[Commerce Business Daily 1996]
[From the U.S. Government Printing Office, www.gpo.gov]

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: Naval Air Warfare Center Training Systems Division, Code
  27, 12350 Research Parkway, Orlando, Fl 32826-3224
SUBJECT: A--HARDENED SUBMINIATURE TELEMETRY SENSORY SYSTEM (HSTSS)
SOL N/A
POC Mrs. Cathy Desrosiers, Contract Specialist (407)380-4019;
  or Mr. Michael K. Minor, Contracting Officer (407)380-4096
DESC: The U.S. Army Simulation, Training and Instrumentation
   Command (STRICOM) in conjunction with the Yuma Proving 
  Ground and the Army Research Laboratory is seeking  information
  from industry regarding the availability of  mature and emerging
  subminiature sensor and telemetry  device technologies for
  the development/integration of a  Hardened Subminiature Telemetry
  Sensor System (HSTSS).  HSTSS will be designed to meet the
  required capabilities  (measurement and collection of data)
  in the harsh  environment of gun-launched munition systems.
  The system  will provide measurements during launch, flight
   trajectory and impact/detonation. It will measure  parameters
  such as attitude, velocities, accelerations,  temperatures,
  pressures, internal processor and sensor  functions, and telemeter
  the data to a range standard  ground receiver station. The
  HSTSS will have  configurations (unitized or modular) which
  can be fitted  to the host test articles (not to exceed a
  volume of 9 in  3) and not interfere with their static and
  dynamic  performance characteristics. Information is desired
   specifically on developed or developing technology and 
  products, such as microsensors, RF telemetry,  flexible/shapeable
  power supplies, data acquisition  systems, and electronics
  packaging techniques.  Information on appropriate components
  (sensors,  telemeters, batteries, etc.) and integrated final
  products  are requested for these technologies for weapons
  systems  (direct/indirect munitions, submunitions and missiles).
   Following a Milestone I/II Decision, an RFP release is 
  tentatively scheduled for the third quarter of FY97.  Information/comments,
  whether supportive or critical, are  earnestly solicited.
  The Government does not intend to  pay for the information
  solicited and will not recognize  any costs associated with
  submission of information.  Proprietary information is not
  being solicited; however,  if it is submitted it should be
  marked as proprietary.  Responses to this synopsis shall answer
  the following  questions:   1) Which area of HSTSS expertise
  would your company  propose to provide?   2) Has your company
  produced and marketed hardened  subminiature sensors and telemetry
  devices or systems?   3) If so, what parameters were being
  measured, frequency  and data rate?  4) What is the volumetric
  size and weight of your  products?  5) What host test articles
  have your products been  demonstrated on and to whom?  6)
  Does your company have an ongoing R&D program for  HSTSS technologies?
  If yes, please provide references.   7) Explain any data
  rights to your products.   8) Is your company's interest
  as a prime or as a  subcontractor?   9) What is the size
  status of your company in relation to  the SIC code stated
  below?  Draft technical requirements and RFP sections, as
  well  as future CBD notices and HSTSS procurement information
   will be posted on the WWW STRICOM Home Page. Access to 
  the STRICOM Home Page is: www.stricom.army.mil; select  Procurement
  Information; at bottom of Acquisition Home  Page, click on
  Hardened Subminiature Telemetry and Sensor  System Program.
  The information contained in this notice  and on the STRICOM
  Home Page is for planning purposes  only and does not constitute
  a request for proposal.  The Government reserves the right
  to offer the  requirement to the 8(a) program or to set the
  requirement  aside for small business. The SIC Code for this
  program  is 3812, and the associated size standard is 750
   employees. The Government plans to utilize the submitted
   information in finalizing the acquisition strategy and 
  solicitation for HSTSS. Those interested should respond  by
  submitting information and answers to the questions  contained
  herein, in writing, to Mr. Michael K. Minor,  Contracting
  Officer, at the above address by 24 January  1997.  
CITE: (W-362 SN015828)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: GSA, PBS, Property Development (4PC),Suite 2500,401 West
  Peachtree St. NW,At lanta,GA 30365-2550
SUBJECT: C--CONSTRUCTION MANAGER-AS-CONSTRUCTOR(CMC)
SOL GS-04P-97-EXC-0004
DUE 010997
POC Contact,Phillip King,404/331-4620,Contracting Officer,Freeman
  Randolph,404/ 331-4269
DESC: CONSTRUCTION-MANAGER-AS-CONSTRUCTOR, SERVICES CONTRACT
  for the proposed US Courthouse - Greenville, TN. OVERVIEW:
  The scope of CM as Constructor (CMc) serv ices under this contract
  includes Pre-Construction Phase Services and Constructi on
  Phase Services. Pre-Construction Phase includes: consultation
  during project design, development of construction schedule
  phasing re- quirements; cost estima ting and establishment
  of a negotiated Guaranteed Maximum Price (GMP).  CONSTRUC TION
  PHASE includes administration of the construction contract;
  coordination of regular construction and tenant meetings; developing/monitoring
  CPM activities; providing daily logs and monthly reports; monitoring
  construction costs; and ot her supplemental services as requested
  by the Government.  CMc will be competiti vely chosen using
  Source Selection Procedures.  Price and technical factors will
  be given equal weight.  PROJECT SUMMARY: A new Courts facility
  will be con- str ucted in the Greenville, TN downtown area
  (site to be announced).  The proposed facility will contain
  107,000 occupiable square feet(SF) including 14,000 sf ins
  ide parking.  The new facility will include 4 courtrooms plus
  chambers to be occ upied by US District Courts, Magistrate
  Court, Probation, Pretrial Services, Ban kruptcy, US District
  Attorney, Trustee, and Marshals' Service.  New structure wi
  ll provide: grand jury suites and assembly areas; hearing rooms;
  conference/trai ning rooms: office space for District Court
  Clerk, Bankruptcy Court Clerk and Ma rshals Service, to include
  sally-port and detention cells; plus general office a reas.
   The Estimated Construction Cost at Award (ECCA) for base-bid
  work is $22, 500,000.00.  At time of award CMc shall guarantee
  a maximum price to perform the consturction described in the
  design documents. DEFINITION OF CONSTRUCTION MANA GER AS CONSTRUCTOR:
  A CMc is a firm under contract, to building owner (GSA), to
  provide design review, cost estimating, scheduling and general
  construction serv ices.  CMc whall be a member of overall project
  team including GSA as owner/deve loper, GSA's selected design
  A/E firm and term Construction Management firm (CM) , if used.
  The CMc may provide general construction with it's own forces,
  or con tract for part of the construction with other firms.
  Project development shall o ccur in conformance with AIA Document
  A121/CMc.  SUMMARY OF CMc RE- SPONSIBILIES : CMc shall review
  project designs determining constructability and compliance
  w ith project budget. CMc reviews construction cost estimates
  and provides and ind ependent cost estimate at design development
  stage (DD) mid-point construction-d ocument stage (MP) and
  final construction-document stage (CD), recommending adju stments
  to designs to assure that the project can be constructed at
  or below bud get.   CMc shall provide "best value" advice,
  control schedule, offer alternativ e ideas including problem
  solving claim prevention and budgeting. CMc must have full
  understanding of Federal construction contracting and contract
  administrati on.  The CMc shall have complete responsibility
  for constructing the facility to the quality of the design
  requirements and within budget.  PROJECT SERVICES: Th e CMc
  Contract requirements will include the following:  CPM scheduling
  and anal yses; Participation in all DD production phase team
  meetings; Review all A/E maj or design submittals and A/E cost
  estimates; Independent pricing at the stages i ndicated above;
   Project scope management; Competitive selection and procurement
  of necessary sub-contractor;  Provision of general project
  construction for the entire facility; Participation in acquisition
  of Alternative Dispute Resolution (ADR) and selection of partnering
  consultant; Maintenance of construction record s; and commissioning/inspection/close-out
  services.  PROJECT STAFFING:  The CMc will provide a team that
  consists of architectural, civil, structural, mechanica l and
  electrical engineers; cost estimators; CPM analysts; field
  engineers and s upport staff; construction supervisors and
  superintendents; plus other disciplin es to be used on an as
  needed basis.  SOURCE SELECTION EVALUATION CRITERIA: The following
  factors, along with the statement of price indicated below,
  will be us ed by GSA's Source Selection Evaluation Board (SSEB)
  in the PHASE I process to s elect a competitive range of firms
  for further evaluation in PHASE II.  More det ail in subcategories,
  will also be utilized in the PHASE II process later. QUALI
  FICATION AND EXPERIENCE OF KEY PERSONNEL (350 Points, total):
  a.  Summarize the qualifications, experience, education, background
  info., specific assignments, a nd other significant info. for
  key members of the proposed CMc team - (150 pts). b. For key
  personnel, identify the proposed duties, part/full-time, and
  the fi rm for which (s)he works.  Indicate the geographic location
  where key personnel are located at the time of response to
  this announcemant. Provide two or more pr ofessional/technical
  references from knowledgeable personnel of their qualificat
  ions/experience -(150 pts). c.  Summarize CMc firm's experience
  with constructio n projects in vicinity of Eastern Tennessee.
   Include knowledge and experience w ith local construction
  markets and general labor markets, sub-contractors, and t heir
  experience with local Government-(50 pts). FIRMS EXPERIENCE
  AND PERFORMANCE PROVIDING COMPARABLE PRE-CONSTRUCTION-PHASE
  SERVICES FOR SIMILAR PROJECTS IN TH E PAST FIVE YEARS (150
  points). List three projects of $15,000,000.00, or larger ,
  in which the firm successfully provided pre-construction-phase
  services.  Desc ribe those services, as relating to this project
  in scope and complexity.  Provi de names, addresses and phone
  number of client(s) for listed project - (150 pts) .  FIRM'S
  EXPERIENCE IN PROVIDING COMPARABLE CONSTRUCTION-PHASE SERVICES
  FOR SIM ILAR PROJECTS IN THE PAST FIVE YEARS (350 points):
   a.  List three projects of $ 15,000,000.00, or larger, in
  construction costs, in which the firm successfully provided
  construction phase services similar to those required under
  this projec t.  Describe your record of delivering complete
  projects w/i fixed schedules and a guaranteed maximum price.
   Relate services in type and scope to this project. Indicate
  which member(s) of proposed project team worked in previous
  project/ro les similar to those proposed for this project.
   Provide names, addresses and ph one number(s) of the client(s)
  for each listed project - (100 pts). b.  Demonstr ate the proposed
  team's experience and abilities in working in a non-adversarial
  relationship with building owner/developer in development of
  the above listed p rojects -(50 pts).  c. Demonstrate the proposed
  team's experience in value engin eering, design oversight and
  independent cost estimating relative to maintaining project
  budgets-(50 pts). d. Demonstrate the proposed team's abilities
  to maint ain project quality and scheduling while controlling
  costs - (100 pts).  e.  Des cribe firm's use of ADR or arbitration
  to avoid litigation. Provide comprehensiv e list of construction
  claims in which your firm, owners and developer(s) have b een
  a party to in the last 10 years, providing a synopsis of the
  outcome.  Ident ify claims resolved by ADR, and those by arbitration
  - (50 pts).  CMc'S RESOURCE S, FACILITIES AND TECHNOLOGY (100
  points).  Describe resources and facilities av ailable to CMc,
  including office automation capabilities/Management Info. System
  s (MIS) and ability to review drawins in Auto-Cad Rel. 12,
  or later. Describe fi rm's ability to interface with Microsoft
  Excel V.5.0 and Word V.6.0, including y our ability to send/receive
  data electronically via desk- top conferencing and " white-board"
  technologies - (100 pts).  SB/SDB/WO SUB-CONTRACTING PLAN (50
  Point s):  In PHASE I, CMc must acknowledge intent to submit
  sub-contracting plans in PHASE II, where offeror will include
  participation by SB, SDB firms (20 pts each ) and Women-Owned
  (WO) business firms (10 pts).  SOURCE SELECTION PROCEDURES:
   Q ualified firms expressing an interest in this project will
  be provided one copy of the RFP, including PHASE I evaluation
  forms that the SSEB will use (includes Concept-Design Documents
  and Narratives).  Firms wishing to offer, must provide a PHASE
  I submission, wherein detailed cost proposals are not required,
  but Offe rors must provide a price statement certifying that
  they can construct planned f acility described in the RFP at
  a cost not greater than the ECCA.  Firms in the competitive
  renge will be interviewed at their principal place of business.
   Fin al selection of CMc will be under PHASE II Source Selection
  procedures wherein f irms selected for detailed interview will
  be asked to provide additional technic al info., along with
  detailed cost proposals. PHASE II cost proposals shall incl
  ude the Offeror's fee [subdivided into Pre-Con and Cosnstruction
  Phase services required under the RFP (including profit, GC
  and other overhead costs)].  Techni cal factors and pricing
  will be given equal weight.  CONTRACT AWARD:  A contract will
  be awarded to the selected firm to provide Pre-construction
  Phase services with an Option to provide Construction-Phase
  services.  When the DD Phase is co mplete, the Government's
  intent is to modify the contract to obtain CD services and
  all project construction at a mutually-agreed GMP.  Government
  goal is to aw ard a contract at a GMP that does not exceed
  the projected ECCA.  The contract f or PreCon sevices will
  allow the Governmnet to terminate the contract if a GMP i s
  not established that is equal to, or less than, the ECCA, (or
  if construction funding is not available).  Upon conclusion
  of the project, if the construction costs are less than the
  GMP, the difference between final project construction c ost
  and GMP will be divided between the CMc and the Government.
   SB - SDB PARTIC IPATION: This procurement is open to both
  large and small business firms.  GSA e ncourages smaller firm's
  participation in the project. In PHASE II of the select ion
  process, short-listed firms shall provide a brief written narrative
  of their outreach efforts to utilize SB, SDB and WO Business
  firms.  All Offerors will b e required to include a sub- contracting
  plan that provides for participation by small firms in the
  following percentages: SB (20%), SDB (5%), and WO Businesses
  (5%).  HOW TO OFFER: Interested firms should submit a letter
  of interest (Compa ny Letter- head) to the Phil King (listed
  below) not later than 3:00 p.m. on 12/ 18/96. A copy of the
  RFP will be provided and requires submission of three copie
  s of a PHASE I proposal on 8 1/2" X 11" spiral bound format.
   Forms SF254 and SF 255 are encouraged (must not be more than
  one year old).  Photographs may be inc orporated in Sections
  8 and 10 of the SF255 if desired. IF SF 254 and SF 255 are
  not used, submissions must include info. responsive to the
  data requested on SF 254/255's.  Total PHASE I submissions
  should not exceed 100 single/50 double-sid ed pages.  During
  the PHASE II evaluations, GSA may request additional info.
   Fi rms that respond to this CBD notice with offers without
  first reviewing the RFP will not be evaluated.  A pre-submission
  conference will be held on January 9, 1 997 in the Summit Federal
  Building, Atlanta, GA to discuss PHASE I submission re quirements.
   PHASE I submittals must be recieved (address below) not later
  than 3:00 p.m. January 24, 1997. Upon completion of PHASE I
  evaluations, a list of th e firms selected for PHASE II evaluations
  will be published in the CBD. Firms se lected for PHASE II
  evaluations will be notified of additional submission requir
  ements.  All submittals must indicate this Solicitation No.
  GS-04P-97-EXC-0004 o n the face of the envelope.  Late submittals
  will be handled in accordance with FAR 52.215-10.  GSA/Property
  Development (4PCC), ATTN: Phil King, 401 West Peach tree, Suite
  2500, Atlanta, GA 30365-2550 404/331-4620/FAX 404/730-2309
CITE: (I-362 SN015759)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Pittsburgh Health Care System, 7180 Highland Drive,
  Pittsburgh, PA 15206-1297
SUBJECT: C--REPLACE HANDICAPPED BATHROOMS AND PARTITIONS IN BUILDINGS
  1, 2, 4,5, AND 8"
SOL 646-14-97
DUE 013097
POC Marian Ropelewski, Contract Specialist
DESC: Request for Registered Architect and Professional Engineer
  Services to provide preliminary design for Project #645-96-103,
  "Replace Handicapped Bathrooms and Partitions in Buildings
  1, 2, 4, 5, and 8" for the VA Pittsburgh Health Care System
  location at 7180 Highland Drive, Pittsburgh, PA 15206-1297.
  Services include (but are not limited to), Site Investigation,
  Preparation of Preliminary Construction Drawings, Outline Specifications
  and other appropriate documents, and Preliminary overall cost
  opinion, including the VA-retained CIH Asbestos Abatement Cost
  Evaluation. Specific work disciplines are Architectural, Plumbing,
  HVAC and Electrical Construction. A/E will also be responsible
  to include VA-retained CIH Asbestos Abatement Data and Drawings
  in the preliminary construction documents. Work shall be in
  accordance with all DVA rules, regulations, specifications
  and standards, including ADA design standard compliance. The
  government will retain the option for award of construction
  document stage based on estimated construction cost or revise
  the scope of the project so as to stay within the project budget.
  Construction document stage includes reviews with meetings,
  pre-bid conference, and construction period services which
  consist of site visits as required, submittal review and processing
  with final inspection and project close-out. Area of consideration
  is within 60 miles of the VA Pittsburgh Health Care System
  location at 7180 Highland Drive, Pittsburgh, PA 15206. Procurement
  is set-aside for emerging small businesses. An emerging small
  business is one whose size is no greater than 50% of the size
  standard applicable to the SIC code of the procurement. The
  SIC Code is 8712; the Small Business size standard is $2.5
  million. Estimated construction cost range is between $250,000
  and $370,000. This is not a request for proposal. All interested
  and responsible firms desiring consideration shall submit current
  SF-254 and SF-255 forms to the attention of the Contracting
  Officer no later than 1/30/97. Subject to the availabililty
  of funds.
CITE: (I-362 SN015808)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: William Jennings Bryan Dorn Veterans' Medical Center,
  Chief, Acquisition & Facility Planning Svc (90C), 6439 Garners
  Ferry Road, Columbia, SC 29209-1639
SUBJECT: C--UNDERGROUND STORAGE TANKS
SOL 544-023-97
DUE 020497
POC Contract Specialist, Virgil Thompson, (803) 695-6783
DESC: Furnish professional Architect/Engineer Services to include
  preliminary services and phasing recommendations, planning,
  consultation and visits, design work, preparation of contract
  drawings and specifications, preparation of cost estimates
  and construction period services as necessary for testing,
  demolition, remediation, installation, testing, and certification
  of all work for project # 544-97-101, "Underground Storage
  Tanks" at WJBD Veterans' Hospital, Columbia, South Carolina
  29209. The intent of this project is to bring this facility
  into compliance with EPA Regulation 530/UST-88/008 dated September
  1988 and South Carolina Department of Health and Environmental
  Control (DHEC) Underground Storage Tank Control Regulation
  R.61-92, dated March 23, 1990. The project is planned to replace
  (9) nine underground fuel storage tanks and associated piping
  and install spill/overfill protection. Underground storage
  tanks will be replaced with new double-wall fiberglass tanks
  equipped with leak detection monitoring and spill/overfill
  prevention devices. The (9) nine tanks consist of: (1) one
  275 gallon diesel generator tank, (2) two 1,000 gallon diesel
  generator tanks, (1) one 1,000 gallon gasoline tank, (1) one
  10,000 gallon diesel generator tank, (2) two 15,000 gallon
  boiler fuel storage tanks, (1) one 25,000 gallon boiler fuel
  storage tank, (1) one 30,000 gallon boiler fuel storage tank.
  Construction will be phased to minimize disruptions to the
  operations of the Medical Center. Construction Cost Range is
  $500,000 - $1,000,000. A/E will be required to provide evidence
  of professional liability insurance of $1,000,000. Interested
  firms desiring consideration shall submit appropriate data
  in numbered note 24 to the Contracting Officer (90C), A&FP
  Service, Dorn Veterans' Hospital, 6439 Garners Ferry Road,
  Columbia, SC 29209 not later than February 4, 1997. This is
  not a request for proposal. The Standard Industrial Classification
  (SIC) Code assigned is 8712 and the project is unrestricted
  as to size. Award is subject to Availability of Funds. See
  Note(s): 24.
CITE: (I-362 SN015820)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: William Jennings Bryan Dorn Veterans' Medical Center,
  Chief, Acquisition & Facility Planning Svc (90C), 6439 Garners
  Ferry Road, Columbia, SC 29209-1639
SUBJECT: C--UNDERGROUND STORAGE TANKS
SOL 544-024-97
DUE 020497
POC Contract Specialist, Virgil Thompson, (803) 695-6783
DESC: Furnish professional Architect/Engineer Services to include
  preliminary services, evaluation of current system capacities
  and limitations, associated recommendations, planning, consultation
  and visits, design work, preparation of contract drawings and
  specifications, preparation of cost estimates and construction
  period services as necessary for demolition, installation,
  testing, and inspection of all work for project # 544-97-103,
  "Upgrade Cooling Tower" at WJBD Veterans' Hospital, Columbia,
  South Carolina 29209. The intent of this project is to upgrade
  the main hospital cooling tower by adding additional cells.
  Cooling capacity is estimated to be increased from: 1700 tons
  to: 2700 tons. Project is planned to include tower cells, site
  preparation, concrete basin, new piping, power wiring, controls,
  pumps, testing and certifications. Construction will be designed
  in order to minimize disruptions to the operations of the Medical
  Center. Construction Cost Range is $250,000 - $500,000. A/E
  will be required to provide evidence of professional liability
  insurance of $1,000,000. Interested firms desiring consideration
  shall submit appropriate data in numbered note 24 to the Contracting
  Officer (90C), A&FP Service, Dorn Veterans' Hospital, 6439
  Garners Ferry Road, Columbia, SC 29209 not later than February
  4, 1997. This is not a request for proposal. This is a 100%
  Set-Aside for Emerging Small Business Concerns. An "Emerging
  Small Business" means a Small Business Concern whose size is
  no greater than 50 percent of the Numerical Size Standard applicable
  to the Standard Industrial Classification (SIC) Code assigned
  to a Contracting Opportunity. A Concern is small if its preceding
  three (3) Fiscal Years did not exceed 2.5 million. The Standard
  Industrial Classification (SIC) Code assigned to this project
  is 8712. Award is subject to Availability of Funds. See Note(s):
  24.
CITE: (I-362 SN015822)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Naval Security Station, 3801 Nebraska Avenue, Code 52,
  Building 18, Washington, DC 20393-5440
SUBJECT: D--AUTOMATIC DATA PROCESSING TELECOMMUNICATIONS SERVICES
SOL 970112
POC Ms. Ermine B. Mikell, (202) 764-0780/0781 or Mr. Allison
  E. Friloux, Jr., Contracting Officer, (202) 764-0780/2475.
DESC: Lan Support Services and Maintenance to provide on-site
  technical support. Network workstation, Hub/Router maintenance
  (labor and parts) will be provided and shall keep the equipment
  in good operating condition. Statement of work provided upon
  request.
CITE: (M-362 SN015798)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: National Cancer Institute, Research Contracts Branch,
  PSCS, 6120 Executive Blvd, EPS/Room 634, Bethesda, MD 20892-7227
SUBJECT: D--CUSTOMIZED DBASE MANAGEMENT
SOL N02-BC-76206-81
POC Janet M. Mattson, Contracting Officer 301-402-4509.
DESC: The National Institutes of Health, National Cancer Institute,
  plans to procure on a Sole Source Basis, under authority of
  FAR 6.302-1, in accordance with 41 U.S.C. 253 (c)(1), a LAN
  development-management and software maintenance agreement for
  a customized dBase laboratory management system from Advanced
  Medical Systems Consultants (AMSC), P.O. Box 3425, Fairfax,
  VA 22038. The contractor shall continue servicing the LHC LABMGR
  systems, designed and developed for LHC research programs.
  The existing research laboratory manager software system is
  for studies of the mechanisms of human cancer using tissues,
  cells, cell lines, plasmids, recombinant DNA, and carcinogens,
  all of which have separate menu-driven databases. Objectives
  require a single programmer to interconnect and network nine
  LABMGR programs in dBase formats, manage the LAN, database
  emergencies, modifications and updates in a Windows 95 environment.
  The programmer shall have sufficient science training and experience
  to interact with scientists for the logic and design fo systems
  in biology , immunology, pathology, and epidemiology. It is
  the Government's belief that these requiremnts can only be
  met by Advanced Medical Systems Consultants. This notice of
  intent is not a request for competitive proposals; however,
  interested parties may identify their interest and capability
  to respond to the requirement. Information furnished shall
  included enough material, in sufficient detail, to perform
  a proper evaluation of their ability to perform. Closing date
  is 45 days after publication of this notice. See Numbered Note(s):
  22.
CITE: (I-362 SN015813)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: Department of Housing and Urban Development, Government
  National Mortgage Association (Ginnie Mae), Contracting Division,
  Room 6151, 451 Seventh Street, SW., Washington, DC 20410
SUBJECT: D--CONVERSION OF MICROFILM INTO IMAGES ACCESSIBLE USING
  CD-ROM
POC Susan M. Taylor, Contracting Officer, (202) 708-4531.
DESC: The Government National Mortgage Association (Ginnie Mae)
  is seeking the names of contractors capable of converting and
  indexing microfilm on rolls into images accessible using CD-ROM
  technology. Sources should also be capable of providing equipment
  for accessing and reading CD-ROM disks. Ginnie Mae is a government
  corporation within the United States Department of Housing
  and Urban Development (HUD). Ginnie Mae insures securities
  which are backed by pools of Federal Housing Administration,
  Department of Veterans Affairs, and Rural Housing Services
  insured or guaranteed mortgages. Microfilm has been used to
  archive records associated with the securitizations. Film is
  accessed  using a computer-based system. There are approximately
  12,500,000 frames of microfilm on 5,700 cartridges. Respondents
  are asked to provide a general description of how the project
  will be approached, how the work will be performed, and an
  approximation of the cost of performing the conversion and
  supplying the equipment. Responses are due by mail to the Ginnie
  Mae Contracting Office, 451 7th St., SW., Room 6151, Washington,
  DC 20410 or to FAX number (202) 708-3239 no later than January
  24. This is a preliminary request for possible sources and
  may or may not result in the issuance of a solicitation for
  this work.
CITE: (M-362 SN015794)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA, Forest Service, Southern Sierra Province, 1600
  Tollhouse Road, Clovis, CA 93611-0532
SUBJECT: F--SITE PREP AND RELEASE
SOL IFB R5-16-97-13
DUE 021597
POC Thad Waterbury, Contracting Officer, (209) 532-3671 Ext.247.
DESC: HEX Site Prep/Release on approximately 765 acres on the
  Groveland Ranger District, Stanislaus National Forest. Requse
  Solicitation package from the Southern Sierra Province, Stanislaus
  National Forest, 19777 Greenley Road, Sonora, CA 95370-5909.
  See Numbered Note(s): 1, 3.
CITE: (I-362 SN015748)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Naval Station, Box 368119, San Diego, CA 92136-5066
SUBJECT: J--USS VALLEY FORGE (CG 50)
SOL N62791-97-B-0053
DUE 020697
POC Barbara Brown, Contract Specialist, (619) 556-4855
DESC: Various repairs.  Selected Restricted Availability.  Work
  to be performed at contractor's facility, San Diego, CA.  Contract
  dates 07 April 1997 through 06 June 1997.  All San Diego area
  sources who currently hold, or are qualified for and willing
  to enter into a Master Ship Agreement for Repair and Alteration
  of Vessels (DFAR 217.71) prior to award, may submit a bid which
  shall be considered by this agency.  Firms which do not possess
  a Master Ship Repair Agreement are ineligible for award unless
  adequate time exists to permit the Navy to perform an assessment
  of their MSRA application and to execute the applicable MSRA
  without impacting the vessel's availability dates.  It is impracticable
  to distribute the applicable NAVSEA Standard Items.  These
  contract documents may be examined or obtained at Supervisor,
  Box 368119, SUPSHIP Bldg. 77, 3600 Surface Navy Blvd., San
  Diego, CA 92136-5066, Code 230.  See Note 9.
CITE: (I-361 SN015598)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Naval Station, Box 368119, San Diego, CA 92136-5066
SUBJECT: J--USS VALLEY FORGE (CG 50)
SOL N62791-97-B-0053
DUE 020697
POC Barbara Brown, Contract Specialist, (619) 556-4855
DESC: Various Repairs.  Selected Restricted Availability.  Work
  to be performed at contractor's facility, San Diego, CA.  Contract
  dates 07 April 1997 through 06 June 1997.  All San Diego area
  sources who currently hold, or are qualified for and willing
  to enter into a Master Ship Agreement for Repair and Alteration
  of Vessels (DFAR 217.71) prior to award, may submit a bid which
  shall be considered by this agency.  Firms which do not possess
  a Master Ship Repair Agreemetn are ineligible for award unless
  adequate time exists to permit the Navy to perform an assessment
  of their MSRA application and to execute the applicable MSRA
  without impacting the vessel's availability dates.  It is impracticable
  to distribute the applicable NAVSEA Standard Items.  These
  contract documents may be examined or obtained at Supervisor,
  Box 368119, SUPSHIP Bldg. 77, 3600 Surface Navy Blvd., San
  Diego, CA 92136-5066, Code 230.  See Note 9.
CITE: (I-361 SN015599)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: J--FABRICATE AND OPTIMIZE THE LATERAL DEPOSITION OF
  POLY(ETHYLENE DIOXYTHIOPHENE) (PEDOT) AND OTHER PEDOT DERIVATIVES,
  AND TO DELIVER THESE SAMPLES FOR EVALUATION IN ELECTROCHROMIC
  CELL
SOL N68936-97-Q-0653
DUE 011797
POC Esther A. Cook, Purchasing Agent, tel. 619-939-9658 or Sue
  Rizzardini, Contracting Officer.
DESC: The Naval Air Warfare Center Weapons Division China Lake,
  CA intends to procure on an other than full and open competition
  basis to University of Florida, Chemistry Department, Gainesville,
  Fl. The contractor shall conduct a research effort to optimize
  the lateral deposition of PEDOT and its derivatives and to
  deliver the samples in accordance with paragraph 3.5.1. The
  Pedot derivative samples must be deposited from a solution
  that gives high conductivity and excellent electrochemical
  reversibility. This requires the solvents to be either propylene
  carbonate (PC), tetrahydrofuran (THF), or methyltetrahydrofurfuryl
  ether (MTFE). Other solvents that are compatible with MTFE
  are acceptable. The highest priority is to fabricate an oxidized
  (p-doped) polymer that meets the conductivity and reversiblility
  requirements. This requirement is Sole Sourced to University
  of Florida Chemistry Dept. for compatability. Requests may
  be faxed to 619-927-3488 or sent by mail to NAVAIRWARCENWPNSDIV.,
  code 230000D Att.: Esther A. Cook, China Lake, CA 93555-6100.
  Requests shall include your firm's Tax Identification Number
  (TIN) including your Corporation Status and Commercail and
  Government Entity (CAGE) code, if one has been assigned. Request
  for quote will be available on or about January 17th. Award
  is expected to be made 20 of January. See Numbered Note(s):
  22.
CITE: (I-362 SN015740)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT,
  1300 E AVENUE, FORT LEE VA 23801-1800
SUBJECT: J--REFURBISH REFRIGERATION CASES FOR THE FORT MEADE
  COMMISSARY, MARYLAND
SOL DECA01-97-T-0183
DUE 020497
POC Contract Specialist Missy Rios (804) 734-8653 FAX: (804)
  734-8669 (Site Code DECA01)
DESC: Written Request for Quotation (RFQ) to provide all supervision,
  personnel, equipment, transportation, tools, parts, and other
  items and services necessary to perform Repair/Refurbishing
  of the Meat, Deli, Frozen Food, Dairy, and Produce Cases for
  theFort Meade Commissary located in Maryland. The anticipated
  performance date is February 18, 1997. This Request for Quotation
  (RFQ) will be issued on or about January 21, 1997 with a tentative
  closing date of February 4, 1997. The anticipated award date
  wil be February 14, 1997. This procurement is unrestricted.
  The Standard Industrial Classification Number is 7699 and the
  business size standard is $5 million. All requests for copies
  of this RFQ must be in writing and addressed to: Defense Commissary
  Agency, Acquisition Business Unit, Services Division (OC/RAVS),
  ATTN: Missy Rios, 1300 E Avenue, Fort Lee, Virginia 23801-1800.
  Requests must include telephone and facsmile numbers of the
  requestor. Facsimile requests will be accepted.
CITE: (I-362 SN015780)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (v), U.S. Coast Guard, Maintenance & Logistics
  Command Atlantic, 300 East Main Street, Suite 600, Norfolk,
  VA 23510-9102
SUBJECT: J--INSTALL J-BAR MOB DAVIT
SOL DTCG80-97-Q-3FACK8
DUE 011697
POC Contact SK2 Willie Mayo, Purchasing Agent (757) 628-4660
DESC: This is a combined synopsis/solicitation for commercial
  services prepared in accordance with the format in subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. This is a request for quotation (RFQ) number
  DTCG80-97-Q-3FACK8. This solicitation document will incorporated
  provisions and clauses that are in effect through Federal Acquisition
  Circular 90-42. The Standard Industrial Classification code
  is 7332 and the size standard is 500 employees. The following
  is a description for the listed services. 1. The Contractor
  shall provide all labor, services, equipment and materials
  to install two J-Bar davits to be used as Man Overboard Recovery
  Station on both the CGC THETIS and CGC MOHAWK while the vessels
  are in their homeport in Key West, FL. The J-Bars shall be
  installed on the port and starboard side of the forecastle
  at approximately frame 48 on each vessel. Additionally, or
  each vessel, the Contractor shall clean and blank off two fuel
  tanks with a capacity of 7497 gallons each. The tanks need
  to be cleaned and blanked off to facilitate accomplishment
  of the J-Bar installation which will require some minor modifications
  to the fuel tank vents. As prescribed in FAR 52.12-2. Evaluation-Commercial
  items. The Government will award a contract resulting from
  this solicitation to the responsible offeror whose offer conforming
  to the solicitation will be most advantageous to the government,
  price and other factors considered. The following factors shall
  be used to evaluate offers: Price, Required Delivery Date.
  The following FAR clauses will apply to this solicitation:
  52.219-6 Notice of Total Small Business Set-Aside, 52.222-41
  Service Contract Act of 1965, as amended. Offers are due on
  16 January 1997, NLT 1200, Commander (VPL-3), MLCLANT, 300
  East Main Street, Suite 600, Norfolk, VA 23510-9102, ATTN:
  SK2 Willie Mayo. For information and copies of Specifications
  call (757) 628-4599. The material is required on or before
  27 January 1997.
CITE: (I-362 SN015801)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of Commerce, NOAA, 200 World Trade Center,
  Room 209, Norfolk, VA 23510-1624
SUBJECT: R--SUPPORT SERVICES
SOL 52-EATA-7-00032
DUE 020797
POC William D. Privott, Contracting Officer, (757) 441-6561,
  Linda Jacobs, Contract Specialist, (757) 441-6563
DESC: Provide support and report to the director of Commerce's
  Eastern Region Office in Baltimore, Maryland. Contractor shall
  be assigned newly delegated "National Leadership" program functions,
  within the overall Office of Domestic Operations (ODO) Decentralization
  Initiative. Such functions, generally under the direction of
  our Regional Management officers, represent either broad national
  areas formerly managed from ODO/HQ, or new initiatives defined
  by ODO's present activity and environment. Included will be
  development and implementation of management and programmatic
  information systems; operation of national public-private partnership
  programs; leadership of national, internationl and multi-agency
  team and partner initiatives; operation of the National ODO
  Program Review and Evaluation effort involving Office of Management
  and Budget (OMB) and Interagency Pervormance Measures; and
  other. Contractor shall be proficient in the following software:
  LOTUS 123/LOTUS Notes, Word Perfect/windows, PC Anywhere, Harvard
  Graphics, BANYAN VINES WAN/LAN systems software. Contractor
  shall provide services at the U.S. Department of Commerce,
  ITA, Eastern Region Office, World Trade Center, Baltimore,
  Maryland, for the period January 15, 1997, or date of award,
  whichever is later, thru September 30, 1997, with two one year
  options. Estimated level of effort is 1,480 man hours. The
  contractor shall work 40 hours per week, 8:30 A.M. to 5:00
  P.M. Monday through Friday except Federal holidays. Compensation
  will not be provided for absences due to sickness or other
  purposes. The applicable SIC code for this requirement is 7299.
  This is a 100% Set Aside for Small Businesses. All responsible
  sources may submit a offer which shall be considered by the
  agency. Award will be made to the lowest responsible, responsive
  offeror who can meet the specific requirements contained in
  the solicitation and is most advantageous to the government
  considering technical requirements and price related factors.
  Copies of the solicitation will only be provided in response
  to written or faxed requests received dirctly from the requestor.
  Telephone requests will NOT be honored. Requests for copies
  of the solicitation may be faxed to (757) 441-3786 or 3735.
  Numbered Notes 1 and 26 apply to this requirement.
EMAILADD: Linda.L.Jacobs@NOAA.gov
EMAILDESC: 
  e-mail
CITE: (W-362 SN015739)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Agency for International Development (USAID), REDSO/WCA/OP,
  Abidjan (ID), Department of State, Washington, D.C. 20521-2010
SUBJECT: R--PROGRAM SPECIALIST
SOL NIGERIA
DUE 013197
POC Contact Point: Felix Awantang, AID Affairs Officer, USAID/Nigeria,
  Lagos, Tel: (234) 1-614412; Fax No. (234) 1-614698.
DESC: The United States Agency for International Development
  in Nigeria (USAID/Lagos) is soliciting expressions of interest
  from qualified U.S. citizens to serve under a Personal Services
  Contract (PSC) as Program Specialist, to be responsible for
  a range of programming, planning and operational functions
  including the updating of the country strategic plan, program
  monitoring, evaluation and reporting. The PSC Program Specialist
  will be part of the USAID staff and report directly to the
  AID Affairs Officer. The PSC will provide leadership in the
  preparation of congressional presentations, the R4, results
  report and resource requests, budgets documents, activity planning,
  coordination of program review and procurement planning. The
  contractor will assist in preparing and monitoring the Mission's
  budget in support of our four SOS. In program monitoring and
  evaluation, the PSC will take the lead with assistance from
  USAID program managers and cooperating agency staff in refining
  the system for data collection and analysis and the preparation
  of formal and informal reports to show program impact and results
  achieved. The Program Specialist will serve as the Mission's
  evaluation officer. In addition to the two functions above,
  the PSC will be expected to spend at least 25% of his/her time
  doing executive officer functions in the areas of personnel,
  administrative support, security/safety, property management
  etc, in liaison with the Embassy/Lagos. S/he will be assisted
  in this area by experienced FSN staff. The PSC Program Specialist
  will be required to obtain medical and security clearance.
  This position has been graded at the FS-2 level and includes
  a 25 percent post differential if the candidate selected is
  non-resident in Nigeria, plus moving expenses, storage, housing,
  and other benefits per USAID regulations for an overseas tour.
  Basic household furnishings, including major appliances, will
  be provided by post or will be available in leased quarters
  to be provided by post. Shipment of a POV may be authorized.
  The PSC Program Specialist must be a US citizen and must possess
  a university degree in economics, business, development planning
  or a related field and must have a minimum of 8 years of relevant
  experience. Knowledge of USAID programming systems as well
  as NMS is desired. Excellent writing and verbal communications
  as well as program analytic skills are required. The successful
  candidate must have experience working in difficult logistic
  environments and must be willing to travel within Nigeria.
  Computer skill including familiarity with wordperfect windows
  are required in the preparation of documents. The individual
  must have cross cultural experience preferably in Sub Saharan
  Africa and must be able to work as part of a team. All interested
  and qualified individuals should submit a letter of application,
  a completed SF-171, and any additional resume or statement
  of experience by January 30, 1997 to: AID Affairs Officer,
  USAID Nigeria, Dept.of State, Washington DC, 20521-8300, or
  by fax to the AID Affairs Officer, USAID Nigeria, fax number
  234-1-614698. Questions concerning this announcement should
  be addressed to the AID Affairs Officer, phone 234-1-614412
  or 234-1-2614621 or by internet to: fawantang@usaid.gov. Selection
  of the successful candidate will be made by a USAID review
  panel which will utilize the following evaluation criteria:
  Technical qualifications (educational background) relevant
  professional and geographic experience. USAID reserves the
  right to not award a contract to any applicant. Period of Performance:
  The services of the Program Specialist will be tentatively
  required from April 1, 1997 for one year, subject to availability
  of funds and to USAID maintaining a presence in Nigeria, with
  the possibility of extensions.
CITE: (I-362 SN015756)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Small Business Administration, 409 3rd Street SW., Washington,
  DC 20416
SUBJECT: R--SERVICING OF THE SBA'S DISASTER LOAN PORTFOLIO
SOL SBAHQ-97-R-0005
DUE 022197
POC Dionna Martin, Contract Specialist, (202) 205-7029
DESC: The U.S. Small Business Administration (SBA), Office of
  Financial Assistant (OFA) is soliciting a proposal to ourline
  the requirements SBA has set forth for the servicing of the
  Disaster home loan portfolio. This acquisition is Full and
  Open Competition. It is anticipated the RFP will be issued
  O/A 01/21/97. The closing date for receipt of the proposal
  will be O/A 02/21/97. Copies of the RFP will be provided upon
  written request only. NO TELEPHONE OR FAX REQUEST WILL BE HONORED.
CITE: (M-362 SN015776)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: FISC Norfolk Detachment Washington, 901 M St., S.E.,
  Bldg. 200, 4th Fl., Washington, DC  20374-5014
SUBJECT: R--LITIGATION SUPPORT SERVICES: SOLE-SOURCE INCREASE
  TO CONTRACT N00600-96-C-1876
SOL N00600-96-R-1876
DUE 021597
POC For additional information, contact Glenn Harden, Code 02W1.6B,
  at (202) 433-5997
DESC: The Fleet and Industrial Supply Center Norfolk Detachment
  Washington (FISCNORVADETWASH) intends to modify contract N00600-96-C-1876
  with InfoEdge Technology to add labor hours and an additional
  three-month option under the authority at FAR 6.302-1.  Approximately
  24,000 potential labor hours will be added to the contract.
   The contract is for litigation support services and was awarded
  with limited competition under authority of FAR 6.302-2.  This
  unique-source increase and extension is justified because the
  support effort underway is continous and builds upon previous
  work in such a way that it is not possible to bring on a new
  contractor without incurring prohibitive cost duplication and
  time delays.  This not a request for proposal.  As this contract
  action will result in a contract modification, no solicitation
  will be issued.  SEE NOTE 22.  Any response to Note 22 must
  be received by 15 February 1997.
CITE: (I-362 SN015795)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Housing & Urban Development, Contracting
  Operations Branch, 6EAC, 2211 Norfolk, Ste. 300, Houston, TX
  77098
SUBJECT: R--MF PROPERTY MANAGEMENT
SOL H06R97050800000
DUE 031797
POC Jerry Pursley, Contract Specialist, at (713) 313-2274, ext.
  7123 or Thomas D. Moore, Contracting Officer at (817) 978-9301.
DESC: The U.S. Department of Housing and Urban Development (HUD)
  requires the services of a Property Management Company for
  management of multifamily properties owned by or in the custody
  of HUD under the jurisdiction of the Real Estate Owned HUB
  (Center) in Atlanta, Georgia. This jurisdiction is responsible
  for 21 States on the Eastern Seaboard West to the Ohio/Mississippi
  Valley to include Washington, DC and Puerto Rico. Request for
  Proposal (RFP) shall be issued on or about January 15, 1997.
  Proposal will be due 45 days after issuance of the RFP. Resultant
  contract will have a 2 year base period with three (3) one-year
  option periods. All responsible sources may request a Solicitation
  by letter directed to the above address. FAX number is (713)
  313-2305. Telephone requests for Solicitations will not be
  accepted.
CITE: (I-362 SN015809)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of Housing & Urban Development, 6AACO1,
  P. O. Box 2905, 1600 Throckmorton, Fort Worth, Texas 76113-2905
SUBJECT: R--MF PROPERTY MANAGEMENT
SOL H06R97000700000
DUE 030397
POC Dan Blake, Contract Specialist, or Thomas D. Moore, Contracting
  Officer, (817) 978-9301.
DESC: The U.S. Department of Housing and Urban Development (HUD)
  requires the services of a Property Management Company for
  management of multifamily properties owned by or in the custody
  of HUD under the jurisdiction for the Real Estate Owned HUB
  (Center) in Fort Worth, Texas. This jurisdiction is responsible
  for 27 States West of the Ohio/Mississippi Valley (Alaska and
  Hawaii are not included in this Solicitation). Request for
  Proposal (RFP) shall be issued on or about January 15, 1997.
  Proposal will be due 45 days after issuance of the RFP. Resultant
  contract will have a 2-year base period with 3 one-year option
  periods. All responsible sources may request a Solicitation
  by letter directed to the above address. FAX number is (817)
  978-9052. Telephone requests for Solicitations will not be
  accepted.
CITE: (I-362 SN015810)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DECA OPERATIONAL SUPPORT CENTER, ATTN SUBSISTENCE DIVISION
  /RAS, 5258 OAKLAWN BOULEVARD, HOPEWELL VA 23860
SUBJECT: S--DELICATESSEN AND BAKERY OPERATION
SOL DECA02-97-R-0005
DUE 021397
POC Contract Specialist Bill Lair (804) 734-9844 (Site Code HQCAAA)
DESC: Manage and operate customer-oriented, in-store, resale
  deli/bakeries located in two Southwest Region commissary stores
  as follows: (1) Vandenberg AFB, California and (2) Port Hueneme
  NCBC, California. Performance period is Base Year, 01 APR 97
  throug 31 MAR 98 and four option years. The contractor will
  be responsible for ordering, receiving, storing, displaying,
  merchandising and processing products for sale to commissary
  customers. The Government will furnish secure space in each
  commissary for the cntractor operated delicatessen and bakery.
  The contractor will retain ownership of the deli/bakery products
  until purchased by the commissary customer. Projected issue
  date of Solicitation No. DECA02-97-R-0005 is 13 JAN 97. Estimated
  closing date is 13 FEB 97. Interested sources should send a
  written or faxed request for subject solicitation. FAX No.
  is (804) 734-9671. Only written or faxed requests will be honored
  All responsible sources may submit a proposal which will
CITE: (I-362 SN015745)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: USDA Forest Service, Sierra National Forest, 1600 Tollhouse
  Road, Clovis, CA 93611-0532
SUBJECT: S--JANITORIAL SERVICES
SOL RFQ 16-97-11
DUE 012097
POC Thad Waterbury, Contracting Officer, (209) 532-3671 Ext.247.
DESC: Janitorial Services for the Supervior's Office Compound
  on the Stanisluas National Forest. Request solicitation package
  from the Southern Sierra Province, Stanislaus National Forest,
  19777 Greenley Road, Sonora, CA 95370-5909.
CITE: (I-362 SN015749)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: National Institutes of Health; Office of Purchasing and
  Contracts, OPM/OD; 6006 Executive Blvd., Suite 311, Rockville,
  MD 20892-7058
SUBJECT: S--CARPET CLEANING SERVICES
SOL 263-97-Q-(M5)-0064
DUE 012797
POC Contact Point: Purchasing Agent, Sabrina Lindsay on 301-496-3704.
DESC: The NIH, Clinical Center, Housekeeping and Fabrication
  Department has a requirement to procure carpet cleaning services.
  The Standard Industrial Code for this requirement is 7217.
  The successful contractor will be required to perform vacuum
  cleaning, spot cleaning, bonnet/cosmetic cleaning, corrective/shampoo
  or extract cleaning in designated areas of the Clinical Center,
  Building 10 on a weekly basis for the performance period, February
  1, 1997 - May 30, 1997. Any vendor wishing to submit an offer
  should contact Sabrina Lindsay, Purchasing Agent, by fax ONLY
  on 301-496-3707 by close of business 1/27/97. This proposed
  contract is 100% set aside for small business concerns.
CITE: (I-362 SN015757)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Southeast Regional Office, 523 McDonough Blvd., SE.,
  Atlanta, GA 30315
SUBJECT: S--WASTE REMOVAL SERVICES
SOL IFB 131-0139
DUE 021297
POC Janet Herrington, Contract Specialist, (404) 635-5649.
DESC: The United States Penitentiary, Atlanta, Georgia is soliciting
  Waste Removal Services to include waste removal and disposal
  for the United States  Penitentiary and Federal Prison Camp.
  The contract period will include a base and three option years.
  The contractor will provide one thirty-five (35 yard) self-contained
  compactor for the Federal Prison Camp and one thirty-five (35
  yard) self-contained compactor for the United States Penitentiary.
  Compactors shall each contain a 2.5 cubic yard hopper supplied
  by the Contractor. No telephone or fax requests will be accepted.
CITE: (M-362 SN015785)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: General Services Administration, General Procurement
  Branch  (3FNG)the Wanamaker Building, 100 Penn Square East,
  8TH floor,  Philadelphia, PA 19107
SUBJECT: V--TERM MOVING SERVICES
SOL GS-03F-97-AYC-0008
DUE 022497
POC Maria L. Kubiak, contracting officer, (215) 656-3836
DESC: Industrial classification 4212, transportation, labor and
  related  moving services as required in the commercial zones
  of Philadelphia, PA,  Roanoke, VA and New Jersey counties North
  and South for service from  April 1, 1997 through March 31,
  1998, with two one-year options for  extension of services.
   Proposed procurement is 100% small business  set-aside.  All
  responsible sources may submit a proposal which shall be  considered
  by the agency.  Requests for solictation must be made in writing
   to the above address or by FAX at (215) 656-3841.  No telephone
  requests  will be honored.
CITE: (I-361 SN015601)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window
  Rock, AZ 86515
SUBJECT: V--LEVEL I AND/OR LEVEL II AIR AMBULANCE SERVICES
SOL RFP No. M97-0009/MD
DUE 123197
POC Maxine Dineyazhe, Contract Specialist, (520) 871-1386 or
  Jack Tarro, Contracting Officer, (520) 871-5863.
DESC: The Contractor shall provide personnel, aircraft, supplies,
  equipment, drugs and malpractice insurance to provide Level
  I and/or Level II air ambulance services for Navajo Area Indian
  Health Service (NAIHS) care patients requiring emergency air
  transports. Air ambulance services shall be available 24 hours/day
  and furnished in the States of New Mexico, Arizona, Colorado,
  and Utah. Remuneration for air ambulance services shall be
  as follows: Level I, air transportation, multi-engine, fixed
  wing Base Rate=$1,500.00, mileage (one-way) $7.84 per mile;
  Level I, air transportation, rotor wing, Base Rate=$1,500.00,
  mileage (one-way) $17.27 per mile; and Level II, air taxi 
  service, fixed wing, Base Rate=$400.00, mileage (one way) $4.00
  per mile. Contractor must be currently Office of Aircraft Services
  (OAS) certified and accreditated by the Commission on Accreditated
  of Medical Services (CAAMS) within 24 months after award. Proposals
  under this solicitation will be considered through December
  31, 1997. Anticipated RFP release date is December 12, 1996.
  Multiple awards will be made for a twelve (12) month period
  with two (2) one (1) year option periods.
CITE: (M-362 SN015763)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: General Services Administration, General Procurement
  Branch (9FBG), 450 Golden Gate Ave, 4th Floor West, San Francisco,
  CA 94102
SUBJECT: V--TRAVEL MANAGEMENT CENTER FOR HAWAII
SOL 9FBG-OLC-N-A-2069/97
DUE 012897
POC Jaqueline Sullo (415)522-2838
DESC: This acquistion is not a small business set aside. Requests
  for RFPs shall be faxed to (415)522-4009. A limited number
  of solicitation packages are available  and will be issued
  on a first come, first serve basis. 
EMAILADD: Jacqueline.Sullo@GSA.GOV
EMAILDESC: 
CITE: (W-362 SN015775)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: General Services Administration, General Procurement
  Branch (9FBG), 450 Golden Gate Ave, 4th Floor West, San Francisco,
  CA 94102
SUBJECT: V--TRAVEL MANAGEMENT CENTERS FOR WYOMING; SOUTH DAKOTA
  AND EL PASO, TEXAS
SOL 9FBG-OLC-N-A-2070/97
DUE 012897
POC Jacqueline Sullo (415)522-2838
DESC: This acquistion is not a small business set aside. Requests
  for  RFPs shall be faxed to (415)522-4009. A limited number
  of  solicitations packages are available and will be issued
  on a  first come, first served basis. 
EMAILADD: Jaqueline.Sullo@GSA.GOV
EMAILDESC: 
CITE: (W-362 SN015779)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: DVA Medical Center 79 Middleville Road Northport New
  York 11768
SUBJECT: V--TAXI SERVICE FOR BENEFICIARES TO AND FROM MEDICAL
  CENTER FOR THEIR DIALYSIS TREATMENTS
SOL IFB-632-10-97
DUE 021897
POC Carol Lippis - Contracting Officer 516-261-4400 EXT. 7135
DESC: Furnish Taxi Svc. for the Department Of Veterans Affairs
  Medical Center. Transporting VA Beneficiares from their residence
  to VA Medical Center in Northport, New York and from the medical
  center to beneficiares residence 3 times a week. Treatments
  are scheduled in both the AM/PM. The beneficiares are in Nassau
  & Suffolk Counties. Service to cover period from March 3,1997
  thru September 30,1997, with four one year options to extend
  services. Issue date O/A 1/10/97. Requests for solicitation
  in writing ONLY.
CITE: (I-362 SN015821)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Facilities Service Office, U.S. Postal Service, 4000
  DeKalb Technology Pkwy, Suite 300, Atlanta, GA 30340-2799
SUBJECT: X--CONSTRUCTION  OF NEW USPS LEASED POST OFFICE, DEARING,
  GA 30808-9998
SOL 123125-97-A-R024
DUE 021297
POC Sheryl McCrystal, Real Estate Specialist, (770) 454-6042,
  Ted Tarantino, Contracting Officer, (770) 454-0618.
DESC: Lease (including construction) of a postal facility, Dearing,
  GA 30808-9998. Approximately 3,032  SF of net interior space.
  USPS-Controlled Site: Hwys 78 & 278. Plans and Specifications
  may be obtained by contacting Carolyn  Adkins, Facilities Service
  Office, 4000 DeKalb Technology Parkway, Bldg. 300, Ste. 300,
  Atlanta GA 30340-2799. Packages are $50.00 per set, NON-REFUNDABLE.
  Make checks payable to: "USPS--Disbursing Officer."
CITE: (M-362 SN015772)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commanding Officer, Southern Division,Naval Facilities
  Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: Y--JET FUEL OFF-LOADING FACILITY, BARKSDALE AIR FORCE
  BASE, SHREVEPORT, LA
SOL N62467-95-B-0951
DUE 022597
POC Technical Inquiries: T. C. Gainey, Code 0211TCG. Contracting
  Officer: L. R. Fisk. 
DESC: THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED"
  BASIS INVITING FULL AND OPEN COMPETITION. The work includes
  the provision of two 800 cubic meter aboveground storage tanks
  with concrete secondary containment dikes, six commercial tank
  truck off-loading positions, system pump pad with canopy, 1,350
  meter underground jet fuel line, oil/water separator, piping,
  pumps, operations facility, and related work. For Plans and
  Specifications: There is a $90.00 Non-Refundable charge for
  "EACH" set of Plans and Specifications. 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 (TO FEDERAL
  EXPRESS YOUR REQUEST: THE DEFENSE AUTOMATED PRINTING SERVICE,
  ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON,
  SC 29408-1802.) PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR,
  SUBCONTRACTOR, SUPPLIER, ETC. PLEASE ALSO INCLUDE (1) A POINT
  OF CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER. If
  problems arise concerning your request, call RONNIE MITCHUM
  at 803/743-4040. To obtain a Plan Holders List fax your request
  Attn: Ronnie Mitchum at 803/743-3027. Plan Holders List will
  be mailed. We cannot fax Plan Holders List. For inquiries about
  Bid Opening Date or Number of Amendments; contact Shirley Shumer
  at 803/820-5923. Technical Inquiries prior to Bid Opening must
  be submitted in writing 15 days before Bid Opening to the address
  listed above, or faxed to 803/820-5853, Attn: T. C. Gainey,
  Code 0211TCG. To obtain bid results, call 803/820-5922 after
  10:00AM for a pre-recorded message that will be available the
  day following scheduled bid opening. Estimated cost is between
  $1,000,000.00 and $5,000,000.00. Estimated duration of the
  contract is 300 days for completion. 
CITE: (W-362 SN015746)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal  Service, Facilities Service Office, P.O.
  Box 27497, Greensboro NC 27498-1103
SUBJECT: Y--NEW CONSTRUCTION LEASED--NO CONTROLLED SITE
SOL 362575-97-A-T038
DUE 011797
POC Esther Tinort, Real Estate Specialist, (910) 665-2810.
DESC: Advertisement to construct and lease a new postal facility
  on an uncontrolled site in Miami, WV. Approximate 2,126 square
  foot building to be constructed on a 11,480 square foot site,
  excluding setbacks, easements, and local/state requirements.
  The preferred area is within the community between Miami, WV
  and Dry Branch, WV. Environmentally clean buildings of 2,000--5,000
   SF will also be considered. Offers are due in this office
  by COB 01/17/97. A NON REFUNDABLE cashier's check or money
  order made payable to Disbursing Officer--USPS, in the amount
  of $35.00 is  required for EACH package. Please reference the
  facility name (Miami, WV). PLAN HOLDER  LISTS AVAILABLE THROUGH
  WRITTEN REQUEST ONLY. DELIVERY OF PLAN HOLDER LISTS VIA FAX
  WILL NOT BE AVAILABLE.
CITE: (M-362 SN015784)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, Facilities Service Office, P.O.
  Box 27497, Greensboro NC 27498-1103
SUBJECT: Y--NEW CONSTRUCTION LEASED
SOL 362575-97-A-E044
DUE 013197
POC Opal Elder, Real Estate Specialist, (919) 665-8844.
DESC: Advertisement for new construction leased in Woodruff,
  South Carolina  29388-9998. Approximate 6,602 sq. ft. building
  to be constructed on 122,000 gross sq. ft. of land. USPS holds
  an  assignable option on  land located on North Main Street
  at Woodruff Street, Woodruff, Spartanburg County, SC. The price
  of the site is $178,000.00 for  the site plus normal closing
  costs. Offers are due in this office by COB 01/31/97. A NONREFUNDABLE
  check or money order made payable to Disbursing Officer--USPS,
  in the amount of $35.00  is required for EACH package. Please
  reference solicitation number indicated in block #9 above.
CITE: (M-362 SN015827)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: VA Medical Center (614/90C), 1030 Jefferson Av., Memphis,
  TN 38104-2193
SUBJECT: Z--PAINT & VINYL WARD 1E
SOL IFB 614-54-97
DUE 010897
POC Jerry Shepherd, Contracting Officer, (901)577-7228
DESC: This notice is to hereby cancel the 100% small business
  set-aside. All other information in the synopsis remains the
  same
CITE: (I-361 SN015588)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, Public Buildings Service (7PMC),Property Management
  Div,819 Taylor Stre et,Fort Worth,TX 76102-6105
SUBJECT: Z--CFC CHILLER REPLACEMENT, H.THORNBERRY
SOL GS-07P-97-HUC-0009
DUE 030197
POC Contact,Christy A. Skirchak,817/978-7488
DESC: Sic Code 1711-Provide all material and labor for CFC Chiller
  Replacement at the Homer Thornberry Judicial Building, Austin,
  TX.  Upgrade the building's HVA C system by replacing with
  two 300 ton chillers centrifugal chillers and adding one 800
  ton centrifugal chiller, replace all chilled and condenser
  water pumps, add refrigerant monitoring system, add emergency
  and refrigerant ventilation sys tem, extend existing automatic
  temperature control system to interface with new HVAC equipment.
   Expand electrical system by adding new motor control center,
  pr ovide 120 volts from existing panel to serve misc. 120 volt
  loads, install wirin g and control relays for refrigerant emergency
  purge system, provide new wiring for all new equip. Project
  No. ITX94023. Estimated cost range:  $1,000,000 - $2, 000,000.
  For copies of the solictation, please FAX your request to the
  attention of Christy A. Skirchak, Contracting Officer, FAX
  NO:  512/916-5999.  All respon sible sources will be considered.
CITE: (I-361 SN015593)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, Public Buildings Service (7PMC),Property Management
  Div,819 Taylor Stre et,Fort Worth,TX 76102-6105
SUBJECT: Z--CFC CHILLER REPLACEMENT, USPO/CTHSE.
SOL GS-07P-97-HUC-0010
DUE 030197
POC Contact,Christy A. Skirchak,817/978-7488
DESC: Sic Code 1711-Provide all material and labor for CFC Chiller
  Replacement at USPO/Courthouse in San Antonio, TX.  Work includes
  but is not limited to Upgrad ing the building's mechanical
  HVAC system by installing new 500 and 250 ton cent rifugal
  chillers and associated pumps in new basement level chiller
  room.  Work includes cast-in-place concrete, thermal and moisture
  protection, finishes, mech anical and electrical.  Project
  No. ITX95028. Estimated cost range:  $500,000 - $1,000,000.
   For copies of the solicitation, please FAX your request to
  the atte ntion of Christy A. Skirchak, Contracting Officer,
  FAX No: 512/916-5999.  All re sponsible sources will be considered.
CITE: (I-361 SN015594)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration,Property Mgmt. Div. (1PM),10
  Causeway St, 9t h floor,Boston,MA 02222-1077
SUBJECT: Z--INDEFINITE QUANTITY CONTRACT FOR
SOL GS-01P-97-BZD-0005
DUE 021997
POC Contact,Marie Fouhey,617/565-7308,Contracting Officer,Marie
  A. Fouhey,617/5 65-7308
DESC: Provide all labor, material, supervision, tools and equipment
  necessary to perform general repairs and alterations to Government
  owned/leased facilities in the States of Massachusetts and
  Rhode Island.  This will be an Indefinite Quant ity Contruction
  Contract(s) with the ability to perform associated design servic
  es for construction projects ranging from approximately $2,000
  to $1.6 million. The estimated cost of construction for a given
  year under this contract(s) is a pproximately $3.2 million.
  Offerors will be evaluated using the source selection procedures/greatest
  value method outlined in the solicitation.  The Government
  may make multiple awards and estimates making a maximum of
  five (5) awards under the subject solicitation.  Individual
  delivery orders exceeding $2,000 may be c ompeted among the
  selected firms under the contract(s) unless the Gov't deems
  ot herwise on an individual task order basis.  Individual orders
  will be placed wit h the contractor with the low price when
  only price is a factor.  The contracts will be for a one year
  base period with four (4) one year options.  The applicab le
  SIC code is 1542.  This procurement is open to both large and
  small businesse s under the Small Business Competitiveness
  Demonstration program.  Requests for the solicitation package
  should be made to Mike Kelliher at (617)565-8386 or fax ed
  to (617)565-7144.  Address other questions to Charles Barr
  at (617)565-7133. The specifications will be available on or
  about January 17, 1997.  There will be no public opening of
  offers.
CITE: (I-362 SN015744)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Department of HUD, New York ASC, Baltimore Contracting
  Staff (3BAC), 10 South Howard Street, Fifth Floor, Baltimore,
  MD 21201-
SUBJECT: Z--DEMOLITION - EUTAW GARDENS
SOL H03B97081000000
DUE 022597
POC Darlene Austin, Contracting Officer, (410)962-2520, Ext.
  3142.
DESC: The Contractor shall furnish all labor, materials, equipment,
  tools, implements, tackles and machinery required to do and
  complete the work in accordance with the drawings and specifications.
  Specifications will be included in the Invitation For Bid (IFB).
  Drawings must be ordered from the Contracting Officer. For
  bonding purposes, this project is estimated between $100,000
  and $500,000. The IFB will be available on or about January
  24, 1997. This is an unrestricted purchase; all interested
  parties may submit written requests only to the above address;
  no telephone requests will be accepted. A fax letter will be
  accepted at (410)962-0669.
CITE: (I-362 SN015753)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, PBS, Caribbean Property
  Mgt Ctr, 2PMC-C Federico Degetau Federal Building Rm 210,150
  Carlos Chardon Ave, Hato Rey, PR 00918-1746
SUBJECT: Z--REPAIR FIRST FLOOR RESTROOMS
SOL GS-02P-97-PRC-0028
DUE 021797
POC Wanda A. Cadilla, Contracting Officer,787-766-5444 
DESC: Repair First Floor Restrooms, Federal Building & US Courthouse,Veterans
  Drive,Charlotte Amalie,St.Thomas,Virgin Islands. IFB will be
  available 1/13/97. Estimated price range is between $25,000
  to $100,000. See note 1.Requests for solicitation package must
  be in writing. All responsible sources may submit and offer
  which will be considered. 
CITE: (W-362 SN015766)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, PBS, Buildings Manager,
  657 Second Avenue, N., Room 348, Fargo, ND 58102
SUBJECT: Z--MECHANICAL MAINTENANCE SERVICES
SOL GS-08P-97VJC0031
DUE 012797
POC Contracting Officer, Pat Sams, (701) 239-5453
DESC: Work includes: Mechanical services to include electrical,
  HVAC, and plumbing repairs, preventive maintenance, daily tours
  of building and mechanical equipment, and miscellaneous services.
  All work will be performed at the Federal Building/US Courthouse,
  100 1st Street SW, Minot, North Dakota. Security clearances
  are required for all workers. Solicitation packages will be
  available on January 6, 1997, with bid opening date of January
  27, 1997. Contract performance period will be 6 month firm
  term, February 15, 1997 through August 14, 1997. Requests for
  bid packages must be made in writing to the above Contracting
  Officer. Fax requests will be accepted at FAX number  (701)
  239-5290. Estimated cost range is $25,000.00 to $100,000.00.
  All responsible sources may submit an offer which will be considered.
CITE: (M-362 SN015769)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, PBS, Buildings Manager,
  657 Second Avenue, N., Room 348, Fargo, ND 58102
SUBJECT: Z--MECHANICAL MAINTENANCE SERVICES
SOL GS-08P-97VJC0032
DUE 012797
POC Contracting Officer, Pat Sams, (701) 239-5453.
DESC: Work includes: Mechanical services to include electrical,
  HVAC, and plumbing repairs, preventive maintenance, daily tours
  of building and mechanical equipment, and miscellaneous services.
  All work will be performed at the Federal Building/US Courthouse,
  102 North 4th Street, Grand Forks, North Dakota. Security clearances
  are required for all workers. Solicitation packages will be
  available on January 6, 1997, with bid opening date of January
  27, 1997. Contract performance period will be 6 month firm
  term, February 15, 1997 through August 14, 1997. Requests for
  bid packages must be made in writing to the above Contracting
  Officer. Fax requests will be  accepted at FAX number (701)
  239-5290. Estimated cost range is $25,000.00 to $100,000.00.
  All responsible sources may submit an offer which will be considered.
CITE: (M-362 SN015770)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Box 139, NAS, Jacksonville,
  FL 32212-0139
SUBJECT: Z--REPAIR AND UPGRADE COURTS AT THE NAVAL ORDNANCE TEST
  UNIT, CAPE CANAVERAL, FL
SOL Contract N62467-95-B-2679
DUE 022097
POC OICC Office.
DESC: The work includes but is not limited to repairing all cracks,
  resurfacing and restriping the volleyball and basketball courts
  along with installing metal halide lighting on the volleyball
  and basketball courts and incidental related work. The contractor
  will be required to complete the work in 135 calendar days
  after Notice to Proceed.--Bid opening date listed in item 10
  is approximate--Request bid documents by 06 February 1997---PLANS
  AND SPECIFICATIONS CAN NO LONGER BE PICKED UP AT THIS OFFICE.
  THERE WILL BE A $29.00 NON-REFUNDABLE CHARGE FOR ``EACH'' SET
  OF PLANS AND SPECIFICATIONS. NO TELEPHONE ORDERS FOR YOUR PLANS
  AND SPECIFICATIONS CAN BE ACCEPTED; HOWEVER, IF PROBLEMS ARISE
  CONCERNING YOUR REQUEST, CALL CAROLYN POLLOCK AT (904)   772-3446
  OR 3447. TO ORDER, MAKE COMPANY CHECK OR MONEY ORDER PAYABLE
  TO: US TREASURY AND SEND TO: DEFENSE AUTOMATED PRINTING SERVICE,
  ATTN: CAROLYN POLLUCK, P.O. BOX 3, NAVAL AIR STATION, JACKSONVILLE,
  FL 32212-0003. TO OBTAIN PLAN HOLDERS LIST FAX YOUR REQUEST
  ATTN: CAROLYN POLLOCK AT (904) 772-3892. PLAN HOLDERS LIST
  WILL BE MAILED. WE CANNOT FAX PLAN HOLDERS LIST. FOR INQUIRIES
  ABOUT BID OPENING DATE OR NUMBER OF AMENDMENTS CONTRACT CONTRACTS
  DIVISION AT (904) 772-5571. A "9" digit zip code must be included
  on all requests"--The proposed contract listed here is unrestricted--Estimated
  cost is between $25,000.00 and $100,000.00.
CITE: (M-362 SN015797)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, NSA, Bldg. 157, New
  Orleans, LA 70142-5007
SUBJECT: Z--SEWERAGE SYSTEM REPAIRS, NAVAL AIR STATION, JRB,
  NEW ORLEANS, LA
SOL N62467-95-B-7099
DUE 022597
POC G. Donmyer, Procurement Tech, (504) 678-2150.
DESC: The purpose of this modification is to correct Bid Opening
  Date to read: 25 Feb 97 and modify description as follows:
  Rehabilitate existing sanitary sewers by using the following
  methods, conventional pipe replacement, cured-in-place pipe
  reconstruction, point repair manhole repairs. Provide temporary
  sewer rerouting when applicable. Reconnect existing sewer service
  connections, television inspection of new repairs and complete
  installation in accordance with the contract documents. Pipe
  bursting will be allowed in lieu of conventional pipe replacement
  methods. Estimated duration of the contract is 265 calendar
  days for completion. Plans and specs will be available on or
  about 24 January 1997.
CITE: (I-362 SN015811)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer In Charge Of Construction, Gulfport Area Office,
  100 Annex Rd., Suite 101, Biloxi, MS 39531-3111
SUBJECT: Z--INDEFINITE QUANTITY INTERIOR/EXTERIOR PAINTING, VARIOUS
  BUILDINGS
SOL N62467-97-B-7117
DUE 021297
POC Contact Deborah Mattingly 601/871/2160 Mary Shelby 601/871-2723
DESC: Contractor shall provide all labor, materials, equipment,
  supervision and effort to perform required interior and exterior
  painting of various buildings and facilities, NCBC Gulfport
  and NAVSTA Pascagoula, MS, which includes sanding blasting
  surfaces, cleaning and preparing surfaces, pressure washing,
  applying coat(s) of paint to ceilings, structural steel, metal
  duct work, gypsum board walls, concrete blocks, wood or metal
  window casings and trim, floors, piping, trim and to exterior
  surfaces of corrugated asbestos or corrugated metal, wood asbestos
  siding, structural steel, piping, roll up doors, personnel
  doors and channel metal siding, and replacing siding, rotted
  or damaged boards and trim, installing glass and glazing and
  incidental related work. Copies of specifications will be available
  on or about 10 January 1997. This acquisition is unrestricted.
  All responsible sources may submit a proposal which shall be
  considered. Firm Fixed Price. Estimated cost is between $250,000.00
  and $500,000.00. Minimum guarantee is $5,000.00. Contruction
  duration is base year of 12 months and two 12-month option
  periods. A site visit is recommended but not required and will
  be held on 15 January 1997, for NCBC 9:00 AM CT, Bldg. 322,
  Conference Room, Naval Construction Battalion Center, Gulfport,
  MS. Point of contact for NCBC is Mr. Dave Reiter, 601-871-2650.
  A site visit is available at NAVSTA Pascagoula, if desired.
  Please contact Mr. Doug Morse, 601-761-2066 for appointment.
  The Standard Industrial Classification (SIC) Code for this
  project is 1721, size standard $7M. Bid opening date is 10
  February 1997, 2:00 PM CT, Bldg. 322, Conference Room, Naval
  Construction Battalion Center, Gulfport, MS.
CITE: (I-362 SN015815)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Gulfport/Keesler Area,
  100 Annex Road, Suite 101, Biloxi, MS 39531-3111
SUBJECT: Z--Z REPLACE HVAC SYSTEM AT BOQ, BUILDINGS 300, 301,
  302, 303, & 304, NCBC, GULFPORT, MS
SOL N62467-96-B-5714
DUE 081596
POC Contact, Mary Reed 601/377-8576/D.W. Hawkins/Contracting
  Officer 601/377-8577
DESC: a. The work includes the following: a. Provide wall openings
  in existing walls and new packaged terminal air conditioning
  units. b. Demolition and removal of two existing air cooled
  water chillers, pumps, piping, controls, and electrical items
  as indicated. c. Reinforcement of the existing wood roof deck
  above the mechanical room. d. The work includes all labor,
  materials, and equipment to provide, complete and ready for
  operation, new air cooled water chiller, pumps, repair of existing
  air handling units, piping, pipe insulation, controls, modifications
  and connections to existing chilled water and heating water
  systems, modifications to existing electrical system, and related
  incidental related work. e. The work requires special attention
  to the scheduling and conduct of the work in connection with
  existing operations.
CITE: (I-362 SN015816)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--REQUIREMENT CONVENTIONAL ROOF CONTRACT
SOL F48608-97-0002
DUE 022797
POC Darlene Faulkner, 307-775-2635, Contract Specialist
DESC: Requiremnets Conventional Roof Contract: Work includes
  but is not limited to repair or replace all types all of roofing
  systems. Roof systems found on base are BUR., EPDM. Roff Roofing,
  SSR, and Asphalt shingles. The Contract Performance Period
  includes one basic year and one option year.  Magnitude of
  Project is $500,000.00 to $1,000,000.00. If any questions
  please fax a request to Darlene Faulkner, Fax Number 307-775-3964

CITE: (W-362 SN015830)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--STRAKE ASSEMBLY, FUSELAGE.
SOL SP0740-97-Q-0654
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96142001787 NSN 1005-01-287-9398, 1 -EA Del
  to Cherry  Point NC 28533-6010 Del 90 days after award.  Solicitation
  not available  until 15 days after published in the CBD.  Specifications,
  plans or drawings  are not available.  This is an unrestricted
  acquisition with a 10%  preference for SDB concerns.  Automated
  Best Value Model (ABVM) applies.   While price may be a significant
  factor in the evaluaiton of offers, the final  award decision
  will be based upon a combination of price and past  performance,
  as described in the solicitation.  Delivery Evaluation Factor
   (DEF) applies.  While price is a significant factor in the
  evaluation of  offers, the final award decision will be based
  upon a combination of  price and past performance as described
  in this solicitation. automated  best value model(ABVM) and
  Delivery Evaluation Factor (DEF) apply.  While  price is a
  significant factor in the evaluaiton 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-362 SN015710)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--SIGNAL, CLEARING DEVICE.  EXCEPTIONS TO DETAIL DWG
  125C2661:
SOL SP0740-97-Q-0678
DUE 021897
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Esther  Hayden/AEBB2/614-692-4727
DESC: PR-NO:  YPC96317001428 NSN 1005-00-056-5842, CAGE 05606
  Part No  125C2661 CAGE 82227 Part No SMS13 Signal, clearing
  device.  GE/Martin  Marietta Dwg 125C2661 * 32 -EA Del to New
  Cumberland PA 17070-5001 Del  120 days after award 94 -EA Del
  to Lathrop CA 95330 Del 120 days after  award solicitation
  not available until 15 days after published in the CBD.  written
  requests for drawings are to be submitted to Defense Supply
  Center  Columbus, Attn: dsccvrtd, PO Box 3990 Columbus OH 43216-5000,
  by FAX  (614)692-2998 or Call (614)692-2344. requests should
  include the  IFB/RFP/RFQ number, opening/closing, 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.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
  solcitation.  All  responsible sources may submit offer which
  DCSC shall consider.
CITE: (I-362 SN015713)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--FLOOR, AIRCRAFT
SOL SPO460-97-Q-C580
DUE 021497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement. for copies of RFQ Sol
  icitations,  contact thebuyer:  Robert Tobin/BU713/804-2 79-3639
  contracting officer:   Margaret Adams/804-279-51 37
DESC: PR-NO:  YPG96302001077 NSN 1560-00-789-4648, floor, aircraft
   Lockheed Martin, CAGE 98897 P/N 3F41804-129 7 -EA Del to New
  Cumberland  PA 17070-5001 Del by:  220 DARO specifications,
  plans or drawings relating  to the procurement described are
  not available and cannot be furnished by  the government. 
  Other than full and open (10 U.S.C. 2304(C)(1) (FAR  6.302-1)
  only one source (NOTE 22), intended source:  Lockheed Martin,
   CAGE 98897 critical application item.  All responsible sources
  may submit  offer which DGSC shall consider.
CITE: (I-362 SN015628)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--PANEL, VAPOR BARRIER
SOL SP0460-97-Q-CA53
DUE 021497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copies of RFQ Sol
  icitations,  contact the buyer. POC:  Vanessa Jones/BU81 8/804-279-4289.
  contracting  officer:  Melissa Miles/804 -279-3318.
DESC: PR-NO:  YPG96327000331 NSN 1560-00-762-7640, panel, vapor
  barrier  Lockheed Martin P/N 4P31023-101C Rev E.  Tech data
  package availability:   25 -EA Del to Kelly AFB TX 78241-5312
  Del by 200 days ARO.  Duration of  contract period:  1 year.
   The final contract award decision may be based  upon a combination
  of price, past performance and other evaluation  factors as
  described in solicitation.  More than one source.  All  responsible
  sources may submit offer which DGSC shall consider.
CITE: (I-362 SN015629)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 15--PREDATOR MEDIUM ALTITUDE ENDURANCE UAV KU-BAND SATCOM
  SYSTEM
SOL N/A
POC Contact, Christopher A. Rumsey, Phone (703)604-0903
DESC: Contingent upon receipt of appropriate acquisition approvals,
  the Naval Air Systems Command intends to negotiate a contract
  with Lockheed Martin Wideband Systems (formerly Loral Communication
  Systems), Salt Lake City, UT for approximately six (6) satellite
  air data terminals, spare and repair parts, support, and technical
  data for the Predator Medium Altitude Endurance Unmanned Aerial
  Vehicle (MAE UAV). Lockheed Martin Wideband Systems is the
  sole designer, developer and supplier of the Predator MAE UAV
  Ku-Band satellite communication equipment, and as such, is
  the only source with the technical expertise and required data
  to meet the Government's needs. This synopsis is published
  for information purposes only. See note No. 22 - NAVAIR Synopsis
  No. 40118-96.
CITE: (I-362 SN015751)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 15--PREDATOR MEDIUM ALTITUDE ENDURANCE UAV SYSTEM
SOL N/A
POC Contact, Christopher A. Rumsey, Phone (703)604-0903
DESC: Contingent upon receipt of appropriate acquisition approvals,
  the Naval Air Systems Command intends to negotiate a contract
  with General Atomics - Aeronautical Systems Incorporated (GA-ASI),
  San Diego, CA for approximately six (6) Predator Medium Altitude
  Endurance (MAE) Unmanned Aerial Vehicles (UAVs), spare and
  repair parts, support equipment, and associated technical data.
  GA-ASI is the sole designer, developer and supplier of the
  Predator MAE UAV air vehicle, and as such, is the only source
  with the technical expertise and required data to meet the
  Government's needs. This synopsis is published for information
  purposes only. See note No. 22 - NAVAIR Synopsis No. 40124-96.
CITE: (I-362 SN015752)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--CONTROL UNIT, COCKPIT
SOL SP0460-97-R-0559
DUE 022797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer, BA rbara
  Stansbury BV417 (804)279-3416 KO Kimberly  Hansen (804)279-3624
  FAX (804)279-4300 OR 6078
DESC: PR-NO:  YPG96340000822 NSN 1680-01-237-5825, 17 -EA Del
  to New  Cumberland PA 17070-5001 Del by 17 Aug 97 (143 DARO)
  43 -EA Del to  Stockton CA 95296 Del by 17 Aug 97 (143 DARO)
  mfr:  Grumman Aerospace  Corp CAGE 26512 PN 160D180440-3 Rev
  "K" source:  East West Industries.   Configuration control
  applies.  Specifications, plans or drawings relating  to the
  procurement described are not available and cannot be furnished
  by  the government. alternate offers must include a complete
  data package on  the approved and alternate item for evaluation.
  contains a 100% quantity  option.  All responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-361 SN015614)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--RING, DETENT, GEARBOX
SOL SP0460-97-Q-CA54
DUE 021497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copies of RFQ Sol
  icitations,  contact the buyer. POC:  Vanessa Jones/BU81 8/804-279-4289.
  contracting  officer:  melisssa Miles/80 4-279-3318.
DESC: PR-NO:  YPG96332000387 NSN 1680-00-230-6914, Speco Inc.
   CAGE:   78567 P/N C5A29037 12 -EA Del to Kelly AFB TX 78241-5312
  Del by 180 days  ARO.  Specs, plans or drawings relating to
  the procurement described are  not available and cannot be
  furnished by the government.  The final  contract award decision
  may be based upon a combination of price, past  performance
  and other evaluation factors as described in the solictation.
    Only one source of supply.  Solicitation will be made in
  writing.  All  responsible sources may submit offer which DGSC
  shall consider.
CITE: (I-362 SN015630)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--CONTROL ASSEMBLY, QU
SOL SP0460-97-Q-CA55
DUE 021497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copies of RFQ Sol
  icitations,  contact the buyer. POC:  Vanessa Jones/BU81 8/804-279-4289.
  contracting  officer:  Melissa Miles/804 -279-3318.
DESC: PR-NO:  YPG96332000412 NSN 1680-01-421-7849, McDonnell
  Douglas  CAGE:  88277 3 -EA Del to Robins AFB GA 31098-1887
  Del by 120 days ARO.   Specs, plans or drawings relating to
  the procurement described are not  available and cannot be
  furnsihed by the government.  Duration of  contract period:
   1 year.  The final contract award decision may be based  upon
  a combination of price, past performance and other evaluation
   factors as described in the soliciation.  Only one source
  of supply.   Solicitation will be made in writing.  All responsible
  sources may submit  offer which DGSC shall consider.
CITE: (I-362 SN015631)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--STATOR, DISK BRAKE.
SOL SP0770-97-Q-MJ40
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Michael Cordi (614) 692-4763
DESC: PR-NO:  YPC96339000555 NSN 1630-01-411-4927, CAGE 97153
  Part No  134-370 stator, disk brake.  I/A/W the BF Goodrich
  Co part number  134-370.  15 -EA Del to see Preface to Navy
  address Co Del by 90 days do.   Small business size standard
  is 1000 employees.  Solicitation not  available until 15 days
  after published in the CBD. specifications, plans  or drawings
  re not availble. this is an unrestricted acquisition with a
  10%  preference for SDB concerns.  This acquisition is for
  supplies for which  the government does not possess complete,
  unrestrictive technical data;  therefore, the government intends
  to solicit and contract with only  approved sources under the
  authority of 10 U.S.C.2304(C)(1). approved  sources are:  B.F.
  Goodrich Co. (97153).  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-362 SN015678)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SLEEVE ASSEMBLY, STEERING CONTROL.  END ITEM:  C-130
   AIRCRAFT.
SOL SP0770-97-Q-MJ38
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Michael Cordi (614) 692-4763
DESC: PR-NO:  FPC96313000880 NSN 1620-00-306-3477, CAGE 1F754
  Part No  338007 CAGE 9U245 Part No 338007 CAGE 9V167 Part No
  338007 CAGE 98897 Part  No 338007 CAGE 99036 Part No 338007
  sleeve assembly, steering control.   I/A/W Kal Nelson aviation
  Inc (1F754), Master Research and Mfg Inc  (9U245), space Tech
  engineering Inc (9V167), Lockheed Martin Corp  (98897), and
  Euclid machine Co (99036) all with part number 338007.  265
  - EA Del to Hill AFB UT 84056-5734 Del by 90 days ADO.  See
  NOTE #1. small  business size standard is 1000 employees. solicitation
  not available  until 15 days after published in the CBD. specifications,
  plans or drawings  are not available.this acquisition is for
  supplies for which the  government does not possess complete,
  unrestrictive technical data;  therefore, the government intends
  to solicit and contract with only  approved sources under the
  authority of 10 U.S.C.2304(C)(1). approved  sources are:  1F754;
  97S34; 9V167; 98897; and 99036 CAGE codes.   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-362 SN015707)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SOCKET, SWASHPLATE. H53E.
SOL SP0770-97-Q-MJ37
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Michael Cordi (614) 692-4763
DESC: PR-NO:  NPC96313000874 NSN 1615-01-126-6133, CAGE 4T362
  Part No  65124-11318-101 CAGE 78286 Part No 65124-11318-101
  socket, swashplate.   Sikorsky Aircraft (78286) P/N 65124-11318-101.
   100 -EA Del to Cherry  Point NC 28533-5001 Del by 90 days
  ADO.  See NOTE #1. small business  size standard is 1000 employees.
  solicitation not available until 15 days  after published in
  the CBD. specifications, plans or drawings are not  available.
  this acquisition is for supplies for which the government does
   not possess complete, unrestrictive technical dat; therefore,
  the  government intends to solicit and contract WIT only approved
  sources under  the authority of 10 U.S.C.2304 (C)(1). approved
  sources re:  Connecticut  tool Mfg (4T362); Sikorsky aircrft
  (78286).  Automated Best Value Model  (ABVM) and delivery evalution
  factor (DEF) apply. whle price is a  significant factor in
  the evalution of offers, the final award decision  will be
  based uon 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-362 SN015708)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--PISTON ROTOR
SOL SP0770-97-Q-MJ39
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  michel Cordi (614) 692-4763
DESC: PR-NO:  NPC96313000886 NSN 1630-00-947-4056, CAGE 97153
  Part No  74-420-1 piston rotor.  B F Goodrich (97153) P/N 74-420-1.
   198 -EA Del  to New Cumberland PA 17070-5001 Del by 90 DAS
  ADO.  456 -EA Del to  Cherry Point NC 28533-5001 Del by 90
  days ADO.  330 -EA Del to Norfolk  VA 23512-0001 Del by 90
  days ADO.  322 -EA Del to San Diego CA  92136-0000 Del by 90
  days ADO.  Solicitation not available until 15 days  after
  published in the CBD. specifications, plans or drawings are
  not  available. this is an unrestrictive acquisition with a
  10% preference for  SDB concerns.  This acquisition is for
  supplies for which the government  does not possess complete,
  unrestrictive technical data; therefore, the  governemtn intends
  to solicit and contract with only approved sources  under the
  authority of 10 U.S.C.2304(C)(1). approved sources are:  B.F.
   Goodrich Co (97153).  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-362 SN015709)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: YS SPECIAL OPERATIONS COMMAND, AMSAT-D-TK, 4300 GOODFELLOW
  BLVD, ST. LOUIS, MO  63120-1798
SUBJECT: 16--QTY (50) 4MBSRAM MEMORY CARDS, P/N:PMC SM0004M-BI
SOL USZA95-97-Q-0014
DUE 010897
POC Darrell L. Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil/
  Kay Hucke, (314) 263-3299
DESC: Technology Applications Contract Office, US Special Operations
  Command, ATTN: AMSAT-D-TK, 4300 Goodfellow Blvd., St. Louis,
  MO 63120-1798 This is a combined synopsis/solicitation for
  a commercial item prepared in accordance with the format in
  Subpart 12.6. 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
  Quotation (RFQ) and the solicitation number is USZA95-97-Q-0014.
   This solicitation document and incorporated provisions and
  clauses are those in effect through Federal Acquisition Circular
  90-42.  The Standard Industrial Classification (SIC) code is
  3728 and the Business Size Standard is 1000 employees.  The
  commercial item to be quoted is a 4MB SRAM Memory Cards, Part
  Number: PMC SM0004M-BI or equal.  This contract shall be a
  firm fixed price contract for a quantity of 50 units.  The
  delivery schedule shall be five (5) immediately upon award
  and forty-five (45) no later than 25 January 1997.  The cards
  shall be shipped to (W80N5C) MSSA/CRP, HHC 160th SOAR, ATTN:
  AOAV-SI, Dortch/Linder, x1968, Building 7262, Hangar 15, Fort
  Campbell, KY  42223-5738 - Mark For: SUMS and Com/Nav, Document
  Number: W80XYF63300701.  The submittal must demonstrate that
  the proposed product is equal to the desired commercial item.
  The provision at 52.212-1, Instruction to Offerors--Commercial
  Items, applies to this acquisition and no addenda applies.
   The provision at 52.212-2, Evaluation--Commercial Items applies
  to this acquisition with the blanks filled in as follows: 
  Firm Fixed Price, Low Acceptable Quote.  Offers shall include
  a completed copy of the provision at 52.212-3, Offeror Representations
  and Certifications--Commercial Items, with the offer.  The
  clause 52.212-4, Contract Terms and Conditions--Commercial
  Items, applies to this acquisition.  No addenda applies.  The
  clause at 52.212-5, Contract terms and Conditions Required
  To Implement Statutes or Executive Orders--Commercial Items
  applies to this acquisition to include 52.203-6  Restrictions
  on Subcontractor Sales to the Gover nment, with Alternate 1
  ; 52.203-10  Price or Fee Adjustment for Illegal or Improper
  Activity ; 52.219-8  Utilization of Small Business Concerns
  and Small Disadvantaged Business Concerns ; 52.222-26  Equal
  Opportunity ; 52.222-35  Affirmative Action for Special Disabled
  and Vietnam Era Veterans ; 52.222-36  Affirmative Action for
  Handicapped Workers ; 52.222-37  Employment Reports on Special
  Disabled Veterans and Veterans of the Vietnam Era ; 52.225-9
   Buy American Act--Trade Agreements Act--Balance of Paym ents
  Program ; and 52.247-64  Preference for Privately Owned U.S.
  Flag Commercial Vessels .  In addition to the foregoing FAR
  provisions, the following DFARS provisions are applicable:
  252.225-7006,  Buy American Act Trade Agreements Balance of
  Payments Program Certificate ; 252.212-7000,  Offeror Representations
  and Certifications  Commercial Items  (note - a completed copy
  must be returned with your offer); 252.212-7001,  Contract
  Terms and Conditions Required to Implement Statutes Applicable
  to Defense A cquisitions for Commercial Items  the following
  particular provisions cited within 252.212-7001 apply to this
  acquisition: 252.219-7006,  Notice of Evaluation Preference
  for Small Disadvantaged Business Concerns (Alternate 1) ; 242.225-7014,
   Preference for Domestic Specialty Metals ; and 252.233-7000,
   Certification of Claims and Requests for Adjustment of Relief.
    Quotes will be received at US Special Operations Command,
  Technical Applications Contracting Office, AMSAT-D-TK (ATTN:
  D Dodds), 4300 Goodfell ow Blvd., St. Louis, MO 63120-1798,
  telephone (314) 263-0852 until 3:00 p.m. local time 8 Jan 1997.
CITE: (I-362 SN015737)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: YS SPECIAL OPERATIONS COMMAND, AMSAT-D-TK, 4300 GOODFELLOW
  BLVD, ST. LOUIS, MO  63120-1798
SUBJECT: 16--QTY (50) 4MBSRAM MEMORY CARDS, P/N:PMC SM0004M-BI
SOL USZA95-97-Q-0014
DUE 010897
POC Darrell L. Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil/
  Kay Hucke, (314) 263-3299
DESC: Technology Applications Contract Office, US Special Operations
  Command, ATTN: AMSAT-D-TK, 4300 Goodfellow Blvd., St. Louis,
  MO 63120-1798 This is a combined synopsis/solicitation for
  a commercial item prepared in accordance with the format in
  Subpart 12.6. 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
  Quotation (RFQ) and the solicitation number is USZA95-97-Q-0014.
   This solicitation document and incorporated provisions and
  clauses are those in effect through Federal Acquisition Circular
  90-42.  The Standard Industrial Classification (SIC) code is
  3728 and the Business Size Standard is 1000 employees.  The
  commercial item to be quoted is a 4MB SRAM Memory Cards, Part
  Number: PMC SM0004M-BI or equal.  This contract shall be a
  firm fixed price contract for a quantity of 50 units.  The
  delivery schedule shall be five (5) immediately upon award
  and forty-five (45) no later than 25 January 1997.  The cards
  shall be shipped to (W80N5C) MSSA/CRP, HHC 160th SOAR, ATTN:
  AOAV-SI, Dortch/Linder, x1968, Building 7262, Hangar 15, Fort
  Campbell, KY  42223-5738 - Mark For: SUMS and Com/Nav, Document
  Number: W80XYF63300701.  The submittal must demonstrate that
  the proposed product is equal to the desired commercial item.
  The provision at 52.212-1, Instruction to Offerors--Commercial
  Items, applies to this acquisition and no addenda applies.
   The provision at 52.212-2, Evaluation--Commercial Items applies
  to this acquisition with the blanks filled in as follows: 
  Firm Fixed Price, Low Acceptable Quote.  Offers shall include
  a completed copy of the provision at 52.212-3, Offeror Representations
  and Certifications--Commercial Items, with the offer.  The
  clause 52.212-4, Contract Terms and Conditions--Commercial
  Items, applies to this acquisition.  No addenda applies.  The
  clause at 52.212-5, Contract terms and Conditions Required
  To Implement Statutes or Executive Orders--Commercial Items
  applies to this acquisition to include 52.203-6  Restrictions
  on Subcontractor Sales to the Gover nment, with Alternate 1
  ; 52.203-10  Price or Fee Adjustment for Illegal or Improper
  Activity ; 52.219-8  Utilization of Small Business Concerns
  and Small Disadvantaged Business Concerns ; 52.222-26  Equal
  Opportunity ; 52.222-35  Affirmative Action for Special Disabled
  and Vietnam Era Veterans ; 52.222-36  Affirmative Action for
  Handicapped Workers ; 52.222-37  Employment Reports on Special
  Disabled Veterans and Veterans of the Vietnam Era ; 52.225-9
   Buy American Act--Trade Agreements Act--Balance of Paym ents
  Program ; and 52.247-64  Preference for Privately Owned U.S.
  Flag Commercial Vessels .  In addition to the foregoing FAR
  provisions, the following DFARS provisions are applicable:
  252.225-7006,  Buy American Act Trade Agreements Balance of
  Payments Program Certificate ; 252.212-7000,  Offeror Representations
  and Certifications  Commercial Items  (note - a completed copy
  must be returned with your offer); 252.212-7001,  Contract
  Terms and Conditions Required to Implement Statutes Applicable
  to Defense A cquisitions for Commercial Items  the following
  particular provisions cited within 252.212-7001 apply to this
  acquisition: 252.219-7006,  Notice of Evaluation Preference
  for Small Disadvantaged Business Concerns (Alternate 1) ; 242.225-7014,
   Preference for Domestic Specialty Metals ; and 252.233-7000,
   Certification of Claims and Requests for Adjustment of Relief.
    Quotes will be received at US Special Operations Command,
  Technical Applications Contracting Office, AMSAT-D-TK (ATTN:
  D Dodds), 4300 Goodfell ow Blvd., St. Louis, MO 63120-1798,
  telephone (314) 263-0852 until 3:00 p.m. local time 8 Jan 1997.
CITE: (I-362 SN015738)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--CYLINDER ASSEMBLY,A
SOL N0038397QD117
DUE 020597
POC Contact Point, Katherine R Rachubinski, 0221.06, (215)697-2813,
  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-1650-01-351-3374-GF, Ref Nr 287840-1009, Qty 9 EA, Delivery
  FOB Origin----- The estimated award date is 140 days after
  date of synopsis. Due to the  unavailability of drawings or
  other data this requirement will be restricted to Parker Hannifin.,
  See Note 22
CITE: (I-362 SN015741)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a,  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--VALVE ANT-G
SOL F34601-97-08138
DUE 021897
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Captain Dan Hicks/Lidab/[405]739-5997
DESC: Item 0001 NSN 1660-00-428-1616BO P/N: 8400A, Valve Anti-G.
   Material: Aluminum, stainless steel, silicon, and rubber seals.
  Dimensions: 4 inches in height by 2.5 inches in width by 1.5
  inches in thick- ness. Function: Anti-G valve senses increased
  G-forces exerted on pilots. As G-forces increase the valve
  increases the volume of bleed air going to the Anti-G Suit.
  NHA: Acft. P/N: MS24350-1. Acft: F5, T38. 40EA. Applicable
  to: Common. Destn: Tinker Air Force Base Ok 73145-3028. Delivery:
  31 Oct 97 40 ea Qualification requirements: Sources must be
  qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The qualification requirements for this
  item were established prior to 19 Oct 1984 and the requirements
  of FAR 9.202(A) do not apply. These qualification requirements
  apply to line item(s) 0001 Contractor must be found on Qualified
  Products List, QPL-9370-26 at time of award. The approximate
  issue/response date will be 17 Jan 97. The anticipated award
  date will be 03 Mar 97. Written procedure will be used for
  this solicitation. To: Alar Products Inc, St Louis Mo 63143-3800.
  To: Essex Industries Inc, Saint Louis Mo 63143-3800. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. The
  proposed contract action is for supplies and services for which
  the Government intends to solicit and negotiate with only one,
  or a limited number of sources under the authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within forty five-days (thirty days
  if award is issued under an existing basic ordering agreement)
  after date of publication of this synopsis will be considered
  by the Government. A Determination by the Government not to
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government. Information
  received will normally be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
  Award will be made only if the offeror, the product/service,
  or the manufacturer meets qualification requirements at the
  time of award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: An Ombudsman has been appointed to hear concerns
  from offerors or potential Offerors during the proposal development
  phase of this acquisition. The purpose of the Ombudsman is
  not to diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 26.
CITE: (I-362 SN015790)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 17--PENDANT ASSEMBLY, CABLE.
SOL SP0770-97-Q-MJ36
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Michael Cordi (614) 692-4763
DESC: PR-NO:  YPC96331000679 NSN 1710-00-867-0179, CAGE 21439
  Part No  52B689-16 CAGE 80049 Part No 62B35556-16 pendant assembly,
  cable. I/A/W  U.S. Air Force drawing, 62B35556, P/N:  62B35556-16.
   12 -EA Del to  Lathrop CA 95330 Del by 120 days ADO.  10 -EA
  Del to New Cumberland PA  17070-5001 Del by 120 days ADO. 
  See NOTE #1. small business size  standard is 500 employees.
  solicitation not available until 15 days after  published in
  the CBD. written requests for drawings are to be submitted
  to  Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box
  3990,  Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call
  (614) 692-2344.  requests should include the IFB/RFP/RFQ number
  opening/closing, NSN,  YPC/ZPC or NPC number; buyer's name
  ND your complete name and address.  federal, military and commercial
  specifications cannot be provided by  DSCC.  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 combintion of
  price,  delivery, and past performance as described in the
  solicitation.  All  responsible sources may submit offer which
  DCSC shall consider.
CITE: (I-362 SN015714)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 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--PANEL, VEHICULAR OPE
SOL DAAE0797RT228
DUE 022697
POC For a solicitation copy, Call 810/574-6802 OR 6807.  For
   information on this procurement, Call Marilyn Wolosion (810)
  574-8053
DESC: NSN:  2510013933670, qty:  96, FOB:  destination, opt:
   100%  item:  panel, vehicu see NOTE:  none.  All responsible
  S ources may  submit an offer which will be considered.  T
  HE offer due date is on or  about 022697 (see soliciatio N
  for actual offer due date).
CITE: (I-361 SN015591)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--WHEEL CYLINDER ASSEMBLY, HYDRAULIC BRAKE. ON LUNETTE
   TRAILERS WITH 10,000 POUND AXLES.
SOL SP0750-97-R-0844
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  William Chavez (614 ) 692-1288
DESC: PR-NO:  YPC96302001897 NSN 2530-00-741-2065, CAGE 06909
  Part No  171M CAGE 19207 Part No 7412065 CAGE 63477 Part No
  FD9919 CAGE 63477 Part  No F14413 CAGE 63477 Part No F56114
  CAGE 78500 Part No A3261X102 wheel  cylinder assembly, hydraulic
  brake. used on lunette trailers with 10,000  pound axles. 
  In accordance with U.S. Army drawing 7412065.  8,220 -EA  Del
  to New Cumberland PA 17070-5001 4,000 -EA Del to Lathrop CA
  95330  solicitation not available until 15 days after published
  in the CBD.   Written requests for drawings are to be submitted
  to Defense Supply Center  Columbus, Attn: dsccvtrd, P.O. Box
  3990, Columbus OH 43216-5000, by  FAX (614) 692-2998 or Call
  (614) 692-2344.  Requests should include the  IFB/RFP/RFQ number,
  opening/closing date, NSN YPC/ZPC or NPC number;  buyer's name
  and your complete name and address.  Federal, military and
   commercial specifications cannot be provided by DSCC.  Proposed
   procurement contains a 100% option for increased quantities.
   This is an  unrestricted acquisition with a 10% preference
  for SDB concerns.   Automated Best Value Model (ABVM) applies.
   While price may be a signficant  factor in the evaluation
  of offers, the final award decision will be based  upon a combination
  of price and past performance, as described in the  solicitation.
  Delivery Evaluation Factor (DEF) applies.  While price is 
  a signficant factor in the evaluaiton of offers, the final
  award decision  will be based upon a combination of price and
  past performance as  described in this solicitation.  All responsible
  sources may submit offer  which DCSC shall consider.
CITE: (I-362 SN015675)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--RACK ASSEMBLY, FRONT. ON M54, M813, M923, AND M925
  2-1/2  AND FIVE TON TRUCKS.
SOL SP0750-97-Q-0436
DUE 013097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Shirley Walker (614 ) 692-3515
DESC: PR-NO:  YPC96310002619 NSN 2510-00-409-3991, CAGE 19207
  Part No  11611612 rack assembly, front. used on 2-1/2 ton 6X6
  cargo truck model  M54, M813, M923 & M925 series.  Made in
  accordance with U. S. army  drawing 19207 11611612 and all
  current related drawings.  300 -EA Del to  Barstow CA 92311-5014
  Del by 180 days after date of award.  Solicitation  not available
  until 15 days after published in the CBD.  Written requests
   for drawings are to be submitted to Defense Supply Center
  Columbus, Attn:  dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000,
  by FAX (614)  692-2998 or Call (614) 692-2344. requests should
  include the IFB/RFP/RFQ  number, opening/closing date NSN YPC/ZPC
  or NPC number; buyer's name and  your complete name and address.
  federal, military and commercial  specifications cannot be
  provided by DSCC.  This is an unrestricted  acquisition with
  a 10% preference for SDB concerns.  Automated Best Value  Model
  (ABVM) applies.  While price may be a significant factor in
  the  evaluation of offers, the final award decision will be
  based upon a  combination of price and past performance, as
  described in the solicitation.   Delivery Evaluation Factor
  (DEF) applies.  While price is a signficant  factor in the
  evaluation of offers, the fianl 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 evaluaation  of offers, the final
  award decisio 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-362 SN015676)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--PARTS KIT, KINGPIN. CONSISTS OF ONE DUST & MOISTURE
  BOOT,  ONE MACHINE SCREW, AND 40
SOL SP0750-97-Q-0445
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Shirley Walker (614 ) 692-3515
DESC: PR-NO:  YPC96313000910 NSN 2530-01-125-9272, CAGE 19207
  Part No  5704510 parts kit, King pin. used on M939 series five
  ton trucks.  Per  army drawing 5704510 and all related data.
   1,074 -EA Del to Lathrop CA  95330 Del by 200 days after date
  of award.  2,705 -EA Del to New  Cumberland PA 17070-5001 Del
  by 200 days after date of award.   Solicitation not available
  until 15 days after published in the CBD.   Written requests
  for drawings are to be submitted to Defense Supply Center 
  Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000,
  by  FAX (614) 692-2998 or Call (614) 692-2344.  Requests should
  include the  IFB/RFP/RFQ number, opening/closing date, NSN
  YPC/ZPC or NPC number;  buyer's name and your complete name
  and address. federal, military and  commercial specifications
  cannot be provided by DSCC.  This is an  unrestricted acquisition
  with a 10% preference for SDB concerns.   Automated Best Value
  Model (ABVM) and Delivery Evaluation Factor (DEF)  apply. 
  While price is a signficant 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-362 SN015712)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--CYLINDER SLEEVE. ON CONTINENTAL MULTI-FUEL DIESEL
  ENGINES,  MODELS LD465 AND LDS465.
SOL SP0750-97-Q-0556
DUE 022197
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)  Lori spang (614) 69 2-4214
DESC: PR-NO:  YPC96284001935 NSN 2815-00-175-9636, CAGE 0JMP3
  Part No  C0-6-19 CAGE 32842 Part No 10935239 cylinder sleeve.
  used on:   continental multi-fuel Diesel engines, models LD465
  and LDS465. in  accordance with TACOM drawing, CAGE 19207,
  10935239.  The cited drawing  is a source controlled drawing
  and as of the date of this solicitation  only Minowitz, CAGE
  32842, P/N 10935239; sealed power Corp., CAGE  0JMP3, P/N C0-6-19;
  and gkn-sheepheah LTD., P/N Q26QP, have been  approved.  Offers
  based on supplying other manufacturer's parts will not  be
  considered unless accompanied by evidence to establish that
  such parts  have been tested and approved by the directorate
  of readiness engineering,  U.S. Army Tank Automotive command,
  Warren, Michigan.  1,341 -EA Del  to Lathrop CA 95330 Del by
  200 days after date of award.  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 number,  opening/closing date NSN YPC/ZPC or
  NPC number; buyer's name and your  complete name and address.
   Federal, military and commercial  specifications cannot be
  provided by DSCC.  Automated Best Value Model  (ABVM) applies.
   While price may be a signficant factor in the 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 signficant factor in the  evaluation of offers, the final
  award decisio will be based upon a  combination of price and
  past performance as described in this solicitation.   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-362 SN015673)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81,  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--DUCT,INNER
SOL F34601-97-Q-49480
DUE 021897
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
   information contact Georgette Strub/Lpdpb/[405]739-4382
DESC: Item 0001 NSN 2840-01-192-1075JF P/N: 1280M13G01, The inner
  duct  is a piece of sheet metal material, 180 degrees shaped
  with various bolt holed and cut out. The function of the inner
  duct is to guide and direct air flow thru the outer ducts.
  The dimensions are approximately 15.351 inches tall by 14.50
  inches wide and 1/16 to 1/8 inches in thickness half round
  180 degrees. The material consists of AMS4911. 5EA. Applicable
  to: F101 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery:
  30 Nov 98 5 ea Qualification requirements: Sources must be
  qualified prior to being considered for award. The solicitation
  will contain instructions for obtaining further information
  on this requirement. The qualification requirements for this
  item were established prior to 19 Oct 1984 and the requirements
  of FAR 9.202(A) do not apply. These qualification requirements
  apply to line item(s) 0001 The approximate issue/response date
  will be 17 Jan 97. The anticipated award date will be 17 Mar
  97. Written procedure will be used for this solicitation. To:
  Jet Die/Barnes Group Inc, Lansing Mi 48909-5066. To: General
  Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. First
  article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. Note: An Ombudsman has been appointed to hear
  concerns from offerors or potential Offerors during the proposal
  development phase of this acquisition. The purpose of the Ombudsman
  is not to diminish the authority of the program director or
  contracting officer, but to communicate contractor concerns,
  issues, disagreements, and recommendations to the appropriate
  government personnel. When requested, the Ombudsman will maintain
  strict confidentiality as to source of the concern. The Ombudsman
  does not participate in the evaluation of proposals or in the
  source selection process. Interested parties are invited to
  call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER
  FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests
  can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. Request for Written Quotation will
  be issued. The anticipated award date will be 60 days after
  the issuance of this notice.
CITE: (I-362 SN015792)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEAR CLUSTER, SPUR. STEEL, GEAR ONE:  44 TEETH,
  0.75350  INCH CIRCULAR PITCH, 14 DEGREES AND
SOL SP0750-97-Q-0559
DUE 012797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Shirley Walker (614 ) 692-3515
DESC: PR-NO:  YPC96295001930 NSN 3020-01-077-3474, CAGE 11083
  Part No  9N1973 gear cluster, Spur. steel, gear one:  44 teeth,
  0.75350 inch  circular pitch, 14 degrees and 30 minutes pressure
  Angle, 6.500 inches  outside diameter, gear two:  36 teeth,
  0.46906 inch pitch diameter, 25  degrees pressure Angle, 5.650
  inches outside diameter, gear three:  21  teeth, 0.52360 inch
  circular pitch, 25 degrees pressure Angle, 3.800  inches outside
  diameter, gear four:  14 teeth, 0.58905 inch circular  pitch,
  25 degrees pressure Angle, 2.930 inches outside diameter, 1.770
   inches outside diameter hub on both ends per Caterpillar tractor
  Co. P/N  9N1973. technicial data available is not per Caterpillar
  Co. Part No.  9N1973.  Adequate for manufacturing purposes.
   36 -EA Del to New  Cumberland PA 17070-5001 Del by 160 days
  after date of award.  See NOTE 1.   Small business size standard
  is 500 employees.  Solicitation not  available until 15 days
  after published in the CBD.  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 decisio
  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-362 SN015674)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--DISK, CLUTCH
SOL SP0770-97-Q-MJ26
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Cheryl Offenburger/ PCCRBA3/614-692-7363
DESC: PR-NO:  YPC96310002844 NSN 3010-01-302-7285, CAGE 0M3K4
  Part No  2040792-1 disk, clutch allied-signal Inc P/N 2040792-1
  203 -EA Del to  Jacksonville FL 32212-0097 Del 150 days after
  date of award.  91 -EA Del  to San Diego CA 92136-0000 Del
  150 days after date of award.   Solicitation not available
  until 15 days after published in the CBD.  All  responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-362 SN015677)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL SOURCE CONTROL DATA
SOL SP0500-97-Q-K554
DUE 011097
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Carole Tims/HBB23/X6283. buyer:  Carole
   Tims/HBB23/X6283.
DESC: PR-NO:  YPI96327000754 NSN 3110-01-044-8355, 515 -EA Del
  to New  Cumberland PA 17070-5001 Del by 20 Feb 97.  See NOTES
  9, 22, RFQ due  date:  10 Jan 97.  Specs:  US Army Tank Automotive
  CMD P/N 11669119.   Predominant mater:  bearing, roller, cylindrical.
   Primary quantity:   515 deliveries to CONUS (excluding Alaska).
   Delivery schedule:  150  days ADO.  Offers will be evaluated
  with a 10% preference for small  disadvantaged business concerns.
   This contract action is for supplies  for which the government
  does not possess complete, unrestrictive  technical data; therefore
  the government intends to solicit and contract  with only approved
  sources under the authority of 10 U.S.C 2304(C) (1).   Approved
  sources are:  aetna bearings, Fag bearings, Rexnord Corp; 
  Lipe rollway, SKF Industries.  This purchase is for a national
  defense  item and therefore restricted to U.S. sources.  While
  price will be a  significant factor in the evaluation of offers,
  the final contract award  price will be based upon a combination
  of price and delivery as described  in section M of this solicitation.
   Specs/Dwgs are not required.  To obtain  a copy of this solicitation,
  please send FAX request to (215) 697-6333,  X1462 OR 7928.
CITE: (I-362 SN015632)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846
   , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 36--CHASSIS ASSEMBLY
SOL N0010497QAC13
DUE 021497
POC Contact Point, Marilyn E Hollis, 846.2b, (717)790-1425, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, Terri S
  Baxter, 846.2n, (717)790-2304
DESC: NSN 7H-3655-01-093-1255, SPEC NR TDP VER 001, Ref Nr B3TWL005,
  Qty 2 AY, Deliver to Receiving Officer Bremerton WA , Fleet
  And Industrial Supply Center Pearl Harbor HI -- Only sources
  previously approved have been solicited, since the award cannot
  be delayed to approve a new supplier.  If you have not been
  solicited and can  furnish either proof of prior approval,
  favorable production/test data or any pertinent data regarding
  this or similar items, please provide same to the PCO  with
  your offer.  Complete data is not available and cannot be furnished.
   All  responsible sources may submit an offer which will be
  considered., See Note 9
CITE: (I-362 SN015743)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfeloow
  Blvd, St Louis, MO 63120-1798
SUBJECT: 41--IMPELLER, FAN, AXIAL
SOL DAAJ09-97-Q-0508
DUE 022897
POC L. Anderson-Samuel, Procurement Technician, 314-263-0789,
  Evelyn Harris-Kelley, 314-263-0792, fax 314-263-9012.
DESC: NSN: 4140-01-165-9469, P/N: 571442-1, Quantity: 113 each
  applicable to the AH-64 Aircraft. FOB origin with delivery
  of 68 each to New Cumberland by 98 May and 45 each to Stockton,
  CA by 98 May. This procurement requires prequalification. Contractors
  who desire to be prequalified must submit qualification documentation.
  This proposed contract action is for supplies for which the
  Government does not own specifications or drawings, however,
  it is restricted to the following approved source: Allied Signal
  Inc, Aerospace Equipment Systems, Torrance Site, 2525 W. 190th
  Street, P O Box 2960, Torrance, CA 90509. The Authority and
  Justification is 10 U.S.C. 2304(c)(1). The proposed contract
  action is for supplies which cannot be procured through full
  and open competition because the authority cited state only
  on responsible source or only a limited number of responsible
  and no other supplies will satisfy agency requirements. FAR
  6.302-1. Firms that recognize and can produce the required
  item described above are encouraged to identify themselves
  to the contracting officer, and provide supporting evidence
  which will permit their participation in the current or future
  solicitations. All responsible sources are encouraged to submit
  a proposal which shall be considered by the Agency. See Numbered
  Note(s): 22.
CITE: (I-362 SN015806)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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, FUEL AIR PRESSURE.
SOL SP0740-97-Q-0655
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Mike Theado 614/692 -1407
DESC: PR-NO:  YPC96277001619 NSN 4710-01-182-0349, CAGE K0289
  Part No  75A581105-1011 CAGE 76301 Part No 75A581105-1011 tube
  assembly, fuel air  pressure.  I/A/W British aerospace PLC
  and McDonnell Douglas, P/N:   75A581105-1011.  22 -EA Del to
  Mechanicsburg PA 17055-0789 Del 270 days  after award.  Solicitation
  not available until 15 days after published in  the CBD.  Specifications,
  plans or drawings are not available.  This is  an unrestricted
  acquisition with a 10% preference for SDB concerns.   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-362 SN015672)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, SOLENOID. ALUMINUM BODY. NORMALLY CLOSED.
SOL SP0770-97-Q-MJ32
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Beverly Craig/pccrb A9/614-692-3064
DESC: PR-NO:  YPC96264000090 NSN 4810-00-689-9920, CAGE 72599
  Part No  692545-2 CAGE 96487 Part No V5000-41 CAGE 99193 Part
  No 692545-2 valve,  solenoid.  Valcor P/N V5000-41 or Alliedsignal
  P/N 692545-2.  55 -EA Del  to New Cumberland PA 17070-5001
  Del 120 days after date of award.  13 - EA Del to Cherry Point
  NC 28533-5001 Del 120 days after date of award.   16 -EA Del
  to Tracy CA 95376-5000 Del 120 days after date of award.  
  PR-NO:  YPC96290000093 35 -EA Del to New Cumberland PA 17070-5001
  Del  120 days after date of award.  21 -EA Del to Kelly AFB
  TX 78241-5312 Del  120 days after date of award.  19 -EA Del
  to Cherry Point NC 28533-5001  Del 120 days after date of award.
   18 -EA Del to Tracy CA 95376-5000.   Del 120 days after date
  of award.  PR-NO:  YPC96317000372 36 -EA Del to  New Cumberland
  PA 17070-5001 Del 120 days after date of award.  21 -EA  Del
  to Kelly AFB TX 78241-5312 Del 120 days after date of award.
   19 -EA  Del to Cherry Point NC 28533-5001 Del 120 days after
  date of award.   Solicitation not available until 15 days after
  published in the CBD.  This  is an unrestricted acquisition
  with a 10% preference for SDB concerns.   This notice does
  not solicit additional proposals but issued for the  benefit
  of prospective subcontractors.  It is suggested that small
   business firms or others interested in subcontracting make
  direct contact with  firm(S) listed. this acquisition is for
  supplies for which the government  does not possess complete,
  unrestrictive technical data; therefore, the  government intends
  to solicit and contract with only approved sources  under the
  authority of 10 U.S.C.2304(C)(1).  Automated Best Value Model
   (ABVM) applies.  While price may be a significant factor in
  the evaluation of  offers, the the final contract award decision
  will be based upon a  combination of price and past performance,
  as described in the solicition.   While price will be a significant
  factor in the evaluation of offers, the  final contract award
  price may be based upon a combination of price and  delivery
  as described in this solicitation.  All responsible sources
  may  submit offer which DCSC shall consider.
CITE: (I-362 SN015711)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL ASSEMBLY, SHAFT, SPRING LOADED MECHANICAL SEAL
SOL SP0500-97-Q-H617
DUE 020397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  rose Rexer/LAC24/X3075. buyer:  a NN
   schrage/LAA27/X6357.
DESC: PR-NO:  YPI96339001065 NSN 5330-00-709-6108, technical
  data is  proprietary and cannot be released.  Dover Corp. (CAGE-07524);
  P/N  331821.  No data is available.  The alternate offeror
  is required to  provide a complete data package including data
  for the approved and  alternate part for evaluation.  270 -AY
  Del to New Cumberland PA  17070-5001 Del by 31 Jan 97.  RFQ
  due date:  03 Feb 97.  Specs:  seal  assembly, shaft, spring
  loaded.  Primary quantity:  270 deliveries to  CONUS (excluding
  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  deliivery as described in section
  M of this solicitation.  Specs/Dwgs are  not required.  To
  obtain a copy of this solicitation, please send FAX  request
  to (215) 697-6333, X1462 or X7928.
CITE: (I-362 SN015633)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 53--DRAWER PULLS
SOL 1PI-B-1952-97
DUE 011797
POC Contract Specialist, ROBINSON, RHONDA, (202) 508-3965
DESC: UNICOR, Federal Prison Industries intends to enter into
  a Firm Fixed Price Requirements Contract for Drawer Pulls to
  be delivered FOB Destination to FCI Lompoc, CA. The contract
  period is one (1) year for various size and quantities of drawer
  pulls, LCO-UNICAN Brand or Equivalent. Delivery acceptance
  is 30 calendar days after each delivery order. Solicitation
  request should be faxed to (202) 347-9416 on company letterhead,
  citing business size. All responsible sources may submit a
  bid which will be cosidered. Telephone request will not be
  honored.
CITE: (I-362 SN015781)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St Louis, MO 63120-1798
SUBJECT: 53--BOLT ECCENTRIC
SOL DAAJ09-97-Q-0507
DUE 022897
POC L. Anderson-Samuel, Procurement Technician, 314-263-0789,
  Evelyn Harris-Kelley, Contracting Officer, 314-263-0792, fax
  314-263-9012.
DESC: NSN: 5306-01-164-8106, P/N: 406-010-120-101, Quantity:
  67 each applicable OH-58 aircraft.FOB origin with delivery
  of 3 each to Camp Carroll Korea by 97 Apr, 50 each to New Cumberland
  Army Depot by 98 Jan, and 14 each to Red River Army Depot by
  97 Oct. This procurement requires pre qualification. Contractors
  who desire to be prequalified must submit qualification documentation.
  This proposed contract is for supplies for which the Government
  does not own specifications or drawings, however it is restricted
  to the following approved source: Bell Helicopter Textron,
  600 E. Hurst Blvd, Fort Worth, TX 76101. Firms that recognize
  and can produce the required item described above are encouraged
  to identify themselves to the Contracting Officer, and provide
  supporting evidence which will permit their participation in
  the current or future solicitations. All responsible sources
  are encouraged to submit a proposal which shall be considered
  by the Agency. See Numbered Note(s): 22.
CITE: (I-362 SN015802)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--LUMBER, HARDWOOD; IN ACCORDANCE WITH FED. SPEC.
  MM-L-736,  TYPE I.
SOL SP0500-97-Q-M014
DUE 011597
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Kathy Hines/WAA07/215-697-3225 B uyer:
   Kathy  Hines/WAA07/215-697-3225
DESC: PR-NO:  YPI96304000660 NSN 5510-00-267-2082, lumber, hardwood;
   I/A/W MM-L-736. -hard maplegrade:  selects (nhla) - size:
   16/4.   Full and open competition apply 11,000 -BF Del to
  Pearl Harbor HI  96860-5350 Del by 20 Dec 96.  RFQ due date:
   97JAN15 specs:  MM-L-736  type I primary qty:  12000 delivery
  schedule:  14 days size standard:   500 NOTE 1 applies this
  solicitation also contains YPI96304000661  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-362 SN015644)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: 104th Fw/ Contracting, Tank Destroyer Blvd. Barnes Air
  National Guard Base Westfield Ma 01085-1385
SUBJECT: 58--COMMUNICATION EQUIPMENT
SOL DAHA1997T7114
DUE 022797
POC POC Kyle Kiepke, Purchasing Agent, 413-568-9151x1378, James
  Ezold, Contracting Officer, 413-568-9151x1412
DESC: Communication parts and accessories. All items are parts
  and accessories that are to be compatible with existing Motorola
  hand held and mobile radio equipment as per FAR 6.302-1. All
  items are to be delivered to 104FW, Barnes ANG Base, Westfield,
  MA 01085-1385 
EMAILADD: kkiepke@mabaf.ang.af.mil
EMAILDESC: 
CITE: (W-362 SN015831)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PRESSURE
SOL SP0930-97-Q-A131
DUE 012297
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96256000519 NSN 5930-01-139-1451, CAGE 81349
  Part No  M9395/39-AH7G7 @NONPILE-UP contact arrangement 1 pole,
  double T hrow,  one position momentary @CONTACT voltage rating
  in volts 28.0 DC at sea level  single voltage @CONTACT load
  current rating 1.0 amperes resisti VE load  single voltage
  78 -EA Del to Lathrop CA 95330 Del by 01 May 97.  78 -EA  Del
  to Mechanicsburg PA 17055-0789 Del by 01 May 97.  Full and
  open  competition:  military specification item solicited various
  increments  from:  1 to 1000 PR qty:  156 EA delivery schedule:
   180 days standard  size:  750 set-aside type:  unrestricted
  (sole source/single source) (no  preference) all responsible
  sources may submit offer which DESC shall  consider.
CITE: (I-362 SN015728)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NOAA, Systems Acquistion Office (SAO) Procurement Staff,
  NOAA/Integrated Program Office, 8455 Colesville Road, Mail
  Stop E/IP, Suite 1450, Silver Spring, MD
SUBJECT: 59--NOAA/DMSP TT&C ANTENNA SYSTEMS AT FAIRBANKS CDA
  STATION
SOL 52-SPNA-7-00003
DUE 011796
POC Jay W. Moore, Contracting Officer, 301-427-2126, extension
  112
DESC: This notice follows the Government's original CBD notice
  on 23 October 1996 of its intent to acquire TT&C antenna systems
  for the Fairbanks CDA.  This is a commercial item acquisition.
   Based on market research conducted under the solicitation
  authority of the FAR clause 52.215-3, the NOAA/Systems Acquisition
  Office (SAO) released draft statements of need and detailed
  specifications to all respondents to that notice. The aforementioned
  notice provided a reasonable opportunity to interested potential
  suppliers to request the solicitation package by sending an
  electronic mail request to the initiator of this notice at
  jmoore@ipo.noaa.gov.  Through this electronic dissemination
  of the requirements package, the Contracting Officer provided
  copies of the statement of need/specifications, the pricing
  spreadsheet for Section B, and a list of interested respondents.
   Based on the technical and price responses of interested,
  capable offerors, the Government has identified firms capable
  of offering the end-to-end commercial antenna systems to the
  Government within the desired schedule, on a firm-fixed-price
  basis, with indefinite delivery/quantities. Therefore, this
  notice hereby announces the Government's intent to release
  RFP number 52-SPNA-7-00003 as a firm requirement for capable
  firms to install up to two (2) complete, functional antenna
  systems in Calendar Year 1997, with options for a maximum of
  up to five (5) complete delivered antenna systems over the
  period from the effective date through CY 2000.  Integration
  with the existing PACS/IPACS acquisition and control software
  will be acquired under a separate competitive contract.  The
  IDIQ minimum ordering quantity is one (1) complete antenna
  TT&C system.  As previously specified, all antenna systems
  suppliers must comply with the site-specific performance requirements
  of the commercial systems.  This includes initial requirement
  for:  an L-/S-band/X-band upgradable, dual-feed TT&C antenna
  and data reception system for the NOAA Fairbanks, Alaska Commandand
  Data Acquisition (FCDA) Station, REQUIRED FOR INSTALLATION
  in CY 1997.  Please refer to the 23 October 1996 notice for
  more information on the specifications.  With the exception
  of any clarifications issued electronically to respondents,
  or contained in the RFP to be released, theprior specifications
  remain in effect. ALL INTERESTED AND QUALIFIED VENDORS WILL
  BE CONSIDERED; HOWEVER, ANY INTERESTED POTENTIAL VENDORS WHICH
  DID NOT RESPOND TO THE INITIAL REQUEST FOR QUOTE ARE ADVISED
  THAT NO EXTENSIONS OF THE PROPOSAL DUE DATE HEREIN WILL BE
  ENTERTAINED BY THE GOVERNMENT ON THAT ACCOUNT.
CITE: (I-362 SN015796)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--BATTERY, STORAGE
SOL SP0430-97-R-0258
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Contact:  Brenda  Coleman/ZY180/ 804-279-3227.
DESC: PR-NO:  ARG96276045003 (multiple NSN's) NSN 6140-01-099-0251,
   Battery, storage - guaranteed min qty-1000, max contract qty-8,
  300.   6140-01-131-9696, Battery storageguaranteed min QTY2,
  975, max.  contract qty 17,850.  6140-01-238-4932, Battery
  assemblyguaranteed min  qty-28, max contract qty-225. -EA Del
  to (see solicitation) Del by 200  days.  Option to extend term
  of CONTRACT48 months.  Duration of contract  period:  60 months.
   See NOTES 12, 9 & 23.  Qualifying activity:   weapons quality
  engineering center electrochemical power sources Div.   Code
  6092. naval surfare warfare center Crane, IN 47522.  Solicitation
   will result in a indefinite qty. contract with an estimated
  annual qty. a  maximum contract qty; and a guaranteed min.
  qty. for each NSN.  All  responsible sources may submit offer
  which DGSC shall consider.
CITE: (I-361 SN015612)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense Supply Center Richmond, 8000 Jefferson Davis
  Highway, Richmond, Vaa 23297-5000
SUBJECT: 62--ELECTRIC LIGHT CONTROL
SOL SP0441-97-R-0374
DUE 010697
POC Buyer: Eva Johnson/BW200, (804) 279-3508, Contracting Officer:
  Carolyn Altizer (804) 279-3527. 
DESC: This amendment is issued to re-established the date and
  time set for closing to January 06, 1997, 2:00 p.m., local
  time. Far Clause 52.215-18, Facsimile Proposals, is incorporated
  into the solicitation. 
CITE: (W-361 SN015589)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense Supply Center Richmond, 8000 Jefferson Davis
  Highway, Richmond, Vaa 23297-5000
SUBJECT: 62--INDICATOR, DIGITAL D.
SOL SP0441-96-Q-GP36
DUE 012797
POC Buyer Ruth Gullette/BW201/804 279-3068,Contracting Officer
  Carolyn Altizer, 804 279-3527
DESC:  Industrial Electronic Engineering, nc. (CAGE 05464) part
  number 16422-04/7526-718AS15 , specifications, plans or drawings
  relating to the procurement are not available and cannot be
  furnished by the Government. Requested delivery is 120 days.
  Unrestricted. 
CITE: (W-361 SN015592)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: VA Medical Center (90C), University & Woodland Aves,
  Philadelphia, PA 19104
SUBJECT: 65--MEDICAL RECORD PERPETUALIZATION
SOL IFB-642-8-97
DUE 012897
POC Contracting Officer, Greta Turner, (215-823-5174)
DESC: The contractor will purge four years of inactive records
  from the shelves in the VA Medical Center file room. The records
  will be box in terminal digit order, inventoried, labeled and
  shipped in accordance to VA Regulations. This will be a one-time
  procurement only of perpetualization of inactive medical records.
  A copy of the inventory will be made available to the VA Medical
  Center in the form of a computer diskette in ASCII format upon
  completion of work. Solicitation packages are available. All
  request must be submitted in writing. See Note(s): 1.
CITE: (I-362 SN015755)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65--PART V, SECTION A, X-RAY EQUIPMENT AND SUPPLIES
  (INCLUDING MEDICAL AND DENTAL X-RAY FILM)
SOL M3-Q1-93, OS-III
DUE 022197
POC Thomas Engelsma, Contracting Officer, 708-786-5191
DESC: Open Season III, Federal Supply Schedule FSC Group 65,
  Part V, X-ray Equipment and Supplies (Including Medial and
  Dental X-ray film), FOB Destination within the 48 contiguous
  states and the District of Columbia. Indefinite delivery, Indefinite
  Quantity Type contract. Multiple Awards. Small Business Size
  standard of 500 applies. Issue date will be on or about January
  21, 1997. Contract performance period is April 1, 1997, or
  date of award, whichever is later, through March 31, 1998.
  All contracts under this multiple award schedule solicitation
  will include an option to extend the term of the contract.
  The option clause may be exercised more than once, but the
  total extension of the schedule period shall not exceed five
  years (i.e., March 31, 2001). All contracts in effect on or
  after January 1, 1996, will include the Industrial Funding
  Fee requirement. See Note 12
CITE: (I-362 SN015817)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65--PART V, SECTION A, X-RAY EQUIPMENT AND SUPPLIES
  (INCLUDING MEDICAL AND DENTAL X-RAY FILM)
SOL M3-Q1-93, OS-III
DUE 022197
POC Thomas Engelsma, Contracting Officer, 708-786-5191
DESC: Open Season III, Federal Supply Schedule FSC Group 65,
  Part V, X-ray Equipment and Supplies (Including Medial and
  Dental X-ray film), FOB Destination within the 48 contiguous
  states and the District of Columbia. Indefinite delivery, Indefinite
  Quantity Type contract. Multiple Awards. Small Business Size
  standard of 500 applies. Issue date will be on or about January
  21, 1997. Contract performance period is April 1, 1997, or
  date of award, whichever is later, through March 31, 1998.
  All contracts under this multiple award schedule solicitation
  will include an option to extend the term of the contract.
  The option clause may be exercised more than once, but the
  total extension of the schedule period shall not exceed five
  years (i.e., March 31, 2001). All contracts in effect on or
  after January 1, 1996, will include the Industrial Funding
  Fee requirement. See Note 12
CITE: (I-362 SN015818)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66--TRANSMITTER,PRESSUR
SOL N0038397RM146
DUE 020597
POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206,
  Fax, (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-6620-01-436-2714-TN, Ref Nr IPT-9G-1250-60A, Qty 154
  EA, Delivery FOB Origin----- No drawings available., See Note
  22
CITE: (I-362 SN015742)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197
SUBJECT: 66--HIGH RESOLUTION X-RAY DIFFRACTION INSTRUMENT WITH
  TOPOGRAPHIC CAPABILITIES
SOL DAAL01-96-R-9817
DUE 013097
POC Kevin Hawk, Contract Specialist, (301) 394-3138, Kathleen
  M. Tennant, Contracting Officer, (301) 394-3439.
DESC: The purpose of this modification is to change the basis
  for award of this requirement from sole source to full and
  open competition, as reflected in the synopsis published 16
  September 1996, issue PSA-1680, for a high resolution x-ray
  diffraction instrument with topographic capabilities. This
  instrument is being purchased by the U.S. Army Research Laboratory
  (ARL) for delivery to ARL, Gaithersburg, MD. The key feature
  of the instrument is that it shall provide topographic capabilities
  and can meet the resolution requirement of 3 arc seconds or
  better for full width half maximum (FWHM) for the 333 reflection
  from silicon test specimens using copper radiation. Delivery
  shall be made no earlier than April 1997. In the event that
  delivery cannot be made at the Army Research Laboratory (ARL),
  Gaithersburg, Maryland by April 1997 due to the lack of space
  (building occupancy not complete), the contractor shall store
  the system in an environmentally appropriate facility. Option
  contract line items (CLINS) for equipment storage will be available.
  All responsible sources may submit a bid or proposal which
  will be considered by the Agency. No telephone requests will
  be honored.
CITE: (I-362 SN015750)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment--Potential
  Sources Sought
OFFADD: Naval Air Warfare Center Training Systems Division, Code
  27, 12350 Research Parkway, Orlando, Fl 32826-3224
SUBJECT: 66--HARDENED SUBMINIATURE TELEMETRY SENSORY SYSTEM (HSTSS)
SOL N/A
POC Mrs. Cathy Desrosiers, Contract Specialist (407)380-4019;
  or Mr. Michael K. Minor, Contracting Officer (407)380-4096
DESC: The U.S. Army Simulation, Training and Instrumentation
   Command (STRICOM) in conjunction with the Yuma Proving 
  Ground and the Army Research Laboratory is seeking  information
  from industry regarding the availability of  mature and emerging
  subminiature sensor and telemetry  device technologies for
  the development/integration of a  Hardened Subminiature Telemetry
  Sensor System (HSTSS).  HSTSS will be designed to meet the
  required capabilities  (measurement and collection of data)
  in the harsh  environment of gun-launched munition systems.
  The system  will provide measurements during launch, flight
   trajectory and impact/detonation. It will measure  parameters
  such as attitude, velocities, accelerations,  temperatures,
  pressures, internal processor and sensor  functions, and telemeter
  the data to a range standard  ground receiver station. The
  HSTSS will have  configurations (unitized or modular) which
  can be fitted  to the host test articles (not to exceed a
  volume of 9 in  3) and not interfere with their static and
  dynamic  performance characteristics. Information is desired
   specifically on developed or developing technology and 
  products, such as microsensors, RF telemetry,  flexible/shapeable
  power supplies, data acquisition  systems, and electronics
  packaging techniques.  Information on appropriate components
  (sensors,  telemeters, batteries, etc.) and integrated final
  products  are requested for these technologies for weapons
  systems  (direct/indirect munitions, submunitions and missiles).
   Following a Milestone I/II Decision, an RFP release is 
  tentatively scheduled for the third quarter of FY97.  Information/comments,
  whether supportive or critical, are  earnestly solicited.
  The Government does not intend to  pay for the information
  solicited and will not recognize  any costs associated with
  submission of information.  Proprietary information is not
  being solicited; however,  if it is submitted it should be
  marked as proprietary.  Responses to this synopsis shall answer
  the following  questions:   1) Which area of HSTSS expertise
  would your company  propose to provide?   2) Has your company
  produced and marketed hardened  subminiature sensors and telemetry
  devices or systems?   3) If so, what parameters were being
  measured, frequency  and data rate?  4) What is the volumetric
  size and weight of your  products?  5) What host test articles
  have your products been  demonstrated on and to whom?  6)
  Does your company have an ongoing R&D program for  HSTSS technologies?
  If yes, please provide references.   7) Explain any data
  rights to your products.   8) Is your company's interest
  as a prime or as a  subcontractor?   9) What is the size
  status of your company in relation to  the SIC code stated
  below?  Draft technical requirements and RFP sections, as
  well  as future CBD notices and HSTSS procurement information
   will be posted on the WWW STRICOM Home Page. Access to 
  the STRICOM Home Page is: www.stricom.army.mil; select  Procurement
  Information; at bottom of Acquisition Home  Page, click on
  Hardened Subminiature Telemetry and Sensor  System Program.
  The information contained in this notice  and on the STRICOM
  Home Page is for planning purposes  only and does not constitute
  a request for proposal.  The Government reserves the right
  to offer the  requirement to the 8(a) program or to set the
  requirement  aside for small business. The SIC Code for this
  program  is 3812, and the associated size standard is 750
   employees. The Government plans to utilize the submitted
   information in finalizing the acquisition strategy and 
  solicitation for HSTSS. Those interested should respond  by
  submitting information and answers to the questions  contained
  herein, in writing, to Mr. Michael K. Minor,  Contracting
  Officer, at the above address by 24 January  1997.  
CITE: (W-362 SN015829)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 67--LENS ASSEMBLY TELEDYNE CAMERA SYS TELEDYNE IN CO
  (14440)
SOL SP0500-97-Q-K574
DUE 012797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  M. Kashow/LAB31/215-697-0939 buy er:
   Margaret  Kashow/LAB31/215-697-0930
DESC: PR-NO:  YPI96353000533 NSN 6760-01-303-3204, 10 -EA Del
  to  Richmond VA 23297-5900 Del by 03 Feb 97.  RFQ due date:
   97JAN27 specs:   Teledyne camera sys P/N 452285-1 primary
  qty:  10 delivery schedule:   120 days ADO offers will be evaluated
  with a 10% preference for small  disadvantaged business concerns.
   Drawings/specs are not required.  To  obtain a copy of this
  solicitation please send FAX request to 215-697-6333  or X1462
  or X2978.
CITE: (I-362 SN015645)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: International Procurement Subsection/Purchasing Department,
  NTT DATA Corporation,  Toyosu Center Bldg. 3-3 Toyosu 3-chome,
  Koto-ku, Tokyo 135 Japan
SUBJECT: 70--TRA TYPE TERMINAL
DUE 013097
POC NTT DATA USA Branch, International Financial Tower 18F, 95
   Christopher Columbus Drive, Jersey City, NJ 07302, Telephone
  (202) 413-5400.
DESC: Product Outline. This equipment is a terminal which enables
  to  process various applications by operating application program.
  Quantity; about 9,000 sets. Procurement procedure; Track I
  Open tender; January 30, 1997, at NTT DATA, Tokyo.  The deadline
  for receiving application; January 23, 1997. Delivery site;
  NTT DATA will separately specify the place(s) in Japan as delivery
  site(s). Basic  conditions of participation; Any suppliers
  may participate in this procurement provided, however, that
  suppliers who fall under any of the following conditions or
  who employ any person who falls under (4) below as his/her
  agent, manager, or employee shall not participate in this procurement:
  (1) suppliers adjudicated to be an incompetent or quasi- incompetent;
  (2) suppliers adjudicated to be bankrupt, and who have not
  yet been reinstated; (3) suppliers under arrangement, composition,
  corporate reorganization, bankruptcy or liquidation proceedings;
  (4) suppliers who unfair act with respect to the quality and/or
  quantity or any products supplied thereunder; (a) conspired
  with any other supplier(s) making an application or obtaining
  or performing any contract with NTT DATA with an intention
  to obtain profit unfairly; (b)  interfered with any other supplier(s)
  making an application or entering into or performing a contract
  with NTT DATA; (c)  interfered with any personnel of NTT DATA
  in the performance of their duty, or refused or failed to cooperate
  with any  personnel of NTT DATA in the performance of their
  duty at any inspection or supervision; (d) failed or refused
   to enter into or to perform any contract with NTT DATA without
  a just reason; (e) made any false report or misrepresentation
  in the procedures of application, conclusion or performance
  of a contract with NTT DATA; (f) committed any unfair act to
  interfere with any other supplier(s) in competition in NTT
  DATA tenders; or (5) suppliers who are deemed to have gained
  unfair advantage in competition as a result of their direct
  involvement in the preparation of the final procurement documentation
  and/or technical specifications for this procurement. Please
  note: The application forms and tender documentation will be
  provided at any offices  described above (English written documents
  are free of charge). The language used for application shall
  be Japanese or English.
CITE: (M-362 SN015771)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 FRANKFORD
  AVE, ANNISTON AL 36201-4199
SUBJECT: 70--INTERGRAPH COMPUTER-AIDED MANUFACTURING (CAM) HARDWARE
  AND SOFTWARE MAINTENANCE FOR A BASE PERIOD OF 15 MONTHS WITH
  2 OPTION YEARS.
SOL AE4000-6218-8102
POC Purchasing Agent Pete Watts (205) 235-7125 Contracting Officer
  Janice Norton (205) 235-6629 (Site Code DAAC01)
DESC: Provide all travel, labor , parts, and materials to maintain
  equipment in good operating condition, provide preventative
  maintenance and remedial maintenance of Intergraph Cam equipment
  located at the Anniston Army Depot, Anniston, AL 36201, for
  a bae period of 15 months beginning 1 October 1997, through
  31 December 1998, with option to extend for two additional
  years. Equipment includes multiplexers, laser printers, gnt
  paper tape punch/reader, automated disk library, and other
  equipment. This will b a negotiated procurement with only one
  source, Intergraph Corporation, P O Box 100795, Atlanta, GA
  30384-0795, in accordance with FAR 6.302-1 and 10 U.S.C 2304(c)
  (1). Intergraph Corporation, is the original equipment manufacturer,
  who holds proprietary data rights to the equipment. They are
  the only known source that is authorized and has the capability
  to perform complete repair services as required. Firms that
  reognize and can service the CAM equipment are encouraged to
  identify themselves within 15 days from the date of this publication,
  and provide supporting evidence to the Contracting Officer
  which would permit their participation in the current or future
  soliitations. Requests for solicitation must be in writing.
  Faxed requests are Acceptable and may be sent to (205) 235-6353.
  Telephonic requests will not be acknowledged.
CITE: (I-362 SN015793)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Office of Naval Intelligence, 4251 Suitland Rd., Washington,
  D.C. 20395-5720
SUBJECT: 70--GENERAL PURPOSE INFORMATION TECHNOLOGY EQUIPMENT
SOL N00015970004
DUE 011597
POC Imy Niemiec, Purchasing Agent, 301-669-4042.
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Subpart 12.6,
  as supplemented with additional information included in this
  notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. The solicitation document and incorporated clauses
  are those in effect through Federal Acquisition Circular 90-37.
  All responsible sources may submit an offer which ONI shall
  consider. The Office of Naval Intelligence has a requirement
  to procure: 24 each Power Macintosh 7600/132 w/PowerPC 16/1.2GB
  w/8XCD-ROM; 72 each 16MB DIMM for POWERMAC 9500, 8500, 7600,
  7500, and 7200; 33 each PRECISIONCOLOR 8/1600 PCI 832 x 624
  24BIT-CLR 2MB f/Mac; 27 each Apple CPU Integration Apple (&
  related) CPU Products; 24 each Tru-form w/Pointer 106 Key Ergo
  ADB Cord w/Built-In 2-BTN Pointer MAC Perp; 24 each PowerFPU;
  24 each FNTKA Thick FriendlyNet Media Adapter; 1 each Color
  LaserWriter 12/660 PS & Accessory Kit with appropriate cabling;
  8 each IBM Int 2160MB HD ULTRASTER ES HH 3.5"; 8 each Int.
  HD Mounting Kit (3.5" Bay) for PM - Quadra 650/llvx-llvi; 6
  each MULTIVIEW 21 21IN VGA 25MM 1600 X 1200NI 69HZ FLAT w/cable
  univer mntr. Items to be delivered to 4251 Suitland Road, Washington,
  DC 20395-5720, FOB destination, within 30 days after receipt
  of order. The provision at 52.212-2, Evaluation-Commercial
  Items applies. The Government will award a contract resulting
  from this solicitation to the responsible offeror whose offer
  conforming to the solicitation will be most advantageous to
  the Government in terms of price, technical capability of the
  items, and past performance of the contractor. The provision
  at 52.214-2, Contract Terms and Conditions Commercial Items
  (OCT 1995) applies. Offers may be telefaxed to 301-669-5905,
  to the attention of the POC listed above on or before close-of-business
  15 January 1997.
CITE: (I-362 SN015819)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: GSA/ITS/6KE, 1500 E. Bannister Road, Kansas City, MO
  64131-3088
SUBJECT: 70--GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT
  (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
SOL 6TSA-97-DJH-0068
DUE 010997
POC CONTACT DELTA HELM BY FAX (816)823-3322
DESC: This is a modification to the combined synopsis/solicitation
  for commercial items prepared in accordance with the format
  in Federal Acquisition Regulations document (FAR) subpart 12.6,
  as supplemented with additional information included in this
  notice.  This announcement constitutes the only solicitation:
  proposals are being requested and A WRITTEN SOLICITATION WILL
  NOT BE ISSUED.  Solicitation number 6TSA-97-DJH-0068 is being
  modified to reflect accurate description for CLIN 7. Cisco
  Smartnet 12-month maintenance, part number CON-SNT-7000, Qty.
  2. All other conditions remain unchanged. Offers are due by
  close of business January 9, 1997, and can be submitted to
  the address shown above Attn: Delta Helm or sent by FAX to
  the number shown above. Inquiries regarding the solicitation
  will only be accepted via FAX.
CITE: (I-362 SN015823)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: GSA/ITS/6KE, 1500 E. Bannister Road, Kansas City, MO
  64131-3088
SUBJECT: 70--GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT
  (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
SOL 6TSA-97-DJH-0068
DUE 010997
POC CONTACT DELTA HELM BY FAX (816)823-3322
DESC: This is a modification to the combined synopsis/solicitation
  for commercial items prepared in accordance with the format
  in Federal Acquisition Regulations document (FAR) subpart 12.6,
  as supplemented with additional information included in this
  notice.  This announcement constitutes the only solicitation:
  proposals are being requested and A WRITTEN SOLICITATION WILL
  NOT BE ISSUED.  Solicitation number 6TSA-97-DJH-0068 is being
  modified to reflect accurate description for CLIN 7. Cisco
  Smartnet 12-month maintenance, part number CON-SNT-7000, Qty.
  2. All other conditions remain unchanged. Offers are due by
  close of business January 9, 1997, and can be submitted to
  the address shown above Attn: Delta Helm or sent by FAX to
  the number shown above. Inquiries regarding the solicitation
  will only be accepted via FAX.
CITE: (I-362 SN015824)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: International Procurement Subsection/Purchasing Department,
  NTT DATA Corporation, Toyosu Center Bldg. 3-3 Toyosu 3-chome,
  Koto-ku, Tokyo 135 Japan
SUBJECT: 70--TRD TYPE MODEM
DUE 012997
POC NTT DATA USA Branch, International Financial  Tower 18F,
  95 Christopher Columbus Drive, Jersey City, N.J. 07302, Telephone
  (201) 413-5400.
DESC: Product Outline, TRD Type Modem  series are TF type 288,
  LF type  192 and P type 192. TF type 288 are subscriber installed
  modem and are applied to telephone switching lines. LF type
  192 is subscriber installed modem and is applied to leased
  circuits. P type 192 is subscriber installed modem and is applied
  to customer premises.  Quantity; about 2,000 sets. Procurement
  procedure;  Track I Open tender; January 29, 1997, at NTT DATA,
  Tokyo. The deadline for receiving application; January 21,
  1997. Delivery site; NTT DATA will separately specify the place(s)
  in Japan as delivery site(s). Basic conditions  of participation;
  Any suppliers may participate in this  procurement provided,
  however, that suppliers who  fall under any of the  following
  conditions or  who employ any person who  falls under (4) below
  as his/her agent, manager, or employee shall not  participate
  in this procurement: (1) suppliers adjudicated to be an incompetent
  or quasi-incompetent; (2) suppliers adjudicated to be bankrupt,
  and who have not yet been reinstated; (3) suppliers under arrangement,
  composition, corporate reorganization, bankruptcy or liquidation
  proceedings; (4) suppliers who unfair act with respect to the
  quality and/or quantity or any products supplied thereunder;
  (a) conspired with any other supplier(s) making an  application
  or obtaining or performing any contract with NTT DATA with
  an  intention to obtain profit unfairly; (b) interfered with
  any other supplier(s) making an application or  entering into
  or performing a contract with  NTT DATA; (c) interfered with
  any personnel of NTT DATA in the performance of their duty,
  or refused or failed to cooperate with any personnel  of NTT
  DATA in the performance of their duty at any inspection or
  supervision; (d) failed or refused to enter into or to perform
  any contract with NTT DATA without a just reason; (e) made
  any false report or misrepresentation in the procedures of
  application,  conclusion or performance of a contract with
  NTT DATA; (f) committed any unfair act to interfere with  any
  other supplier(s)  in competition in NTT DATA tenders; or (5)
  suppliers  who are deemed to have  gained unfair advantage
  in competition as a result of their direct involvement in the
  preparation of the final procurement documentation and/or technical
  specifications for this procurement.  Please note; The application
  forms and tender documentation will be provided at any offices
   described above (English written documents are in free of
  charge).  The language used for application shall be Japanese
  or English.
CITE: (M-362 SN015825)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: General Services Administration Business Service Center,
  region 2  26 Federal Plaza, RM 18-130, New York, New York 10278-0090
SUBJECT: 75--PAPER TABULATING MACHINE CONTINUOUS FLATFOLD 1-6
  PART
SOL 2FYP-EJ-970001-S
DUE 012797
POC Barbara L. Patterson - 212-264-2494
DESC: This is a term contract for the period June 1, 1997 thru
  November  30, 1997.  There are a total of six national stock
  numbers.  Some of  the line items will be set-aside for small
  business concerns with other  items open for bidding from large
  and small business concerns.  The  current federal specification
  is UU-P-546D and amendment No. 2 for all  paper tabulating
  machine paper.  This is a sealed bid procurement with an  opening
  date on or before 03/26/97.  Anyone interested in receiving
  a copy of  this solicitation please submit your companys name,
  address, telephone  number, City, state, ZIP code and attention
  person and FAX to  212-264-4920, no later than 01/27/97.
CITE: (I-361 SN015600)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 99--SERVICES NETWORKED VIA CD ROM
SOL SP0410-97-R-0323
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer.san Dy
  McGrory/DD272/804-279-5326 contracting officer:   STE Ven D.
  Montgomery/804-279-4186
DESC: PR-NO:  SB040052534321 SIC code:  7371 average annual receipts
  of  the concern and its affiliates for the procedomg 3 years
  must not exceed  $18 million. delivery schedule 30 duration
  of con tract period. hbcu/MI  set aside being considered. buyer
  must provide the fill-in for the  statement. ref:  dfars 205.207(D)
  (IV) unrestricted. provide data  services which are to be networkedvia
  CD ROM technology on DSCR's local  area network.  All responsible
  sources may submit offer which DGSC shall  consider.
CITE: (I-361 SN015613)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Department of Housing and Urban Development, Government
  National Mortgage Association, Contracting Office, Room 6151,
  451 Seventh Street, SW., Washington, DC 20410
SUBJECT: A--GINNIE MAE MARKETING SERVICES
POC Susan M. Taylor, Contracting Officer, (202) 708-4531.
CNT GNMA-96-C-12
AMT $2,452,060.00
DTD 121996
TO Ernst & Young, 1150 18th St., NW., Suite 500, Washington,
  DC 20036
CITE: (M-362 SN015767)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Contracting Officer, FEMA Region 10, 130--228th St. SW.,
  Bothell, WA 98021
SUBJECT: C--LIMITED FLOOD MAP STUDY UPDATES FOR FEMA REGION 10,
  FEDERAL REGIONAL CENTER, BOTHELL, WA
POC William D. Webb, (206) 487-4769.
CNT EMS-96-CO-0078
AMT $101,721.00
DTD 093096
TO Ogden Beeman & Associates, 421 SW. Sixth Ave., Portland, OR
  97204
CITE: (M-362 SN015761)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: D--INFORMATION MISSION AREA SUPPORT SERVICES
POC (PCF) Debra Henderson, Contract Specialist, AMSMI-AC-CFHC,
  (205) 842- 7323, Glenda R. Blake, Contracting Officer, AMSMI-AC-CFHB,
  (205) 842- 0739.
CNT DAAH01-93-C-0128/P00145
AMT $73,620.08
LINE N/A
DTD 122396
TO Systems Engineering Solutions Incorporated 513 Sparkman Drive,
  Huntsville, AL, 35816
CITE: (I-362 SN015803)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: D--INFORMATION MISSION AREA SUPPORT SERVICES
POC (PCF) Debra Henderson, Contract Specialist, AMSMI-AC-CFHC,
  (205) 842- 7323, Glenda R. Blake, Contracting Officer, AMSMI-AC-CFHB,
  (205) 842- 0739.
CNT DAAH01-93-C-0128/P00147
AMT $170,655.24
LINE N/A
DTD 122396
TO Systems Engineering Solutions Incorporated 513 Sparkman Drive,
  Huntsville, AL, 35816
CITE: (I-362 SN015804)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: D--INFORMATION MISSION AREA SUPPORT SERVICES
POC (PCF) Debra Henderson, Contract Specialist, AMSMI-AC-CFHC,
  (205) 842- 7323, Glenda R. Blake, Contracting Officer, AMSMI-AC-CFHB,
  (205) 842- 0739.
CNT DAAH01-93-C-0128/P00146
AMT $145,417.39
LINE N/A
DTD 122496
TO Systems Engineering Solutions Incorporated 513 Sparkman Drive,
  Huntsville, AL, 35816
CITE: (I-362 SN015805)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Naval Station, Box 368119, San Diego, CA 92136-5066
SUBJECT: J--LCU-1651 (ROH)
CNT N62791-97-C-0016
AMT $355,946.00
DTD 121096
TO Al Larson Boat Shop,1046 South Seaside Avenue,Terminal Island,
  Ca 90731
CITE: (I-361 SN015595)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Naval Station, Box 368119, San Diego, CA 92136-5066
SUBJECT: J--TARAWA (LHA-1) SRA
CNT N62791-97-C-0009
AMT $6,018,521.00
DTD 121796
TO Pacific Ship Repair & Fabrication, 1625 Rigel St. San Diego
  Ca. 92113
CITE: (I-361 SN015596)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Naval Station, Box 368119, San Diego, CA 92136-5066
SUBJECT: J--JOHN A. MOORE (FFG-19) RAV
CNT N62791-97-C-0050
AMT $46,108.00
DTD 122696
TO Miller Marine  1430 Hoover Ave.  National City,  CA 91950-4434
CITE: (I-361 SN015597)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: USDA Forest Service, Administrative Services Staff, 630
  Sansome Street, Room 520, San Francisco, CA 94111
SUBJECT: J--BEECHCRAFT BARON AVIONICS UPGRADE MODIFICATION
POC Contact, Contracting Officer, Bonnie Gilbert, (415)705-2575,
  for Bids Contact, Cookie Washington,(415)705-2878 or Sheila
  Georges at (415)705-2829
CNT 53-91S8-7-AF06
AMT S67,200.00
LINE N/A
DTD 122096
TO Redding Aerotronics, Inc., 3780 Flight Avenue, Redding, CA
  952002 (916)222-2376
CITE: (I-362 SN015754)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, McDonnell Douglas
  Corporation, P.O. Box 516, St. Louis, MO 63166-0516
SUBJECT: J--HARPOON REPAIRS
POC Jim Stafford, (314) 233-9156, Contracting Officer, Isaac
  Sims Jr., (314) 232-4204.
CNT N00019-94-G-0164 JZ3N
AMT $47,198.00
LINE 1201
DTD 073196
TO McDonnell Douglas Missile Systems Company, McDonnell Douglas
  Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516.
CITE: (M-362 SN015762)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air  Force Base Ok 73145-3015
SUBJECT: J--ENGINEERING SERVICES
CNT F34601-97-D-0083, F34601-96-R-0106
AMT $116,816
DTD 122496
TO Windsor Manufacturing, Barnes Group Inc, 169 Kennedy Rd, Windsor
   Ct 06095-2043
CITE: (I-362 SN015791)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window
  Rock, AZ 86515
SUBJECT: Q--ORTHOPEDIC APPLIANCES
CNT 245-95-0017 (Third Year Option)
AMT $75,000.00 (Est.)
DTD 010197
TO Four Corners Artificial Limb & Brace, 750 West Animas, Farmington,
  NM 87401
CITE: (M-362 SN015764)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window
  Rock, AZ 86515
SUBJECT: Q--ORTHOPEDIC APPLIANCES
CNT 245-95-0016 (Third Year Option)
AMT $75,000.00 (Est.)
DTD 010197
TO Gallup Artificial Limb & Brace, 927 West Aztec, Gallup, NM
  87301
CITE: (M-362 SN015765)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of Prisons, Federal Correctional Institution,
  P.O. Box  699, Estill, South Carolina 29918
SUBJECT: Q--HOSPITAL SERVICES CONTRACT FOR THE FEDERAL CORRECTIONAL
  INSTITUTION, ESTILL, SOUTH CAROLINA
CNT J404c-020
AMT $4,000.00
DTD 121796
TO Colleton Regional Hospital, P.O. Box 5001, Walterboro, SC
  29488.
CITE: (M-362 SN015773)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of  Prisons, Federal Correctional Institution,
  P.O. Box  699, Estill, South Carolina 29918
SUBJECT: Q--HOSPITAL SERVICES  CONTRACT FOR THE FEDERAL CORRECTIONAL
  INSTITUTION, ESTILL, SOUTH CAROLINA
POC Bruce Hiland, Supervisory Contract Specialist, (803) 625-4607,
  ext. 4007.
CNT J404c-021
AMT $1,000.00
DTD 121796
TO Hampton General Medical Center, P.O. Box 338, Varnville, SC
  29944.
CITE: (M-362 SN015774)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Cancer Institute, Research Contracts Branch,
  PSCS, 6120 Executive Blvd, EPS/Room 634, Bethesda, MD 20892-7227
SUBJECT: R--ADMINISTRATIVE SUPPORT SERVICES
POC Michelle L. Scala, Contracting Officer, 301-402-4509 Contract
  Amt. $354,185 Base Year; $1,872,055 if all 4 options are exercised.
CNT N02-BC-76212 / CQ700212
AMT $354,185.00
LINE N/A
DTD 122096
TO Palladian Partners, Inc. 7315 Wisconsin Avenue, Suite 440W
  Bethesda, MD 20814
CITE: (I-362 SN015812)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge of Construction, Building 5 (097),
  WPNSTA CHASN, 2316 Red Bank Road, Suite 100, Goose Creek, SC
  29445-8601
SUBJECT: S--REFUSE COLLECTION AND DISPOSAL, NAVAL WEAPONS STATION,
  CHARLESTON, SC
CNT N62467-96-D-4525
AMT $363,371.00
LINE 0001
DTD 121996
TO Fennell Container Co., Inc., P.O. Box  62679, N. Charleston,
  SC 29419-2679.
CITE: (M-362 SN015799)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Atlanta Regional Printing Procurement Office, U.S. Government
  Printing Office, 1888 Emery St. NW, Suite 110, Atlanta, GA
  30318
SUBJECT: T--DUPL./COPYING
CNT Program 2427-S
AMT $67,866.00
DTD 121796
TO Copy Mart, 2859 Pace Ferry Road Suite #450, Atlanta, GA 30339
CITE: (M-362 SN015786)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Facilities Service Office, U.S. Postal Service, 4000
   DeKalb Technology Pkwy, Suite 300,  Atlanta, GA 30340-2799
SUBJECT: X--TALLASSEE, AL--MAIN OFFICE 36078-9998, AWARD OF CONSTRUCTION
  NEW USPS LEASED POST OFFICE
POC Mary S. Presnell, Real Estate Specialist, (770) 454-0612,
  Kerry G. Pfrimmer, Contracting Officer, (770) 454-0621.
AMT $83,616.00
DTD 121196
TO Herbert S. Mason & Mae W. Mason, 537 Gilmer Ave., Tallassee,
  AL 36078-1117.
CITE: (M-362 SN015778)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USPFO For Oregon, PO Box 14840, Salem, OR 97309-5008
SUBJECT: Y--INSTALL BASEWIDE FIRE ALARM SYSTEM AT PORTLAND AIR
  NATIONAL GUARD BASE, OR
POC OC Mel P. Nuestro at (503) 945-3770.
CNT DAHA35-96-C-0002
AMT $278,814.00
DTD 110196
TO Magno-Pacific, Inc., 8800 S.W. Commercial, Tigard, OR 97223
CITE: (M-362 SN015760)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Property and Fiscal Office for Georgia, Attn: PFO-PC,
  P.O. Box 17882, Atlanta, Georgia 30316-0882
SUBJECT: Y--AIRCRAFT SURVEILLANCE RADAR TOWER/EQUIPMENT BUILDING
POC TSgt Steven Baughman, Contract Specialist, (404) 624-6207,
  Colonel David S. Kenemer, Contracting Officer, (404) 624-6340.
CNT DAHA09-97-C-0004
AMT $496,087.00
DTD 120396
TO Hunt Construction Company, 3737 Madison Highway, Valdosta,
  Georgia 31601
CITE: (M-362 SN015787)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Property and Fiscal Office for Georgia, Attn: PFO-PC,
  P.O. Box 17882, Atlanta, Georgia 30316-0882
SUBJECT: Y--B-1 AGE & MUNITIONS TRAILER MAINTENANCE COMPLEX
POC TSgt Steven Baughman, Contract Specialist, (404) 624-6207,
  Colonel David S. Kenemer, Contracting Officer, (404) 624-6340.
CNT DAHA09-97-C-0003
AMT $206,789.00
DTD 121696
TO Harrison and Spencer, Inc., 438 Cotton Avenue, Macon, Georgia
  31208-4246
CITE: (M-362 SN015788)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
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--GRAVESEND STATION, NEW YORK--BUILDING IMPROVEMENTS
CNT 332495-97-B-0024
AMT $834,300.00
DTD 121896
TO M.H. Kane Construction Corp., 1531 Smithtown Avenue, Bohemia,
  NY 11716-2403.
CITE: (M-362 SN015800)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: ROICC PUERTO RICO, NAVFACENGCOM CONTRACTS, PSC 1008,
  BOX 3976, FPO AA 34051-3976 (ATTN: CODE 02)
SUBJECT: Z--PIER 2 OW/WO COLLECTION SYSTEM AND BOWTS SITE PREPARATION
POC Contract Specialist, Irma Melendez, 809-865-2050
CNT N62470-96-C-6801
AMT $985,000
LINE N/A
DTD 121796
TO RELIABLE MECHANICAL INC., 13035 MIDDLETOWN INDUSTRIAL BLVD.,
  LOUISVILLE, KY 40223
CITE: (I-362 SN015747)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Phoenix Area Indian Health Service, 3738 North 16th Street,
  Phoenix, Arizona 85016-5981
SUBJECT: Z--BIOMEDICAL PREVENTIVE MAINTENANCE SERVICES AND SUPPORT
  FOR X-RAY PROCESSORS
CNT 247-97-0027, per Solicitation No. 5024
AMT $14,340.00
DTD 010197
TO R.E.S., Inc., One West Deer Valley Road, Suite 122, Phoenix,
  Arizona 85027
CITE: (M-362 SN015768)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Assistant Officer in Charge, Facilities Support Contracts
  Dept., Building 87, Stop 5, Facilities MCAS, PSC Box 8006,
  Cherry Point, NC 28533-0006
SUBJECT: Z--MULTI-CRAFT, NAVAL  AVIATION DEPOT
CNT N62470-96-D-1196
AMT Not to Exceed $844,730.00
LINE Line Item 0001
DTD 121796
TO Williams Service Co., 137 Johnson Point Road,  New Bern, NC
  28560.
CITE: (M-362 SN015782)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Marine Corps Logistics
  Base, Box 110198, Barstow, CA 92311-5050
SUBJECT: Z--REFOOF GARAGES DESERT VIEW HOUSING AT THE MARINE
  CORPS LOGISTICS BASE, BARSTOW, CA
POC Contract Specialist, Pat Peters, (619) 577-6906, or Contracting
  Officer, Pamela J. Kidder, (619) 577-6406.
CNT N68711-96-C-3085
AMT $424,800.00
DTD 020797
TO Scholten Roofing Service Company, 23401 Madero, Suite C, Mission
  Viejo, CA 92691
CITE: (M-362 SN015789)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer In Charge Of Construction, Gulfport Area Office,
  100 Annex Rd., Suite 101, Biloxi, MS 39531-3111
SUBJECT: Z--Z-INDEFINITE QUANTITY CONTRACT FOR ROOFING REPAIRS,
  VARIOUS BUILDINGS, NAVAL CONSTRUCTION BATTALION CENTER, GULFPORT,
  MS AND NAVAL STATION, PASCAGOULA, MS
POC Contact: DEBORAH MATTINGLY, CONTRACTING OFFICER, (601) 871-2723
CNT N62467-96-D-7160
AMT $345,228,000
LINE BID ITEM 0001
DTD 120196
TO SAUCIER BROS. ROOFING, INC., 162 DORRIES ST., BILOXI, MS 39530
CITE: (I-362 SN015814)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--CAM, DRUM.
CNT SP0700-96-G-0007-0032
AMT $82,045.21
LINE 0001
DTD 122496
TO Western Design Corp 16952 Millikan Ave Irvine CA 92606
CITE: (I-362 SN015648)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--SEAR. STEEL MATERIAL. ON THE MK-75 GUN
SOL SP0760-96-Q-T522
CNT SP0760-97-M-4021
AMT $31,350.00
LINE 0001 THROUGH 0003
DTD 122796
TO J G B enterprises Inc 115 Metropolitan Dr.  P. O. Box 209
   Liverpool, NY 13088-0209
CITE: (I-362 SN015652)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 12--RECEIVER-TRANSMITTE
SOL SP0920-96-Q-A124
CNT SP0920-97-M-1707
AMT $28,303.40
LINE 0001
DTD 122496
TO Litton Systems Inc LASER systems Div 2787 S Orange blossom
  trail  apopka FL 32703
CITE: (I-362 SN015730)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 14--PAD, SUPPORT.
SOL SP0750-96-Q-5947
CNT SP0750-97-M-4374
AMT $40,552.00
LINE 0001 THROUGH 0002
DTD 122796
TO Seal master Corp 368 martinel Dr Kent OH 44240-4369
CITE: (I-362 SN015702)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Plant Representative Office, McDonnell  Douglas
  Corporation, P.O. Box 516, St. Louis, MO 63166-0516
SUBJECT: 14--GUIDED MISSILES
POC Jo Anne Parks, (314) 234-2259, ACO, Monica Proehl, (314)
  233-9123.
CNT N00019-94-G-0164/JZ5M
AMT $422,000.00
LINE 3305
DTD 111496
TO McDonnell Douglas Corporation, McDonnell Douglas Aerospace,
  Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516.
CITE: (M-362 SN015777)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 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--ARMOR PLATE, LOWER
SOL SP0400-95-Q-MN94
CNT N00383-96-G-001N-TYB1
AMT $49,868.00
LINE 0001
DTD 122496
TO Boeing Helicopters Div of the Boeing Co Boeing Ctr Industrial
  Hwy  Bldg 3-25 Ridley Park PA 19078
CITE: (I-361 SN015606)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--CRANK ASSEMBLY, IDLE
SOL SP0460-96-Q-AF33
CNT SP0460-97-M-4631
AMT $34,750.00
LINE 0001 THROUGH 0002
DTD 122496
TO International precision Inc 9526 vassar Ave P.O.Box 4839 
  Chatsworth CA 91311
CITE: (I-362 SN015618)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--PANEL ASSY, CEILING
SOL SP0460-96-R-2900
CNT SP0460-97-C-0154
AMT $63,640.00
LINE 0001 THROUGH 0002
DTD 122496
TO Ellcott Mfg Co Vernon Industrial Pk Bldg 2 P O Box 2415 Vernon
  CT  06066
CITE: (I-362 SN015622)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--LEVER, DOOR
SOL SP0460-96-Q-LZ71
CNT N00383-93-G-B417-XHBB
AMT $33,327.00
LINE 0001
DTD 122696
TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert
  St  Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516
CITE: (I-362 SN015626)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--CABLE ASSEMBLY, WING
SOL SP0460-96-Q-CD40
CNT SP0460-97-M-2444
AMT $26,585.20
LINE 0001 THROUGH 0002
DTD 122496
TO Winding Specialists Co. Inc 1225 Wellington Pl. Wichita KS
   67203-3898
CITE: (I-362 SN015627)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 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--PLATE, ARMOR, HEADRESS
SOL SP0460-96-Q-MV61
CNT SP0460-97-M-6378
AMT $49,962.50
LINE 0001
DTD 122696
TO Advanced Protection Products Inc 910 E Mountain Sky Ave Phoenix
   AZ 85048-6320
CITE: (I-361 SN015602)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 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--PUSH ROD ASSEMBLY, FLIGHT CONTROL
SOL SP0460-97-Q-D001
CNT SP0460-97-M-6385
AMT $31,675.03
LINE 0001 THROUGH 0002
DTD 122496
TO Richards G a and Co Inc 112 Magnolia Ave Westbury NY 11590
CITE: (I-361 SN015607)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--BEARING SET, MATCHED.  CONSISTS OF 1 BEARING,
SOL 97T072-82-P-0700
CNT SP0740-97-M-1571
AMT $33,075.00
LINE 0001 THROUGH 0002
DTD 122496
TO Transupport Inc 25 Columbia CIR Merrimack NH 03054-4161
CITE: (I-362 SN015681)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--LINK ASSEMBLY
CNT SP0740-97-M-6660
AMT $27,000.00
LINE 0001 THROUGH 0003
DTD 122796
TO Coltec Industries Inc Menasco aerosystems Div 4000 S Hwy 157
   Euless TX 76040-7012
CITE: (I-362 SN015682)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SWITCH ASSEMBLY, PRESSURE.
SOL SP0740-97-Q-0092
CNT SP0740-97-M-7784
AMT $43,255.42
LINE 0001
DTD 122796
TO Hydra electric 3151 kenwood St Burbank CA 91505-1052
CITE: (I-362 SN015699)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--SEPARATOR, WATER, AIRCRAFT AIR CONDITIONING SYSTEM
SOL SP0920-97-Q-A032
CNT SP0920-97-M-1697
AMT $39,617.50
LINE 0001 THROUGH 0002
DTD 122696
TO Keddeg Co the 9746 Pflumm Rd Lenexa KS 66215
CITE: (I-362 SN015726)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--WINCH ASSY
SOL SP0770-96-Q-RQ75
CNT SP0770-97-M-EA83
AMT $100,000.00
LINE 0001
DTD 122796
TO Imac systems Inc 798 Oxford Ave P.O.Box 1605 Bristol PA  19007-6012
CITE: (I-362 SN015651)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--REPAIR KIT, BRAKE. ON EMERGENCY AIRCRAFT
CNT SP0740-97-C-0787
AMT $269,586.00
LINE 0001 THROUGH 0003
DTD 122496
TO Engineered systems Co Div of Datron Inc 2550 market St Aston
  PA  19014-3426
CITE: (I-362 SN015659)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--STACK VALVE ASSEMBLY.
SOL SP0760-96-R-2679
CNT SP0760-97-C-4405
AMT $114,325.00
LINE 0001
DTD 122696
TO Hydra-tec Corp 100 express Plainview NY 11803-2405
CITE: (I-362 SN015662)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
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
POC Dwight N. Jackson, (808) 474-5502/Contracting Officer.
CNT J.O. #97-0004M
AMT $987,906.00
LINE Lot 0001
DTD 121996
TO Marisco LTD.
CITE: (M-362 SN015826)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 20--REMOVAL KIT, BEARING.
CNT SP0760-97-M-4008
AMT $27,326.00
LINE 0001
DTD 122496
TO Westech gear Corp 2600 E Imperial Hwy P.O.Box P O Box 700
  lynwood  CA 90262-4018
CITE: (I-362 SN015661)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--SEAT, VEHICULAR
SOL SP0770-97-Q-MB56
CNT SP0770-97-M-EQ11
AMT $26,410.00
LINE 0001 THROUGH 0002
DTD 122796
TO Majestic metal fabricating Co 27941 Groesbeck Hwy Roseville
  MI  48066-5221
CITE: (I-362 SN015647)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--CYLINDER ASSEMBLY, ACTUATING LINEAR.
SOL SP0750-96-Q-9778
CNT SP0750-97-M-7191
AMT $33,446.04
LINE 0001
DTD 122796
TO Kidde Industries Inc grove North America Div 1086 Wayne Ave
   Chambersburg PA 17201-2924
CITE: (I-362 SN015668)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--BLADE, WINDSHIELD WIPER. 12 INCH LENGTH.
SOL 96TK25-82-P-0700
CNT SP0750-97-M-3172
AMT $45,336.00
LINE 0001 THROUGH 0003
DTD 122696
TO Sun enterprises 3455 NE 12TH ter Oakland Park FL 33334
CITE: (I-362 SN015669)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--PLATE, FLOOR. ALUMINUM. EXCEPTION TO DRAWING:
SOL SP0750-97-Q-0077
CNT SP0750-97-M-8281
AMT $34,038.52
LINE 0001 THROUGH 0002
DTD 122496
TO A G H Industries Inc 7420 Whitehall P.O.Box 1852 Fort Worth
  TX  76101
CITE: (I-362 SN015671)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--PRESSURE PLATE ASSEMBLY, CLUTCH. STEEL. 12-7/8
SOL SP0750-96-R-1922
CNT SP0750-97-C-2501
AMT $357,724.80
LINE 0001 THROUGH 5001AC
DTD 112796
TO Lipe Corp 10930 N Pomona Ave Kansas City Mo 64153
CITE: (I-362 SN015679)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--BOX, ACCESSORIES STOWAGE.
CNT SP0750-97-C-2709
AMT $152,750.00
LINE 0001 THROUGH 5001AB
DTD 122496
TO Delta Industries Inc 1490 lindsay Blvd Idaho Falls ID 83405
CITE: (I-362 SN015680)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--TOP, TABLE, HINGED. PLYWOOD.
SOL SP0750-97-Q-0050
CNT SP0750-97-M-8286
AMT $30,420.90
LINE 0001 THROUGH 0005
DTD 122696
TO Action wood Technologies Inc 44311 Reynolds Dr Clinton Township
   MI 48036
CITE: (I-362 SN015683)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--ADAPTER, COUPLING
CNT F41608-94-G-0031-TY89
AMT $164,920.00
LINE 0003AA THROUGH 0003AG
DTD 122696
TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace
   Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181
CITE: (I-361 SN015611)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--COMPRESSOR ROTOR, CENTRIFUGAL, TURBINE ENGINE
SOL SP0480-96-Q-W654
CNT F41608-94-G-0031-TY88
AMT $53,273.55
LINE 0001
DTD 112796
TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace
   Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181
CITE: (I-362 SN015615)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--RING SET, PISTON.
SOL SP0770-97-Q-MD32
CNT SP0770-97-M-AP26
AMT $56,895.00
LINE 0001 THROUGH 0002
DTD 122796
TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O
  Box 626  Baltimore MD 21203-0626
CITE: (I-362 SN015646)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--CYLINDER SLEEVE. ON PAXMAN DIESEL ENGINE
SOL SP0760-97-Q-0276
CNT SP0760-97-M-9067
AMT $96,031.00
LINE 0001 THROUGH 0004
DTD 122496
TO Comptech Corp 15946 Derwood Rd Rockville MD 20855
CITE: (I-362 SN015649)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--RING SET, PISTON
SOL SP0770-97-Q-MD55
CNT SP0770-97-M-AP24
AMT $99,639.20
LINE 0001 THROUGH 0006
DTD 122796
TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O
  Box 626  Baltimore MD 21203-0626
CITE: (I-362 SN015650)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--FLYWHEEL, ENGINE.
SOL SP0750-97-Q-0064
CNT SP0750-97-M-1285
AMT $88,128.00
LINE 0001 THROUGH 0002
DTD 122796
TO Stahl Intl Inc 1897 vanderhorn Dr Memphis TN 38134-6321
CITE: (I-362 SN015654)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--FLYWHEEL, ENGINE.
CNT SP0750-97-M-1282
AMT $86,169.60
LINE 0001 THROUGH 0002
DTD 122796
TO Stahl Intl Inc 1897 vanderhorn Dr Memphis TN 38134-6321
CITE: (I-362 SN015684)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--RING SET, PISTON. EXCEPTION TO DRAWING:  USE
SOL SP0770-97-Q-MD39
CNT SP0770-97-M-AP28
AMT $53,784.74
LINE 0001
DTD 122796
TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O
  Box 626  Baltimore MD 21203-0626
CITE: (I-362 SN015690)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--PARTS KIT, DIESEL ENGINE. (GASKET AND PREFORMED
SOL SP0770-96-Q-MD63
CNT SP0770-97-M-AP22
AMT $67,900.00
LINE 0001 THROUGH 0002
DTD 122796
TO Sealcraft Corp colleton Industrial Pk 1 wellston CIR walterboro
   SC 29488
CITE: (I-362 SN015692)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--RING SET, PISTON. EXCEPTION TO DRAWING:  USE
CNT SP0770-97-M-AP31
AMT $53,102.00
LINE 0001
DTD 122796
TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O
  Box 626  Baltimore MD 21203-0626
CITE: (I-362 SN015696)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--FLYWHEEL, ENGINE.
SOL SP0750-97-Q-0259
CNT SP0750-97-M-1283
AMT $26,928.00
LINE 0001 THROUGH 0002
DTD 122796
TO Stahl Intl Inc 1897 vanderhorn Dr Memphis TN 38134-6321
CITE: (I-362 SN015698)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--OIL PAN.
SOL SP0750-97-Q-0046
CNT SP0750-97-M-8285
AMT $40,299.00
LINE 0001
DTD 122696
TO Penn Detroit Diesel Allison Inc.  R.D. #1 sipe Road P.O. Box
  7  York Haven, PA 17370
CITE: (I-362 SN015704)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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 96TL86-32-P-0700
CNT SP0770-97-M-AR27
AMT $34,028.50
LINE 0001
DTD 122796
TO National aircraft and engineering 3200 Halladay St Santa Ana
  CA  92705
CITE: (I-362 SN015653)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--PLUG, FILLER (NON-VENTED). ON M1 SERIES
SOL 96TMZ0-32-P-0700
CNT SP0750-97-M-7202
AMT $29,751.39
LINE 0001 THROUGH 0002
DTD 122796
TO S A R C O P.O. Box 893 /for mailing only Voorhees NJ 08043
CITE: (I-362 SN015660)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--PLUNGER AND BARREL, FUEL INJECTOR. ON!
SOL SP0760-96-R-2687
CNT SP0760-97-C-4325
AMT $56,925.31
LINE 0001 THROUGH 0003
DTD 122496
TO Area Diesel Service Inc North on University St Box 115  Carlinville
  IL 62626-0015
CITE: (I-362 SN015688)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--CONTROL, ENGINE, CONSTANT SPEED.
SOL SP0740-97-Q-0174
CNT SP0740-97-M-6669
AMT $54,739.00
LINE 0001
DTD 122496
TO Woodward Governor Co 1000 E Drake Rd P.O.Box 1519 Fort Collins
  Co  80522
CITE: (I-362 SN015691)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--HOUSING, MECHANICAL
SOL SP0770-96-Q-VG88
CNT SP0770-97-M-HP41
AMT $38,881.32
LINE 0001
DTD 122696
TO General Dynamics Land Systems Inc Muskegon OPNS 76 Getty St
   Muskegon MI 49442-1238
CITE: (I-362 SN015685)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--SHAFT, SHOULDERED
SOL SP0770-96-Q-UQ29
CNT SP0770-97-M-AK20
AMT $64,800.00
LINE 0001 THROUGH 0002
DTD 122796
TO Equitable Engineering Co 1840 Austin St P.O.Box 1159 Troy
  MI  48099
CITE: (I-362 SN015705)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 34--ANODE ASSEMBLY
SOL SP0490-97-Q-V006
CNT SP0490-97-M-AE89
AMT $41,784.00
LINE 0001
DTD 122696
TO Electrocatalytic Inc 2 Milltown Ct Union NJ 07083
CITE: (I-362 SN015619)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 39--STAK SYSTEM
CNT SP0500-97-M-V398
AMT $35,452.65
LINE 0001 THROUGH 0006
DTD 122696
TO Stanley Storage Systems Inc 11 Grammes Rd P.O.Box 1151 Allentown
   PA 18105-1151
CITE: (I-362 SN015642)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 39--STAK SYSTEM
SOL SP0500-97-Q-H210
CNT SP0500-97-M-V404
AMT $36,310.30
LINE 0001 THROUGH 0006
DTD 122696
TO Stanley Storage Systems Inc 11 Grammes Rd P.O.Box 1151 Allentown
   PA 18105-1151
CITE: (I-362 SN015643)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 40--Rope, Cable, Chain, and Fittings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 40--WIRE ROPE
SOL SP0500-97-Q-A020
CNT SP0500-97-M-X008
AMT $35,100.00
LINE 0001
DTD 122696
TO Cable Moore Inc 1425 5TH Street Oakland CA 94607
CITE: (I-362 SN015640)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 40--Rope, Cable, Chain, and Fittings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 40--CHAIN ASSEMBLY
SOL SP0500-97-Q-G061
CNT SP0500-97-M-X010
AMT $68,952.00
LINE 0001 THROUGH 0006
DTD 122696
TO Systems and electronics Inc transport and load management
  systems  201 Evans Ln Saint Louis Mo 63121-1126
CITE: (I-362 SN015641)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--BLOWER, AIR BARRIER
SOL SP0500-97-Q-G684
CNT SP0500-97-M-E155
AMT $33,259.72
LINE 0001 THROUGH 0004
DTD 122696
TO Fasco Industries Inc motor Div sale Barn Rd P O Box 548 Cassville
   Mo 65625
CITE: (I-362 SN015637)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--COUPLING, SHAFT, STEEL.
SOL 97T687-72-P-0700
CNT SP0760-97-M-3985
AMT $27,096.00
LINE 0001
DTD 122696
TO Summit associates Inc 10910-H southlake court Richmond VA
  23236
CITE: (I-362 SN015656)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PARTS KIT, COMPRESSOR. ON A WORTHINGTON
SOL SP0760-96-Q-Z397
CNT SP0700-96-G-0001-0172
AMT $26,680.00
LINE 0001 THROUGH 0003
DTD 122796
TO Dresser-rand Co 100 chemung St painted post NY 14870
CITE: (I-362 SN015666)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PUMP, ROTARY.
SOL SP0770-96-Q-YD72
CNT SP0770-97-M-GB73
AMT $48,502.00
LINE 0001
DTD 122796
TO IMO Industries Inc IMO pump Div Airport Rd P.O.Box 5020 Monroe
  NC  28111-5020
CITE: (I-362 SN015697)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PUMP, CENTRIFUGAL.
SOL SP0770-97-X-MD97
CNT SP0770-97-M-GB64
AMT $32,482.08
LINE 0001
DTD 122796
TO Detroit Diesel Corp parts distribution center 515 11TH St
  SE  Canton OH 44707-3811
CITE: (I-362 SN015703)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 45--FURNACE, WARM AIR, 265000 BTU/H INPUT, LIGHT OIL
SOL SP0770-97-Q-MA67
CNT SP0770-97-M-DA09
AMT $62,834.88
LINE 0001 THROUGH 0002
DTD 122496
TO Dornback furnace and foundry Co 9545 Granger Rd garfield heights
   OH 44125
CITE: (I-362 SN015689)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 45--HEATER, DUCT TYPE, STATIONARY. 6585.1 BRITISH
SOL SP0760-96-Q-W238
CNT SP0760-97-M-1732
AMT $35,100.00
LINE 0001 THROUGH 0002
DTD 122796
TO Power instrument Corp 720 colfax Ave P O Box 126 kenilworth
  NJ  07033
CITE: (I-362 SN015700)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 46--CONDUCTIVITY CELL ASSEMBLY. ON MODEL.
SOL 96TBK2-52-P-0700
CNT SP0760-97-M-4010
AMT $29,891.88
LINE 0001 THROUGH 0002
DTD 122496
TO Am-mac Inc 38 Fairfield Pl Caldwell NJ 07006
CITE: (I-362 SN015658)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--COUPLING ASSEMBLY, SELF SEALING. ALUMINUM
SOL SP0740-97-Q-0081
CNT SP0740-97-M-4045
AMT $40,217.24
LINE 0001 THROUGH 0002
DTD 122696
TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI  49203-1972
CITE: (I-362 SN015665)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE, METALLIC, TITANIUM, 1 IN. OD, 0.051 IN.
SOL SP0740-97-Q-0134
CNT SP0740-97-M-9093
AMT $85,284.54
LINE 0001 THROUGH 0003
DTD 122696
TO Haynes international Inc Hwy 80 W RT 1 box 8 arcadia LA  71001-9701
CITE: (I-362 SN015670)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--COUPLING HALF, QUICK DISCONNECT.
SOL SP0740-97-Q-0006
CNT SP0740-97-M-7762
AMT $32,733.75
LINE 0001
DTD 122696
TO Transdigm Inc Aerocontrolex Group 26380 Curtiss Wright Pky
  dest  Bldg P.O.Box 43210 Cleveland OH 44143-0210
CITE: (I-362 SN015701)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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, SAFETY RELIEF
SOL SP0770-97-Q-MB57
CNT SP0770-97-C-3785
AMT $103,402.00
LINE 0001 THROUGH 0003
DTD 122496
TO Dela technology Corp 2263 Lewis Ave Rockville, MD 20851
CITE: (I-362 SN015664)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--ACTUATOR, ELECTRO-MECHNICAL, LINEAR. MATERIAL:
SOL 96THK3-62-P-0700
CNT SP0760-97-M-4009
AMT $60,444.96
LINE 0001
DTD 122496
TO Eaton Corp Valve and Actuator Div Morgan actuators 2338 Alaska
   Ave El Segundo CA 90245-4896
CITE: (I-362 SN015686)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, GLOBE, STOP CHECK, 1/2 INCH VALVE SIZE,
SOL SP0760-96-Q-Z395
CNT SP0760-97-M-6723
AMT $85,845.00
LINE 0001 THROUGH 0002AB
DTD 122796
TO Levine samuel plumbing and heating supplies Inc 283 W Broadway
   New York NY 10013-2204
CITE: (I-362 SN015687)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--DIAPHRAGM ASSEMBLY.
SOL SP0740-97-Q-0007
CNT SP0740-97-W-0752
AMT $41,650.20
LINE 0001
DTD 122796
TO Comptech Corp 15946 Derwood Rd Rockville MD 20855
CITE: (I-362 SN015694)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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, LINEAR, DIRECTIONAL
SOL SP0770-96-Q-QF80
CNT SP0770-97-M-DA12
AMT $33,936.00
LINE 0001
DTD 122496
TO Vickers Inc Fluid Control and Actuation Div 4690 Colorado
  Blvd  P.O.Box 39787 Griffith STA Los Angel Los Angeles CA 90039-1106
CITE: (I-362 SN015695)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
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--WORK STATION KIT, ELECTROSTATIC CONTROL.
SOL SP0760-97-Q-0008
CNT SP0760-97-M-6735
AMT $28,730.00
LINE 0001 THROUGH 0002
DTD 122696
TO Gregory Thomas Inc a Swiss controls Co 202 Beaver St Bldg
  2  P.O.Box 790 yorkville IL 60560-0790
CITE: (I-362 SN015657)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
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--ADAPTER KIT, GREASE GUN COUPLING
SOL SP0770-96-R-5185
CNT SP0770-97-C-4105
AMT $110,048.00
LINE 0001 THROUGH 0002
DTD 122796
TO Weems Industries Inc DBA legacy Mfg Co 510 57TH St Marion
  IA  52302
CITE: (I-362 SN015663)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
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--WATER JET CLEANING.
SOL SP0770-97-Q-MB43
CNT SP0770-97-M-AR19
AMT $82,350.00
LINE 0001
DTD 122796
TO Butterworth jetting systems Inc 3721 lapas Dr Houston TX 77023
CITE: (I-362 SN015667)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
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--PRESSURE TRANSDUCER ASSEMBLY (100 PSI). ON!
CNT SP0750-97-M-7195
AMT $49,435.40
LINE 0002 THROUGH 0005
DTD 122796
TO Ame Intl Inc 125 baywood Ave P.O.Box 522378 longwood FL 32752
CITE: (I-362 SN015693)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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, CLOSE TOLERANCE
SOL SP0500-96-R-0260
CNT N00383-95-G-M121-TZ2Z
AMT $94,195.25
LINE 0001 THROUGH 0002
DTD 122096
TO Alliedsignal Inc DBA Allied Signal aerospace Co aircraft landing
   systems 3520 W Westmoor Street South Bend IN 46628-1373
CITE: (I-362 SN015634)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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, SELF-LOCKING
SOL SP0500-96-R-0038
CNT SP0500-96-C-0305
AMT $474,566.04
LINE 0001AA THROUGH 0001AF
DTD 122596
TO Avibank Mfg Inc 210 S Victory Blvd P.O.Box 391 Burbank CA
  91503
CITE: (I-362 SN015635)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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 ASSEMBLY, SELF-LOCKING
CNT SP0500-96-C-0319
AMT $614,869.84
LINE 0002AA THROUGH 0002AH
DTD 122596
TO Avibank Mfg Inc 210 S Victory Blvd P.O.Box 391 Burbank CA
  91503
CITE: (I-362 SN015636)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--MOUNT, RESILIENT
SOL SP0500-96-Q-SY65
CNT SP0500-97-M-W037
AMT $39,562.50
LINE 0001 THROUGH 0002
DTD 122396
TO AGC Inc P O Box 908 Meriden CT 06450
CITE: (I-362 SN015639)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L
SOL SP0500-97-Q-E357
CNT SP0500-97-M-V733
AMT $41,847.75
LINE 0001 THROUGH 0006
DTD 122596
TO Matheus lumber Co Inc 15800 Woodinville Redmond Rd Woodinville
  WA  98072
CITE: (I-362 SN015638)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 56--POST, FENCE, METAL.  STEEL, 72 IN. O/A LENGTH, 4
SOL SP0770-97-Q-MD16
CNT SP0770-97-M-AR25
AMT $61,605.00
LINE 0001 THROUGH 0002
DTD 122796
TO Material handling Inc 70 Clinton Ave tiffin OH 44883
CITE: (I-362 SN015655)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--WINDOW, SONAR
SOL SP0970-96-R-A046
CNT SP0970-97-C-0020
AMT $426,735.00
LINE 0001AA THROUGH 0001AJ
DTD 122596
TO Shiloh Industries Inc 5988 Executive Blvd Dayton OH 45424-1453
CITE: (I-362 SN015718)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--MOUNTING BASE, ELECT
SOL SP0450-96-Q-SU75
CNT SP0450-97-M-H565
AMT $32,224.00
LINE 0001 THROUGH 0002
DTD 122496
TO Rockwell Intl Corp Collins Avionics and Communications Div
  350  Collins Rd NE Cedar Rapids IA 52498
CITE: (I-362 SN015617)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--INSULATION TAPE, ELECTRICAL
SOL 96T878-12-P-0400
CNT SP0450-97-M-H572
AMT $27,650.00
LINE 0001 THROUGH 0002
DTD 122696
TO Plymouth rubber Co Inc 104 Revere St Canton MA 02021-2911
CITE: (I-362 SN015624)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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, THERMAL
CNT SP0905-97-M-1355
AMT $53,604.00
LINE 0001
DTD 112796
TO Arkwin Industries Inc 686 Main St Westbury NY 11590-5018
CITE: (I-362 SN015715)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
CNT SP0970-97-M-1699
AMT $47,364.00
LINE 7001
DTD 122496
TO Lockheed Martin Corp Sanders a Lockheed Martin Co MS NHQ1-561
  65  spit brook rd## P.O.Box 868 Nashua NH 03061-0868
CITE: (I-362 SN015716)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--EXTENDER CARD, ELECTRONIC TEST
SOL SP0960-96-Q-2343
CNT SP0960-97-M-1575
AMT $33,500.00
LINE 0001
DTD 122496
TO Aschbacher & associates Inc 5081 Norman Blvd Dayton OH 45431
CITE: (I-362 SN015717)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--SEMICONDUCTOR DEVICE SET
SOL SP0960-97-Q-A053
CNT SP0960-97-M-1733
AMT $40,806.00
LINE 0001 THROUGH 0002
DTD 122696
TO Jemtec Electronics Corp 1901 E 5TH St P O Box 397 Dayton OH
  45401
CITE: (I-362 SN015719)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--PLUG, SHORE POWER
SOL SP0935-97-Q-A010
CNT SP0935-97-M-1866
AMT $79,350.00
LINE 0001
DTD 122496
TO Cooper Industries Inc crouse-hinds Div crouse-hinds molded
   products RT 4 box 156 LA Grange NC 28551-9019
CITE: (I-362 SN015720)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--SENSOR, TANK, FUEL
SOL SP0930-97-Q-A026
CNT SP0930-97-M-2608
AMT $40,304.00
LINE 0001 THROUGH 0002
DTD 122696
TO Hoosier Industrial Supply Inc 1223 Chicago Ave P.O.Box 929
  Goshen  IN 46527
CITE: (I-362 SN015721)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--EARPHONE
SOL SP0970-97-Q-A013
CNT SP0970-97-M-1746
AMT $88,829.40
LINE 0001 THROUGH 0003
DTD 122696
TO Electro-voice Inc sub of Mark IV Industries Inc 600 Cecil
  St  buchanan MI 49107-1736
CITE: (I-362 SN015723)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--FILTER, RADIO FREQUE
SOL SP0905-97-Q-A012
CNT DAAJ09-93-G-0017-UD1Y
AMT $35,303.85
LINE 0001AA THROUGH 0002AB
DTD 122696
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-362 SN015724)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--TRANSFORMER, POWER
CNT SP0905-97-M-1358
AMT $44,550.00
LINE 0001
DTD 122496
TO Power Paragon Inc power Magnetics 711 W Knox St Gardena CA
   90248-4410
CITE: (I-362 SN015725)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--AMPLIFIER, RADIO FRE
CNT SP0935-97-C-0006
AMT $122,625.00
LINE 0001 THROUGH 0002
DTD 122496
TO Akon Inc 1914 trade zone Blvd San Jose CA 95131
CITE: (I-362 SN015727)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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-0093
CNT SP0900-97-M-0061
AMT $27,412.55
LINE 0001 THROUGH 0010
DTD 122496
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-362 SN015729)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, HYBRID
SOL SP0930-97-Q-A062
CNT SP0930-97-M-2619
AMT $49,508.55
LINE 0001 THROUGH 0002
DTD 122496
TO Leach Intl 6900 orangethorpe Ave P.O.Box 5032 buena Park CA
   90622-5032
CITE: (I-362 SN015731)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--FILTER, BAND SUPPRES
CNT SP0905-97-M-1330
AMT $28,765.00
LINE 0001
DTD 122496
TO K and L microwave Inc sub of Dover Corp 408 coles CIR salisbury
   MD 21801-3214
CITE: (I-362 SN015732)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CONNECTOR, PLUG, ELEC
CNT SP0935-97-M-1888
AMT $26,514.95
LINE 0001
DTD 122496
TO Glenair Inc 1211 air way Glendale CA 91201-2497
CITE: (I-362 SN015733)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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, SWITCHING MIXER
SOL SP0905-96-Q-5415
CNT SP0905-97-C-0002
AMT $115,425.00
LINE 7001
DTD 122596
TO 3DBM Co Inc 975 Flynn Rd Camarillo CA 93012-2686
CITE: (I-362 SN015734)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--LOUDSPEAKER-MICROPHONE
SOL SP0970-97-Q-A020
CNT SP0970-97-M-1716
AMT $90,115.30
LINE 0001 THROUGH 0002
DTD 122496
TO Hoosier Industrial Supply Inc 1223 Chicago Ave P.O.Box 929
  Goshen  IN 46527
CITE: (I-362 SN015735)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CONNECTOR, PLUG, ELEC
SOL 96TJ91-52-P-0900
CNT SP0935-97-M-1860
AMT $28,297.00
LINE 0001
DTD 122696
TO Deutsch Co the engineered connecting devices 36033 Whittier
  Ave  hemet CA 92545
CITE: (I-362 SN015736)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPEC
SOL SP0451-97-Q-H008
CNT SP0451-97-M-C565
AMT $63,772.02
LINE 0001AA THROUGH 0002
DTD 122496
TO Atlas-Aero Corp 85 Tremont St P.O.Box 887 Meriden CT 06450-0887
CITE: (I-361 SN015609)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPEC
SOL SP0451-97-X-7266
CNT SP0451-97-M-C593
AMT $44,792.50
LINE 0001 THROUGH 0002
DTD 122696
TO 3-D marketing 3790 via DE LA valle no 204 Del Mar CA 92014
CITE: (I-362 SN015620)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--ROTOR, MOTOR
SOL SP0430-97-Q-P030
CNT SP0430-97-M-P500
AMT $94,402.20
LINE 0001 THROUGH 0002
DTD 122696
TO Summit Industries, Inc.  4545 Gateway Circle Dayton, OH  45440-1711
CITE: (I-362 SN015623)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 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--LAMP, FLUORESCENT
SOL SP0441-97-X-F086
CNT SP0441-97-M-T704
AMT $54,078.75
LINE 0001 THROUGH 0003
DTD 122496
TO Duro-Test Corp.  9 Law Drive Fairfield, NJ 07004
CITE: (I-361 SN015610)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 63--Alarm and Signal, and Security Detection Systems
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 63--SENSING, ELEMENT, FIRE
SOL SP0430-97-Q-Q001
CNT SP0430-97-M-R567
AMT $26,672.24
LINE 0001 THROUGH 0002
DTD 122696
TO Kidde Technologies Inc Fenwal safety systems Div 700 Nickerson
  Rd  Marlborough MA 01752
CITE: (I-362 SN015625)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 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--PITOT-STATIC TUBE (RIGHT SIDE)
SOL SP0440-96-Q-JZ87
CNT SP0440-97-M-Z511
AMT $67,177.00
LINE 0001AA THROUGH 0002AC
DTD 122496
TO Rosemount Aerospace Inc 14300 Judicial Rd Burnsville MN  55306-4898
CITE: (I-361 SN015603)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 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--SALINITY CELL, INDICATING
SOL SP0440-97-Q-T108
CNT SP0440-97-M-X812
AMT $45,225.00
LINE 0001
DTD 122696
TO Marine electric systems Inc 2 bridewell Pl P.O.Box 1135 Clifton
   NJ 07014-1135
CITE: (I-361 SN015604)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 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--INDICATOR, TURN AND SLIP
SOL SP0440-96-Q-JZ88
CNT SP0440-97-M-Z465
AMT $41,123.00
LINE 0001 THROUGH 0002
DTD 122496
TO Aerosonic Corp PO Box 4627 Clearwater FL.  34618-4627
CITE: (I-361 SN015605)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 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--INDICATOR, LIQUID QUANTITY
SOL SP0440-96-R-3076
CNT SP0440-97-C-0160
AMT $57,575.00
LINE 0001
DTD 122696
TO Simmonds Precision Products Inc 100 Panton Rd Vergennes VT
   05491-8801
CITE: (I-361 SN015608)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--HOUSING ASSEMBLY
SOL SP0440-96-Q-JQ61
CNT SP0440-97-M-Z502
AMT $26,700.00
LINE 0001
DTD 122496
TO MOD-A-CAN Inc 178 Miller Pl Hicksville NY 11801-1826
CITE: (I-362 SN015621)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 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--DEICING-DEFROSTING AND ANTIICING FLUID
SOL SP0450-97-R-0332
CNT SP0450-97-C-5107
AMT $748,500.00
LINE 0001AA THROUGH 0003AC
DTD 122696
TO Octagon Process Inc 596 River Rd Edgewater NJ 07020-1192
CITE: (I-362 SN015616)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Supply Directorate, Contracting Department, Supply MCAS,
  PSC BOX 8018, Cherry Point, NC 28533-0018
SUBJECT: 68--LIQUID BULK ARGON
POC Freda Morton, Contract Specialist (SUL1C), (919) 466-2022,
  Paula L. Robinson, Contracting Officer, (919)  466-2846.
CNT N00146-97-D-0008
AMT $222,000.00
DTD 121596
TO National Welders Supply, P.O. Box 31007, Charlotte, NC 28231.
CITE: (M-362 SN015783)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
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 UNIT
CNT SP0970-97-M-1687
AMT $42,834.00
LINE 7001
DTD 122496
TO Sms data products group Inc 1501 farm credit Dr Suite 1500
  mc  lean VA 22102-5004
CITE: (I-362 SN015722)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 84--POCKET, AMMUNITION MAGAZINE FOR 9MM
SOL SP0770-96-Q-UQ29
CNT SP0700-97-D-1003
AMT $388,535.00
LINE 0001 THROUGH 0005
DTD 121996
TO Small Business Administration 301 South Park, drawer 10054
   Helena, MT 59626
CITE: (I-362 SN015706)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Contracting Officer (90C), VA Medical Center, 40 Industry
  Drive, West Haven, CT 06516
SUBJECT: 89--DAIRY PRODUCTS
POC Michele Pompane, Contracting Officer, (203) 937-3079.
CNT V689P-2431
AMT N/A
LINE N/A
DTD 122796
TO Marcus Dairy, Inc., 3 Sugar Hollow Road, Danbury, CT 06810
CITE: (I-362 SN015758)

[Commerce Business Daily: Posted December 27, 1996]
[Printed Issue Date: December 31, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Contracting Officer (90C), VA Medical Center, 40 Industry
  Drive, West Haven, CT 06516
SUBJECT: 89--BREAD PRODUCTS
POC Michele Pompane, Contracting Officer, (203) 937-3079.
CNT V689P-2430
AMT N/A
LINE N/A
DTD 122796
TO Charles Freihofer Baking Co., Inc., 522 Washington Avenue,
  Albany, NY 12203
CITE: (I-362 SN015807)

[Commerce Business Daily: Posted December 26, 1996]
[Printed Issue Date: December 31, 1996]

PART: SPECIAL NOTICES
SUBJECT: SPECIAL NOTICE - ELECTRONIC TDP
DESC: The U.S. Army Tank-Automotive and armaments command's a
  cquisition  center is ready to begin issuing technical D ATA
  packages (TDPS) on cd-rom  instead of furnishing ape rature
  cards. this special notice applies to  tacom-warr EN, tacom-ardec,
  and tacom-acala. we will start issuing TDPS  on cd-rom on a
  limited basis, within the next few weeks, with full  implementation
  by January 1997. the so licitation CBD notice and the  electronic
  bulletin board (TACOM-WARREN and TACOM-ACALA) or procurement
   network ( procnet, TACOM-ARDEC) will inform offerors when
  a TDP I S  available only on cd-rom. following are the system
  an D software  requirements for accessing the TDPS on cd-ro
  M:  (A) ibm-pc or compatible  computer; (B) recommend 804 86
  processor or greater; (C) eight (8)  megabytes of Ram (D) Ten
  (10) megabytes of free hard disk space; (E) O NE  (1) cd-rom
  drive with 2X speed minimum; (F) MOUSE; ( G) windows 3.X or
   windows 95. the tacom-warren point of contact for this notice
  is the  Acquisition Center help desk at (810) 574-7059. the
  tacom-acala point of  contac T is MS. Jean Bryant at (309)
  782-6429. the tacom-ardec point of  contact is MS. Holly heinz
  (201) 724-4218. see NOTE:  N/A.  All  responsible sources may
  submit an offe R which will be considered.
CITE: (I-361 SN015590)