: (I-351 SN012504) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--PIN STRAIGHT HEADED SOL SP0500-97-Q-3690 CNT SP0500-97-W-1024 AMT $69,905.00 LINE 0001 DTD 121796 TO Ripa engineering Co 9848 Owensmouth Ave Chatsworth CA 91311 CITE: (I-352 SN012601) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--BOLT, SHOULDER SOL SP0500-96-Q-1166 CNT N00383-92-G-K311-TZLH AMT $48,085.80 LINE 0001 DTD 121696 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-352 SN012604) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL PLAIN ENCASED SOL 97T520-12-P-0500 CNT SP0500-97-M-T576 AMT $30,899.70 LINE 0001 DTD 121696 TO CR Industries Chicago Rawhide Mfg 900 North State Street Elgin Illinois 60123 2193 CITE: (I-352 SN012606) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL ASSEMBLY SOL SP0500-97-Q-9076 CNT SP0500-97-M-T531 AMT $31,699.50 LINE 0001 DTD 121796 TO Seal Dynamics Inc 75 Burt Dr Deer Park NY 11729-5701 CITE: (I-352 SN012607) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--CAP, FILLER OPENING SOL SP0500-97-Q-8297 CNT SP0500-97-M-T832 AMT $76,320.00 LINE 0001 DTD 121696 TO Shaw Aero Devices Inc 12291 Towne Lake Dr Fort Myers FL 33913 CITE: (I-352 SN012611) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53--SEAL,OIL,ROTATING POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM075, NIIN 011392282 AMT $82,080 DTD 121396 TO Berkshire Industries Inc , Westfield ,MA 01085-0000 CITE: (I-352 SN012680) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 53--VALUES AND PIPE FITTINGS POC D. Gordon CNT N00406-97-M-D733 AMT $6,608,174 LINE N/A DTD 121096 TO acs systems & engineer inc 504 viking dr virginia beach va 23452 CITE: (I-352 SN012775) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: Dept of Health and Human Services, Indian Health Service, Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm 710, Seattle, WA 98121 SUBJECT: 54--PRE-ENGINEERED METAL WAREHOUSE, TOPPENISH, WA (PO4YAA14C7) POC Abram L. Vinikoor, Contracting Officer, 206-615-2457 CNT 102-97-0006 (Sol. #102-IFB-96-0024) AMT $120,000 DTD 121696 TO Huylar Construction Company, Inc. 12 South Fir, Toppenish, WA 98948 CITE: (W-351 SN012509) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--MODULATOR-RECEIVER POC Contact Point, Jean L Destefano, 0235.01, (215)697-6545, Fax, (215)697-3161, Twx, Not-avail CNT F3460195G0004GC12, NIIN 013561650 AMT $276,738 DTD 121196 TO Northrop Grumman Corporation , Rolling Meadows ,IL 60008 - -1098 CITE: (I-352 SN012681) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--FORWARD LOOKING INF POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GB5010054, NIIN 013638645 AMT $10,150,000 DTD 120596 TO Hughes Aircraft Co , El Segundo ,CA 90245-0000 CITE: (I-352 SN012682) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58--DATA STORAGE UNIT POC Contact Point, Kent Hall, 0223.03, (215)697-6548, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G004A5122, NIIN 013893721 AMT $250,400 DTD 121296 TO Hamilton Standard Div Of , Windsor Locks ,CT 06096-0000 CITE: (I-352 SN012683) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--SLIDE ASSEMBLY, FORE SOL SP0970-97-Q-A060 CNT SP0970-97-M-1486 AMT $71,601.00 LINE 0001 THROUGH 0002 DTD 121696 TO Autodyne Mfg Co Inc 200 N Strong Ave P O Box 623 Lindenhurst NY 11757-0623 CITE: (I-352 SN012724) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--TELEPHONE SOL SP0970-97-Q-A018 CNT SP0970-97-M-1523 AMT $52,248.00 LINE 0001 THROUGH 0004 DTD 121696 TO Cortelco Intl Inc 1703 Sawyer Rd Corinth MS 38834 CITE: (I-352 SN012739) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--CONTROL, MODULATOR SOL SP0970-97-Q-0469 CNT SP0970-97-M-1506 AMT $29,403.00 LINE 0001 THROUGH 0002 DTD 121696 TO Oai Inc 6960 E 12TH St Tulsa OK 74112 CITE: (I-352 SN012742) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 220000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: 58--VIDEO CODER/DECODER POC Marge Schafer, Contract Specialist, 619-939-4292. CNT N68936-97-C-0062 AMT $239,358.00 LINE LINE 0001 THROUGH 000 DTD 121696 TO Tektronix, Inc., Grass Valley Products, P.O. Box 1114, Grass Valley, CA 95945, (Lg.) CITE: (I-352 SN012897) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CIRCUIT CARD ASSEMB POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038391GK214WQ48, NIIN 013304886 AMT $158,230 DTD 112596 TO Computing Devices International , Bloomington ,MN 55431-19 CITE: (I-352 SN012684) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CIRCUIT CARD ASSEMB POC Contact Point, Stephen T Vannote, 0224.02, (215)697-5998, Fax, (215)697-3161, Twx, Not-avail CNT N0038392GK2187006, NIIN 012938983 AMT $41,395 DTD 121296 TO Smiths Industries Aerospace & , Clearwater ,FL 34618-0000 CITE: (I-352 SN012685) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--ELECTRONIC COMPONEN POC Contact Point, Rosa Woods, 0221.13, (215)697-3408, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven C Lackatos, 0221.01, (215)697-3723 CNT N0038393GB4179089, NIIN 014292615 AMT $53,378 DTD 121296 TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516 CITE: (I-352 SN012686) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--RELAY ASSEMBLY GROU POC Contact Point, Kathryn M Andrews, 0231.01, (215)697-5980, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GM1145857, NIIN 013425845 AMT $190,332 DTD 121296 TO Grumman Aerospace Corp , Bethpage ,NY 11714-3582 CITE: (I-352 SN012687) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--ANTENNA POC Contact Point, David C Gioia, 0234.14, (215)697-5793, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G003F7003, NIIN 001004902 AMT $438,840 DTD 121196 TO Eaton Corp , Deer Park ,NY 11729-0000 CITE: (I-352 SN012688) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CIRCUIT CARD ASSEMB POC Contact Point, Raymond F Lynch, 0225.07, (215)697-4959, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G012J5033, NIIN 011861739 AMT $100,386 DTD 121396 TO Texas Instruments Inc , Mckinney ,TX 75070-0801 CITE: (I-352 SN012689) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CIRCUIT CARD ASSEMB POC Contact Point, Thomas F Kendra, 0233.14, (215)697-1383, Fax, (215)697-3161, Twx, Not-avail CNT N0038396D014N7003, NIIN 012186183 AMT $385,049 DTD 121296 TO Sierra Technologies Inc , Buffalo ,NY 14225-0222 CITE: (I-352 SN012690) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CIRCUIT CARD ASSEMB POC Contact Point, Sylvia M Cummings, 0221.03, (215)697-2583, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G002D5036, NIIN 013233599 AMT $36,600 DTD 121296 TO Smiths Industries Aerospace , Clearwater ,FL 34618-0000 CITE: (I-352 SN012691) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--CIRCUIT CARD ASSEMB POC Contact Point, Donald F Mcgettigan, 0223.02, (215)697-6549, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G007A5008, NIIN 997984765 AMT $67,856 DTD 121196 TO Gec-marconi Sensors Ltd , Essex Ss14 3el Uk CITE: (I-352 SN012692) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--PLUNGER,SOLENOID 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 CNT N0038397PB010, NIIN 005566334 AMT $42,240 DTD 121296 TO Eaton Corp , El Segundo ,CA 90245-4896 CITE: (I-352 SN012693) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--ELECTRONIC COMPONEN POC Contact Point, Rosa Woods, 0221.13, (215)697-3408, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven C Lackatos, 0221.01, (215)697-3723 CNT N0038397PD049, NIIN 013045506 AMT $34,020 DTD 121296 TO Aerospace Avionics Inc , Bohemia ,NY 11716-0000 CITE: (I-352 SN012694) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59--NETWORK,PULSE FORMI POC Contact Point, Rosa Woods, 0221.13, (215)697-3408, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven C Lackatos, 0221.01, (215)697-3723 CNT N0038397PD054, NIIN 013752590 AMT $55,328 DTD 121296 TO Litton Systems Inc , Apopka ,FL 32703-0000 CITE: (I-352 SN012695) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ITEM NAME RESISTOR, FIXED, COMP SOL SP0900-97-Q-0087 CNT SP0900-97-M-0045 AMT $99,270.12 LINE 0001 THROUGH 0013 DTD 121696 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-352 SN012723) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT CARD ASSEMB CNT SP0960-97-M-1482 AMT $35,650.56 LINE 0001 DTD 121696 TO Rosemount Aerospace Inc 14300 Judicial Rd Burnsville MN 55306-4898 CITE: (I-352 SN012725) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, FIXED, COMPOSITION SOL SP0900-97-Q-0082 CNT SP0900-97-M-0051 AMT $87,325.40 LINE 0001 THROUGH 0008 DTD 121696 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-352 SN012726) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CIRCUIT CARD ASSEMB SOL 96AA68-92-P-0900 CNT SP0900-97-M-1526 AMT $30,433.86 LINE 0001AA THROUGH 0001AB DTD 121696 TO Cable masters 31 W Adams Dr East Saint Louis IL 62206-3120 CITE: (I-352 SN012733) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--NETWORK, HYBRID CIRC SOL SP0905-97-Q-A002 CNT SP0905-97-M-1143 AMT $40,482.99 LINE 0001 DTD 121696 TO E S Components Co. 1922 S Smithville Rd. P.O.Box 20565 Dayton OH 45420-2854 CITE: (I-352 SN012734) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--LINE SECTION, RADIO CNT SP0970-97-M-1325 AMT $28,120.00 LINE 7001 THROUGH 7004 DTD 120996 TO Randtron systems Inc Lockheed Martin Randtron 130 Constitution Dr Menlo Park CA 94025-1166 CITE: (I-352 SN012736) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ELECTRON TUBE CNT SP0960-97-M-1476 AMT $67,925.00 LINE 0001 DTD 121696 TO National Electronics Division Richardson Electronics Ltd 40W267 Keslinger Road LaFox IL 60147 CITE: (I-352 SN012737) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--HEADSET, ELECTRICAL SOL SP0970-97-R-A026 CNT SP0970-97-C-0015 AMT $192,722.40 LINE 0001AA THROUGH 0001AH DTD 121696 TO Roanwell Corp 180 varick St new NY 10014-4606 CITE: (I-352 SN012738) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, SENSITIVE SOL SP0930-97-Q-A048 CNT SP0930-97-M-2285 AMT $30,997.48 LINE 0001 THROUGH 0002 DTD 121696 TO Saint switch Inc 950 E state Ave P.O.Box 604 Saint Charles IL 60174-0604 CITE: (I-352 SN012741) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SOLENOID SOL SP0930-97-Q-A033 CNT SP0930-97-M-2263 AMT $31,875.00 LINE 0001 THROUGH 0002 DTD 121696 TO Communications instruments Inc Hwy 74 East P.O.Box 520 Fairview NC 28730 CITE: (I-352 SN012744) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--MICROCIRCUIT, DIGITAL CNT SP0960-97-M-1508 AMT $86,401.00 LINE 0001 THROUGH 0004 DTD 121696 TO Gec-Marconi Electronic Systems Corp 164 Totowa Rd P.O.Box 975 Wayne NJ 07474-0975 CITE: (I-352 SN012745) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--STATOR SOL SP0430-96-Q-B806 CNT SP0430-97-M-P389 AMT $60,503.36 LINE 0001 DTD 121696 TO Gec-Marconi Aerospace Inc 110 Algonquin Pky Whippany NJ 07981-1640 CITE: (I-352 SN012555) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--MOTOR, AC SOL SP0430-96-Q-2533 CNT SP0430-97-M-P373 AMT $41,994.00 LINE 0001 DTD 121696 TO Ashland Electric Products Div of Visual Electronics Corp 10 Industrial Way P.O.Box 1380 Rochester NH 03867-4296 CITE: (I-352 SN012559) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--WIRING HARNESS, BRANCHED SOL SP0451-97-Q-H007 CNT SP0451-97-M-C422 AMT $71,785.28 LINE 0001 THROUGH 0002 DTD 121696 TO Burke Products Inc 954 Senate Dr Centerville OH 45459-4017 CITE: (I-352 SN012563) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61--CABLE ASSEMBLY,SPEC POC Contact Point, Rosa Woods, 0221.13, (215)697-3408, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven C Lackatos, 0221.01, (215)697-3723 CNT N0038393GB4179090, NIIN 013177906 AMT $52,390 DTD 121296 TO Mcdonnell Douglas Corp , St Louis ,MO 63166-0516 CITE: (I-352 SN012696) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61--MOTOR,TORQUE POC Contact Point, Kathleen M Logan, 0233.05, (215)697-2124, Fax, (215)697-3161, Twx, Not-avail CNT N0038394D011Q5005, NIIN 009061331 AMT $132,123 DTD 121296 TO Abex/nwl Aerospace , Kalamazoo ,MI 49001-4165 CITE: (I-352 SN012697) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61--GENERATOR,ALTERNATI POC Contact Point, Tyrone White, 0223.12, (215)697-2118, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent Hall, 0223.03, (215)697-6548 CNT N0038395GM1205322, NIIN 014117051 AMT $32,070 DTD 121196 TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200 CITE: (I-352 SN012698) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61--MOTOR,ALTERNATING C POC Contact Point, Tyrone White, 0223.12, (215)697-2118, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent Hall, 0223.03, (215)697-6548 CNT N0038395GM1205325, NIIN 000526958 AMT $77,373 DTD 121196 TO Allied-signal Aerospace Co , Tempe ,AZ 85284-2200 CITE: (I-352 SN012699) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61--POWER SUPPLY SUBASS POC Contact Point, Raymond F Lynch, 0225.07, (215)697-4959, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G012J5031, NIIN 011856943 AMT $98,085 DTD 121396 TO Texas Instruments Inc , Mckinney ,TX 75070-0801 CITE: (I-352 SN012700) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61--POWER SUPPLY POC Contact Point, Kent Hall, 0223.03, (215)697-6548, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PA022, NIIN 013994349 AMT $35,176 DTD 121296 TO Advanced Conversion Technology , Middletown ,PA 17057-0000 CITE: (I-352 SN012701) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 61--MOTOR,UNIVERSAL POC Contact Point, Jacqueline L Michael, 87321.14, (717)790-1427, Fax, (717)790-2284, Twx, Not-avail CNT N0010497C7004, Sol Nr N00104-96-R-BK11, NIIN 013537556 AMT $76,102 DTD 122696 TO Jo-kell Inc , Norfolk ,VA 23517-1014 CITE: (I-352 SN012713) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 62--LIGHT, INDICATOR SOL SP0441-96-Q-GS04 CNT SP0441-97-M-V478 AMT $29,246.00 LINE 0001 THROUGH 0002 DTD 121696 TO Eaton Corp aerospace & commericial Div MSC products 1640 Monrovia Ave. Costa Mesa CA 92627-4405 CITE: (I-352 SN012562) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila PA 19101-8419 SUBJECT: 65--CABINET, MEDICINE, BASE SECTION, STEEL. CNT SP0200-97-C-8004 AMT $154,160.00 LINE 0001AA THROUGH 0002AB DTD 121396 TO Delta Industries Inc 1490 lindsay Blvd Idaho Falls ID 83405 CITE: (I-352 SN012565) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--METER, TIME TOTALIZING SOL 96TF01-32-P-0400 CNT SP0440-97-M-X557 AMT $84,857.43 LINE 0001 THROUGH 0002 DTD 121696 TO Protronics Corp 2411 11TH Ave S great Falls MT 59405 CITE: (I-351 SN012531) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 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--GAGE, DIFFERENTIAL, D SOL SP0440-96-R-2796 CNT SP0440-97-C-0149 AMT $49,566.00 LINE 0001 THROUGH 0002 DTD 121696 TO ITT Barton 900 S Turnbull Canyon Rd P.O.Box 1882 LA puente CA 91749-1882 CITE: (I-351 SN012532) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSMITTER, TEMPERA SOL SP0440-96-R-3205 CNT SP0440-97-C-0150 AMT $30,280.00 LINE 0001AA THROUGH 0001AB DTD 121696 TO Allied-Signal Aerospace Canada a unit of Allied-Signal Canada Inc 255 Attwell Dr Rexdale on M9W 6L7 Canada CITE: (I-352 SN012551) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--GAGE ROD-CAP, LIQUID SOL SP0440-97-Q-T177 CNT SP0440-97-M-X544 AMT $34,807.50 LINE 0001 THROUGH 0002 DTD 121696 TO Shaw Aero Devices Inc 12291 Towne Lake Dr Fort Myers FL 33913 CITE: (I-352 SN012552) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--TRANSMITTER, LIQUID QUANTITY SOL SP0440-96-Q-HZ10 CNT SP0440-97-M-X597 AMT $40,824.00 LINE 0001 THROUGH 0002 DTD 121696 TO Simmonds Precision Products Inc 100 Panton Rd Vergennes VT 05491-8801 CITE: (I-352 SN012553) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--GAGE ASSEMBLY, ACCUM SOL SP0440-97-Q-T247 CNT SP0440-97-M-X635 AMT $35,436.50 LINE 0001 DTD 121696 TO Pioneer Valve & Fitting Co. Inc. 93 Seigel Street Brooklyn, NY 11206-3299 CITE: (I-352 SN012556) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 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--RECEIVER, INDICATOR, SOL SP0440-97-Q-T206 CNT SP0440-97-M-X648 AMT $41,480.00 LINE 0001 DTD 121696 TO S A R C O P.O. Box 893 Voorhees, n.j. 08043 CITE: (I-352 SN012557) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66--SENSOR,PRESSURE POC Contact Point, Donna M Sibel, 0224.04, (215)697-5970, Fax, (215)697-3161, Twx, Not-avail CNT N0038392GK0077002, NIIN 000033957 AMT $112,240 DTD 121296 TO Allied-signal , Tucson ,AZ 85740-8001 CITE: (I-352 SN012702) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66--SERVOCYLINDER POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8S, NIIN 012596810 AMT $93,500 DTD 112496 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012703) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66--SERVOCYLINDER POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8T, NIIN 011298410 AMT $128,350 DTD 111996 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012704) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66--SERVOCYLINDER POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8U, NIIN 012660958 AMT $234,650 DTD 111996 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-352 SN012705) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 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--ANTI-ICING, DEFROSTING-DEICING FLUID SOL SP0450-97-X-B134 CNT SP0450-97-M-M426 AMT $57,700.00 LINE 0001 DTD 121696 TO Octagon Process Inc 596 River Rd Edgewater NJ 07020-1192 CITE: (I-351 SN012528) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 70--DISPLAY,HEADS-UP POC Contact Point, Kathleen Johnson, 0221.09, (215)697-4069, Fax, (215)697-0491, Twx, Not-avail, Contracting Officer, Suzanne Brophy, 0221, (215)697-6519 CNT N0038394GM4005047, NIIN 013939997 AMT $16,418,400 DTD 121296 TO Kaiser Electronics , San Jose ,CA 95131-0000 CITE: (I-352 SN012706) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 70--COMPUTER,DIGITAL POC Contact Point, Gerald R Buday, 0235.11, (215)697-6511, Fax, (215)697-3161, Twx, Not-avail CNT N0038395D007G7013, NIIN 012080468 AMT $73,959 DTD 121196 TO Hamilton Standard Div Of , Windsor Locks ,CT 06096-0000 CITE: (I-352 SN012707) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 70--TERMINAL,DATA PROCE POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PXZ30, NIIN 013663054 AMT $990,000 DTD 112296 TO Department Of The Navy , Washington ,DC 20360-0000 CITE: (I-352 SN012708) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 73--CABINET, FOOD WARMING, ELECTRIC SOL SP0500-97-Q-TN03 CNT SP0500-97-M-U016 AMT $27,387.00 LINE 0001 THROUGH 0005 DTD 121696 TO Five star marketing Inc 8000 plaza Blvd Suite 318 Mentor OH 44060 CITE: (I-352 SN012612) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Personnel Support Center 2800 So. 20TH St. Philadelphia, PA. 19145-5099 SUBJECT: 84--SHIRT, WOMEN'S, POLYESTER/WOOL, TROPICAL, CNT SP0100-97-M-CA59 AMT $50,711.64 LINE 0001AA THROUGH 0005AA DTD 121696 TO Macon Apparel Corp 2760 N Main St Madisonville KY 42431 CITE: (I-352 SN012580) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Defense Personnel Support Center, 2800 S. 20th Street, Phila., PA 19145-5099, DPSC-HFGB SUBJECT: 89--MILITARY UNIQUE SUBSISTENCE ITEM COORDINATION (MUSIC) POC Contact: Albina A. Farrant, Contracting Officer at (215) 737-4526. CNT SPO300-97-D-1000 AMT $11,297,156.56 LINE N/A DTD 112296 TO Advocacy & Resources Corporation, 435 Gould Avenue, Cookeville, TN 38506 CITE: (I-352 SN012941) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--TAPE, REFLECTIVE SOL SP0440-96-Q-JZ41 CNT SP0441-97-M-T599 AMT $66,500.00 LINE 0001 DTD 121596 TO American decal and Mfg Co 4100 W Fullerton Ave Chicago IL 60639-2106 CITE: (I-351 SN012537) [Commerce Business Daily: Posted December 16, 1996] [Printed Issue Date: December 19, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 93--Nonmetallic Fabricated Materials OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 93--WINDOR, OBSERVATION SOL SP0441-97-Q-R081 CNT SP0441-97-M-T647 AMT $51,255.90 LINE 0001 THROUGH 0002 DTD 121696 TO Mindle a and associates 871 latour CT napa CA 94558 CITE: (I-351 SN012538) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: SPECIAL NOTICES SUBJECT: 19--MARKET SURVEY TO DETERMINE DOMESTIC SOURCES OF SMALL WATERPLANE AREA TWIN HULL (SWATH) OCEANOGRAPHIC RESEARCH VESSEL DESC: NAVSEA is conducting a market survey to determine the existence of domestic sources for a small waterplane area twin hull(SWATH) oceanographic research vessel. This ship is expected to replace the aging and technically obsolete university operated research vessel, R/V MOANA WAVE (AGOR 22). It is anticipated that this ship will operate in coastal and deep ocean areas and conduct general purpose oceanographic research. All interested firms should provide pertinent ship information such as size, weight, mission, dimensions, draft, displacement, payload weight, material, speed, installed power, propulsion type, steering type, design sea state and rough order of magnitude cost. If available, please provide photos or sketches of general arrangements. In addition, state whether the ship currently exists, is under construction, or is currently being planned. This announcement is a request for information only and is not a Request for Proposal (RFP) or an announcement of solicitation. No telephone inquiries will be accepted. The Government will not pay for any materials provided in response to this synopsis. Respondents will not be notified of the results of this evaluation. Responses are due by 17 January 1997. Responses should be addressed to Commander, Naval Sea Systems Command, Attn: Paul Conroy, PMS 325E31, RM 6S08, 2531 Jefferson Davis Highway, Arlington, VA 22242-5160. CITE: (I-352 SN012765) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: SPECIAL NOTICES SUBJECT: A--CALL FOR TECHNICAL PAPERS ON ELECTRICAL POWER APPLICATIONS TO NAVAL SHIPS DESC: In reference to CBD Announcement, Issue No. PSA-1732, for the Call for Technical Papers on Electrical Power Applications to Naval Ships, published on 02 DEC 1996, the date for receipt of technical papers is revised to 17 JAN 1997. In addition, since the original announcement was published in the research and development section incorrectly, the entire announcement is reprinted here for clarity. The Office of Naval Research (ONR) and the Defense Advanced Research Projects Agency (DARPA) are jointly soliciting information in the form of technical papers to support an assessment of current and cutting edge electrical power technologies for application to a broad range of future ship types. In particular, it is desired to identify commercial technology or commercial parallels that can be leveraged for future ship application. This is not a formal request for proposals. ONR and DARPA have chartered a technology assessment study of a broad range of commercial and military high density electrical power technologies and applications in order to determine levels of technical maturity, areas requiring engineering development, or those areas that still require research in order to meet the specific requirements for a fully integrated application to future Naval surface ships and submarines. The study will be conducted by an independent group of senior industry and internationally known experts in the fields of ship systems and electrical power technologies. This study will address the current state of technology and evaluate future technology enablers for technical shortfalls, technical maturity, and technical risks in six basic technology categories. They are: (1) Generation, (2) Distribution, (3) Consumption, (4) Conditioning, (5) Storage and (6) Control. In order to address the scalability for electric power technologies, the study will consider electrical system technologies that apply to four bounding ship types, namely: a large combatant, a small combatant, an attack submarine, and a mid-range amphibious ship. For each technology candidate, assessments will include a review of the "ilities", identification of expected affects on ships signature, and an analysis of risk and associated costs. Inputs from the power industry, commercial interests, government laboratories, etc., both domestic and foreign are welcome. Based on your input, ONR may invite a submitter to a private briefing with the study group in order to allow a more in-depth technical exchange of ideas. Technical papers may be submitted at any time during this period to the ONR POC : Geanie Stokes, 800 North Quincy Street, Code 334, Arlington, VA 22217-5660. However, since these papers will, in part, serve as a basis for scheduling meetings with the panel, they will be considered in the order in which they are received. All submittals must consist of three (3) copies of the paper using the following format: (A) Cover page, clearly labeled "ELECTRIC SHIP TECHNICAL PAPER", including this notice title and date, the basic technology area being addressed (one of the six listed above), plus administrative and technical points of contact along with telephone and fax numbers, and (B) A concise summary, not to exceed three pages, describing the specific technology candidate that you are offering including technical rationale and instances of actual commercial application or other implementation. Submitters may offer more than one technical paper, however, it is requested that each paper limit itself to a single technology candidate in one of the six technology areas of interest. The government may use selected support contractors as special resources to prepare the technical assessment study. These contractors are restricted by their contracts from disclosing proprietary information or for using it for other than technical assessment. All papers are to be developed at private expense and are not returnable. Any data considered proprietary should be clearly marked. Submission of technical papers is not restricted in any way to any particular entity. Interested parties can obtain additional information from the POC identified above. Papers should be received by COB 17 January 1997. The government does not represent that any future program opportunities will result from this solicitation. This notice constitutes a Special Notice. CITE: (I-352 SN012797) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: SPECIAL NOTICES SUBJECT: AFCEA--S VIRTUAL GOVERNMENT '97 CONFERENCE DESC: AFCEA International, for 50 years the world's leading information technology Association, will host "Virtual Government '97: Applying Information Technology to the Business of Government," on February 11-13, 1997, at the Ritz-Carlton Tysons Corner, McLean, Virginia. This conference will bring together key players from the federal, state, and local Information Technology (IT) communities for an unprecedented dialogue on IT challenges and opportunities. Vice President Gore kicked off the U.S. General Store initiative at Virtual Government '96. He's invited back this year to preview the Administration's newest IT initiatives. Virtual Government 97 will cover IT from "A to Z." The first day will focus on IT policy reform. Day two will spotlight government IT initiatives, and the third day will explore the Web and its role in tomorrow's government. In addition, a select group of exhibitors will showcase IT applications, allowing attendees to see firsthand how technology can help provide better serve to citizens. In addition to the Vice President, others scheduled to be on the agenda include, The Honorable Thomas M. Davis, III, US Congress; The Honorable John A. Koskinen, Deputy Director for Management, Office of Management and Budget; The Honorable Emmett Paige, Jr., Assistant Secretary of Defense C3I; Ms. Sally Katzen, Administrator, Office of Information and Regulatory Affairs, Office of Management and Budget; Ms. Christine Comaford, President, PlanetU and Intranet Columnist, PC Week; Dr. Jerry Mechling, John F. Kennedy School of Government, Harvard University; Mr. John Kost, Senior Vice President for State and Local Database Service, Federal Sources, Inc.; Ms. Patty Edfors, Champion for Security and Privacy, Government Information Technology Services Board; Ms. Nada Harris, Associate for Intergovernmental Relations, Government Information Technology Services Board; selected federal, state, and industry Chief Information Officers; and many more! The conference agenda has been designed to attract IT experts and program managers involved in operations, policy and procurement issues. The 1996 audience profile included state telecommunications directors, Congressional staffers and key players in the Administration's IT programs and initiatives. All aspects of the agenda will incorporate viewpoints which cross government lines federal, state, and local and merge industry's perspective on solving today's greatest IT challenges. Symposium fees: Government/Military: $300. Industry AFCEA Member: $425. Industry Non-AFCEA Member: $475. After January 27, 1997, the rates increase $25 for each category. Symposium fees include all program sessions, three breakfasts, three lunches, and the IT reception. Virtual Government '97 should be a particularly important conference for anyone looking for solutions in today's fast paced IT environment. For program details or to register, visit the AFCEA Web site or call Ms. Lisa Lambert at 1-800-336-4583, extension 6126 or (703) 631-6126. LINK http://www.afcea.org LINKDESC: EMAIL sritchey@afcea.org EMAILDESC: CITE: (W-352 SN012876) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: SPECIAL NOTICES SUBJECT: DEPT--OF TRANSPORTATION TECHNOLOGY EXPO DESC: There will be a one day information technology expo at the Dept. of Transportation in Washington, DC on January 28, 1997 from 10:00 a.m. to 2:00 p.m. Requested technologies include: LAN/WAN, Graphics, Imaging, INFOSEC, Video Teleconferencing, Communication Products, Notebooks, Design Automation, and Year 2000 Technologies. For more information on exhibiting, please call Tina Sheehy at(800) 878-2940 ext 212. LINK www.clark.net/fbc LINKDESC: EMAIL tsheehy-fbcinc@juno.com EMAILDESC: CITE: (W-352 SN012878) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: SPECIAL NOTICES SUBJECT: DEA--DOD TECH EXPO DESC: There will be a one day information technology expo held for the personnel from the DEA Building at 700 Army Navy Drive. The event will take place at the Marriott Residence Inn on 550 Army Navy Drive in Crystal City, VA on January 29, 1997 from 10:00 a.m. to 2:00 p.m. All technologies are appropriate with an emphasis on Database Management, Network Security, Scanners, CD-ROM, Wireless Communications, Computer Hardware, and Computer Software. For more information on exhibiting, please call(800) 878-2940 ext 208. LINK www.clark.net/fbc LINKDESC: EMAIL tsheehy-fbcinc@juno.com EMAILDESC: CITE: (W-352 SN012888) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: SPECIAL NOTICES SUBJECT: CRYSTAL--CITY/NAVSEA INFORMATION TECHNOLOGY EXPO DESC: There will be a one day information technology expo held for the personnel from NAVSEA in Arlington, VA on January 30, 1997 from 10:00 a.m. to 2:00 p.m. . Requested technologies include: Wireless Communications, CAD/CAM/CAE, Acoustic Processing, Automated Signal and Information Processing, Modeling & Simulation, Real-Time Applications, Secure Communications, Electro-Optics and COTS Hardware and Software. For more information on exhibiting, please call(800) 878-2940 ext 244. LINK www.clark.net/fbc LINKDESC: EMAIL tsheehy-fbcinc@juno.com EMAILDESC: CITE: (W-352 SN012892) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: SPECIAL NOTICES SUBJECT: FT--MCNAIR/NATIONAL DEFENSE UNIVERSITY TECHNOLOGY EXPO FOR PERSONAL AND GOV'T USE. DESC: There will be a one day computer expo and tech event at Ft. McNair/NDU in the Officer's Club Main Ballroom on January 31, 1997 from 10:00 a.m. to 2:00 p.m. The focus of this show is for personal purchases by students and for standard GSA and 8(a) purchasing vehicles for government use. Ft. McNair/NDU has 1600 personnel as students and faculty. Requested technologies include: Notebooks, Laptops, Desktops, Graphics, Presentation Systems, Multimedia, Educational Tools, Software, Fax Boards, DOS, Windows 95, Microcomputers, Modems, Video Conferencing, Laser/ Color Printers, Scanners, CD-ROM, PC Cards, Entertainment/Reference Software. For more information on exhibiting, please call(800) 878-2940 ext 212. LINK www.clark.net/fbc LINKDESC: EMAIL tsheehy-fbcinc@juno.com EMAILDESC: CITE: (W-352 SN012952) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: MEXICO--FLOW METERS--SPECIFICATION AND TESTING METHODS DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.412. 1. Member to Agreement notifying: MEXICO. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: Ministry of Trade and Industrial Development. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Flow meters. 5. Title, number of pages and language(s) of the notified document: Draft Mexican Official Standard NOM-005-CNS-1995, Flow Meters--Specifications and Testing Methods (9 pages, available in Spanish). 6. Description of content: This draft Mexican Official Standard establishes the specifications and testing methods for flow meters for lavatories and urinals in order to ensure water saving in their use and hydraulic operation. It applies to domestic and foreign flow meters of different materials marketed on the national territory. 7. Objective and rationale: Safety. 8. Relevant documents: Diario Oficial de la Federaci|on (Official Journal) of 16 October 1996. 9. Proposed date of adoption: To be determined; Proposed date of entry into force: To be determined. 10. Final date for comments: 16 January 1997. CITE: (M-352 SN012862) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: MEXICO--HUMANE TREATMENT IN THE TRANSPORT OF ANIMALS DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.417. 1. Member to Agreement notifying: MEXICO. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: Ministry of Agriculture, Livestock and Rural Development. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Animals. 5. Title, number of pages and language(s) of the notified document: Draft Mexican Official Standard NOM-051-ZOO-1995, Humane Treatment in the Transport of Animals, 13 pages. 6. Description of content: The purpose of this mandatory Mexican Official Standard is primarily to establish animal transport systems that reduce the animals' suffering, by avoiding or reducing stress during the transportation process. 7. Objective and rationale: Animal safety. 8. Relevant documents: Diario Oficial de la Federaci|on (Official Journal) of 31 October 1996 (Spanish). 9. Proposed date of adoption: To be determined; Proposed date of entry into force: To be determined. 10. Final date for comments: 31 January 1997. CITE: (M-352 SN012863) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: THAILAND--STANDARD FOR HOT-ROLLED STRUCTURAL STEEL SECTIONS DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.410. 1. Member to Agreement Notifying: THAILAND. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: Thai Industrial Standards Institute. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Hot-rolled structural steel. 5. Title, number of pages and language(s) of the notified document: TIS 1227-2539 (1996) Standard for Hot-Rolled Structural Steel Sections (Amendment No. 1). 6. Description of content: Amendment to TIS 1227-2537 (1994) Standard for Hot-Rolled Structural Steel Sections. The substantial revision is as follows: 1. Additional classification of structural steel sections to cover grades denoted by the symbols SS 400, SS 490, and SS 540; 2. amending relevant requirements to correspond to the mentioned additional grades (i.e. shape and dimensional tolerances of H section, chemical composition by cast analysis, bending, yield point or proof stress, tensile strength, elongation, impact test, marking and labelling, sampling and criteria for conformity, testing). 7. Objective and rationale: To cover structural steel sections available in the market. 8. Relevant documents: The Industrial Product Standards Act B.E. 2511 (1968). 9. Proposed date of adoption: To be determined; Proposed date of entry into force: To be determined. 10. Final date for comments: 3 December 1996. CITE: (M-352 SN012864) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: BOTSWANA--DRAFT REGULATIONS ON THE MARKETING OF BREAST MILK SUBSTITUTES DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.418. 1. Member to Agreement notifying: BOTSWANA. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: Ministry of Health. Agency or authority designated to handle comments regarding the notification can be indicated if different from above: Community Health Services Division. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Infant foods, feeding bottles, teats and pacifiers. 5. Title, number of pages and language(s) of the notified document: Draft Regulations on the Marketing of Breast Milk Substitutes. 6. Description of content: The Regulations aim at ensuring safe and adequate nutrition for infants by promoting and protecting breastfeeding and by regulating the marketing of infant foods, feeding bottles, teats and pacifiers. 7. Objective and rationale: 1. Protection of babies' health; 2. To ensure the quality and availability of feeding bottles, teats and pacifiers; and 3. To increase consumers' information on their use. 8. Relevant documents: Section 13, (1) of the Food Control Act of 1993. 9. Proposed date of adoption: March 1997. Proposed date of entry into force: January 1998. 10. Final date for comments: 15 December 1996. 11. Texts available from: National enquiry point [] or address and telefax number of other body: Chief Community Health Officer, Private Bag 00269, Gaborone, Botswana. CITE: (M-352 SN012865) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: DENMARK--SAFE MANAGEMENT AT ICE TRANSPORT BELTS IN FISHING SHIPS DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.419. 1. Member to Agreement notifying: DENMARK. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: Danish Maritime Authority. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Fishing ships. 5. Title, number of pages and language(s) of the notified document: 5121-60 Order on Safe Management at Ice Transport Belts in Fishing Ships (3 pages, available in Danish). 6. Description of content: Rules on Construction and Screening of Systems of Ice Transport Belts with Worm Drive Conveyors, Bands, or Chain Conveyors. 7. Objective and rationale: To require a safety management system for fishing ships and the companies operating such trips in order to enhance safety at sea and to avoid marine pollution. 9. Proposed date of adoption: 1 April 1996; Proposed date of entry into force: 1 April 1996. 10. Final date for comments: 25 January 1996. 11. Texts available from: National enquiry point [X] or address and telefax number of other body: Dansk Standard, Baunegaardsvej 73, 2900 Hellerup. CITE: (M-352 SN012866) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: JAPAN--REVISION OF THE ENFORCEMENT ORDINANCE OF THE GAS UTILITY INDUSTRY DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.411. 1. Member to Agreement notifying: JAPAN. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: Ministry of International Trade and Industry. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Equipments used by the gas utility industry and gas appliances (HS: 72.01-85.48). 5. Title, number of pages and language(s) of the notified document: Revision of the Enforcement Ordinance of the Gas Utility Industry Law, etc. (2 pages, available in Japanese). 6. Description of content: Deregulation on equipments used by the gas utility industry and adoption of international system units. 7. Objective and rationale: To review the regulations including the Enforcement Ordinance of the Gas Utility Industry Law, in order to undertake deregulation on equipments used by the gas utility industry. 8. Relevant documents: The basic law is the Gas Utility Industry Law. This Ordinance will appear in "KAMPO" (Official Government Gazette) when adopted. 9. Proposed date of adoption: Not yet determined; Proposed date of entry into force: Not yet determined. 10. Final date for comments: 13 January 1997. CITE: (M-352 SN012880) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: JAPAN--HIGH-PRESSURE GAS CYLINDERS DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.420. 1. Member to Agreement notifying: JAPAN. If applicable, name of local government involved (Articles 3.2 AND 7.2). 2. Agency responsible: Ministry of International Trade and Industry Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): High-pressure gas cylinders (HS: 7311). Pressure equipment used in high-pressure gas production plants (HS: 7311). 5. Title, number of pages and language(s) of the notified document: Revision of Container Safety Regulations, Designated Equipment Inspection Regulations and Seismic Design Standard for High-Pressure Gas Equipment (2 pages, available in Japanese). 6. Description of content: 1. Introducing self-inspection system for cylinder manufacturers, which have sufficient quality assurance system; 2. introducing self-inspection system for the manufacturers of gas equipment, which is designated as a "Designated Equipment" and used in high-pressure gas production plants, when the manufacturers are verified to have sufficient quality assurance system; 3. establishing the provisions for "non-refillable cylinders" whose domestic manufacturing and use is prohibited at present, and manufacturing and use of "non-refillable" cylinders is possible when those provisions are met; 4. establishing the standards for fibre-reinforced plastic composite cylinders the storage tanks to be used in bulk-supplying system; 5. revising Seismic Design Standards for High-Pressure Gas Equipment which are referred to when designated equipment is designed. 7. Objective and rationale: Based on the revision of the High-Pressure Gas Control Law, to establish requirements and standards in the field of high-pressure gas cylinders and designated equipment for self-inspection by cylinder manufacturers and manufacturers of designated equipment instead of legal third-party inspection; to establish the provisions for the "non-refillable cylinders" in order to enable the manufacture and use of the "non-refillable cylinders"; revision of Seismic Design Standards for High-Pressure Gas Equipment to include pipeline as covered equipment under the Standards. 8. Relevant documents: The basic law is the High-Pressure Gas Control Law. This Ordinance will appear in "KAMPO" (Official Government Gazette) when adopted. 9. Proposed date of adoption: To be determined. Proposed date of entry into force: 1 April 1997. 10. Final date for comments: 27 January 1997. CITE: (M-352 SN012881) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: SLOVAK--REPUBLIC: BREEDING AND COMMERCIAL PIGS DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.421. 1. Member to Agreement notifying: SLOVAK REPUBLIC. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: Slovak Ministry of Agriculture. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Breeding boars and sows, breeding boar piglets and sow piglets, rearing sows and sow piglets, commercial pigs. 5. Title, number of pages and language(s) of the notified document: STN 46 6150 Breeding and Commercial Pigs (13 pages, available in Slovak). 6. Description of content: Proposed Slovak Standard establishes categories of breeding, rearing, and commercial pigs. Furthermore, it describes methods for determination of the breeding value of pigs. The pigs evaluation is given by: reproduction ability, performance, fattening ability and meat efficiency, as well as the exterior of the animal. New methods for the performance and heredity inspection are taken into account, which has an effect on the breeding and rearing animals evaluation, namely stating their breeding value. The whole of Standard STN 46 6150 is obligatory. 7. Objective and rationale: Providing unified approach to evaluation and breeding value for determination for pigs. 8. Relevant documents: STN 46 6150 substitutes hitherto the valid Standard STN 46 6150 dated 1 February 1981; adoption announcement will be published in Vestni|k UNMS SR (Official Journal). 9. Proposed date of adoption: Not determined; Proposed date of entry into force: Not determined. 10. Final date for comments: 28 February 1997. CITE: (M-352 SN012964) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: BRAZIL--REGULATION ON ELECTRICAL LOW-TENSION DEVICES DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.415. 1. Member to Agreement notifying: BRAZIL. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: National Institute of Metrology, Standardization and Industrial Quality--INMETRO. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Knife switches with or without fuses, circuit breakers, fuses, fuse bases, extensions and multiple plugs, wires, cables and flexible cords, starters, switches, plugs, sockets, adaptors, lamps, reactors, independent lighting circuits, receptacles, luminaries, light fittings, connectors. 5. Title, number of pages and language(s) of the notified document: Regulation on Electrical Low-Tension Devices (3 pages, available in Portuguese). 6. Description of content: This Regulation gives provisions for the use of electrical low-tension devices. For the effect of this Regulation, the above-mentioned articles (item 4) are considered electrical low-tension devices. The electrical low-tension devices which are marketed in the country should be identified in an indelible way, or in relief, with the manufacturer's name or logo and the tension for which they are intended to be used. As these electrical devices are manufactured with no compliance to technical standards, an increasing level of fires and several residential accidents have occurred. 7. Objective and rationale: Consumer protection. 8. Relevant documents: NBR 6148. 9. Proposed date of entry into force: The Institute proposes this Regulation become effective at the date of its publication in the Official Journal. CITE: (M-352 SN012963) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: SLOVAK--REPUBLIC: PERFORMANCE AND PROGENY TESTING OF PIGS DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.423. 1. Member to Agreement notifying: SLOVAK REPUBLIC. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: Slovak Ministry of Agriculture. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Breeding boars and sows, boar piglets and sow piglets, rearing sows and sow piglets. 5. Title, number of pages and language(s) of the notified document: STN 46 6164 Performance and Progeny Testing of Pigs (13 pages, available in Slovak). 6. Description of content: Proposed Slovak Standard specifies terms and definitions related to inspection of performance and progeny of pigs, including terms of records and documentation. Individual instructions for inspecting utility characteristics of reproduction, performance, fattening ability and meat efficiency are defined. The animals are judged according to the performance results, and the heredity inspection is evaluated. The Standard STN 46 6164 is obligatory, with the exception of Articles 3.2.7 and 3.2.8 respectively, which are in the form of recommendation. 7. Objective and rationale: This standard is providing unified approach to the determination of the performance parameters and their evaluation in the Slovak Republic by creating identical conditions for all breeders of pigs. In this manner the progeny testing of all animals will be performed at the same conditions. The new methods and proceeds for inspecting the performance and progeny testing of pigs will have a positive impact on performance and genetic disposition of pigs. 8. Relevant documents: -STN 46 6164 substitutes hitherto valid Standard STN 46 6164, dated 19 April 1978; -adoption announcement will be published in Vestni|k UNMS SR (Official Journal). 9. Proposed date of adoption: Not determined; Proposed date of entry into force: Not determined. 10. Final date for comments: 28 February 1997. CITE: (M-352 SN012883) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: AUSTRALIA--DIGITAL CELLULAR MOBILE TELECOMMUNICATIONS SYSTEMS--GSM MOBILE STATION DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.422. 1. Member to Agreement notifying: AUSTRALIA. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: AUSTEL (Australian Telecommunications Authority). Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Customer equipment connected to a GSM public land mobile network. 5. Title, number of pages and language(s) of the notified document: TS 018: "Digital Cellular Mobile Telecommunications Systems--GSM Mobile Station" (32 pages, available in English). 6. Description of content: This Technical Standard relates to Customer Equipment (CE). It defines the technical conditions and requirements for non-interference interworking, that CE must meet for connection to a public GSM digital cellular mobile telecommunications system. It is based upon the ETSI GSM Standards as listed in the References of this Technical Standard. 7. Objective and rationale: As above. 8. Relevant documents: Listed in Reference Section of Standard. 9. Proposed date of adoption: Early 1997; Proposed date of entry into force: Early 1997. 10. Final date for comments: 13 January 1997. 11. Texts available from: National enquiry point [X] or address and telefax number of other body: National Sales Centre, Standards Australia, P.O. Box 1055, Strathfield NSW 2135, Australia. CITE: (M-352 SN012882) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: MEXICO--SAFETY AND HEALTH CONDITIONS FOR THE OPERATION OF CONTAINERS SUBJECT TO PRESSURE AND STEAM GENERATORS OR BOILERS OPERATING IN THE WORKPLACE DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.413. 1. Member to Agreement notifying: MEXICO. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: Ministry of Labour and Social Security. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Containers subject to pressure and steam generators or boilers. 5. Title and number of pages of the notified document: Draft Mexican Official Standard NOM-122-STPS-1996 on Safety and Health Conditions for the Operation of Containers Subject to Pressure and Steam Generators or Boiler Operating in the Workplace (14 pages, in Spanish). 6. Description of content: This draft Mexican Official Standard establishes minimum safety and health requirements for containers subject to pressure and steam generators or boilers installed in the workplace, regardless of the type or scale of the workplace. 7. Objective and rationale: Safety. 8. Relevant documents: Diario Oficial de la Federacio|n (Official Journal) of 23 October 1996. 9. Proposed date of adoption and entry into force: To be determined. 10. Final date for comments: 23 January 1997. CITE: (M-352 SN012884) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: BRAZIL--VEHICLE SAFETY INSPECTIONS DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.414. 1. Member to Agreement notifying: BRAZIL. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: National Institute of Metrology, Standardization and Industrial Quality--INMETRO. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Motor vehicles. 5. Title, number of pages and language(s) of the notified document: RTQ-42 Vehicle Safety Inspection (23 pages, available in Portuguese). 6. Description of content: This Regulation establishes the necessary requirements for vehicle safety inspections. It applies to the periodic inspection stations for vehicle safety, which are accredited by competent bodies. Annex A contains a Manual for the Installation and Functioning of a Safety Inspection Station, with the minimum requirements relating to the equipment and installation of such a station. Annex B contains the Procedure Manual for the Inspection of Vehicle Safety which establishes the methodology under which the inspection of the vehicle must be made. 7. Objective and rationale: Human safety. 8. Relevant documents: Resoluc|a|o CONTRAN 809/95. 9. Proposed date of adoption: Soon after public consulting period has ended. CITE: (M-352 SN012958) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: BRAZIL--REGULATION ON ELECTRICAL LOW-TENSION DEVICES DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.415. 1. Member to Agreement notifying: BRAZIL. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: National Institute of Metrology, Standardization and Industrial Quality--INMETRO. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Knife switches with or without fuses, circuit breakers, fuses, fuse bases, extensions and multiple plugs, wires, cables and flexible cords, starters, switches, plugs, sockets, adaptors, lamps, reactors, independent lighting circuits, receptacles, luminaries, light fittings, connectors. 5. Title, number of pages and language(s) of the notified document: Regulation on Electrical Low-Tension Devices (3 pages, available in Portuguese). 6. Description of content: This Regulation gives provisions for the use of electrical low-tension devices. For the effect of this Regulation, the above-mentioned articles (item 4) are considered electrical low-tension devices. The electrical low-tension devices which are marketed in the country should be identified in an indelible way, or in relief, with the manufacturer's name or logo and the tension for which they are intended to be used. As these electrical devices are manufactured with no compliance to technical standards, an increasing level of fires and several residential accidents have occurred. 7. Objective and rationale: Consumer protection. 8. Relevant documents: NBR 6148. 9. Proposed date of entry into force: The Institute proposes this Regulation become effective at the date of its publication in the Official Journal. CITE: (M-352 SN012959) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: SLOVAK--REPUBLIC: BREEDING AND COMMERCIAL PIGS DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.421. 1. Member to Agreement notifying: SLOVAK REPUBLIC. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: Slovak Ministry of Agriculture. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Breeding boars and sows, breeding boar piglets and sow piglets, rearing sows and sow piglets, commercial pigs. 5. Title, number of pages and language(s) of the notified document: STN 46 6150 Breeding and Commercial Pigs (13 pages, available in Slovak). 6. Description of content: Proposed Slovak Standard establishes categories of breeding, rearing, and commercial pigs. Furthermore, it describes methods for determination of the breeding value of pigs. The pigs evaluation is given by: reproduction ability, performance, fattening ability and meat efficiency, as well as the exterior of the animal. New methods for the performance and heredity inspection are taken into account, which has an effect on the breeding and rearing animals evaluation, namely stating their breeding value. The whole of Standard STN 46 6150 is obligatory. 7. Objective and rationale: Providing unified approach to evaluation and breeding value for determination for pigs. 8. Relevant documents: STN 46 6150 substitutes hitherto the valid Standard STN 46 6150 dated 1 February 1981; adoption announcement will be published in Vestni|k UNMS SR (Official Journal). 9. Proposed date of adoption: Not determined; Proposed date of entry into force: Not determined. 10. Final date for comments: 28 February 1997. CITE: (M-352 SN012960) [Commerce Business Daily: Posted December 17, 1996] [Printed Issue Date: December 19, 1996] PART: FOREIGN GOVERNMENT STANDARDS SUBJECT: BRAZIL--VEHICLE SAFETY INSPECTIONS DESC: The following notification is being circulated in accordance with Article 10.6. G/TBT/Notif.96.414. 1. Member to Agreement notifying: BRAZIL. If applicable, name of local government involved (Articles 3.2 and 7.2). 2. Agency responsible: National Institute of Metrology, Standardization and Industrial Quality--INMETRO. Agency or authority designated to handle comments regarding the notification can be indicated if different from above. 3. Notified under Article 2.9.2. 4. Products covered (HS or CCCN where applicable, otherwise national tariff heading. ICS numbers may be provided in addition, where applicable): Motor vehicles. 5. Title, number of pages and language(s) of the notified document: RTQ-42 Vehicle Safety Inspection (23 pages, available in Portuguese). 6. Description of content: This Regulation establishes the necessary requirements for vehicle safety inspections. It applies to the periodic inspection stations for vehicle safety, which are accredited by competent bodies. Annex A contains a Manual for the Installation and Functioning of a Safety Inspection Station, with the minimum requirements relating to the equipment and installation of such a station. Annex B contains the Procedure Manual for the Inspection of Vehicle Safety which establishes the methodology under which the inspection of the vehicle must be made. 7. Objective and rationale: Human safety. 8. Relevant documents: Resoluc|a|o CONTRAN 809/95. 9. Proposed date of adoption: Soon after public consulting period has ended. CITE: (M-352 SN012962)