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

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA, George C. Marshall Space Flight Center, Procurement
  Office, Code GP12, Marshall Space Flight Center, Huntsville,
  Alabama, 35812, Attn: Space
SUBJECT: A -- OPTICAL TRANSIENT DETECTOR DATA FROM MICROLAB-1
  SATELLITE
SOL 392211296
POC Jim Young, GP37Y/Contract Specialist, 205-544-0362, or Dan
  C. Mitchell, GP30/Contracting Officer, 205-544-0419
DESC: NASA/MSFC plans to acquire Optical Transient Detector (OTD)
  science data services on a sole-source basis from Orbital
  Imaging Corporation, Fairfax, Virgina. This will be a follow
  on, to NASA/MSFC Contract No. NAS8-39221, firm- fixed price
  award, with a Period of Performance of one year, with two one
  years options. This effort will provide for Orbital Imaging
  Corporation to continue to deliver lightning data and related
  telemetry, from the MicroLab-1 spacecraft. The OTD instrument
  was integrated with MicroLab-1 and launched into space on
  Orbital Imaging Corporation's Pegasus Air Launch Vehicle in
  April 1995. Orbital Imaging Corporation operates the Satellite
  Operations Center and Remote Tracking Station which provide
  the capability of retrieving the OTD lightning data and related
  telemetry from MicroLab-1. This procurement is being conducted
  under the NASA/MSFC MidRange Pilot Test Program approved by
  the Office of Federal Procurement Policy on April 16, 1993
  -- Note: This sole- source procurement, described is based
  on predominant experience. Interested firms have 15 days to
  submit their qualifications/capabilities in the critical areas
  mentioned above, along with a request for a copy of the solicitation
  -- Such qualifications/capabilities will be used solely for
  the purpose of determining whether or not to conduct this
  procurement on a competitive basis - - Responses received
  after the 15 days or without the required information will
   be considered nonresponsive to the synopsis and will not be
  considered -- A determination by the Government not to compete
  this proposed contract, on a full and open competitive basis,
  based upon responses to this notice, is solely within the
  discretion of the Government -- Oral communications are not
   acceptable in response to this notice -- Transmission by facsimile
  to 205-544- 9354 or by Internet e-mail to jim.young@msfc.nasa.gov
  is acceptable. All interested parties must submit their request
  in writing within fifteen (15) calendar days after publication
  of this notice. See Note 22. 
LINK http://msfcinfo.msfc.nasa.gov/midrange/presol/notices/notices.html
LINKDESC: 
EMAIL jim.young@msfc.nasa.gov
EMAILDESC: 
CITE: (W-341 SN009767)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Michigan Department of Transportation, Financial Services
  Division, Contracts Section, P.O. Box 30050, Lansing, MI 48909
SUBJECT: A- TRAFFIC INFORMATION DESIMINATION
SOL MOTORCITI
DUE 030797
POC Karen Bickle, Secretary of Transportation Systems, phone:
  517-373-2247,fax: 517-335-1815, E-mail: bickelk@state.mi.us
DESC: MOTORCITI is a project where the contractor, as the data
  repository, will have access to raw traffic data from the Michigan
  Department of Transportation (MDOT) and the Road Commission
  for Oakland County (RCOC), in return for goods and/or services.
    The contractor will be expected to repackage or value-add
  to the data for marketing to Information Service Providers.
   All responsible parties may request further information by
  contacting Karen Bickel.  
EMAIL bickelk@state.mi.us
EMAILDESC: 
CITE: (W-344 SN009876)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: 325 Contracting Squadron, 501 Illinois Ave., STE. 5,
  Tyndall AFB, FL 32403-5526
SUBJECT: A--ENVIRONMENTAL RISK MANAGEMENT AND RISK ASSESSMENT
SOL TYN 97 001
DUE 093097
POC Alyce Molt, Contract Specialist at (904) 283-8668.
DESC: CBD published 27 Sep 97, SOL TYN 97 001 is amended to include
  the following: Armstrong Laboratory, AI/EQ invites white papers
  (proposal abstracts) including rough order of magnitude (ROM)
  cost estimates on any research project submitted under BAA
  Announcement TYN 97 001.
CITE: (M-344 SN009993)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. ARMY CONSTR ENGRG RES LAB, ATTN: CONTRACTS OFFICE,
  P.O. BOX 9005, CHAMPAIGN IL 61826-9005
SUBJECT: A--SERVICES TO PROVIDE RESEARCH SUPPORT AND DEMONSTRATION
  IN THE AREA OF LEAD-BASED PAINT ABATEMENT UNDER THE TERMS AND
  CONDITIONS OF AN INDEFINITE DELIVERY CONTRACT.
SOL DACA88-97-R-0003
DUE 013097
POC Contract Specialist Pamela A. Woodard 217/352-6511 7589 (Site
  Code DACA88)
DESC: 17. The Materials Science and Technology Division, of the
  U.S. Army Construction Engineering Research Laboratories (USACERL),
  requires Research Support and Demonstration in the Area of
  Lead-Based Paint Abatement. Activities shall include conducting
  rsearch demonstrations of technologies and parameters for removal
  of Lead Based Paint (LBP). Requirements include the documentation
  of removal rates, waste generation, worker protection requirements,
  environmental control, material selection and hand tool oeration
  parameters. Other requirements shall include the performance
  of environmental testing such as the Toxicity Characteristic
  Leaching Procedure (TLCP) on the LBP waste streams generated
  at a military installation and the performance of XRay Florescent
  (XRF) and air monitoring on site during LBP removal. The performance
  of life cycle cost analysis on each of the emerging LBP technologies
  will be required. Inaddition, the preparation of generic specifications
  for removal of LBP from exterior surfaces will be required.
  Services to be provided will be accomplished by up to a maximum
  $1,000,000.00 under an Indefinite Delivery contract with a
  maximum per firm-fixe price delivery order of $200,000.00.
  Delivery orders may be issued during a period of one year with
  the same terms and conditions as the Indefinite Delivery contract.
  The contract will include an option for an additional year
  in accordance with the terms and conditions of the original
  contract. Multiple awards may be made under this solicitation.
  Request for Proposal (RFP) Number DACA88-97-R-0003 will be
  issue on or about 30 December 1996 with the closing date on
  or about 30 January 1997. Basis for award will be accomplished
  by the approach of best value to the Government, with consideration
  given to past performance, delivery, price and other considerations
  ofvalue. Submissions shall be in accordance with the RFP. Requests
  for copies of this solicitation shall be made in writing and
  addressed to USACERL, Attn: Contracts Office, P.O. Box 9005,
  Champaign, Illinois 61826-9005. There will be no telephone
  requests accepted. Requests for solicitation package may be
  submitted via facsimile at (217) 373-6773. Sincerely, Deloras
  Adamson Contracting Officer
CITE: (I-344 SN010042)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Afftc/pkae Directorate Of Contracting, 5 S. Wolfe Ave,
  Edwards Afb, Ca 93524-1185
SUBJECT: A--SOLAR ORBIT TRANSFER VEHICLE CONCEPTUAL DESIGN PROGRAM
  RESEARCH AND DEVELOPMENT ANNOUNCEMENT (PRDA) 97-01-PKAE
SOL PRDA 97-01-PKAE
DUE 011797
POC Martin Baca, Contract Negotiator, 805.277.3900, ext. 2278;
  Liliana Michaleski, Contracting Officer, 805.277.3900, ext.
  2229; Alan Sutton, 805.275.5504.
DESC: Due to the Christmas holiday season, the due date for proposals
  has changed from 4:00 p.m. Pacific Standard Time on 31 Dec
  96, to 4:00 p.m. Pacific Standard Time on 17 Jan 97.  One of
  the design parameters has changed from, "...a volume of less
  than or equal to 18 cubic inches..." to, "...a volume of less
  than or equal to 5,832 cubic inches [a cube of 18 inches per
  side]..." 
LINK http://cpf.edwards.af.mil/contracts/rfp.html
LINKDESC: 
  System at Edwards AFB, CA.
EMAIL bacam%pk@mhs.elan.af.mil
EMAILDESC: 
CITE: (W-344 SN010060)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA Dryden Flight Research Center, Acquisition Management
  Office, Mail Stop: D-1044/A, P.O. Box 273, Edwards, CA 93523-0273
SUBJECT: A--C-17 AS A SAFETY TEST AND EVALUATION PLATFORM (STEP)
SOL RFP4-97006-LLB
DUE 121896
POC POC: Linda L. Bonham, Contracting Officer, Phone (805) 258-3344,
  Fax (805) 258-2904, Email Linda_Bonham@qmgate.dfrc.nasa.gov
DESC: NASA/DFRC plans to issue a Request for Proposal (RFP) for
  the evaluation of the C-17 as a commercial transport aircraft
  safety test and evaluation platform (STEP). This effort will
  research the ability to use the C-17 simulation and aircraft
  to detect and react to simulated damage or failure. The general
  goals of this research are to develop the ability to: 1) evaluate
  aircraft systems fault detection and reaction; 2) evaluate
  concepts needed for the elimination of human caused mishaps;
  and 3) evaluate the tools needed to prevent other documented
  aircraft mishap causes.  NASA Dryden Flight Research Center
  intends to purchase the items from McDonnell-Douglas Corporation
  (MDC) because MDA is the manufacturer of the C-17 simulation
  and has access to the required MDA proprietary C-17 information.
   The Government does not intend to acquire a commercial item
  using FAR Part 12.  RFP will be released on or about 15 days
  after publication of this synopsis in the CBD.  Firm date for
  receipt of proposals will be stated in the RFP.   All responsible
  sources may submit a proposal which shall be considered by
  the agency.  See Number Note 22 & 26. Any referenced numbered
  notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm
LINKURL: http://www.dfrc.nasa.gov/Procure
LINKDESC: 
CITE: (D-344 SN010086)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA Dryden Flight Research Center, Acquisition Management
  Office, Mail Stop: D-1044/A, P.O. Box 273, Edwards, CA 93523-0273
SUBJECT: A--F-15 ADVANCED CONTROL TECHNOLOGY FOR INTEGRATED VEHICLES
SOL NAS2-13312-SNP
DUE 121796
POC POC: Salomon Perea, Contracting Officer, Phone (805) 258-3337,
  Fax (805) 258-2094, Email Salomon_Perea@qmgate.dfrc.nasa.gov
DESC: NASA/DFRC plans to issue a Request for Proposal (RFP) for
  a three month extension of Contract NAS2-13312, F-15 Advance
  Control Technology for Integrated Vehicles (ACTIVE). NASA/DFRC
  intends to purchase the items from McDonnell Douglas Aerospace
  Company, St. Louis, Missouri, they are the only source capable
  of providing the required services without interruption of
  services and the loss of F-15 aircraft design, maintenance
  and operational data bases.  See Numbered Note 26.  RFP will
  be released on or about 15 days after publication of this synopsis
  in the CBD. Firm date for receipt of proposals will be stated
  in the RFP.  All responsible sources may submit an proposal
  which shall be considered by the agency. See Number Note 22.
LINKURL: http://www.dfrc.nasa.gov/Procure
LINKDESC: 
CITE: (D-344 SN010088)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA Dryden Flight Research Center, Acquisition Management
  Office, Mail Stop: D-1044/A, P.O. Box 273, Edwards, CA 93523-0273
SUBJECT: A--PEGASUS LAUNCH SERVICES FOR THE WING GLOVE EXPERIMENT
SOL RFO4-97002-SNP
DUE 121296
POC POC: Salomon Perea, Contracting Officer, Phone (805) 258-3337,
  Fax (805) 258-2094, Email Salomon_Perea@qmgate.dfrc.nasa.gov
DESC: NASA/DFRC plans to issue a Request for Offer (RFO) for
  launch services for the Wing Glove Experiment Activities include
  Wing Glove and Pegasus mission planning, pre-flight preparations,
  launch, powered flight up to the completion of Stage 1 burnout
  and separation, and completion of the post flight report. 
  This procurement is being conducted under the NASA MidRange
  Pilot Test Program approved by the Office of Federal Procurement
   Policy. NASA/DFRC intends to purchase the items from Orbital
  Sciences Corporation of Dulles, Virginia, which is the designer
  and manufacturer of the rocket-powered Pegasus launch vehicle
  as well as its sole operator.  See Numbered Note 26.  Interested
  firms have 15 days from publication on the NAIS (or Commerce
  Business Daily (CBD) if over $500K) to submit their qualifications/capabilities.
   Such qualifications/capabilities will be used solely for the
  purpose of determining whether or not to conduct this procurement
  on a competitive basis.  Responses received after 15 days without
  the required information will be considered nonresponsive to
  the synopsis and will not be considered.  A determination by
  the Government not to compete this proposed contract, on a
  full and open competitive basis, based upon responses to this
  notice, is solely within the discretion of the Government.
  Firm date for receipt of offers will be stated in the RFO.
   All responsible sources may submit an offer which shall be
  considered by the agency.
LINKURL: http://www.dfrc.nasa.gov/Procure
LINKDESC: 
CITE: (D-344 SN010089)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: The National Defense Center of Excellence for Research
  in Ocean = Sciences (CEROS); 73-4460 Queen Kaahumanu Hwy, Suite
  111, Kailua-Kona, = Hawaii 96740
SUBJECT: A--OCEAN TECHNOLOGIES FOR INTEGRATED NAVY-MARINE FORCES.
SOL SOL BAA-CEROS-97-01
DUE 081597
POC  Point of Contact - William A. Friedl, Technical Director,
  = 808-327-3350
DESC: The National Defense Center of Excellence for Research
  in Ocean = Sciences (CEROS) is soliciting proposals for concept
  exploration, = analysis, study, development, and commercialization
  of ocean = technologies and applied ocean science for effective
  use of ocean = resources.  Of particular interest are proposals
  for research, = development and demonstration of advanced technologies
  for Shallow Water = Surveillance, Ocean Environmental Preservation,
  New Ocean Platform and = Ship Concepts, Ocean Measurement Instrumentation
  and Ocean Engineering = Tools, and Unique Properties of the
  Deep Ocean Environment.  Innovative = concepts and new approaches
  are being sought to advance technology while = fully leveraging
  existing facilities and infrastructure in Hawaii and = demonstrating
  beneficial applications for commercial and military = utility
  for the Department of Defense.  CEROS anticipates executing
  the = program outlined in this announcement contingent upon
  funding amount and = availability. Contract awards  shall 
  be based on proposal merit and funding = availability.  CEROS
  anticipates that initial contractor selections will = be made
  during May 1997.  However, properly formatted proposal abstracts
  =  received after initial contractor selections and before
  15 August 1997 = will be considered for award if funding is
  available.  Proposed work = should be structured to have a
  base period of performance of 6 to 12 = months. Options to
  extend the period of performance beyond 12 months may = be
  included in proposals but incremental funding of any such options
  is = not guaranteed. CEROS will use a two-step submission process
   to = formulate a Core Program of projects submitted under
  this announcement. = For the first submission step, offerors
  are required to submit a = Proposal Abstract to be considered.
   CEROS will evaluate all abstracts = against the evaluation
  criteria herein without regard to other abstracts = submitted.
   For the second step, CEROS will request  full technical and
  = cost proposals from selected offerors for proposed efforts
  deemed as = best qualified for potential negotiation under
  this BAA.   Proposal = format and length for full proposals
  will be specified by CEROS in the = invitation to submit the
  more detailed proposal.  Such an invitation = does not assure
  subsequent award.  The decision to submit or not submit = a
  full proposal is the responsibility of the offeror submitting
  the = abstract.  No selection for negotiation  will be made
  under this BAA = without a full technical and cost proposal.=20
  Subject areas of interest include:  (1) Shallow Water Surveillance
  = Technologies, including: Low-cost sensors, unique  or advanced
  sensor = arrays, advanced signal processing techniques, shallow
  water ASW, mine = countermeasures, and ship defense.  (2) Ocean
  Environmental = Preservation, including: In Situ measurements,
  spectral remote sensing = technologies, microelectronic or
  micromechanical systems development , = non-point source pollution
  measurement and remediation, explosive = ordnance disposal,
  and environmental cleanup or remediation = technologies.  (3)
  New Ocean Platform and Ship Concepts, including: = Unique structures,
  simulation based design and model development, = affordability,
  automation, assembly and manufacturing technology, and = new
  hull designs.  (4)  Ocean Measurement Instrumentation and Ocean
  = Engineering Tools, including: advanced sensors and geophysical
  survey = technologies, subsystems or components for teleoperated
  structures (TOS) = , nondestructive testing systems, low power,
  autonomous data collection = platforms and technologies, laser
  applications, and modeling, = measurements and predictions.
   (5) Unique Properties of the Deep Ocean = Environment, including:
  Utilization of deep ocean seawater, deep = seawater chemistry
  and biology, deep seawater materials testing, and = unique
  or advanced energy and fuel production technologies.  PROPOSAL
  = PROCESS - To be considered in the initial contract award
  period, = offerors responding to this BAA shall submit an unclassified
  Abstract of = the proposed effort to CEROS by 3 PM, Hawaii
  Standard Time, 7 February = 1997.  The abstract should provide
  an overview of the project and = associated costs and shall
  be prepared on 8.5 x 11 inch plain paper = printed on one side
  only in the following format: single or double = spaced, in
  at least ten point type, with margins not less than one inch,
  = and pages numbered.  An original Abstract and six copies
  are requested = for each submission.   Each Abstract should
  be unbound with the pages = secured by a single staple in the
  upper left hand corner.  Abstracts or = full proposals may
  not be submitted by telefax or electronic mail, any = so sent
  will be rejected.  Acknowledgment of receipt of abstracts or
  = proposals will not be made, and abstracts or proposals will
  not be = returned.  CEROS will attempt to respond to all Abstracts
  received in = the initial contract award period by 20 March
  1997. =20 Each Abstract shall address one subject area and
  must be no longer than = 5 single-sided pages.  Abstracts longer
  than 5 pages will be deemed = unresponsive.  The total page
  count includes figures and tables.  The = Abstract shall consist
  of a cover page and up to 4 additional pages of = proposal
  information.  The Cover Page shall include the following: Title
  = of the proposed effort, Technical subject area addressed,
  Intended = product or result, Name and affiliation of the Principal
  Investigator = and administrative Point of Contact, Proposed
  period of performance, = Funding required to produce the proposed
  products, Names of = sub-contractors and co-investigators,
  and Special requirements or = considerations.  The balance
  of the Abstract shall include the following = sections, each
  clearly labeled: A.  Rationale for the proposed effort, = stressing
  (a) the work's relationship to Department of Defense (DoD)
  = technological needs and (b) value added aspects of the work
  for DoD, the = State of Hawaii, and CEROS.  B.  Technical Objectives
  of the work, = emphasizing the innovation and leading edge
  aspects of ocean research = and technology and the potential
  for military use or commercialization. C.  Technical Approach,
  describing how the work will be executed and = giving an outline
  of the planned work schedule and significant = milestones.
   D.  Expected Results or Products, discussing what the = proposed
  effort will produce, how the results will be demonstrated and
  = why those deliverables will advance ocean science, ocean
  technology, or = ocean resource use; address DoD needs; and
  bring added value to the = Natural Energy Laboratory of Hawaii,
  the State of Hawaii or the Central = Pacific.  The Abstract
  may also contain any other information germane to = the proposed
  effort, such as discussions of leveraged assets involved, =
  technology reinvestment or transfer aspects of the proposed
  work, = company qualifications, or technical references.  EVALUATION
  CRITERIA - = The following criteria apply to both Abstracts
  and full proposals = requested under this announcement.  CEROS
  will select for award those = proposals offering the best value
  and, except for the first criterion = (item A), will give equal
  weight to each of the following criteria.  = Item A will receive
  twice the weight of any other criterion in the = evaluation.
   A.   Scientific/technical quality of  the  research = proposal
  and its relevance to the topic description, with special =
  emphasis on its innovation and originality.  B.  Qualifications
  of the = principal investigator, other key staff, and consultants
  (if any), and = the adequacy of instruments and facilities
  involved, considering the = potential for the effort to use
  and leverage equipment, facilities, = infrastructure or the
  natural ocean resources in Hawaii.  C.   = Anticipated benefits
  of the research, its potential value to the = Department of
  Defense and potential for stimulating ocean utilization or
  = technology business development in Hawaii.  D.   Overall
  cost and = realism of cost for proposed effort.  OTHER REQUIREMENTS
  - CEROS plans = to make up to $7M available to fund proposals
  in response to this = announcement, depending on funding availability.
    Out-year funding has = not been defined. Multiple, fixed
  price or cost plus fixed fee = contracts, not exceeding $1M
  each,  are anticipated to be awarded as a = result of this
  BAA.  Contract awards will be based on proposal merit and =
  funding availability.  CEROS anticipates that initial selections
  for = awards will be made in May 1997.  CEROS may request that
  successful = offerors deliver two presentations on their research
  to Hawaii high = school students.  This solicitation will remain
  open for eight months = (248 days) from the date of this announcement.
   However, to be = considered in the initial award period, a
  properly formatted abstract = must be received by CEROS by
  3 PM, Hawaii Standard Time, 7 February = 1997.   It is CEROS
  policy to treat all proposals as competitive = information
  and to disclose the contents only for the purposes of = evaluation.
  CEROS may use selected support contractors as special = resources
  to evaluate abstracts and proposals. These contractors are
  = restricted by their contracts from disclosing the proposal
  information = or using it for purposes other than the technical
  assessments. CEROS = evaluators are required to sign non_disclosure
  statements. By submitting = an abstract of your proposal, you
  agree that the technical and = management information may be
  disclosed to those selected contractors = and evaluators for
  the limited purpose stated above or unless otherwise = required
  by law. Any information submitted with your proposal that you
  = do not consent to limited release must be clearly marked
  proprietary and = submitted segregated from other proposal
  material.  All abstracts = submitted under this BAA must be
  unclassified.  If offerors propose to = undertake classified
  work or require access to classified information, = they must
  be able to certify that they have a proper  facility = clearance,
  and key personnel must be certified as holding a Secret = clearance.
   Abstracts must clearly state that the proposed work will be
  = classified.  Successful offerors will be required to execute
  contracts = with the Natural Energy Laboratory of Hawaii Authority
  pursuant to its = statutory authority provided under Hawaii
  Revised Statutes, chapter 227. =  ADDITIONAL INFORMATION -
  Information about CEROS,  Hawaii ocean R&D, = and the goals
  and objectives for the Natural Energy Laboratory of Hawaii
  = is available to potential offerors upon request from the
  CEROS Project = Office or through the CEROS website at http://www.ceros.org/
  and the = Natural Energy Laboratory of Hawaii Authority website
  at = http://bigisland.com/nelha/.  (5) Contact Point: questions
   relating to = this BAA are to be directed to attn.: Research
  Administrator, CEROS = Project Office, 73-4460 Queen Kaahumanu
  Highway, Suite 111, Kailua-Kona, = Hawaii 96740, phone (808)
  327-3350.   All responsive sources may submit = a proposal
  abstract, which shall be considered by CEROS.  CEROS reserves
  = the right to select for award all, some, or none of the proposals
  = received in response to this announcement.  The program described
  in = this announcement is contingent upon funding availability.
LINKURL: http:  www.ceros.org
LINKDESC: 
  in Ocean = Sciences (CEROS)
EMAILADD: billf@ceros.org
EMAILDESC:  
  in Ocean = Sciences (CEROS)
CITE: (D-344 SN010111)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320
  Dahlgren Road, Dahlgren, VA 22448-5100
SUBJECT: A -- REPLACEMENT HEATSHIELD MATERIALS FOR STRATEGIC
  SYSTEMS REENTRY BODIES
SOL N00178-97-R-4001
POC Karen Lenox, Code S145/Dwight G. Cooper TELECOPIER #: (540)
  653-6810 PHONE #: (540) 653-7621.
DESC: This requirement is cancelled.
CITE: (I-344 SN010161)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center/Wallops Flight Facility/Wallops
  Island, VA 23337
SUBJECT: A -- MARK VI ATTITUDE CONTROL SYSTEM (ACS) SERVICES
  SUPPORT
SOL RFP5-09982/608
DUE 010397
POC K. Jay Savage, Contract Specialist, 804-824-1276, kenneth.j.savage.1@gsfc.nasa.gov,
  Richard M. Swanson, Contracti Officer, 804-824-1426, richard.m.swanson.1@gsfc.nasa.gov.
DESC: This is a modification to add the following information
  to the synopsis: The basic period of performance for this procurement
  shall be 5/1/97 - 1/31/98. Electronic versions of the documents
  will be provided on the World Wide Web at http://genesis.gsfc.nasa.gov/procure.htm,
  and by anonymous ftp to genesis.gsfc.nasa.gov/public/web/solicita.
CITE: (I-344 SN010207)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: CECOM Acquisition Center, Washington Business Office,
  AMSEL-AC-WB-B,  2841 Eisenhower Avenue, Alexandria, VA  22331-0700
SUBJECT: A-- AIRBORNE MINEFIELD DETECTION
SOL  N/A
DUE 011797
POC  Point of Contact - Craig Martin, Project Engineer, 703-704-2851,
   Ana  M. Kimberly, Contracting Officer, 703-325-5800
DESC:   The US Army Program Manager for Mines, Countermine, and
  Demolitions and  the US Army Communications-Electronics Command
  are seeking sources who have  technological system solutions
  for airborne detection and location of  minefields.  Systems
  must be suitable for use on a fixed-wing or rotary-wing  aircraft.
  These systems must detect buried and surface-laid antitank
  mines of  all types,          constructed of metal, plastic
  or wood, under varying weather conditions, in  varying types
  of terrain. These systems must also accurately delineate minefield
  boundaries and report individual mine or mine cluster locations
  using digital  mapping and Differential Global Positioning
  System (DGPS) or similar technology. System performance goals
  are as follows. 1) Demonstrate detection of buried  patterned
  and unpatterned scatterable minefields at 80% probability of
  success,  surface patterned minefields at 90% probability of
        success, and buried nuisance mines (single mine or cluster)
  at 70% probability  of success. 2) Demonstrate a false alarm
  rate (FAR) of  less than 0.5 per square kilometer for initial
  detection and a FAR of less than 0.1 per square kilometer 
  for verification flights. 3)  Provide accurate ground locations
  of detected  mines or minefields  within 150 meters of actual
  mine/minefield locations. 4)  Systems which detect and locate
  minefields in near real-time will be given   priority consideration.
  However, post-mission computer processing of imagery  will
  be accepted if the processing time to real time ratio is less
  than 2:1.  Offerors will be initially evaluated based on  their
  written proposal presenting system maturity and potential 
      minefield detection performance. Offerors who are successful
  in passing this  initial evaluation will be subjected to a
  qualification test of their systems at Fort Huachuca, AZ from
  3-28 February 1997,  if required.  Offerors whose systems demonstrate
  minefield detection performance during the qualification test
  can then proceed to a  technical demonstration at  Ft. Huachuca,
  AZ from 1 March - 30 April  1997. Offerors must be willing
  to demonstrate their systems at their own cost  without the
  use of government furnished property or  personnel. Offerors
  are  required to operate and maintain their       systems and
  provide all support during both the qualification test and
  technical demonstration. The government will provide test 
  ranges/minefields and will  analyze system performance. Offerors
       whose systems are successful may be considered for future
  competitive  contractual efforts. Those interested in participating
   should respond to the  following address: US Army CECOM RDEC
  NVESD,   ATTN: AMSEL-RD-NV-CD-MD (Craig Martin), 10221 BURBECK
  ROAD SUITE 430, FORT  BELVOIR, VA 22060-5806. E-Mail: crmartin@nvl.army.mil.
    Offers to participate  will be accepted until 17 January
  1997.   Responses should be no longer than ten pages and include
  a description of the system, demonstrated/potential minefield
   detection performance, and proof of availability for testing
  in Fort Huachuca, AZ. Information about future requirements
  will be put on the CECOM  Acquisition Center, Washington Operations
  Office BBS. BBS is accessible from the Internet (143.134.132.78
  ISSAA-WWW1.ARMY.MIL) AND FROM DIAL-IN LINES  (703-428-0864)
LINKURL: 143.134.132.78
LINKDESC: 
EMAILADD: crmartin@nvl.army.mil
EMAILDESC: 
CITE: (D-341 SN009762)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320
  Dahlgren Road, Dahlgren, VA 22448-5100
SUBJECT: A -- RESEARCH AND DEVELOPMENT BROAD AGENCY ANNOUNCEMENT
  (BAA) N00178-97-Q-1032 FOR NON-INTRUSIVE INSPECTION TECHNOLOGIES
  AND INTEGRATED SYSTEMS DEMONSTRATIONS
SOL N00178-97-Q-1032
DUE 011697
POC Patricia A. Canciglia, Contract Specialist, Code SD112 or
  Paul Learn, Contracting Officer, Code SD11 on (540) 653-7478
  or email pcancig@nswc.navy.mil.
DESC: PROGRAM OBJECTIVES: The Department of Defense Counterdrug
  Technology Development Program Office is soliciting research
  and development proposals for advanced prototype systems for
  non-intrusive inspection of vehicles, vessels and cargo entering
  the United States at air, sea and land Ports of Entry (POE)
  in support of the national counterdrug mission. The objective
  of this effort is to demonstrate a set of non-intrusive systems
  integrated to support designated POE's for the purpose of detecting
  smuggled drugs in cargo and conveyances. The Naval Surface
  Warfare Center, Dahlgren Division (NSWCDD) solicits proposals
  from those interested in proposing new technologies for inclusion
  in the demonstration of an integrated set of systems for non-intrusive
  inspection at different types of POE's. PROGRAM SCOPE: The
  projected completion date for demonstration and integration
  of a valid non-intrusive inspection system at designated POE's
  is 24 months after award (15 months of development effort and
  9 months of integrated demonstration) after award of resulting
  contracts as a result of this Broad Agency Announcement (BAA).
  NSWCDD solicits innovative concepts delivered as field engineered
  prototype systems for inclusion in the POE's demonstrations.
  The developer of the proposed system shall be responsible for
  the design, fabrication, delivery and maintenance of the system
  along with any necessary interface documentation. The technologies
  and system approaches should be applicable to one or more of
  the port scenarios with flexibility for different locations
  being an important consideration. The focus of this effort
  is for mobile, transportable or easily relocatable systems.
  Systems demonstrations will have a set of demonstration plans
  that include, but are not limited to, Measures of Effectiveness,
  Concepts of Operations and Measurement Procedures for the Demonstration
  of Technology at a specific port. Those providing technologies
  need to provide flexibility in their response to provide for
  interface of their system with other technologies and support
  of their equipment to these sets of demonstrations. It is the
  intent that the systems delivered under this program be sufficiently
  designed and ruggedized so that they can be used by law enforcement
  operators at a POE. As noted earlier, the focus of this effort
  is for mobile, transportable or easily relocatable systems.
  Because of the multiple scenarios, offerors are encouraged
  to provide options for multiple systems. The capability to
  verify manifest of cargoes is a desirable, but not mandatory
  requirement. Along with the technical attributes defined, the
  system must be cost effective. As a point of reference, the
  production and installation cost of systems proposed should
  not exceed $3,000,000 per system. PROPOSAL PREPARATION: All
  interested parties shall submit an unclassified white paper
  (limited to 10 single-sided, double-spaced pages in 12pt print)
  outlining their technical approach and experience in providing
  a solution to this BAA along with a Rough Order of Magnitude
  (Cost) by 2PM on 16 January 1997. All proprietary portions
  of the white paper shall be clearly identified and will be
  treated in the strictest confidence. White papers shall be
  submitted in an Original with 10 copies to the Naval Surface
  Warfare Center, Dahlgren Division, Attn: P. A. Canciglia, Code
  SD112, 17320 Dahlgren Road, Dahlgren Virginia 22448-5100. White
  papers shall reference Broad Agency Announcement Number N00178-97-Q-1032.
  White papers will be reviewed and formal unclassified technical
  and cost proposals will be requested from sources whose approaches
  have been selected for further consideration. Formal Cost and
  Technical Proposals will be required approximately one month
  after notification that NSWCDD has decided to pursue the offerors'
  approach as identified in their white paper submission. Current
  projections provide for completion of white paper evaluation
  by 24 January 1997, therefore, if selected, offeror's cost
  and technical proposals will be required by 24 February 1997.
  An Unclassified Industry Brief will be held to provide further
  clarification and to answer questions of potential offerors.
  If you plan to attend the industry brief which is scheduled
  for 19 December 1996 from 10AM - 2PM at the Naval Surface Warfare
  Center, Dahlgren Division Theater, Dahlgren, Virginia you must
  notify Pat Canciglia, Code SD112, on (540) 653-7478 on or before
  17 December 1996 with a list of attendees (limited to two per
  firm). While foreign nationals are invited, special arrangements
  must be made. Therefore, if you are not a U.S. citizen, you
  must notify Pat Canciglia on (540) 653-7478 to make necessary
  arrangements to attend the industry brief. PROPOSAL EVALUATION:
  As noted earlier, after a review of white papers, the Government
  will request formal cost and technical proposals for selected
  offerors who have identified viable approaches to meeting the
  NSWCDD specific requirements. Proposals shall consist of three
  sections: (1) Technical, (2) Cost and (3) Contractual. The
  technical proposal shall contain, at a minimum, an executive
  summary, technical approach, program plan, statement of work,
  milestone schedule, description of facilities and equipment,
  relevant prior experience, management plan, description of
  deliverable items, and resumes of key individuals. Only key
  individuals performing work in support of this effort should
  be identified in short biological sketches in the body of the
  proposal. This section of the proposal shall not exceed 35
  single-sided, double-spaced pages in 12 pt. print, including
  title pages, table of contents, figures, tables, references,
  biographical sketches, but excluding resumes and tabs. The
  cost proposal shall contain a complete breakdown of proposed
  cost supported by historical data, current actuals and validated
  rationale for projected costs. The contractual portion of the
  proposal shall document the offeror's acceptance of NSWCDD
  clauses (which will be provided at time of proposal request)
  and any other information necessary to fully specify the final
  proposed contractual agreement. Proposals shall contain a statement
  of validity for at least 180 days beyond the closing date of
  receipt of proposals (estimated 24 February 1997). EVALUATION
  CRITERIA: White papers and technical proposals will be evaluated
  against the following criteria in descending order of importance:
  (A) Scientific and Technical Merit, and (B) Potential Contribution
  to DOD Counterdrug Mission, (C) Offerors's Capabilities and
  Experience, (D) Capabilities and experience of the Offeror's
  Key Personnel, (E) Offeror's Past Performance, and (F) Offeror's
  Commitment to HBCU/MI and SDB. Criteria (A) and (B) are considered
  the most important criteria and are rated equally. Criteria
  (C), (D), (E) and (F) are significantly less important than
  criteria (A) and (B)). In addition to technical assessment,
  the realism of proposed cost and availability of Government
  funds will be an area of consideration. Not all proposals deemed
  selectable will be funded. Decisions to fund selectable proposals
  will be based on funding availability, scientific and technical
  merit, and potential contribution and relevance to the effort.
  The Government reserves the right to award on all, some or
  none of the proposals received and to fund all or part of the
  efforts presented in a proposal. Multiple awards are anticipated.
  Offerors shall identify proposed contract type in their white
  paper submission. OTHER INFORMATION: This announcement for
  White Paper submission will be open through 16 January 1997.
  White papers may be submitted at any time up to 2PM on 16 January
  1997. This notice constitutes a BAA for NSWCDD as authorized
  in FAR 6.102(d)(2). Although no portion of this announcement
  is set aside for HBCU/MI participation, proposals are invited
  from all sources. This BAA should not be construed as commitment
  or authorization to incur cost in anticipation of a resultant
  contract. Information provided herein is subject to modification
  and in no way binds the Government to award a contract. Any
  requests for information or documentation shall be submitted
  to the attention of Patricia A. Canciglia, Code SD112, on (540)
  653-7478. This synopsis will be availble on the World Wide
  Web at "http://www.nswc.navy.mil/"under "Procurement Division"
  or "http://proc_div.nswc.navy.mil".
CITE: (I-344 SN010156)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Acquisitions Management Operations Branch, National Institute
  of Allergy and Infectious Diseases, Solar Building, Room 1C38,
  6003 Executive Blvd. MSC-7605, Bethesda, MD 20892-7605
SUBJECT: B--TECHNICAL SUPPORT SERVICES FOR THE CLINICAL AND MOLECULAR
  RETROVIROLOGY SECTION
SOL 97-52
POC Mr. Checchia/301-496-3878/Rebecca A. Guenthner/301-402-2284
DESC: RFP AVAILABLE ANNOUNCEMENT ELECTRONIC RFP PROPOSED ANNOUNCEMENT
  RFP AVAILABLE: NIH-NIAID-DIR-97-52.  "Technical Support Services
  for the Clinical and Molecular Retrovirology Section:" The
  Division of Intramural Research Program of the Office of the
  Clinical Director, of the National Institute of Allergy and
  Infectious Diseases (NIAID) has a requirement for technical
  support services from organizations having the capabilities
  to be responsible for the continued monitoring, maintenance,
  design and implementation of a comprehensive system for the
  acquisition, compilation, correction monitoring, storage and
  analysis of data collected in the clinical trials of predominantly
  new and experimental investigational agents. The necessary
  technical support services will range from the maintenance
  of the current existing clinical trial database of the NIAID
  Clinical and Molecular Retrovirology Section to  the development
  of application software, networking functions, and data analysis
  for the NIAID and possibly other Institutes, Centers or Divisions.
  It is anticipated that one cost-reimbursement with fixed-price
  options, level of effort contract will be awarded for a period
  of five(5) years. RFP NIH-NIAID-DIR-97-52 will be available
  electronically on or about December 26, 1996 and may be accessed
  through either the NIH Home Page, or the NIH Gopher by using
  the following electronic mail addresses and instructions: 1)
  NIH Home Page (via the World Wide Web):  Access the NIH Home
  Page by using http://www.nih.gov  .  Once you are at the NIH
  Home Page, select "Grants & Contracts", and then select "NIH
  Gopher directory"  item listed under the "Contracts Page" Section.
   The Uniform Resource Locator (URL) for this gopher directory
  is gopher://gopher.nih.gov:70/11/res/rd-rfp 2) To access the
  NIH Gopher: Point your gopher client to GOPHER.NIH.GOV  PORT
   70  (you should now be in the NIH Gopher).  Select "Grant
  & Research Information", then select "R&D Requests for Proposals
   (RFP)." Please note that the RFP for this procurement has
  been revised to include only the Work Statement, deliverable
  and reporting requirements, special requirements and mandatory
  qualification, if any, the Technical Evaluation Criteria, and
  proposal preparation instructions.  All information required
  for the submission of an offer will be contained in the electronic
  RFP package.  Following proposal submission and the initial
  review process, offerors comprising the competitive range will
  be requested to provide additional documentation to the Contracting
  Officer. Responses to this RFP will be due on or about January
  28, 1997.  Any responsible offeror may submit a proposal which
  will be considered by the Government.  This advertisement does
  not commit the Government to award a contract.
CITE: (I-341 SN009765)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Joint Oceanographic Institutions, ATTN: Dir. of Contracts
  and Grants, 1755 Massachusetts Avenue, NW, Suite 800, Washington,
  DC 20036-2102
SUBJECT: B--WIRELINE LOGGING SERVICES IN SUPPORT OF THE OCEAN
  DRILLING PROGRAM
SOL JOI-R-97-1
DUE 011497
POC Sue Siegel, (202) 232-3900, extension 238, Director of Contracts
  & Grants, Patricia Williams, (202) 232-3900, extension 237.
DESC: Wireline Logging Services subcontract in support of the
  Ocean Drilling Program (ODP). The ODP is an international partnership
  of scientists and research institutions organized to explore
  the structure and history of the Earth beneath the ocean basins.
  JOI has a prime contract with the National Science Foundation
  for the management and operation of the ODP. Any offers accepted
  through this RFP will result in a cost reimbursement subcontract
  under the Prime Contract. The subcontract period is anticipated
  to be 10/01/98--09/30/03. Competition is limited to Joint Oceanographic
  Institutions for Deep Earth Sampling (JOIDES) institutions,
  or other entities familiar with   ODP Wireline operations,
  to ensure that background, expertise, and resources available
  to operate the Wireline Logging Program are maintained. When
  calling, be prepared to state name, address, and solicitation
  number. See note 9. Responsible organizations may submit a
  proposal which shall be considered by JOI. Requests for copies
  of the solicitation may be submitted to the individuals listed
  at 11. By mail or by FAX (202) 265-4409.
CITE: (M-344 SN010090)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Joint Oceanographic Institutions, ATTN: Dir. of Contracts
  & Grants, 1755 Massachusetts Avenue, NW., Suite 800, Washington,
  DC 20036-2102
SUBJECT: B--SITE SURVEY DATA BANK SUPPORT SERVICES IN SUPPORT
  OF THE OCEAN DRILLING PROGRAM
SOL JOI-R-97-1
DUE 011497
POC Sue Siegel, (202) 232-3900, extension 238, Director of Contracts
  & Grants, Patricia Williams, (202) 232-3900, extension 237.
DESC: Site Survey Data Bank Support Services subcontract in support
  of the Ocean Drilling Program (ODP). The ODP is an international
  partnership of scientists and research institutions organized
  to explore the structure and history of the Earth beneath the
  ocean basins. JOI has a prime contract with the National Science
  Foundation for the management and operation of the ODP. Any
  offers accepted through this RFP will result in a cost reimbursement
  subcontract under the Prime Contract. The subcontract period
  is anticipated to be 10/01/98-09/30/03. Competition is limited
  to Joint Oceanographic Institutions for Deep Earth Sampling
  (JOIDES) institutions, or other entities   familiar with ODP
  Site Survey Data Bank operations, to ensure that background
  expertise, and resources available to operate ODP Site Survey
  Data Bank Support Services are maintained. When calling, be
  prepared to state name, address, and solicitation number. See
  note 9. Responsible organizations may submit a proposal which
  shall be considered by JOI. Requests for copies of the solicitation
  may be submitted to the individuals listed at 11. By mail or
  by FAX (202) 265-4409.
CITE: (M-344 SN010091)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: National Park Service, Rocky Mountain SSO, P.O. Box 25287,
  Denver, CO 80225, Attn: IMFA-RM-A
SUBJECT: B--ARCHEOLOGICAL INVENTORY, DEVILS TOWER NATIONAL MONUMENT,
  WYOMING
SOL 1443-RP-1230-97-001
DUE 012797
POC Sonya Armstrong, Contract Specialist, (303) 969-2540.
DESC: Perform archeological inventory, National Register of Historic
  Places evaluations, and documentation of prehistoric and historic
  properties located within  Devils Tower National  Monument,
  Crook County, Wyoming. The Monument covers approximately 1,400
  acres. Work is to be performed under a professional services
  cost-reimbursement contract. Research findings will be prepared
  in a  format suitable for publication in a professional journal.
  Interested parties should request solicitation  No. 1443-RP-1230-97-001
  which  will  be available on or about January 3, 1997. Technical
   proposals will be due on or about February 4, 1997. Organizations
  planning to only manage this contract and/or act as a  cover
  organization for consultants hired only for this study are
   discouraged; direct research commitment, interest, and involvement
  are  required from the  successful offeror.  Competition is
  open  to large and small businesses. SIC Code 8731; Small Business
  Size  Standard is less than 500 employees. All responsible
  sources  may submit an offer which will be considered.
CITE: (M-344 SN010190)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: United States Postal Service, Facilities Service Office,
  225 North Humphreys Blvd, Memphis, TN 38166-0300
SUBJECT: C--ATLANTA, GEORGIA AIR MAIL CENTER - DESIGN/BUILD
SOL 475450-97-A-0003
DUE 013097
POC Mr. George Tedesco, Major Facilities Purchasing, 202/268-6286
DESC: The United States Postal Service intends to award a cost
  reimbursable design/build contract to design and construct
  a new 324,000 (approximate) gross square foot Air Mail Center
  on leased land at the Hartsfield Atlanta International Airport,
  Atlanta, Georgia. The work will include concrete parking and
  maneuvering area, slab on grade, steel column, beam and joist
  structure, masonry/concrete skin and built-up roof. Specialized
  areas include a Retail Store and Business Mail Entry Unit.
  The Material Handling System consists of bulk mail and tray
  mail systems. Bulk and tray mail systems are divided into two
  sub-systems, originating and destinating. All systems share
  a common universal high speed carousel sorting machine. The
  estimated cost range is between $27,000,000 and $32,000,000.
  Completion time for the entire project is within 400 calendar
  days from date of receipt of Notice to Proceed. Following are
  the prequalified firms that will be submitting proposals on
  the solicitation: Korte Construction Co. 700 St. Louis Union
  Station, Suite 300, St. Louis, MO 63103-2256; Rust Engineering
  & Construction, Inc., 100 Corporate Parkway, Birmingham, AL
  35242-2928; Hensel Phelps Construction Co., P.O. Box 15547,
  Austin, TX 78761-5547; The Austin Co. 48 Perimeter Center,
  East, Atlanta, GA 30346-1998; James N. Gray Construction Co.,
  Inc., 250 W. Main Street, Suite 2500, Lexington, KY 405507-1760;
  The Morganti Group, Inc.; 100 Mill Plan Road, P.O. Box 1919,
  Danbury, CT 06813-1919; Turner Construction Co., 7000 Central
  Parkway, Suite 650, Atlanta, GA 30328-4584; Centex Bateson
  Construction Co., Inc., 10150 Monroe Drive, P.O. Box 299009,
  Dallas, TX 75229-9009; Rudolph/Libbe, Inc., 6494 Latcha Rd.,
  Walbridge, OH 43465-9738; Metric Constructors, 2 Parkway Center,
  1800 Parkway Pl., Suite 810, Marietta, GA 30067-8293, and The
  Haskell Co., 111 Riverside Ave., P.O. Box 44100, Jacksonville,
  FL 32231-4100. Proposals will only be accepted from firms listed
  on the prequalified list. Firms, other than the prequalified
  firms, may purchase solicitation documents.  Contractors must
  submit a written request accompanied by a check or money order
  for $300.00 (non-refundable). Checks should be made payable
  to the USPS-Disbursing Officer. Requests accompanied by check
  or money order must be sent to the Major Facilities Office,
  Attn: Ms Megan Jones, 225 North Humphreys Blvd., Memphis, TN
  38166-0300. A Pre-Proposal Conference will be conducted on
  January 6, 1997, 1 PM, at the USPS Processing and Distribution
  Center, 3900 Crown Road, Room 130-J, Atlanta, Georgia. Participants
  should park in the employee's parking lot. The entrance is
  off Brown's Mill Road. For additional information on requesting
  plans, call 901/747-7463. This is a negotiated procurement,
  therefore, offers will not be publicly opened. 
EMAIL hsartain@email.usps.gov
EMAILDESC: 
CITE: (W-344 SN009877)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: USACED, SACRAMENTO, OFC REC/LOAD DOCK,MF: BLOCK #4, 1325
  J STREET, SACRAMENTO CA 95814-2922
SUBJECT: C--COMPLETE FINAL DESIGN OF NAPA RIVER FLOOD DAMAGE
  REDUCTION PROJECT, NAPA RIVER
SOL DACW05-97-Q-0046
DUE 122096
POC Purchasing Agent Beverly Hatfield (916) 557-5232 (Site Code
  DACA05)
DESC: Notice of intent to award with Philip Williams & Associates,
  Ltd. for services to complete the final design of Napa River
  Flood Damage Reduction Project, Napa River, JFK Park to Lincoln
  Ave, Napa, California. All responsible Small Business Architect-ngineer
  firms having capabilites to perform this work may submit one
  completed SF 254 and SF 255, U.S. Government Architect-Engineer
  and Related Services Questionaire, not later than 20 December
  1996, which wil be considered by the agency. Request shall
  bemailed to USACED, Sacramento, ATTN: Beverly Hatfield, 1325
  J. Street, Room 878, Sacramento, CA, 95814-2922.
CITE: (I-344 SN010040)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Officer in Charge of Construction, Building 5 (097),
  WPNSTA CHASN, 2316 Red Bank Road, Ste 100, Goose Creek SC 29445-8601
SUBJECT: C--ARCHITECTURAL/ENGINEERING SERVICES FOR INDEFINITE
  QUANTITY PHOTOGRAMMETRIC PROJECTS, NAVAL WEAPONS STATION, CHARLESTON,
  SC
SOL N62467-97-R-4323
DUE 010797
POC L. Guerry, Contract Specialist (803) 764-7400.
DESC: Architectural/Engineering Services for photogrammetric
  projects at Charleston, SC. The contract will be indefinite
  quantity type where orders will be placed on an ``as required''
  basis intermittently which shall not exceed 12 months or $200,000.00.
  The A/E fee per project shall not exceed $100,000.00. There
  will be a guaranteed minimum of $10,000.00 for this contract.
  The Contract will be for an indefinite quantity of engineering
  service projects which may include aerial photography, photogrammetric
  location of buildings, utility systems, etc., ground control
  surveying, development of ACAD Layers for specific maps. (Submit
  a 254 and a 255 no later  than 07 JAN 1997). The following
  selection criteria is listed in its order of importance: (1)
  Professional personnel experienced in  photogrammetric surveying,
  (2) Corporate experience in photogrammetric surveying and engineering
  applications, (3) Capability to perform all work on compatible
  electronic media. WPNSTA CHASN currently uses AUTOCADD Release
  12, and Micro Soft Word 6.0, (4) Ability to work within the
  state plane co-ordinate system, (5) Ability to manage and coordinate
  all subcontractors. All potential subcontractors should be
  named, (6) Volume of DOD contract awards during the last 12
  months.
CITE: (M-344 SN010073)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Bi-State Development Agency, 707 North First Street,
  St. Louis, Missouri 63102
SUBJECT: C--SYSTEMS ENGINEERING SUPPORT SERVICES FOR LIGHT RAIL
  VEHICLE SYSTEM
SOL RFP 219
DUE 122096
POC Director of Contracts and Procurement, Rebecca A. Howe, (314)
  982-1503.
DESC: The Bi-State Development Agency of the Missouri-Illinois
  Metropolitan Area (Agency) is hereby soliciting Proposals to
  provide Systems Engineering Support Services to successfully
  complete the Systems contract for delivery of Light Rail Vehicles
  (LRV). The successful offeror will provide support services
  which will include, but not be limited to: Project Management,
  including document control, Quality Assurance/Control, and
  on-site assembly inspection, engineering support for the Preliminary
  Design Review (PDR), Final Design Reviews, First Article inspection
  of Components and Systems, Acceptance   Testing in Laboratory
  and as delivered. Interested offerors are to submit SF-254,
  Architect-Engineer and Related Services Questionnaire and SF-255,
  Architect-Engineer and Related Services Questionnaire for Specific
  Project in four copies. Forms are available from the Superintendent
  of Documents, GPO, Washington, D.C. 20402. Forms may be available
  from MetroLink Contracting and  Procurement. Interested parties
  shall contact Ms. Rebecca a. Howe at the above noted address
  and phone number or Marcia Willis, MetroLink Contract Specialist
  at (314) 982-1400, ext. 1316.
CITE: (M-344 SN010181)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Bi-State Development Agency, 707 North First Street,
  St. Louis, Missouri 63102
SUBJECT: C--SYSTEMS ENGINEERING SUPPORT SERVICES FOR LIGHT RAIL
  VEHICLE SYSTEM
SOL RFP 2191
DUE 122096
POC Director of Contracts and Procurement, Rebecca A. Howe, (314)
  982-1503.
DESC: The Bi-State Development Agency of the Missouri-Illinois
  Metropolitan Area (Agency) requires General Engineering Consultant
  (GEC) services to provide Systems Engineering Support Services
  to successfully complete the systems contract for delivery
  of Light Rail Vehicles (LRV). The selected GEC firm will provide
  support services including, but not be limited to: Project
  Management, including document control, Quality Assurance/Control,
  and on-site assembly inspection, engineering support for the
  Preliminary Design Review (PDR), Final Design Reviews, First
  Article Inspection of Components and Systems, Acceptance Testing
  in Laboratory and as delivered. Replies to this   notice are
  requested from all applicable business concerns, as well as
  Disadvantaged Business Enterprise (DBE) concerns. Firms replying
  to this request are to submit SF-254, Architect-Engineer and
  Related Services Questionnaire and SF-255, Architect-Engineer
  and Related Services Questionnaire for Specific Project in
  four copies. Forms are available from the Superintendent of
  Documents, GPO, Washington, D.C. 20402. Forms may be available
  from MetroLink Contracting and Procurement. Interested parties
  shall contact Ms. Rebecca A. Howe at the above noted address
  and phone number or Marcia Willis, MetroLink Contract Specialist
  at (314) 982-1400, ext. 1316.
CITE: (M-344 SN010182)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Miami VA Medical Center, 1201 N.W. 16th Street, Miami,
  FL 33125-1693
SUBJECT: C -- CORRECT LIFE SAFETY CODE DEFICIENCIES
SOL RFP 546-38-97
DUE 010597
POC Darlene McGary, (305) 324-3239
DESC: The VAMC, Miami, FL, requires A/E services for the investigation,
  recommendations, development of construction drawings, specifications,
  cost estimate and construction period services for the "Correct
  Life Safety Code Deficiencies" project at the Department of
  Veterans Affairs Medical Center. All work will be done in accordance
  with A/E Statement of Task. The construction value of project
  is estimated to range between $500,000 and $1 million. Total
  design time including reviews will be approximately 96 calendar
  days. Small Business Size determination is $2.5 million in
  average annual receipts during the preceding three (3) fiscal
  years. A/E firms are required to be knowledgeable, and have
  experience in health care facilities; have dealt with and designed
  similiar renovations pertaining to code deficiencies within
  the last three (3) years and be familiar with the requirements
  of the NFPA in its entirety: are invited to submit (1) A Standard
  Form 254, Architect-Engineer and Related Services Questionnaire,
  and (2) A Standard Form 255, Architect-Engineer and Related
  Services questionnaire for Specific Project. Interested firms
  should submit current forms and information to be received
  in this office prior to 4:00 pm, local time, January 5, 1997.
  This is not a request for proposals. Contract will be firm-fixed
  price. Selection and award are subject to the availability
  of funds. See note:24.
CITE: (I-344 SN010164)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: 38 LS/LGCX 4022 Hilltop Rd, Tinker AFB OK, 73145-2713
SUBJECT: D -- REGULATED PRIVATE LINE SERVICE, TRUNKING SERVICE
  AND BUSINESS LINE SERSVICE FOR WYOMING AIR NATIONAL GUARD BASE,
  CHEYENNE WY 82009-4799
SOL N/A
POC Jackine Catrow, Contract Specialist, (405)734-9759 Cathy
  D. Summers, Contracting Officer, (405)734-9759.
DESC: The 38 Logistics Squadron/LGCX intends to procure on a
  sole source basis local telephone service for Wyoming Air National
  Guard Base, Cheyenne WY. The intended contractor is US West
  Communications. US West Communications shall provide the following
  services: (1) Commercial trunks and commercial business lines,
  for common user dial service within the local exchange area.
  (2) Inter/Intra Exchange Channel/Mileage from the base to various
  off premise locations throughout the local exchange area. The
  period of performance shall be five years from the date of
  contract award. The primary place of performance will be Wyoming
  Air National Guard Base, Cheyenne WY. This acquisition is conducted
  under the Air Force's regulatory delegation of GSA's exclusive
  procurement authority for Federal Information Processing (FIP)
  resources. This sole source acquisition is justified under
  10 U.S.C. 2304 (c) (1). US West Communications is the only
  local exchange carrier (LEC) who has the approval of the Wyoming
  Public Service Commission to provide the required telephone
  service within the Local Access and Transport Area (LATA).
  The Government intends to issue a Communication Service Authorization
  (CSA) written against the Defense Commercial Communications
  Office (DECCO) basic agreement DCA200-90-H-0002. Note 22.
CITE: (I-344 SN009954)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of Commerce, NOAA, 200 World Trade Center,
  Room 209, Norfolk, VA 23510-1624
SUBJECT: D--COMPUTER STORAGE TAPE MEDIA
SOL 51EANE-7-00024
POC Michele McCoy, 757-441-6879
DESC: The National Climatic Data Center, Asheville, NC has a
  requirement for Computer Storage Tape Media as follows: 3M
  (Imation) Royal Guard 1/2 inch 3480 Data Tape Cartridges (3480
  Compatible, 575 Foot Length) estimated quantity 48,750 ea:
  3M (Imation) Black Watch 1/2 inch 3590 Data Tape Cartridges
  (Non-Initialized, Non-Labelled) estimated quantity 1,875 ea:
  Exabyte 8mm Data Cartridges, EX-8mm112, (112 Meter) estimated
  quantity 9,000 ea; FujiFilm 8mm Data Cartridges, QC-112M, (112
  meter) estimated quanity 4,120 ea; 3M(Imation) 3590 Cleaning
  Cartridges, estimated quantity 30 ea: Exabyte 8mm Cleaning
  Cartridges, EX-8mm-12c, estimated quantity 3,750 ea; Optional
  Requirements: Exabyte 8mm Data Cartridges, EX-8mm160XL, estimated
  quantity 300 ea; Compact Recording Discs (Gold) CD-R, 650M/74MIN,
  6X Certified, estimated quantity 200 ea.  A requirements type
  contract is anticipated.  The contract period will be from
  date of award through 9/30/97 with two additional one year
  options.  This is a 100% small businessset-aside. All responsible
  sources may submit a bid which will be considered.  No telephone
  requests will be accepted.  Only written or faxed requests
  are acceptable.  Fax number is 757-441-3786.  See notes 1 and
  26.  
EMAIL Michele.A.Mccoy@noaa@gov
EMAILDESC: 
CITE: (W-344 SN010021)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Admin Program Center National Park Service, 12,795 West
  Alameda Parkway Lakewood, CO 80228
SUBJECT: D--CONVERT APPROX. 400 PC WORKSTATIONS FROM DOS WITH
  POWERLAN NETWORKING SOFTWARE TO WINDOWS 95 OR WINDOWS NT WORKSTATIONS
  AND ESTABLISH ACCESS TO EXISTING WINDOWS NT SERVERS
SOL RFP 1270-97-005
DUE 123196
POC Maria Munoz, (303) 969-2730, Contract Specialist, Shirley
  Norton, (303) 969-2748, Contracting Officer.
DESC: The National Park Service, Denver Service Center, is seeking
  technical assistance in converting approximately 400 personal
  computer workstations from DOS with Powerlan Networking software
  to Windows95 or WindowsNT Workstation and establishing access
  to existing WindowsNT servers. Work involves upgrading personal
  computer hardware and software, migrating the personal computer
  to either Windows95 or WindowsNT Client, assuring that existing
  programs are installed for the new operating system, and providing
  access to NPS system on both the LAN and WAN. In some cases
  the users' computers are being replaced with new ones; in these
  instances, the work involves installing the new operating system,
  moving user programs and files to the new computer, and  assuring
  connection to existing NT Servers. NPS will determine which
  client software will be placed on each machine. The RFP will
  be issued December 31, 1996. This acquisition is solicited
  under full and open competition. All responsible sources may
  submit an offer which will be considered. Interested parties-PLEASE
  FAX REQUEST FOR SOLICITATION to (303) 969-2994 or (303) 969-2795.
CITE: (M-344 SN010096)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: DHHS, Indian Health Service, 2900 Fourth Avenue North,
  P.O. Box 2143, Billings, MT 59103
SUBJECT: D--``TURN KEY'' AUTOMATED MEDICAL-PATIENT MANAGEMENT
  SYSTEMS AT VARIOUS LOCATIONS IN THE BILLINGS SERVICE AREA
SOL RFP-244-97-0006
POC Rita Langager, Contract Specialist, at (406) 247-7293 or
  Jerry Black, Contracting Officer, at (406) 247-7252.
DESC: The Billings Area Indian Health Service is looking for
  qualified contractors that can provide a ``turn key'' automated
  medical-patient management system. This system will need to
  include at least patient tracking, clinical practice (both
  inpatient and outpatient), medical records management, billing
  and collection, financial accounting and inventory accounting
  modules. The above listed modules are the minimum requirement
  only and are not meant as limitations. Potential contractors
  should submit in writing their request no later than December
  31, 1996. Request to be included in the solicitation process
  may also be telefaxed to (406) 247-7108.
CITE: (M-344 SN009982)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: E--Purchase of Structures and Facilities
OFFADD: Department of the Treasury (2024), Federal Law Enforcement
  Training Center, Administration Division, 1300 W. Richey Avenue,
  Artesia, NM  88210
SUBJECT: E -- PURCHASE OF STRUCTURES AND FACILITIES
SOL RFQ-97-MCS-1
DUE 121896
POC Michael C. Stern, Contracting Officer, 505-748-8184
DESC: Manufacture, deliver, set up and install utility connections
  from a Government supplied point near the unit, one modular
  office building at the Federal Law Enforcement Training Center
  in Artesia, New Mexico. The approximate size of the building
  shall be 28'x60' and will contain 7 offices of various sizes,
  a small utility room and 2 restrooms.  Due to accelerated schedule,
  quotations will only be considered from original modular manufacturers.
   The magnitude of this project is between $25,000 and $100,000.
   Interested parties shall request specification in writing
  or via fax  at 505-748-8171.  See Note 1.
CITE: (I-344 SN010003)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Deschutes National Forest, 1645 Highway 20 East, Bend,
  Oregon 97701
SUBJECT: F -- PLANTATION THINNING
SOL R6-1-97-201
DUE 013197
POC Contract Clerk (541) 383-5543 or FAX 541-383-5544
DESC: This project consists of tree thinning and slash treatment
  on approximately 979 acres (61 Units) on the Crescent Ranger
  District. Approximate start date is 04/15/97. Contract time
  is approximately 70 days. This is 100% set-aside for Small
  Business Concerns.
CITE: (I-344 SN009913)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Department of Commerce, NOAA, 200 World Trade Center,
  Room 209, Norfolk, VA 23510-1624
SUBJECT: F--FISHERY OBSERVERS PROGRAM IN THE NORTHEAST
SOL 52EANF700025
POC Lynne Phipps, (757) 441-6881/Contracting Officer, Melvyn
  A. DesJarlais, (757) 441-6647.
DESC: The National Oceanic and Atmospheric Administration, National
  Marine Fisheries Service (NMFS), Northeast region, has a requirement
  to collect scientific, management, compliance and economic
  data about fisheries through observers placed aboard U.S. domestic
  and foreign fishing vessels in the northeast atlantic. This
  data, which cannot be obtained either dockside or while aboard
  government research vessels, is necessary for the management
  of fisheries occurring in the U.S. Exclusive Economic Zone
  (EEZ) as well as the management of fisheries occurring on the
  high seas outside the EEZ. The NMFS also has specific responsibilities
  concerning marine mammals and sea turtles within state waters
  as specified under the Marine Mammal Protection Act (MMPA)
   and the Endangered Species Act (ESA). This work requires deploying
  certified observers to meet coverage levels prescribed in sea
  day schedules and to process the data collected by observers
  to a form for use in fisheries management. The contractor shall
  support, as specified, the observers during each phase of their
  employment period, including training, briefing, travel, accomplishing
  requisite land duties, data collection on fishing vessels,
  and debriefings. Observers shall collect scientific, management,
  compliance and other data at sea through interviews of vessel
  captains and crew, observations of fishing operations, measurements
  of selected portions of the catch and fishing gear and collection
  of samples. Data collected once per trip includes  data on
  the vessel, crew, fishing practices and cost of operation.
  The contractor makes all arrangements and incurs all costs
  in placing observers aboard all domestic vessels. The contract
  period of performance will be for one (1) year with four (1)
  one-year options, to start on or about April 1, 1997. All responsible
  offerors may submit a proposal that will be considered by the
  agency. All requests for the solicitation package must be in
  writing. The request may be faxed to (757) 441-3786.
CITE: (M-344 SN009996)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: U.S. Forest Service, Plumas National Forest, 159 Lawrence
  Street, P.O. Box 11500, Quincy, California 95971
SUBJECT: F--PERFORM TREE PLANTING BY SOIL AUGER AND SHOVEL ON
  THE FEATHER RIVER RANGER DISTRICT, OF THE PLUMAS NATIONAL FOREST
SOL RFQ 11-97-09
DUE 011697
POC Sue Wickman, Contracting Officer, (916) 283-2050.
DESC: Project consists of securing services for tree planting
  by soil auger and shovel on approximately 703 acres on various
  locations on the Feather River Ranger District.
CITE: (M-344 SN009997)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH
  STREET, KANSAS CITY MO 64106-2896
SUBJECT: F--LONG TERM OPERATION AND MAINTENANCE RESPONSE ACTION
  CONTRACTS FOR EPA REGION II
SOL DACW41-97-R-0005
DUE 012497
POC Contract Specialist Norma M. Reynolds (816) 426-6484 (Site
  Code DACW41)
DESC: (THIS SOLICITATION WILL BE A COMPETITIVE REQUEST FOR PROPOSALS.)
  The Government may elect to award a single task order contract
  or multiple task order contract, to small business(es) for
  a total acquisition value of $14 million. For multiple awards,
  ndividual task orders will be awarded based on factors such
  as past performance on earlier tasks orders under the multiple
  award contract(s), quality of services, cost control, price
  costs or other factors that the Contracting Officer believes
  are relevantto the award of each task order. Contracts will
  include Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee
  (CPIF), Firm Fixed Price (FFP), and Fixed Price Incentive (FPI).
  Contract(s) are Indefinite Delivery/Indefinite quantity (ID/IQ),
  and will be issued for a base period of five years. There is
  no annual limit, and no delivery order limit, other than the
  maximum acquisition value. The minimum order for each contractis
  $280,000.00 during the five year contract period. The contract(s)
  to be awarded may require personnel, plant and equipment to
  operate and maintain groundwater, surface water and leachate
  facilities, provide routine maintenance and incidental constructio
  support to the facilities, project planning, preparation of
  work plans, project plans, health and safety plans, quality
  assurance project plan, response action systems start-up and
  shut-down support, transition of the facility to other parties
  for operation and maintenance, preparation of an Operation
  and Maintenance Manual, sampling, analysis, validation, and
  evaluation of confirmatory environmenal sampling data, site
  security and boundary control, disposal of investigation derived
  wastes, decommissioning of wells, installation of fencing,
  and providing & posting of warning signs, five-year review
  support of response actions and technical reports f work. The
  specified tasks may require the use of analog, digital or cellular
  technology; establishment of personal computer based relational
  databases; dedicated remote sensing; measuring and transmitting
  capability; application of global positioning and geographic
  information; and the use of internet for dissemination of digital
  information. The selected firm(s) will provide support at various
  CERCLA/SAR (Superfund sites managed by the Federal Government
  in EPA Region II (New York, New Jersey, the Commonwealth of
  Puerto Rico, the United States Virgin Islands and Native American
  Tribes or Nations located in these jurisdictions). Projects
  may be civil or miitary in nature. Evaluation and award will
  be based on the evaluation criteria stated in the request for
  proposal (RFP) with experience in the operation and maintenance
  of groundwater, surface water, and leachate treatment facilities
  as a key factor; no pre-proposal conference is planned. The
  RFP will be issued on or about 24 December 1996, and will be
  available only until the supply is exhausted. Proposal are
  due on or about 24 January 1997. Cost of the specification
  is $25.00 per set, (NON-REFUNDABLE). Make checks payable to
  the Corps of Engineers, Omaha District, and send the check,
  along with your request referencing the solicitation (SOL)
  number and yor complete name, address, and phone number to
  the Kansas City, MO address above. Please provide a street
  address when requesting the RFP for mailing by UPS 2nd day
  guaranteed. RFP WILL NOT BE ISSUED UNTIL PAYMENT IS RECEIVED
  IN THIS OFFICE, AND NO SPECIAL MAILING OR HANDLING INSTRUCTIONS
  WILL BE ACCEPTED. The RFP will also be available for review
  at local SBA offices in New York, New Jersey, the Commonealth
  of Puerto Rico, and the Unites States Virgin Islands. THIS
  RFP IS A SMALL BUSINESS SET-ASIDE UNDER SIC CODE 8744. THE
  SIZE STANDARD FOR A SMALL BUSINESS UNDER SIC CODE 8744 IS 500
  EMPLOYEES. Questions of a technical nature should be addressed
  to Ms. amala Morgan, Project Engineer, at (816) 426-5332, ext.
  3029. Questions of an administrative nature may be addressed
  to Debbie Hunt at (816) 426-6484. Contact Ms. Norma Reynolds
  at (816) 426-6484 for additional information regarding the
  RFP.
CITE: (I-344 SN010032)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Directorate of Contracting, Uniformed Services University
  of the Health Sciences, Rm A1040c, 4301 Jones Bridge Road,
  Bethesda MD 20814-4799
SUBJECT: F--HAZARDOUS CHEMICAL WASTE DISPOSAL
SOL MDA905-97-R-0002
DUE 021597
POC Hancy Snowden 301 295-3872, James Geiser 301 295-3845
DESC:   The Uniformed Services University of the Health Sciences
  (USUHS) has a requirement for hazardous chemical waste disposal
  services.  Contractor shall provide all labor, equipment, materials,
  and supervision necessary to remove from the USUHS site in
  Bethesda, and to transport to specifically identified  EPA
  permitted Treatment, Storage Disposal, Recycling Facilities
  (TSDRF)and to  and to insure regulatory disposal of USUHS's
  hazrdous, acutely-hazardous, "regulated, and "nonregulated"
  material, substance, and waste chemicals. It is anticipated
  that a requirements contract for a base year and five one-year
   option periods will be awarded.  Please request all copies
  of the solicitation be requested in writing or by Telefax
  at 301 295-1716.     
CITE: (W-344 SN010085)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Siskiyou National Forest, 200 NE.
  Greenfield Road, P.O. Box 440, Grants Pass, Oregon 97526
SUBJECT: F--WILDLIFE SURVEYS (036) - SISKIYOU NATIONAL FOREST
  AND BUREAU OF LAND MANAGEMENT
SOL R6-11-97-9N
DUE 021497
POC Contracting Officer, Clyde Hooper, 541/471-6600
DESC: The Contractor shall furnish the necessary personnel, supervision,
  materials, equipment (except Government-furnished property),
  and facilities to conduct wildlife field surveys within all
  survey areas on the Siskiyou National Forest's Chetco, Galice,
  Gold Beach, Illinois Valley, and Powers Ranger Districts, and
  Medford Bureau of Land Management's Grants Pass and Glendale
  Resource Areas. General locations of survey sites are in Southwestern
  Oregon and Northern California. All work shall be performed
  as directed in the appropriate Protocal. Data shall be collected
  on detections, observed behavior, and nesting activities. All
  field work shall be completed between 030197 and 090197. Project
  Leaders and Surveyors must meet minimum qualification requirements
  as stated in the Request for Proposals. Award will be made
  by total subitem. See Note 1.
CITE: (I-344 SN010163)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: H--SHOCK TESTING OF ESM MAST ELECTRICAL HULL PENETRATOR
SOL N66604-97-R-0153
DUE 123096
POC Contact Ray Smith, Contracting Officer at (401) 841-2442
  X215. Fax number (401) 841-4820.
DESC: The Naval Undersea Warfare Center Division, Newport, intends
  to award a Firm Fixed Price contract for underwater explosive
  (UNDEX) shock testing of the First Article prototype of E-Systems
  Integrated ESM Mast Electrical Hull Penetrator.  This is a
  re-advertisement of CBD announcement number N66604-96-R-0153
  made on 6 NOV 96.  This procurement is no longer sole source
  -- Note 22 does not apply.  However, Note 1 will apply.  All
  responsible sources may submit an offer which will be considered.
   Request f or this solicitation are to be in writing, or via
  telefax 401-841-4820 Attn: R. Smith, specifying the solicitation
  number.
CITE: (I-344 SN009875)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: U.S. Agency for International Development, USAID/Egypt,
  Directorate of Procurement (D/PROC), 6th Floor, Unit 64902,
  AP AE 09839-4902
SUBJECT: H -- INSTITUTIONAL DEVELOPMENT OF THE ARAB REPUBLIC
  OF EGYPT NATIONAL TELECOMMUNICATION ORGANIZATION
SOL RFP NO. 263-97-P-016
POC Contact Point: Mr. William Reynolds, Contracting Officer,
  USAID/Egypt, Tel: 011-20-2-357-3257/58, Fax: 011-20-2-356-2932.
DESC: The U.S. Agency for International Development Mission to
  Egypt is soliciting proposals from U.S. (000 only) firms/joint
  ventures for a contract to provide Institutional Development
  Support for the Arab Republic of Egypt National Telecommunications
  Organization (ARENTO). The successful contractor will work
  closely with ARENTO under the Telecommunication Sector Support
  Project to assist ARENTO in the: a) modernization of its operating
  procedures and management policies, b) increasing its autonomy,
  c) training of the employees in needed areas, d) improvement
  of quality of service, e) development of an appropriate level
  for the telecommunications pricing, f) achievement of an employee
  incentive and compensation system, g) strengthening of ARENTO's
  technical and financial performance, and, h) implementing regulatory
  functions. The project includes two broad categories of outputs:
  policy/organization/institutional reforms and infrastructure
  development. Project outputs will include, but not be limited
  to, modernization of ARENTO's operating procedures, management
  policies, organization structure and institutional development.
  Specific reforms which the Institutional Development Contractor
  would assist ARENTO in accomplishing include: enhancement of
  ARENTO's autonomy, implementing a strategic plan for ARENTO,
  policy, institution and organizational improvements to enhance
  the quality of service, improvements in planning methodology
  for infrastructure expansion to fully utilize the installed
  equipment, improvement of the accounting systems, training
  of employees in needed areas, the development of a rolling
  5-year business plan, and labor reforms. The successful offeror
  will be awarded a performance based cost-plus award fee type
  contract to perform the duties of assisting ARENTO in developing
  and implementing procedures, regulation, training, a business
  plan, and other institutional development tasks as required
  by ARENTO and USAID. The contractor shall assist/advise/guide
  ARENTO in achieving specific policy actions and organizational
  and institutional strengthening. The contractor shall provide
  an adequate number of professionals with appropriate disciplines
  and skills to work with ARENTO to plan and implement reform
  actions. The contractor team must consist of experienced personnel
  in areas such as accounting, finance, systems management, regulatory
  boards, legal, utility management, utility economics, manpower
  development, and other areas as required. The duration of the
  contract is estimated at 36 months with an option to extend
  the duration by an additional 24 months. It is a requirement
  that the firms must comply with AID geographic code 000 (USA)
  for nationality and source regulations. If a joint venture
  seeks proposing, information must be submitted for all firms
  in joint venture. Interested offerors must request a copy of
  the Request For Proposals (RFP No. 263-97-P-016) in writing
  from Mr. William Reynolds, Contracting Officer, Directorate
  of Procurement, United States Agency for International Development,
  USAID/Egypt, Cairo Center Building, Sixth Floor, 106 Kasr El
  Aini Street, Cairo, Egypt. Address for U.S. mail: Directorate
  of Procurement, Unit 64902, APO AE 09839-4902. Telefaxed requests
  to 011-20-2-356- 2932 will be accepted. Telephone requests
  will not be considered. The RFP is expected to be released
  on/about January 15, 1997. Offerors will be given 60 days from
  the date of issuance of the RFP to prepare and submit their
  proposals. The U.S. Agency for International Development (USAID)
  encourages the participation to the maximum extent possible
  of small business concerns, small disadvantaged business concerns
  and women-owned small business concerns in this activity as
  prime contractors or subcontractors in accordance with Part
  19 of the Federal Acquisition Regulation. In this respect,
  it is anticipated that the prime contractor will make every
  reasonable effort to identify and make maximum practicable
  use of such concerns. All other evaluation criteria being found
  equal, the participation of such concerns may become a determining
  factor for selection. "This CBD notice can be viewed and downloaded
  using the Agency Gopher. The RFP, once issued, can be downloaded
  from the Agency Gopher. The Gopher address is GOPHER.INFO.USAID.GOV.
  Select USAID Procurement and Business Opportunities from the
  Gopher menu. The RFP text can be downloaded via Anonymous File
  Transfer Protocol (FTP). The FTP address is FTP.INFO.USAID.GOV.
  Logon on using the user identification of "anonymous" and the
  password is your e-mail address. Look under the following directory
  for the RFP: pub/OP/RFP/26397016/26397016.rfp. Receipt of this
  RFP through INTERNET must be confirmed by written notification
  to the contact person noted above. It is the responsibility
  of the recipient of this solicitation document to ensure that
  it has been received from the INTERNET in its entirety and
  USAID bears no responsibility for data errors resulting from
  transmission or conversion processes."
CITE: (I-344 SN010176)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Fleet and Industrial Supply Center Norfolk Detachment
  Washington DC, Washington Navy Yard, Bldg. 200, 4TH Floor,
  901 M Street, SE, Washington, DC
SUBJECT: J -- PREVENTATIVE MAINTENANCE AND EMERGENCY SERVICE
  ON ALARM SYSTEM
SOL N00600-97-N-0194A
POC Colleen Fannin, Contract Specialist at (202)685-1276 or you
  may fax a request to (202)433-9569. For additional information,
  contact Contracting Officer Karen Place, Code 201.5, (202)433-3672.
DESC: The purpose of this synopsis is to amend a synopsis issued
  for the above referenced requirement which appeared in the
  CBD on Monday, October 28, 1996.  The follow-on contract will
  include an option to Extend Services for up to an additional
  six months under FAR 52.217-8.
CITE: (I-344 SN009879)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Contracting Officer (90, Richard L. Roudebush VA Medical
  Center, 1481 West Tenth Street, Indianapolis, IN 46202
SUBJECT: J -- MAINTENANCE & REPAIR OF PHILIPS DVI SYS & X-RAY
  MACHINES
SOL 583-05-97
DUE 022097
POC Wanda L. Moreland, Contracting Officer (90C), (317)267-8709
DESC: Contractor to provide maintenance and repair services of
  Philips Digital Vascular Imaging System and X-Ray Machines
  w/tables and accessories for the period March 1 through September
  30, 1997, with 4 renewal options. Availability of solicitation
  is O/A December 18, 1997. BOD is O/A February 20, 1997. SIC
  Code 7629 applies. Award is subject to availability of FY-97
  funds. Requests for bid packages shall be made in writing on
  company letterhead to the address shown above or may be fax'd
  to (317)267-8700.
CITE: (I-344 SN009919)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: 60th Contracting Squadron, 60 CONS/LGCV, 350 Hangar Avenue/Bldg
  549, Travis AFB, CA 94535-2632
SUBJECT: J--TO PROVIDE PREVENTIVE MAINTENANCE OF SPAS AND POOLS
  AT VARIOUS LOCATIONS, TRAVIS AFB, CA
SOL F0462696QY120
POC Michele Agee, (707) 424-7745/Contracting Officer, Rena Fagan,
  (707) 424-7740.
DESC: Contractor to provide all personnel, equipment, tools,
  materials, supervision, and other items and services necessary
  to operate, perform preventive maintenance, and repair existing
  pools and spas at various locations on Travis AFB, CA, for
  the period 1 Dec 96-30 Sep 97. Description of services will
  be provided to bidders. One (1) period. All responsible sources
  may submit a bid in writing which shall be considered. Bidders
  must provide ZIP plus four in return address when requesting
  the bid package. Telephone requests for bid packages will not
  be honored. Anticipated award date is 30 Oct 96. See numbered
  note 1.
CITE: (M-344 SN009989)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Purchase Services Branch, Attn:  Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth, NH  03801-2590
SUBJECT: J -- ANNUAL INSPECTION AND MAINTENANCE SERVICES FOR
  DRYDOCK XL DISTRIBUTION CONTROL SYSTEMS
SOL N00102-97-Q-1208
DUE 122396
POC Contracting Officer, John Balz, 207/438-2775, or Joan Morphy,
  207/438-3853.
DESC: Annual inspection and maintenance service agreement for
  drydock XL distribution control systems, 3 years.  Negotiations
  being conducted with Johnson Yokogawa Corporation, Philadelphia,
  PA.  See Note 22.
CITE: (I-344 SN010004)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of the Treasury, Internal Revenue Service,
  (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745,
  Attn: Margaret Hunt
SUBJECT: J--AUTOMATED COLLECTION SYSTEM (ACS) MAINTENANCE
SOL TIRNO97R00015
DUE 031497
POC Contracting Officer, Margaret M. Hunt, 202-283-1232
DESC: The Internal Revenue Service (IRS) has a requirement for
  nationwide hardware maintenance, support services and FIP supplies
  for the IRS' Automated Collection System (ACS). The ACS is
  a computerized telephone tax collection system designed to
  assist Cstomer Service employees in receiving incoming calls
  and making outgoing calls to delinquent taxpayers. ACS currently
  consists of 36 sites (10 Service Centers and 26 Call Sites)
  nationwide. At present, each Service Center operates with one
  IBM ES 9000, dis and tape drives, display console, console
  printers, control units, IBM dumb terminals, printers, IBM
  controllers, and UNI-TEC boxes. The Call Sites have IBM terminals,
  printers, IBM controllers and UNI-TEC boxes, and Aspect and
  Rockwell automatic call distributors and telesets. This acquisition
  will be conducted as a small business set-aside. The contract
  will consist of one base year (FY-98) with four one year optional
  eriods of performance. All responsible small businesses may
  submit a proposal which will be considered by the agency. Interested
  parties are requested to submit a written request for the solicitation
  within 15 days from the date of this publication.
CITE: (I-344 SN010022)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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 -- CONSTELLATION (CV 64)
SOL N62791-97-B-0038
DUE 021497
POC Barbara A. Brown, Contract Specialist, (619) 556-4855
DESC: Various repairs outside of machinery spaces.  Work to be
  performed at North Island Naval Air Station, San Diego.  Contract
  dates 22 February 1997 through 27 March 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/Agreement for Boat Repair (as
  applicable) are ineligible for award unless adequate time exists
  to permit the Navy to perform an assessment of their MSRA/ABR
  application and to execute the applicable MSRA/ABR 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. (0240)
CITE: (I-344 SN010082)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Naval Inventory Control Point-Mechanicsburg, P.O. Box
  2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788
SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA
SOL N00104-96-G-A307
POC Specialist, Mark Kendall (717) 790-6474. Contracting Officer,
  W.R. Wolfe (717) 790-2191. For expeditied requests use fax
  number (717) 790-2284.
DESC: The scope of work, which may include the acquisition of
  piece parts, is for the restoration of depot level repairables
  of AN/SPG-55B, Radar Set, GM FCS, MK 76 Mod 8 2 Radars Systems.
  The restored items will be returned to supply stock or issued
  for immediate fleet use. One major item to be restored is Oscillator,
  RF. NSN 7H 5955-00-054-4226. P/N K663090129. Technical data
  is not available and cannot be furnished. Contact the firm
  of Frequency Engineering Labs, 1 Central Avenue, Farmingdale,
  NJ 07727-0527, for subcontracting opportunities. All responsible
  sources may submit an offer which, if received in a timely
  manner, will be considered. See Note 22.
CITE: (M-344 SN010103)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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 -- CV/CVN IDTC CONTRACT
SOL N62791-97-B-0039
DUE 031597
POC Patricia A, Pauley, Contract Specialist, (619) 556-2309
DESC: This will be an indefinite delivery type contract to procure
  general and specific ship repair work of an emergent and time
  critical nature on aircraft carriers during CV/CVN upkeep and
  maintenance availabilities and SRAs.  All work will be outside
  of machinery spaces.  Performance of effort will be at North
  Island Naval Air Station.  Contract period will start 10/1/97
  and will be for a one year base year, with four one year options.
   All San Diego Area sources who currently hold, orare 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 (MSR) 
  are ineligible for award unless adequate time exists to permit
  the Navy to perform an assessment of their MSR application
  and to execute the applicable MSR withoutimpacting 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
  Note9.
CITE: (I-344 SN010115)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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 -- CV/CVN IDTC CONTRACT
SOL N62791-97-B-0040
DUE 031597
POC Patricia A, Pauley, Contract Specialist, (619) 556-2309
DESC: This will be an indefinite delivery type contract to procure
  general and specific ship repair work of an emergent and time
  critical nature on aircraft carriers during CV/CVN upkeep and
  maintenance availabilities and SRAs.  Work will be machinery
  and propulsion repairs.  Performance of work will be at North
  Island Naval Air Station.  Contract preiod will begin 01 October
  1997 and will be for a one year base year, with four one year
  options.   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 (MSR)
  are ineligible for award unless adequate time exists to permit
  the Navy to perform an assessment of their MSR application
  and to execute the applicable MSRA/ABR 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, SUPSHIPBldg.
  77, 3600 Surface Navy Blvd., San Diego, CA 92136-5066, Code
  230. See Note9.
CITE: (I-344 SN010118)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: Lockheed Martin Stennis Operations, Building 1100N, Stennis
  Space Center, MS 39529-6000
SUBJECT: J--DIESEL ENGINE REFURBISHMENT AT THE NASA/JOHN C. STENNIS
  SPACE CENTER
SOL LAH96-327
DUE 121996
POC Lori A. Harper, Senior Buyer, (601) 688-2254.
DESC: Sources sought for the refurbishment of fourteen (14) diesel
  engines in support of Lockheed Martin Stennis Operation's (LMSO)
  prime contract with the National Aeronautics and Space Administration
  (NASA). All work will be performed on-site at the High Pressure
  Industrial Water (HPIW) facility at the NASA/John C. Stennis
  Space Center (SSC) which is located near Bay St. Louis, Mississippi.
  The effort will entail disassembly, cleaning, replacement of
  defective components, and restoration of the engines to specifications
  in the respective O & M manuals for ten (10) FS-1316-HSC Nordberg
  diesel engines and four (4) LSV-12 Cooper-Bessemer diesel engines.
  The refurbishment will be   accomplished on individual engines
  while the HPIW facility is supporting test operations on four
  test stands. LMSO will provide technicians to assist the awardee
  in the refurbishment effort. All interested parties shall inquire
  in writing and submit a general statement of relevant qualifications,
  resumes of key personnel, and project references.
CITE: (M-344 SN009981)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: K -- MODIFICATION OF EQUIPMENT
SOL N66001-97-Q-A159
DUE 122796
POC POC Ms. Melissa Dolan, Code D222, Purchasing Agent, (619)524-2404.
  POC for copy, Mr. J.C. Norris, (619)553-4331. Contracting Officer,
  Ms. Pat Brown.
DESC: The Government intends on awarding on a Sole Source basis,
  a Purchase Order to Union Carbine Chemicals Crystal Products
  to repolish, reclean, and RE-EPI Sapphire blanks AERORAD. The
  applicable Standard Industrial Code (SIC) and Size Standard
  is: 8999 - 5.0M. Solicitation document to be issued on or about
  12/18/96. Facsimile letters are acceptable at (619)553-6976.
  For copies of solicitation(s) only written requests will be
  honored.
CITE: (I-344 SN010204)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: L -- ENGINEERING AND TECHNICAL SERVICES FOR ELECTROMAGNETIC
  EFFECTS SUPPORT FOR SPECIAL PROGRAMS AND MOBILE TACTICAL VANS
SOL N66001-96-R-5024
POC POC Mr. Jack Faulkner, Code D213, Contract Specialist, (619)553-4503.
  POC for copy, Mr. J.C. Norris, (619)553-4331. Mr. George Petersen,
  Contracting Officer.
DESC: The Presolicitation Notice/Procurement issued 10/04/96,
  titled Engineering and Technical Support for Electromagnetic
  Effects Support for Special Programs and Mobile Tactical Vans,
  Solicitation Number N66001-96-R-5024, is hereby modified as
  follows: The new title for the subject procurement is: ENGINEERING
  AND TECHNICAL SUPPORT SERVICES FOR MOBILE TACTICAL SYSTEMS,
  JOINT COMBAT SYSTEMS, GROUND THEATER AIR CONTROL SYSTEMS, AND
  RELATED SPECIAL PROGRAMS. The new solicitation number is N66001-97-R-5021.
  The description of the requirement is modified as follows:
  Engineering and technical support services for Mobile tactical
  Systems, Joint Combat Systems, Ground Theater Air Control Systems,
  and related special programs systems and projects. This support
  includes the design, development, installation, integration,
  documentation, repair, restoration, and testing of individual
  and joint services mobile tactical systems, command, control,
  computers, communications, intelligence, surveillance, and
  reconnaissance systems, and special programs systems. Part
  of this support entails ensuring that these systems are properly
  designed, tested, and installed as stand-alone systems or integrated
  into a host platform - such as ship, van, shore site, shelter
  or other platform. Integral to the special programs support
  and platform integration is ensuring that the special programs
  systems can operate effectively in the host platform electromagnetic
  environment. The period of performance is one base year and
  four option years. FOB Destination, San Diego, CA. All firms
  requesting copies of the solicitation under the former solicitation
  number shall be provided copies of this revised requirement.
  Solicitation document to be issued on or about 01/15/97. Facsimile
  letters are acceptable at (619)553-6976. For copies of solicitation(s)
  only written requests will be honored.
CITE: (I-344 SN010202)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: USAFE Contracting Squadron/LGC, Unit 3115, APO AE 09094-3115
SUBJECT: M--OPERATIONS AND MAINTENANCE OF THE FUEL TANK SITE,
  MOROCCO
SOL F6152197R5001
DUE 030997
POC Betsy Ann Matich, 011-49-631-6508
DESC:  The USAF Europe Contracting Squadron, Rhine Ordinance
  Barracks, Kaiserslautern, Germany will be issuing a solicitation
  on or about 22 Jan 97 for the performance of fuels systems
  operations, maintenance, and repair at the fuels storage facility
  at Mohemedia, Morocco, North Africa.  The contractor must have
  approval to work in Morocco.  This service is for the port
  facility only.  A firm fixed price contract is contemplated
  for a basic period of performance with a two month phase-in
  and three one-year pre-priced options.  The basis of award
  will be the technically acceptable, lowest priced responsible
  offeror.  All correspondence and interaction with government
  personnel with be conducted in English.   All responsible sources
  may submit a propoal which shall be considered.  Contact this
  office to obtain a copy of the SOW at 011-49-631-3539-145.

EMAIL matichb@USAFE28.ramstein.af.mil
EMAILDESC: 
CITE: (W-344 SN009871)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: 4th Contracting Squadron, 4 CONS/LGCV, 1695 Wright Brothers
  Ave, Seymour Johnson AFB NC 27531-2459
SUBJECT: M--TELEPHONE SWITCHBOARD SERVICES
SOL F31610-97-R0001
DUE 122096
POC Contract Administrator TSgt Dennis Smith, (919) 736-6548,
  ext 239, Contracting Officer, Bobbie White, (919) 736-6548
  ext 241.
DESC: This service includes but is not limited to furnishing
  all personnel, tools, equipment, supervision and other items
  necessary to perform Telephone Switchboard Operations. Performance
  includes Operator assistance, Administrative services, Directory
  Assistance, Housekeeping, maintain a Telephone Directory, Master
  File, Telephone Survey, Master Station Log, and conduct minimal
  military training to augmentees. Performance to commence on
  01 Apr 97. The contract will include the basic year of 01 Apr
  97-30 Sep 97 and possibly four (4) priced one-year options.
  Requests for the solicitation must be in writing and include
  requester's phone number and 9 digit zip code. Fax   requests
  for the solicitation package will be accepted; the fax number
  is (919) 736-6797. The proposed issue date for solicitation
  F31610-97-R0001 will be on or about 21 Nov 96. The proposed
  acquisition is restricted 100% set aside for small business
  concern. SIC code is 7389. Resultant contract will be firm
  fixed-price.
CITE: (M-344 SN009969)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: National Park Service, Office of Concession Program Management,
  600 Harrison Street, Suite 600, San Francisco, California 94107-1372
SUBJECT: M--OPERATION OF TENNIS COMPLEX AND RELATED FACILITIES-AMERICAN
  MEMORIAL PARK
POC Edward Wood (671) 477-9362.
DESC: The National Park Service will be releasing a concession
  Prospectus seeking parties interested in operating a tennis
  complex and related support facilities within American Memorial
  Park in the Commonwealth of the Northern  Mariana Islands on
  the Island of Saipan. The operation consists of four (4) lighted
  hard surfaced tennis courts with a small pro shop and restroom
  facilities. The proposed operation will be year round and is
  anticipated to operate both in the daytime and evening hours.
  There is no existing operator and this opportunity is fully
  competitive. All the existing facilities are government owned.
  The incoming operation with be required to provide all the
    necessary items to adequately stock the pro shop and staff
  the operation. The term of the proposed concession contract
  will be for seven (7) years. The cost for purchasing a Prospectus
  is $30.00. Parties interested in obtaining a Prospectus should
  send a check made payable to the ``National Park Service''.
  Send the check to the National Park Service, Office of Concession
  Program Management, Pacific Great Basin System Support Office,
  600 Harrison Street, Suite 600, San Francisco, CA 94107-1372.
  Please include a mailing address of where to send the Prospectus.
  On the front of the envelop mark ``Attention: Office of Concession
  Program Management-Mail Room Do Not Open. If there are   any
  questions contact Mr. Mac Foreman, Office of Concession Program
  Management, Pacific Great Basin System Support Office, San
  Francisco, CA (415) 744-3981.
CITE: (M-344 SN009977)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities--Potential
  Sources Sought
OFFADD: US ARMY CONTRACTING COMMAND KOREA, ATTN: SERVICES BRANCH,
  UNIT # 15289, APO AP 96205-0062
SUBJECT: M--CONTRACTORS NEEDED FOR UPCOMING SOLICITATION: OPERATION
  AND MANAGEMENT OF BATTLE SIMULATION CENTER TO SUPPORT TACTICAL
  SIMULATION TRAINING FOR US FORCES IN KOREA AND JAPAN.
SOL 204&&&-9612-0001
POC Ms. Jackie Robinson-Burnett US Army Contracting Command Korea
  Unit # 15289 (Services Branch) APO AP 96205-0062 Ph: 011-822-7914-7628
  Fax: -7067 Email: eakc-burnett@emh4.korea.army.mil (Site Code
  DAJB03)
DESC:  WPCH   {  2    B  VQ  W'   ~#|x10cpi F  zNxxx,  t   t
  x        @I 8G ;~~~~~~~ ~   ~  ~                  ~~SERVICE
  10 pitchIID/IIIPHPLASIII.PRS[ x        @I O  ,   P   pl!HP
   0 0   X   P{  2     @   H  VW  W- #|xCourier 10cpi F  zNxxx,
   t   t x       @I 8G ;~~~~~~~ ~   ~  ~                  ~~SERVICE
  10 pitchIID/IIIPHPLASIII.PRS[ x        @I O  ,   P   pl!H{
   2  6    J  F P  0 0   X   PP      PP    X X X   PP    PP 
  X X X X   PP    PP  X X X X   PP    PP  X X X X   PP    PP
   X X X X   P Contractors neded to bid on Battle Simulation
  Contract. Performance date 01 Oct 96, w/ 4 option yrs. Work
  includes conducting computer driven joint and combined battle
  computer simulations and manual battle simulation. The Contractor
  is responsible for planning, administration, and management
  of training exercises.
CITE: (I-344 SN010045)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: DVA Medical Center 79 Middleville Road Northport New
  York 11768
SUBJECT: Q -- HOME HEALTH AID & PERSONAL CARE AID
SOL IFP-632-8-97
DUE 011797
POC CAROL LIPPIS, Contracting Officer 516-754-7944
DESC: The Department of Veterans Affairs at Northport, New York
  requires a Home Health Aid and Personal Care Aid the benficiares
  located in Nassau, Suffolk and Queens counties in the State
  of New York. Solicitation available O/A December 10,1996 upon
  receipt of written request ONLY. No phone requests will be
  accepted.
CITE: (I-344 SN009916)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: North Central Regional Contracting, 1300 Metropolitan
  Ave, Leavenworth, KS 66048
SUBJECT: Q -- HOSPITAL/PHYSICIAN SERVICES
SOL 275-0208
DUE 020497
POC Stefanie Kongable, Contract Specialist, (913) 682-8700, ext.
  613.
DESC: The United States Penitentiary, Leavenworth, Kansas, is
  soliciting for the services of medical care to federal prisoners.
  The Government prefers a multiple award contract to the contractors
  that can provide both inpatient and outpatient care at the
  contractor's facility. Services will be required for a one-year
  base period, with four one-year option periods for a total
  of sixty months from the date of award. Only medical facilities
  within a 50-mile radius from the institution will be utilized
  for inpatient/outpatient services. The estimated quantities
  for each period of the contract are as follows: Base period:
  Inpatient days - 200, Outpatient visits - 1000; Option period
  one: Inpatient days - 200, Outpatient visits - 1000; Option
  period two: Inpatient days - 200, Outpatient visits - 1000;
  Option period three: Inpatient days - 200, Outpatient visits
  - 1000; Option period four: Inpatient days - 200, Outpatient
  visits - 1000. All responsible sources are encouraged to submit
  an offer which will be considered for award. Requests for solicitation
  must be in writing only. You may fax your request to the following
  number (913) 682-2102. Anticipated issue date is approximately
  December 31, 1996.
CITE: (I-344 SN009923)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: U.S. Department of Justice, Immigration and Naturalization
  Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, TX 75247
SUBJECT: Q--OVER 40 PHYSICAL EXAMINATIONS
SOL ACD-7-B-0006
DUE 011797
POC Contract Specialist, Ms. Morris Whitacre, 214-767-7170. No
  collect calls will be accepted.
DESC: The Immigration and Naturalization Service intends to award
  a Firm-Fixed Price Requirements type contract to provide physical
  examinations to employees over the age of 40 to include tetanus/diphtheria
  boosters, if required, within a 30 mile radius of Del Rio,
  Texas. The successful contractor shall be required to submit
  a Medical Liability Insurance Certificate to the Contracting
  Officer prior to contract start date. Tentative issuance of
  solicitation is December 16, 1996; tentative bid opening is
  January 17, 1997. Period of performance will be for one year
  with four one-year options. The Standard Industrial Code (SIC)
  is 8011, Office and Clinics of Doctors of   Medicine. Request
  for the solicitation must be submitted in writing to Immigration
  and Naturalization Service, 7701 N. Stemmons Freeway, ACDCAP,
  Dallas, TX 75247, or by facsimile at (214) 767-7458. All requests
  for  solicitation  must reference the solicitation number.
  All responsible sources may submit a bid which will be considered.
  See Note 1.
CITE: (M-344 SN009974)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: DIR OF CONTRACTING WALTER REED AMC, ATTN MCHL Z BLDG
  T 20, 6825 16TH STREET NW, WASHINGTON DC 20307-5000
SUBJECT: Q--EMERGENCY ROOM PHYSICIANS AND ASSISTANTS WEST POINT,
  NEW YORK
SOL DADA15-97-R-0013
DUE 012997
POC Contract Specialist D. HUTTON (202) 782-1102 (Site Code DADA15)
DESC: The contractor shall provide part time emergency room services
  of physicians and physicians assistants at Keller Army Community
  Hospital, West Point, New York. Physicians shall provide 24-hour
  weekend and holiday coverage and assistants shall provide12
  hour coverage, Monday through Friday. Anticipated issue date
  is 30 December 1996. Contract shall include one base period
  and four option years. All interested sources requesting a
  copy of the solicitation package are required to submit a written
  requestto the address indicated above. Requests may be faxed
  to (202) 782-8247 Attention Donna Hutton. No telephone requests
  for solicitation packages will be accepted. This is a 100%
  small business set-
CITE: (I-344 SN010055)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: DHHS, Indian Health Service, Office of Health Program
  Research and Development, Contracts and Grants Branch, 7900
  South J. Stock Road, Tucson, Arizona 85746-9352
SUBJECT: Q--PASCUA YAQUI TRIBE HEALTH CARE PROGRAM
SOL RFP No. 249-97-R-0003
DUE 021097
POC Monica R. Mendoza, Contract Specialist, (520) 295-2464 or
  Lyska A. Lomayesva, Senior Contracting Officer, (520) 295-2456.
DESC: Provide a prepaid, capitated comprehensive health care
  benefit program to enrolled members of the Pascua Yaqui Tribe
  that reside in Pima County, Arizona. All responsible sources
  may submit a proposal which shall be considered by the Agency.
  The contract award will be made effective June 1, 1997, for
  a one year period with two one year option periods. Anticipated
  RFP release date is December 31, 1996.
CITE: (M-344 SN010093)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Department of Veterans Affairs, Medical Center, 50 Irving
  Street, N.W., Washington, DC 20422
SUBJECT: Q -- ADR MONITORING
SOL RFP 688-37-97
DUE 122696
POC Joyce Forker, Contracting Officer, (202) 745-8543
DESC: This is a combined synopsis/solicitation for commercial
  services prepared in accordance with the format in FAR subpart
  12.6, as supplemented with additional information included
  in this notice (SIC 8099). This announcement constitutes the
  only solicitation, Request For Proposal (RFP) being requested
  and a written solicitation will not be issued. Solicitation
  documents and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular #90-42. Offeror
  shall submit proposal for developing a clinical pharmacy service
  in the areas of Drug Utilization Evaluation (DUE) and Adverse
  Drug Reactions (ADR). Submitted proposals should indicate strategies
  to provide comprehensive clinical support to the Pharmacy Service
  in the two (2) previously mentioned programs: ADR Monitoring
  Program: 1. Identify and evaluate retrospectively and prospectively
  suspected ADR's, 2. expand the existing screening program and
  conduct activities to foster the detection of ADR as outlined
  in VAMC policy and procedures, 3. analyze and summarize monthly
  ADR data, 4. assist in the research and development of enhances
  systems in ADR detection, evaluation, and reporting, 5. Attend
  the ADR subcommittee meetings and perform committee activities
  as required, 6. provide drug information support to the VA
  staff as required for critical evaluation of ADR, 7. assist
  in the compilation of reports and presentation materials for
  review by agencies, i.e. JCAHO. DUE Program: prepare in concert
  with the DUE subcommittee an annual DUE plan for the VAMC,.
  2. develop, in concert with the medical staff, the study criteria
  and data collection tools for each study as required, 3. assist
  in conducting the DUE studies which include retrospective and
  or prospective data collection (and occasionally clinical intervention),
  analysis of findings, and development or recommendations and
  conclusions, 4. attend the DUE subcommittee meetings and perform
  committee activities as required including study presentations,
  5. conduct meetings with members of the medical, dental, quality
  assurance or nursing service as required to facilitate completion
  of studies, 6. assist in the development and implementation
  of action plan based on DUE study results; these may include
  guideline development, newsletter article submission, etc.,
  7. assist in the compilation of reports and presentation materials
  for review by agencies, i.e. JCAHO. Offerors should provide
  documentation for evaluation criteria for the following: A.
  Education. contractor personnel should: 1. be graduates of
  a degree program in pharmacy from an American Council on Pharmaceutical
  Education (ACPE) approved college or university, 2. possess
  a Pharm. D. or formal post-baccalaureate (M.S., Pharm.D., Ph.D.)
  hospital oriented degree program recognized by ACPE (or demonstrate
  equivocal experience), 3. demonstrate advance knowledge of
  pharmacotherapeutics, pharmacokinetics, patient drug therapy
  outcome monitoring, drug research design, and the standards
  related to distribution and control of schedule and non-schedule
  drugs (i.e. DEA, FDA, VA, JCAHO standards), 4. possess the
  ability to communicate orally and in writing with a wide variety
  of individuals (i.e. health care professionals, patients),
  5. Full, current and unrestricted license to practice pharmacy
  in a State, Territory, Commonwealth of the United States (i.e.
  Puerto Rico), or the District of Columbia. B. Quality of Offeror's
  Facility/Resources: The offeror should provide descriptive
  information to include, but not limited to, manpower/staffing,
  drug information capabilities, secretarial support, and computerization
  support. C. Management Capabilities and Approach: The offeror
  should describe management methods to assure the provision
  of prompt and quality service, including a description of a
  quality assurance and customer service plan tailored towards
  this solicitation. D. Past Performance: The offeror should
  identify all Federal, State, and local government contracts
  and private contracts of similar scope, size, and complexity
  that are ongoing, or have been completed within the past 3
  years. Provide a list of references pertaining to those contracts.
  Acceptance time will be 60 days from bid opening date. This
  will be a firm fixed-price contract. Payment will be made in
  arrears on certified invoices. The following clauses and provisions
  are incorporated and applicable to this acquisition: 52.212-1
  Instructions to Offerors - Commercial, 52.212-3 Offeror Representations
  and Certifications - Commercial Items, 52.212-4 Contract Terms
  and Conditions - Commercial Items, 52.212-5 Contract Terms
  and Conditions Required To Implement Statutes or Executive
  Orders - Commercial Items, 52.232-19 Availability of Funds
  For Next Fiscal Year, 52.232-33 Mandatory Information For Electronic
  Funds Transfer Payment. Original proposals shall be received
  no later than 4:00 p.m. EST, December 26, 1996 and submitted
  on company letterhead to: Joyce Forker, Contracting Officer
  90C, VAMC, 50 Irving St.,NW, Washington, DC 20422. FAXED request
  will not be accepted.
CITE: (I-344 SN010144)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Department of Veterans Affairs Medical Center, A&MMS
  Service (90C), 1601 Perdido Street, New Orleans, LA 70146
SUBJECT: Q -- PROVIDE MAMMOGRAPHY SERVICES
SOL 629-14-97
DUE 022597
POC Gwendolyn Phillips, (504) 589-5284/Carol James, (504)589-5286
DESC: Contract Agencies to provide to eligible patients referred
  by the Department of Veterans Affairs Medical Center, l60l
  Perdido Street, New Orleans, Louisiana 70l46 mammography services
  on an as needed basis, Monday through Friday, except federal
  holidays. Three awards will be made in the following cities
  of Louisiana: One award in New Orleans, one award either in
  Metairie, Harahan, or Kenner, and one award either in Harvey,
  Gretna, Westwego, or Marrero. This solicitation includes the
  option to renew for two additional years. All request for bid
  documents must be in writing. Issue date January 10, 1997.
  Bid Opening will be held on February 27, 1997 at 2:00 PM, at
  the Department of Veterans Affairs Medical Center, l60l Perdido
  Street, Building 2, Room 407, New Orleans, Louisiana. This
  procurement is subject to the availability of funds and a 90
  day bid acceptance period is mandatory.
CITE: (I-344 SN010153)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of Natural Resources, P.O. Box 94396, Baton
  Rouge, LA 70804-9396
SUBJECT: R--TECHNICAL ENGINEERING ASSISTANCE FOR THE INSTITUTIONAL
  CONSERVATION PROGRAM
SOL RFP No. 431ES-97-03
DUE 012797
POC Katie Alford (504) 342-2529 or (504) 342-4513.
DESC: The Department of Natural Resources is requesting proposals
  from interested, qualified persons or firms (including public
  agencies and institutions) to provide technical engineering
  assistance for the Institutional Conservation Program (ICP)
  in the review, ranking and monitoring of projects to be funded
  through the ICP.
CITE: (M-344 SN009998)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550
SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR OFFICERS CLUB VALENTINES
  SWEETHEART DINNER
SOL SVS-SCS-100-96
DUE 013197
POC Shani Johnson, (907) 552-5900, FAX (907) 552-9250.
DESC: We are soliciting in-kind donations or sponsorship for
  the Officers Valentines Sweetheart Dinner, to be held at the
  Officers Club on February 14, 1997. The event will be open
  to all members and their guest by reservation. They will receive
  a gourmet meal served in style. We are asking for sponsorship/in-kind
  donations of prizes to give away. We are asking for donations
  of Desserts, possibly chocolates. The total sponsorship for
  this package is $300.00. We will accept any donations. The
  sponsor will be allowed to display banners and information
  at the event. Advertising in all areas on the base will be
  done. Representation from the sponsor for the event drawings
  will also be accepted and encouraged. All offers will be considered.
  More than one  sponsor/donation may be accepted and additives
  will be considered. Requests for copies of this solicitation
  must be received not later than 31 January 1997. This is a
  solicitation for commercial sponsorship/donation by a nonappropriated
  fund instrumentality of the United States Government. It does
  not obligate appropriated funds of the Government.
CITE: (M-344 SN009999)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Clerk Of The House, U.s. House Of Representatives, H-154
  U.s. Capitol Bldg., Washington, Dc 20515
SUBJECT: R--STENOGRAPHIC SERVICES
SOL FCLK970007
DUE 010697
POC G. Vans 202-225-7000; Contracting Officer, Robin H. Carle,
  Clerk 202-225-7000
DESC:  The purpose of the solicitation is to establish a Blanket
  Purchase Agreement (BPA) relationship with a private entity
  or entities to provide supplemental stenographic reporting
  services, in Washington, D.C., on an as-needed basis, for specified
  Committees and Subcommittees of the House of Representatives.
   The IFB calls for on-site reporting of assigned hearings,
  subject to regulations and specifications supplied by the Office
  of the Clerk, for a base period ending December 31, 1997. 
  Prior to award, bidders must provide, and submit with offer,
  pricing and organizational qualifications.  No telephone requests
  for an IFB will be accepted but requests can be faxed to 202-225-1776.
CITE: (W-344 SN010001)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550
SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR OFFICERS CLUB WINTER
  CRUD TOURNAMENT
SOL SVS-SCS-101-96
DUE 010397
POC Shena Jones, (907) 552-5900, FAX (907) 552-9250.
DESC: We are soliciting in-kind donations or sponsorship for
  the Officers Club Winter Crud Tournament. The event will be
  held at the Officers Club on January 17, 1997, and will run
  through the next 5 Fridays. The event will be open to all eligible
  club members and their guests. The tournament will consist
  of twelve teams that compete by double elimination. We are
  asking for  sponsorship/in-kind donations of prizes to give
  away. We are asking for donations of T-shirts and hats for
  participants with the 3RD wing logo, approximately 40 of each.
  The total sponsorship package is $200.00, but we will accept
  any donations. The sponsor will be allowed to display banners
  and   information at the event. Advertising in all areas on
  the base will be done.  Representation from the sponsor for
  the event drawings will also be accepted and encouraged. All
  offers will be considered. More than one sponsor/donation may
  be accepted and addition will be considered. Requests for copies
  of this solicitation must be received not later than 1 January
  1997. This is a solicitation for commercial sponsorship/donation
  by a nonappropriated fund instrumentality of the United States
  Government. It does not obligate appropriated funds of the
  Government.
CITE: (M-344 SN010013)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Office of Personnel Management, 1900 E Street NW., Room
  SB427, Washington, DC 20415
SUBJECT: R--ECONOMIC CONSULTANT
SOL OPM-SFO-97-00022RDH
DUE 011597
POC Ray Hesson, (202) 606-1045.
DESC: The Office of Personnel Management (OPM) plans to issue
  a competitive solicitation for Economic Consultant Services.
  The consultant(s) works as technical advisor on cost-of-living
  allowances (COLA), based on living cost differences payable
  to most Federal white-collar and U.S. Postal Service employees,
  Alaska, Hawaii, Guam and the Commonwealth of the Northern Mariana
  Islands, Puerto Rico and the Virgin Islands. This is an effort
  to resolve issues related to the COLA Program, the measurement
  of living costs and to assist preparing OPM for its report
  to Congress, which is required by PL 102-141 as amended. OPM's
  established Working Group anticipates the consultant   shall
  attend and participate in all Technical Advisor Group (TAG)
  meetings on economic issues concerning COLA and related compensation
  issues, OPM concerns, and provide OPM with verbal and written
  reports of the meetings and issues discussed. With approval,
  the consultant may hire or subcontract with other personnel
  to perform support functions but only to the extent that such
  support does not jeopardize the quality, thoroughness; professionalism
  of the overall work performed. The Government will make award
  to the responsible offeror whose offer conforms to the solicitation
  and is most advantageous to the Government considering cost
  or price factors. For this solicitation,   technical quality
  will be given a greater priority. Technical proposals will
  be rated in terms of the quality and relevance of information
  presented. Proposals will be evaluated according to the following
  factors, professional qualifications, work experience, and
  testimony and presentations. All responsible sources may submit
  a proposal which may be considered by the agency. The period
  of performance shall be one year from date of award with the
  inclusion of a one-year option period if exercised. This requirement
  has been set aside for participation by Small Business concerns
  only. The Standard Industrial Classification Code is 8742 with
  average annual receipts not   exceeding $5.0M for the preceding
  three years. All requests must be submitted in writing. Telephone
  requests will not be accepted. Requests may be sent to the
  above address or faxed to (202) 606-1464. The solicitation
  will simultaneously be available for downloading over the internet
  at OPM's Web site http://www.opm.gov/procure/.
CITE: (M-344 SN010015)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: R--PROPERTY MANAGEMENT AND REAL ESTATE BROKERAGE SERVICES,
  HOMEOWNERS ASSISTANCE PROGRAM
SOL DACA63-97-B-0007
DUE 010897
POC Contract Specialist SUZANNE WRIGHT (817) 978-2131 (Site Code
  DACA63)
DESC: The U.S. Army Engineer District, Fort Worth, Texas, intends
  to issue a sealed bid for the purpose of obtaining property
  management and real estate brokerage services for the Homeowner's
  Assistance Program at Fort Polk, LA. The Government contemplatesaward
  of a firm fixed price indefinite quantity service contract
  for a base year with three one year option periods. This is
  100% small business set aside. The size standard to qualify
  as a small business is $1.0 million under SIC code 6531. The
  services ae for single and multi-family properties acquired
  by the Government from individuals previously associated with
  the Fort Polk installation. Services include listing properties
  on MLS, conducting market analysis, maintenance, clean- up,
  repairs, lawn care, winterizing and minimum security (locks
  and board- ups). Contractor will receive a sales commission
  for selling properties at the local area rate. There will be
  an etimated 161 properties assigned for management and sale
  during the possible four year contract period. The contractor
  must have an office located either in Leesville, DeRidder,
  or any location in between and be able to manage properties
  in both Beauregard nd Vernon Parish. Award will be made to
  the lowest, responsive and responsible bidder. Solicitation
  will be issued on or about 16 December 1996, and bid opening
  date will be on or about 15 January 1997. See Note 1. All responsible
  sources may submit a bid which shall be considered by the agency.
  No express mail procedures will be utilized on initial mailing
  of solicitation packages.
CITE: (I-344 SN010046)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: R--PROPERTY MANAGEMENT AND REAL ESTATE BROKERAGE SERVICES,
  HOMEOWNERS ASSISTANCE PROGRAM, CANNON AFB, CLOVIS, NM
SOL DACA63-97-B-0009
DUE 012997
POC Contract Specialist MELANIE M HUBBARD (817) 978-3114 (Site
  Code DACA63)
DESC: The U.S. Army Engineer District, Fort Worth, Texas, intends
  to issue a sealed bid for the purpose of obtaining property
  management and real estate brokerage services for the Homeowner's
  Assistance Program at Cannon AFB, Clovis, NM. The Government
  conemplates award of a firm fixed price indefinite quantity
  service contract for a base year with three one year option
  periods. This is a 100% small business set aside. The size
  standard to qualify as a small business is $1.0 million under
  SIC code 6531. Theservices are for single and multi-family
  properties acquired by the Government from individuals previously
  associated with the Cannon AFB installation. Services include
  listing properties on MLS, conducting market analysis, maintenance,
  clean-up, repairs, lawn care, winterizing and minimum security
  (locks and board-ups). Contractor will receive a sales commission
  for selling properties at the local area rate. Ther will be
  an estimated 198 properties assigned for management and sale
  during the possible four year contract period. The contractor
  must have an office centrally located between Curry and Roosevelt
  Counties and could be up to 50 miles. Award will be made t
  the lowest, responsive and responsible bidder. Solicitation
  will be issued on or about 30 December 1996, and bid opening
  date will be on or about 29 January 1997. See Note 1. All responsible
  sources may submit a bid which shall be considered by the agency.
  No express mail procedures will be utilized on initial mailing
  of solicitation packages.
CITE: (I-344 SN010054)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USDA Forest Service, P&P, Room 706 RP-E, P.O. Box 96090,
  Washington, DC 20090-6090
SUBJECT: R--NATIONAL RECREATION RESERVATION SYSTEM
SOL FS-WO-97-07
DUE 032097
POC Carol A. Holtz, E-Mail:  /s=nrrs/ou1-w01b@mhs-fswa.attmail.com
DESC: The Forest Service requires a service contract to develop,
  implement, and operate a multi-agency national recreation reservation
  service (NRRS).  This will include a contractor- provided,
  state-of-the-art reservation service complete with facilities,
  personnel, marketing, materials, equipment,  communications,
  information distribution, and financial  transaction record
  processing.  The reservation service will provide opportunities
  for customers to reserve, in advance, specific Federal recreation
  faciities or activities operated  and managed by the Bureau
  of Land Management, Corps. of  Engineers, and Forest Service.
   The NRRS will allow the public  to make reservations through
  a toll-free number, through the Internet, and at specific field
  locations.  Interested parties  may access the Forest Service
  HomePage to obtain a full text copy of this solicitation: 
  "http://www.fs.fed.us/recreation/ nrrs_rfp".  Interested parties
  may contact the agency to obtain a computer disc (IBM compatable)
  or hardcopy of the solicitation. There are limited amounts
  of computer discs and hardcopy  documents available for distribution
  for this RFP. 
LINK http://www.fs.fed.us/recreation/nrrs_rfp
LINKDESC: 
EMAIL /s=nrrs/ou1-w01B@mhs-fswa.attmail.com
EMAILDESC: 
CITE: (W-344 SN010061)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550
SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR THE SKILLS DEVELOPMENT
  CENTER CERAMIC CONTEST
SOL SVS-SCS-102-96
DUE 020397
POC Shani Johnson, (907) 552-5900, FAX 907 (552-9250.
DESC: We are soliciting in-kind donations or sponsorship for
  the Skills Development Center Ceramic Contest, to be held on
  February 15, 1997. The Contest will consist of four categories
  with no more than three items per category. The event is open
  to military family members, youth family members, and ceramic
  craters. We are asking for sponsorship/in-kind donations of
  $700.00 to cover the expenses of this event. Which we are requesting
  the following items, refreshments, a savings bond for $200.00,
  and three plaques. We would accept part or all of the items
  requested, depending on the sponsor and what they can provide.
  The sponsor will be allowed to display banners and  information
  at the event. Advertising in all areas on the base will be
  done. Representation from the sponsor for the event drawings
  will also be accepted and encouraged. All offers will be considered.
  More than one sponsor/donation may be accepted and additives
  will be considered. Requests for copies of this solicitation
  must be received not later than 03 February 1997. This is a
  solicitation for commercial sponsorship/donation by a nonappropriated
  fund instrumentality of the United States Government. It does
  not obligate appropriated funds of the Government.
CITE: (M-344 SN010067)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 375 CONS/LGCV, 102 E. Martin St., Room 216, Scott AFB,
  IL 62225-5015
SUBJECT: R--DESIGN AND PROCURE FOR RENT A TRADE SHOW TYPE DISPLAY
  FOR THE AIR FORCE ASSOCIATION'S 50TH ANNIVERSARY PROGRAM
SOL F11623-97-T0718
DUE 011197
POC Sgt Lou Duarte, Contract Specialist, (618) 256-1500 ext 407.
DESC: Services, non personal to furnish all labor, tools, parts,
  materials, facilities and transportation necessary to provide
  design, rental, installation, and tear down of a trade show
  display for Air Mobility Command Headquarters at the Air Force
  Associations USAF 50th Anniversary Celebration, 22/26 April
  1997, at the Las Vegas, Nevada Convention Center. Note Number
  1.
CITE: (M-344 SN010102)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 220000E, 521 N. 9th Street, Point Mugu, CA 93042-5001
SUBJECT: R -- ENGINEERING AND TECHNICAL SUPPORT SERVICES OF RESEARCH,
  DEVELOPMENT, TEST AND EVALUATION (RDT&E) OF SEA RANGE INSTRUMENTATION
SOL N68936-97-R-0053
DUE 021197
POC Lenette Santana, Contract Specialist, 805-989-0555 Rena Mueller,
  Contracting Officer, 619-939-8176.
DESC: This is a modification to add Numbered Note 26 to RFP N68936-97-R-0053
  issued in the CBD on 29 Nov 97.
CITE: (I-344 SN010148)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of Energy, Miamisburg Environmental Management
  Project Office, P.O. Box 3020, Miamisburg, Ohio 45343-3020
SUBJECT: R--PROVIDE SERVICES TO SUPPORT THE IMPLEMENTATION OF
  THE MOUND 2000 PROCESS IN SUPPORT OF MIAMISBURG ENVIRONMENTAL
  MANAGEMENT PROJECT
SOL DE-AF24-97OH00009
DUE 122096
POC Lisa G. Polland, Purchasing Agent, (937) 847-5215.
DESC: DOE intends to issue a purchase order to Mr. Richard A.
  Neff, Wilmington, OH to provide support for the development
  of potential release site evaluation packages and the design
  and implementation of innovative technologies at the Mound
  Facility. Anticipated period of performance is December 31,
  1996-December 30, 1997. See Numbered Note 22.
CITE: (M-344 SN010186)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: R -- CORRECTION:ENGINEERING TECHNICAL SERVICES
SOL N66001-97-Q-0160
DUE 122696
POC POC Ms. Angela King, Code D221, Purchasing Agent, 9619)553-5829.
DESC: Original synopsis appeared in CBD dtd 12/09/96, correct
  Standard Industrial Code (SIC) to read 8711 - $20.0M.
CITE: (I-344 SN010203)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, USAINSCOM SPT BN (PROV), ATTN: DCO 8825 Beulah
  Street, Fort Belvoir, VA 22060-5246
SUBJECT: R--INSTALLATION OF CARPET
SOL DASC01-97-R-0003
DUE 121996
POC Alice Kenny, (703) 706-2778/Contracting Officer, Cheryl Jamison,
  (703) 706-2766.
DESC: This is a combined synopsis/solicitation for a commercial
  item (service) prepared in accordance with Subpart 12.6, as
  supplemented with additional information included in this notice.
  This announcement constitutes the only solicitation; proposals
  are being requested and a written solicitation will not be
  issued. This solicitation is issued as a result for proposal
  (RFP). The solicitation document incorporates provisions and
  clauses that are those in effect through Federal Acquisition
  Circular 90-42. This is a 100% small business set-aside. The
  Standard Industrial Classification code is 1752. The statement
  of work is as follows. Scope: The contractor shall remove and
  install approximately 19,755 square yards of Government furnished
  carpet and  associated materials for the Nolan Building located
  at 8825 Beulah Street, Ft Belvoir, VA 22060. Requirements:
  1.0 General Requirements 1.1 A pre-installation conference
  will be held to coordinate schedule of installation and worksite
  unique security requirements. 1.2 All work shall be performed
  Monday through Friday: 5:00 p.m. through 2:00 a.m. and on weekends:
  8:00 a.m. through 5:00 p.m. 1.3. All work shall be accomplished
  in a manner to keep disruption to a minimum level. 1.4 Installation
  shall be sequential and the contractor shall coordinate all
  scheduled work with the designated government representative.
  1.5 All contractor employees shall be escorted while on the
  work site, as applicable, due to security requirements. 1.6
  The contractor  shall use a vertical lift system when working
  with the existing UNICORE modular furniture. Disassembly of
  wall panels is prohibited. Movement of any equipment to facilitate
  carpet removal or installation is also prohibited unless the
  designated government representative consents. No crow bars,
  levers, wooden blocks, hydraulic or other prying devices shall
  be used on any furniture. 1.7 Any areas begun during the work
  shift shall be completed by the end of the work shift and all
  furniture returned to its original locations. Each nightly
  transition of new and old carpet shall integrate cleanly with
  no open floor areas or trip hazards. 1.8 The contractor shall,
  after each installation session, clear all debris from the
  work site and vacuum the area.  1.9 Upon completion of carpet
  installation the Government designated representative will
  inspect and verify that all work is complete. All work found
  unacceptable shall be removed, replaced and reinstalled at
  no cost to the Government within one working day. 2.0 Removal
  of Existing Carpet 2.1 The contractor shall remove existing
  carpet tile/broad loom carpet in accordance with standard commercial
  practices for each area to be recarpeted during that work shift.
  2.2 all old material shall be removed and recycled or otherwise
  properly disposed of by the contractor. 2.3 The existing edge
  stripping and carpet matting in the lobby and any adhesive
  residue on the floor shall be removed. 3.0 Installation of
  New Carpet 3.3.1 Removal of existing carpet and  installation
  of new carpet shall occur as follows: a. Begin January 15,
  1997-Floor B2 b. Begin February 15, 1997-Floor B1 c. Begin
  March 15, 1997-Floor GF and d. Begin April 15, 1997-Floor 2.
  3.3.2 All carpeting shall be installed via the full spread
  method using pressure sensitive solvent free (non-VOC) adhesive.
  3.3.3 The carpet tile shall be installed so as to ensure modular
  integrity (one contiguous floor without regard to walls or
  partitions). Use of piece tiles shall be limited to installation
  along fixed walls. Piece tiles shall not be used in open areas.
  3.3.4 The cove base shall be installed with solvent free (non-VOC)
  adhesive. 3.3.5 All transition strips/reducers shall be installed
  using solvent free (non-VOC) contact adhesive film. 3.3.6 All
  access  covers shall be carpeted using solvent free (non-VOC)
  contact adhesive film. 3.3.7 The modular mat frame for the
  lobby level shall be custom fabricated on site. Design of the
  frame and its location shall be consistent with existing layout
  and coverage. Frame shall be constructed to provide a continuous,
  contiguous appearance when carpet tile is installed. Carpet
  tile shall be installed within the frame in full pieces to
  provide ease of replacement (except in oversized areas). 3.3.8
  The contractor shall provide a one year labor and materials
  warranty on workmanship. Final inspection and acceptance is
  at destination. The following Federal Acquisition Regulations
  (FAR) provisions and clauses apply to this solicitation: FAR
  52.212-1 Instructions  to Offerors--Commercial Items (Oct 1995).
  FAR 52.212.2, Evaluation--Commercial Items (Oct 1995), with
  the following evaluation criteria to be included in paragraph
  (a): (i) lowest price and (ii) past performance. Importance
  of the specific evaluation criteria is in descending order
  and will be based on information submitted in response to this
  RFP. It is recommended that information be included that demonstrates
  that the service offered meets all of the solicitation requirements;
  FAR 52.212-3, Offeror Representations and Certifications--Commercial
  Items (Oct 1995); 52.212-5 Contract Terms and Conditions Required
  to Implement Statutes or Executive Orders--Commercial Items
  (Oct 1995), to include 52.222-3, Convict Labor, 52.233-3, Protest
  after  Award, 52.203-6, Restrictions on Subcontractor Sales
  to the Government, with Alternate I, FAR 52.203-10, Price or
  Fee Adjustment for Illegal or Improper Activity, 52.222-26,
  Equal Opportunity, 52.222-35, Affirmative Action for Special
  Disabled and Vietnam Era. Addenda to the solicitation includes:
  FAR 52.237-1 Site Visit (APR 1984), DFARS 252.212-7000, Offeror
  Representations and Certifications-Commercial Items (Nov 1995)
  DFARS 252.212-7001, Contract Terms and Conditions Required
  to Implement Statutes or Executive Orders--Applicable to Defense
  Acquisitions or Commercial Items (Nov 1995). In compliance
  with the said clause the following additional DFARS clauses
  are incorporated as part of this acquisition: DFARS 252.233-7000,
  Certification of  Claims and Requests for Adjustment or Relief.
  DFARS 252.247-7024, Notification of Transportation Supplies
  by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments
  Program Certificate, DFARS 252.225-7006, Buy American Act and
  Balance of Payment Program. A site visit is highly recommended
  prior to proposal submission. The only site visit date is Dec
  12, 1996. POC is Greg Gray (703) 706-2252. The place is the
  Nolan Building located at 8825 Beulah Street, Ft Belvoir, VA.
  All responsible sources should submit a proposal to the U.S.
  Army Intelligence and Security Command (INSCOM), Directorate
  of Contracting Operations, ATTN: Alice Kenny, 8825 Beulah Street,
  Ft Belvoir, VA 22060-5246. Proposals shall be received by 1:00
  p.m., December 9, 1996.  Special proposals requirements: 1.
  Include 3 project references with size, date and customer contact
  with phone number in the proposal. 2. Provide verification
  of both workmen's compensation for all employees staffing the
  project. 3. Provide certification for non-VOC adhesives to
  be used in carpet installation. See Numbered Note(s): 1.
CITE: (M-344 SN010212)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Pension Benefit Guaranty Corporation, Procurement Department
  (PD), 1200 K Street, N.W., Suite 1090, Washington, DC 20005-4026
SUBJECT: R-DATABASE INFORMATION RETRIEVAL SERVICES POC
SOL N/A
DUE 120996
POC Contact Contract Specialist, Jean Dyson 202/326-4160
DESC: The Pension Benefit Guaranty Corporation (PBGC) intends
  to issue a Delivery Order against an existing Basic Order Agreement
  to renew a subscription with LEXIS-NEXIS for the continued
  use and access of their database by Radio Marti Program Washington
  DC. This subscription is for online electronic retrieval from
  database which gives text access to legal information (Lexis)
  and news from over 140 national international publications
  and wire services (NEXIS).  Services will be continued through
  September 30, 1997. All responsible sources may respond.  Written
  responses should include price and technical data sufficient
  to determine capability.  No telephone calls will be accepted.
   No award will be based on offer or proposal received in response
  to this notice.  NO SOLICITATION DOCUMENT EXISTS.  Estimated
  Usage $85,000.00
CITE: (I-344 SN010058)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Pension Benefit Guaranty Corporation, Procurement Department
  (PD), 1200 K Street, NW, Suite 1090, Washington, DC 20005-4026
SUBJECT: R--DATABASE INFORMATION RETRIEVAL SERVICES POC
SOL N/A
DUE 120996
POC Contact Contract Specialist, Jean Dyson 202/326-4160
DESC: The Pension Benefit Guaranty Corporation (PBGC) intends
  to issue a Delivery Order against an existing Basic Order Agreement
  to renew a subscription with West Publishing Co./West Services,
  Inc. for the continued use and access of their database by
  Washington, DC.  This subscription is for single online access
  to be computer assistant legal research service with over 2000
  databases covering primarily legal and related subjects from
  diverse areas ranging from court opinions to statutes, regulations
  and the like.  Service will be continued through September
  30, 1997.  West Publishing Co./ West Services, Inc. was found
  to be the most responsible source for databases.  All responsible
  sources may respond.  Written responses should include price
  and technical data sufficient to determine capability.  No
  telephone calls will be accepted.  No award will be based on
  offer or proposal received in response to this notice.  NO
  SOLICITATION DOCUMENT EXIST.  Estimated Usage $113,125.00
CITE: (I-344 SN010059)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Nellis AFB, SVS/SVXS, 4420 Grissom Avenue, Suite 205,
  Nellis AFB, NV 89191-6524
SUBJECT: R--SPONSORSHIP FOR YOUTH ACTIVITIES AT NELLIS AIR FORCE
  BASE
DUE 013197
POC Ms. Ronda J. Hargrove, (702) 652-2739, Director of Commercial
  Sponsorship.
DESC: The Nellis Air Force Base Services Squadron is seeking
  sponsorship for our youth activities programs. These include:
  youth sports seasons, parties with bowling, skating, miniature
  golf and meals, one-day ski trips, Six Flag Magic Mountain
  trip, Universal Studios tour, and numerous other special events.
  We also need sports equipment and brick dirt for our ball fields.
  Nellis AFB has a great youth program with high participation
  and attendance. Specific numbers and demographics are available
  upon request. Financial support is desired to offset expenses.
  Other offers will be considered, as will co-sponsors. Requests
  for copies of the solicitation must be received by January
  31, 1997. Please submit request to Ms. Ronda Hargrove, Director
  of   Commercial Sponsorship, 4420 Grissom Avenue, Suite #205,
  Nellis AFB, NV 89191-6524, or call (702) 652-2739, FAX (702)
  652-8183 with questions. This is a solicitation for commercial
  sponsorship by a nonappropriated instrumentality of the United
  States Government. It does not obligate funds of the Government.
CITE: (M-344 SN010109)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: U.S. Postal Service, Purchasing And Materials Service
  Center, Attn: Manager, P.O. Box 40592, Philadelphia, PA 19197-0592
SUBJECT: R--INFORMATIONAL MEETING TO EXPLORE RETAIL PACAKAGING
  PRODUCTS.
DUE 121296
POC Shibaji Chakraborty (215) 931-5186 or B.R. Fowlkes (215)
  931-5157
DESC: USPS Allegheny Area will hold an informational meeting
  to explore a retail pacakaging product supply system for the
  Allegheny Area.   These are mailing type products for resale
  at Post Office counters.   A consignment arrangement is contemplated
  to include value added services such as accounting and management
  controls.  Meeting will conducted on 12/16/96 at 10 AM at
  USPS, Pittsburgh Area Office, 1 Marquis Plaza,  5315 Campbells
  Run Road, Pittsburgh, PA 15277.  Contact Shibaji  Chakraborty
  at 215-931-5186 or B.R. Fowlkes at 215-931-5157 if you plan
   to attend (2 attendees only, per company).              
CITE: (W-344 SN010195)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: U.S. Postal Service, Purchasing And Materials Service
  Center, Attn: Manager, P.O. Box 40592, Philadelphia, PA 19197-0592
SUBJECT: R--INFORMATIONAL MEETING TO EXPLORE RETAIL PACAKAGING
  PRODUCTS.
DUE 121296
POC Shibaji Chakraborty (215) 931-5186 or B.R. Fowlkes (215)
  931-5157
DESC: USPS Allegheny Area will hold an informational meeting
  to explore a retail pacakaging product supply system for the
  Allegheny Area.   These are mailing type products for resale
  at Post Office counters.   A consignment arrangement is contemplated
  to include value added services such as accounting and management
  controls.  Meeting will conducted on 12/16/96 at 10 AM at
  USPS, Pittsburgh Area Office, 1 Marquis Plaza,  5315 Campbells
  Run Road, Pittsburgh, PA 15277.  Contact Shibaji  Chakraborty
  at 215-931-5186 or B.R. Fowlkes at 215-931-5157 if you plan
   to attend (2 attendees only, per company).              
CITE: (W-344 SN010196)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer In Charge, NAVFAC Contracts, 520 Turner Street,
  Pensacola, FL 32508-5225
SUBJECT: S--INTERIOR PAINTING OF FAMILY HOUSING, PENSACOLA NAVAL
  COMPLEX, PENSACOLA, FL
SOL N65114-96-B-2230
DUE 010997
POC Technical inquiries prior to bid opening must be submitted
  in writing to the address listed above, or faxed to (904) 452-4505,
  Attention: Lula Daniel, Contract Specialist, Code 262.1
DESC: Work to include includes the interior painting of Family
  Housing units. This is an Indefinite Quantity Contract.  It
  has a base period with two (2) options for a total of 36 months
  duration.  Plans are available until supply is exhausted. 
  There is a $30.00 Non-refundable fee per set of plans.  To
  obtain plans, forward your company check or money order payable
  to the Navy Industrial Fund.  Cash and personal checks will
  not be accepted.  Planholders lists will be U.S. mailed (not
  faxed) upon written request only. Hours for picking up plans
  from the office location (520 Turner Street) are 9:00 a.m.
  to 10:00 a.m. and 2:00 p.m. to 3:00 p.m
CITE: (I-341 SN009766)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Army, New England Division, Corps of Engineers,
  424 Trapelo Road, Waltham, Massachusetts  02254-9149
SUBJECT: S--RECREATION FACILITIES MAINTENANCE SERVICES
SOL DACW33-97-B-0004
DUE 021197
POC Julie Mackley, 617-647-8413
DESC:  Furnish all labor, equipment and materials necessary to
  perform recreation facilities maintenance services, Hop Brook
  Lake, Middlebury, Connecticut.  Services shall be performed
  between April 1, 1997 and October 30, 1997, with options for
  two additional recreation seasons.  Specifications available
  on or about 010697 at no charge.  The proposed contract listed
  here is a 100% small business set-aside.  The average annual
  receipts of a concern and its affiliates for the preceding
  three fiscal years must not exceed $12,000,000.00.  All responsible
  sources may submit a bid which will be considered by the New
  England Division
EMAIL Julie.E.Mackley@USACE.Army.Mil
EMAILDESC: 
CITE: (W-344 SN009873)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 50 CONS/LGCV, 66 Falcon Parkway, Suite 49, Falcon AFB,
  CO 80912-6649
SUBJECT: S--ELEVATOR MAINTENANCE AT FALCON AFB, CO
SOL FA255096QY041
DUE 011397
POC Patty Grammer, (719) 567-3812 (Contract Specialist), or TSgt
  Albertine Honore', (719) 567-3898.
DESC: Synopsis No. 96-013 for elevator maintenance at Falcon
  Air Force Base Colorado, advertised as a combined synopsis/solicitation
  for acquisition under FAR Part 12, Acquisition Of Commercial
  Items is withdrawn. Commercial items application is not applicable
  to this solicitation. This requirement is now being advertised
  for solicitation under the simplified acquisition procedures
  and will be awarded as a purchase order with a base year with
  two option periods. The requirement is advertised as Elevator
  Maintenance at Falcon AFB CO--Nonpersonal services to perform
  monthly preventive inspection/maintenance for Falcon AFB CO
  for the period of 1 Feb 97 through 30 Sep 97 with two one 
   year option periods. The Government contemplates award of
  a firm-fixed price purchase order as a result of this solicitation.
  A National Agency Check (NAC) will be required for all contractor
  employees. This proposed acquisition is unrestrictive and open
  to all business sizes. Interested parties requesting a statement
  of work shall contact Patty Grammer at (719) 567-3812 or TSgt
  Albertine Honore' at (719) 567-3898 for questions.
CITE: (M-344 SN009983)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Facilities Support Contracts, Public Works Division,
  Marine Corps Air Station, Beaufort,
SUBJECT: S -- CARPET CLEANING SERVICES FOR LAUREL BAY AND PINE
  GROVE HOUSING AREAS, LAUREL BAY SCHOOLS 1 & 2, AND VARIOUS
  BUILDINGS AT THE RINE CORPS AIR STATION, BEAUFORT, S.C.
SOL N62467-97-B-4921
DUE 012397
POC Debbie Foss, Contracting Officer, (803) 522-7678, LCDR J.A.
  ANGELL,II Contracting Officer, (803) 522-7072.
DESC: This solicitation is to obtain carpet cleaning services
  for Laurel Bay and Pine Grove Housing areas, Laurel Bay Schools
  1 and 2, and Various Buildings at Marine Corps Air Station,
  Beaufort, South Carolina by means of an Indefinite Quantity
  Contract. The contractor shall furnish all labor, supervision,
  tools, materials, equipment, transportation, and management
  necessary to provide this service. The proposed contract listed
  herein is being considered for 100 percent set-aside for small
  business concerns. If adequate interest is not received from
  small business concerns, the solicitation will be issued as
  an unrestricted procurement. Therefore replies to this notice
  are requested from all types of business to be solicited in
  the event a small business set-aside is not made; (e.g. all
  small business concerns, all business concerns, etc.) as well
  as from SDB concerns. All responsible sources may submit a
  request in writing for a solicitation package . Requests shall
  have company name, address, phone number, and solicitation
  number.
CITE: (I-344 SN010172)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: GSA, Property Management Contracts Branch, 5PMC Room
  3324 (M/S 33-3), 230 South Dearborn Street, Chicago, Illinois
  60604-1696, (312) 353-7619
SUBJECT: S--JANITORIAL SERVICES AT THE MINTON CAPEHART FEDERAL
  BUILDING, 575 N. PENNSYLVANIA, INDIANAPOLIS, IN
SOL GS05P97GAC0029
DUE 013097
POC Questions may be directed to Geraldine M. Jordan, Contract
  Specialist (312) 353-7619.
DESC: Provide all management, supervision, labor, materials,
  supplies, and equipment necessary to provide custodial and
  related services at the Minton Capehart Federal Building, 575
  N Pennsylvania, Indianapolis, IN. Performance period is for
  one year with four one year options for a possible five year
  contract. Estimated start date is April 1, 1997. Contact the
  Contract Specialist listed above, by mail, fax (312) 886-1986,
  or phone to obtain solicitation copies. You may also submit
  E-mail requests to GERALDINE.JORDAN@GSA.GOV. Please include
  the project number and your mailing address in your E-mail
  request. This project is a small business set-aside. All responsible
  sources who qualify may submit an offer for consideration.
CITE: (M-344 SN010192)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Philadelphia Regional Printing Procurement Office, U.S.
  Government Printing Office, Southampton Office Park, Suite
  A-190, 928 Jaymore Road, Southampton, PA 18966
SUBJECT: T--OFFSET PRINTING
SOL Jacket 504-805
DUE 121896
POC Debbie Rozdzielski (215) 364-6465; Contracting Officer--James
  T. Reingruber (215) 364-6465.
DESC: One time procurement for the Department of the Navy--nationwide
  production area. Requirements are for 100,000 copies of a 52
  page saddle-stitched pamphlet with a separate wrap-a-round
  cover, printed in 4 color process, black and Pantone 873 plus
  varnish. Trim 8-1/2 x 11". Proofs required. Ship FOB Contractor
  City to 33 nationwide destinations. Quality Level II. Copy
  pickup at GPO Southampton on December 23, 1996. Deliver February
  11, 1997. Request Invitation for bid on firm's letterhead,
  Attn: Bid Request or FAX (215) 364-6478.
CITE: (M-344 SN010068)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: San Francisco Regional Printing Procurement Office, U.S.
  Government Printing Office, 536 Stone Road, Suite I, Benicia,
  CA 94510-1170
SUBJECT: T--MARGINALLY PUNCHED CONTINUOUS FORMS
SOL Program 1996-S
DUE 010697
POC Contract questions: Richard Lee, (707) 748-1970. Contracting
  Officer: J. O'Connor.
DESC: Single award contract, from 2/1/97 to 1/31/98--for U.S.
  Postal Service--product delivers within San Francisco metro
  area--(blank) marginally punched continuous forms for IBM 3900
  computer: approx. 4 to 10 (avg. 6) orders per year, for approx.
  4,290,000 forms (66 rolls) per order-- 12 x 8-1/2"--no printing--drill
  6 holes per form; or no holes--operations include prior-to-production
  samples, perforating, drilling, packaging, palletizing, delivery--15
  to 20 workday production schedule--bid request on firm's letterhead.
CITE: (M-344 SN010072)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: National Cancer Institute, Research Contracts Branch,
  Office of the Chief, 6120 Executive Blvd., EPS/608 Bethesda,
  Maryland 20892-7222
SUBJECT: T -- EATING HINTS
SOL NCI-CO-76201-71
DUE 011597
POC Diane Stalder, Procurement Technician, 301/496-8268.
DESC: This modification is to correct the bid opening date for
  solicitation number NCI-CO-76201-71 from 01/15/96 to 01/15/97.
  No collect calls will be accepted. See Numbered Note(s): 1.
CITE: (I-344 SN010151)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: National Cancer Institute, Research Contracts Branch,
  Office of the Chief, 6120 Executive Blvd., EPS/608 Bethesda,
  Maryland 20892-7222
SUBJECT: T -- RADIATION THERAPY AND YOU
SOL NCI-CO-76202-71
DUE 011797
POC Diane Stalder, Procurement Technician, 301/496-8268.
DESC: This modification is to correct the bid opening date for
  solicitation number NCI-CO-76202-71 from 01/17/96 to 01/17/97.
  No collect calls will be accepted. See Numbered Note(s): 1.
CITE: (I-344 SN010152)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: National Cancer Institute, Research Contracts Branch,
  Office of the Chief, 6120 Executive Blvd., EPS/608 Bethesda,
  Maryland 20892-7222
SUBJECT: T -- CHEMOTHERAPY AND YOU
SOL NCI-CO-76203-71
DUE 012197
POC Diane Stalder, Procurement Technician, 301/496-8268.
DESC: This modification is to correct the bid opening date for
  solicitation number NCI-CO-76203-71 from 01/20/96 to 01/21/97.
  No collect calls will be accepted. See Numbered Note(s): 1.
CITE: (I-344 SN010154)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: National Cancer Institute, Research Contracts Branch,
  Office of the Chief, 6120 Executive Blvd., EPS/608 Bethesda,
  Maryland 20892-7222
SUBJECT: T -- WHAT ARE CLINICAL TRIALS ALL ABOUT?
SOL NCI-CO-76205-71
DUE 012497
POC Diane Stalder, Procurement Technician, 301/496-8268.
DESC: This modification is to correct the bid opening date for
  solicitation number NCI-CO-76205-71 from 01/24/96 to 01/24/97.
  No collect calls will be accepted. See Numbered Note(s): 1.
CITE: (I-344 SN010155)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, Suite
  5, Tyndall AFB, FL 32403-5526
SUBJECT: U--DEVELOP RELIABILITY-CENTERED MAINTENANCE GUIDES FOR
  VARIOUS FIRE PROTECTION SYSTEMS
SOL F0863797R6002
POC Ginny Garner, Contract Specialist, (904) 283-2974, FAX (904)
  283-8491, Mr. Carroll, (904) 283-8661, Contracting Officer.
DESC: A technical engineering effort to develop reliability-centered
  maintenance requirements for fire protection systems (including
  fire alarm and detection systems, fire reporting systems, automatic
  sprinkler systems, standpipe systems, foam-water sprinkler
  systems, other form water systems, gaseous extinguishing systems,
  and dry and wet chemical systems) is being considered by the
  Air Force. The program objective is to identify the minimum
  number of maintenance tasks and greatest frequency intervals
  possible to deliver not less than a 99% system reliability
  through reliability centered analysis. The work requires the
  services necessary for the preparation of a Military Handbook
  on Maintenance of Fire Protection Systems. The proposed  solicitation
  shall require offerors to identify their technical capabilities
  including but not limited to technical resumes, corporate management
  experience, and other pertinent personnel. A Firm Fixed Price
  contract is contemplated. This solicitation is 100% set-aside
  for small business. See note 1. Tentative issue and closing
  dates are 8 Jan 97 and 10 Feb 97, respectively. All requests
  for solicitations must be submitted in writing and must include
  business size. The standard industrial classification code
  is 8999 with an average of $5.0M earnings over the last three
  fiscal years. No telephone requests shall be accepted.
CITE: (M-344 SN010012)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Department of the Treasury, Internal Revenue Service,
  (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745
SUBJECT: U--RESEARCH AND WRITING FOR PARALEGALS
SOL TIRNO97Q00022
DUE 123096
POC Contract Specialist, Ida Cofield, 202-283-1162
DESC: The Internal Revenue Service intends to issue a purchase
  order on a sole-source basis to Legal Education Ltd. (LEL)
  for the following service: The contractor shall conduct two
  courses consisting of four days each. The programs will take
  place Februar 25-28, 1997 at the Regional Training Center in
  Cincinnati Ohio, and May 6-9, 1997 at the Seelback Hotel in
  Louisville, Kentucky. The class hours shall be from 1:00 PM
  to 5:00 PM on day one and from 8:30 AM to 3:00 PM on day two
  and day three. The instructr will conduct individual consultation
  sessions with each participant between the hours of 3:00 pm
  to 6:00 PM on day two and three. On day four the instructor
  will conduct individual consultation sessions for the remainder
  of the participants. The instructor shall present the course
  using lecture, specific Chief Counsel related exercises and
  examples, as well as one- to-one instructor feedback sessions
  with the articipants. The contractor will provide one set of
  materials for each participant: "Mightier Than the Sword-Powerful
  Writing for the Legal Profession, Legal Research-Without Losing
  Your Mind and Citing and Typing The Law." The contractor will
  be responsibe for mailing material to the training site in
  advance of the program. The individual consultation sessions
  will focus on a specific writing sample that the participant
  will have submitted in advance of the program. The feedback
  during the session will consist of a written evaluation of
  their writing sample. Each class size will be limited to 25
  participants. The cost for instructional services will includ
  preparing for the presentation, reading writing samples and
  preparing written critiques of each participant, classroom
  instruction time, individual consultations with students and
  participants materials. Responses shall include firm fixed
  price for each cass and all other services, travel lodging
  and Per Deim in both Cincinniti, Ohio and Louisville, Kentucky.
  All responsible sources who can provide and meet the above
  requirement shall submit written quotations by December 30
  1996. No solicitation will be issued, therefore, such request
  for solicitations will be considered non responsive. Evaluation/Award
  will be based on the lowest price offered to the gvernment.
  All quotes shall include price(s); FOB point; a poc (name and
  telephone numbers); GSA contract number if applicable; delivery
  date; business size and payment terms. Quotes over 10 pages
  in total will not be accepted by facsimile. All questions mut
  be submitted in writing and received by facsimile ( 202/283-1515)
  or mail. If no affirmative responses are received the award
  will be made to Legal Education Ltd.
CITE: (I-344 SN010044)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: U.S. Penitentiary, 1300 Metropolitan Avenue, Leavenworth,
  KS 66048
SUBJECT: U--EDUCATION AND TRAINING SERVICES
SOL RFQ 132-0039
DUE 011597
POC Tim Majerus, Contract Specialist, (913) 651-2126; FAX, (913)
  682-1176.
DESC: U.S. Penitentiary, Leavenworth, KS, is soliciting Requests
  for Quotations (RFQ) from post-secondary and/or vocational
  education providers for an Associates Degree program and/or
  Certificate program in an occupational field (such as sales,
  accounting, business, and office procedures). Courses will
  be provided to inmates in the Penitentiary and at the Federal
  Prison Camp. Issue date of RFQ packets is 12/16/96; due date
  for responses is 2:00 p.m., 1/15/97. This procurement is 100%
  set-aside for small business; SIC Code 8222, with a business
  size standard of $5.0 million. Multiple contract awards will
  not be made; only one contract may result from this RFQ. Only
  offers received from qualified and responsible small businesses
  will be considered.
CITE: (M-344 SN010106)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Rutgers University, National Transit Institute, Attn:
  E.J. Edwards, 120 Albany Street, Suite 705, New Brunswick,
  New Jersey 08901
SUBJECT: U--DEVELOP A SHORT-TERM TRAINING COURSE IN MANAGEMENT
  OF TRANSIT CONSTRUCTION PROJECTS FOR FEDERAL TRANSIT ADMINISTRATION
  (FTA) GRANTEES
SOL FPR 96FR-40
DUE 012897
POC Eleanor J. Edwards, Senior Associate, (908) 932-1700, Ext.
  13; FAX: (908) 932-1707.
DESC: Invitation to submit proposal. NTI is seeking to award
  a contract for the development and delivery of a short-term
  training course to assist Federal Transit Administration (FTA)
  grantees in preparing and implementing Project Management Plans
  and managing capital investment projects. The course will be
  developed to train FTA grantees with major capital projects
  who are required to implement Project Management Plans and
  to inform grantees with smaller capital projects of the project
  management process. The contract will require a list of materials,
  course outline, curriculum and all materials, including a resource
  manual, presentation of a pilot session and delivery of up
  to ten   (10) course sessions during the first year of the
  contract and up to 10 additional sessions during an option
  year. Because there is a short time (two months) allowed for
  development of the course, NTI will require proposers to have
  had experience in dealing with the subject matter as well as
  experience in developing training programs. To obtain a copy
  of the complete RFP, send a written request on organization
  letterhead to the address above. Faxed requests will be accepted;
  telephone requests are unacceptable. RFP's will be mailed by
  first-class surface mail. RFP's will not be faxed. NTI will
  be closed from December 25, 1996 through January 1, 1997, and
  will resume   operations on January 2, 1997. Requests will
  be honored until January 21, 1997. Although this is not a set-aside
  contract, small businesses, minority-owned businesses and/or
  female-owned businesses are encouraged to submit proposals.
CITE: (M-344 SN010193)

[Commerce Business Daily: Posted December 7, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon,
  Washington, D.C. 20310-5200
SUBJECT: V LODGING
SOL DASW01-97-Q-0187
DUE 122096
POC Contact Contract Specialist, Helen Furlow by fax
DESC: The Defense Supply Service-Washington, has a requirement
  for Lodging Facilities for the USA Chief Of Chaplains Office
  to host the Annual LIFT training for OCCH, for the period 26
  - 30 January 1997.  Hotel must hava a rating of a 3 Star or
  equal.  Prime Contractor shall be located in the Orlando, Florida
  area.  Must be able to accommodate 15 rooms on 1/26/97; and
  120 rooms from 1/27/97 thru 1/30/97.  All interested contractors
  please request RFQ by FAX (703/697-1272/697-3221) only, no
  telephone request. Fax RFQ NLT 12/18/96.
CITE: (I-342 SN009775)

[Commerce Business Daily: Posted December 7, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon,
  Washington, D.C. 20310-5200
SUBJECT: V LODGING
SOL DASW01-97-Q-0187
DUE 122096
POC Contact Contract Specialist, Helen Furlow by fax
DESC: The Defense Supply Service-Washington, has a requirement
  for Lodging Facilities for the USA Chief Of Chaplains Office
  to host the Annual LIFT training for OCCH, for the period 26
  - 30 January 1997.  Hotel must hava a rating of a 3 Star or
  equal.  Prime Contractor shall be located in the Orlando, Florida
  area.  Must be able to accommodate 15 rooms on 1/26/97; and
  120 rooms from 1/27/97 thru 1/30/97.  All interested contractors
  please request RFQ by FAX (703/697-1272/697-3221) only, no
  telephone request. Fax RFQ NLT 12/18/96.
CITE: (I-342 SN009776)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: General Services Administration, General Procurement
  Branch (9FVG), 450 Golden Gate Avenue, San Francisco, California
  94102
SUBJECT: V--OFFICE RELOCATION
SOL 9FBG-OLC-N-A-2067/97
DUE 121196
POC DeniseRose Torres (415) 522-2837.
DESC: Basic Ordering Agreement for Office Relocation for counties
  in Arizona, California, Hawaii and Nevada. This is a 100% total
  small business set-aside. The solicitation, available on December
  11, 1996, will be limited in number and may be obtained on
  a first come first serve basis. Requests for a solicitation
  package should be faxed to (415) 522-4009.
CITE: (M-344 SN009980)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: General Services Administration, General Procurement
  Branch (9FVG), 450 Golden Gate Avenue, San Francisco, California
  94102
SUBJECT: V--OFFICE RELOCATION
SOL 9FBG-OLC-N-A-2068/97
DUE 122396
POC DeniseRose Torres (415) 522-2837.
DESC: Basic Ordering Agreement for Office Relocation for Guam.
  This is a 100% total small business set-aside. The solicitation,
  available on December 23, 1996, will be limited in number and
  may be obtained on a first come first serve basis. Requests
  for a solicitation package should be faxed to (415) 522-4009.
CITE: (M-344 SN009995)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: HQ MILITARY TRAFFIC MANAGEMENT COMMAND, ATTN: MTAQ-AS
  (ROOM 725), 5611 COLUMBIA PIKE, FALLS CHURCH VA 22041-5050
SUBJECT: V--BARGE TRANSPORTATION SERVICES
SOL DAMT01-97-R-2003
DUE 021897
POC Contract Specialist Mary Griffith (703) 681-6640 (Site Code
  DAHC24)
DESC: Headquarters, Military Traffic Management Command intends
  to procure dedi- cated barge services for the transportation
  of Department of Defense owned jet fuel (JP5 and JP8) and marine
  diesel fuel (F76) in bulk form between origins and destinations
  inthe northeastern United States on an inland basis. Service
  points will include, but are not limited to, refinery sources
  in the Philadelphia Harbor, PA including sources located in
  New Jersey and in the Delaware Bay, and Defense Fuel Support
  Points locatedin Norfolk, VA, Yorktown, VA, Baltimore, MD,
  Anacostia, MD, Port Mahjon, DE and Burlington, NJ and between
  other points in the same geographical areas, all on an inland
  basis. The successful contractor will provide barge transportation
  services using equipment and crews supplied at its own expense.
  Anticipated barge and tug requirements are as follows: one
  tank barge having a total calibrated capacity of not les than
  26,000 barrels nor more than 34,000 barrels and having a maximum
  loaded draft of no more than 14 feet at full cargo capacity
  nor more than 7.5 feet at 13,500 bar- rels capacity and one
  tug boat having a minimum shaft horsepower of 800, single or
  twinscrew, capable of maintaining an average speed of 7.5KPH,
  sea buoy to sea buoy, and suitable in design and power to properly
  trans- port and maneuver the offered barge in the traffic areas
  designated above. The successful contractor will be required
  to own the equipment performing the transportation service,
  or the equipment must be under long-term lease for the duration
  of the contract period to include an option periods. Contractor
  supplied equipment and crews will be available exclusively
  to the Government at all times, 24 hours per day, 7 days a
  week, for trans- porting fuel or to stand by at an origin,
  destination, or intermediate point as specified by he Government.
  The Government reserves the right to use the furnished equipment
  to and between the points noted above without restriction.
  The Government anticipates awarding a firm fixed price con-
  tract for a one year base period with two one year option periods.
  The solicitation is expected to be issued on or about January
  16, 1997. Pro- posals in response to the solicitation are expected
  to be due on orabout February 18, 1997. The anticipated period
  of performance for the base period is June 4, 1997 through
  June 3, 1998. This procurement is a 100% set-aside for small
  business. The standard industrial classification code applicable
  to this procurement is 449. Responsible sources are requested
  to submit, on company letterhead, notification of interest
  to obtain a copy of solicitation DAMT01-97-R-2003 to this office.
  See numbered note 1.
CITE: (I-344 SN010043)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: USDA, APHIS, Field Servicing Office, Butler Square West,
  5th Floor, 100 North 6th St., Minneapolis, MN 55403
SUBJECT: V--RENTAL OF HELICOPTER WITH PILOT
SOL 53-M-APHIS-97
DUE 021397
POC POC:  Patricia Harris is the Contracting Officer.  For technical
  information contact Barbara Knotz at (612) 370-2201.
DESC:  The USDA, Animal and Plant Health Inspection Service (APHIS),
  Animal Damage Control (ADC), Predator Control Program intends
  to acquire helicopter rental with pilot for services in San
  Angelo, Texas and/or Uvalde, Texas for the period beginning
  April 15, 1997 through September 30, 1997 and will include
  three (3) Option Year Periods.  This is a 100% total set-aside
  for small business.  A fixed price indefinite delivery contract
  will result.  F. O. B. Destination. The solicitation will be
  released on or about January 13, 1997.  For a copy of the Solicitation,
  submit written of FAXed request stating name, address, telephone
  number and solicitation number.  FAX requests to the Contracting
  Section at Area Code (612) 370-2106.  Telephone requests will
  not be accepted.  All responsible sources may submit an offer
  which will be considered.  A limited number of solicitations
  will be issued for this procurement, with priority given to
  firms on our established bidders list.  Firms which do not
  receive a copy of the solicitation will receive a Solicitation
  Mailing List Application, Standard Form 129.  Upon receipt
  of a completed application, we will add yor name to our bidders
  list for consideration for a one year period after date of
  the submission.  A copy of the solicitation will be available
  in this office for review.           
EMAIL bknotz@aphis.usda.gov
EMAILDESC: 
CITE: (W-344 SN010062)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise,
  ID 83715-5428
SUBJECT: V--HELICOPTER TRANSPORTATION FOR WILDLIFE INVENTORY
SOL RFQ-97-04
DUE 122396
POC Heidi R. Muller, Contracting Officer, 208/387-5764
DESC: Furnish flight services consisting of a Hiller UH-12E and
  a Bell 47G 3B fully contractor operated and maintained in support
  of Idaho Department of Fish and Game wildlife inventories in
  various locations in the state of Idaho.  Four individual projects
  are expected to be accomplished between the dates of January
  1 through March 31, 1997.  In order to be considered qualified,
  Contractor will be required to be certified under 14 CFR, Chapter
  135, Air Taxi Operators and Commercial Operators, and presently
  hold an OAS Basic Ordering Agreement (BOA).  Requests for this
  Request for Quotation (RFQ) shall be in writing and should
  be submitted to the above address or facsimile requests will
  be accepted at 208/387-5780.  All responsible qualified sources
  may submit an offer which will be considered, it is our intent
  to award these projects to a current BOA holder; however, this
  RFQ is not limited to those Vendors.  See notes 1 and 26.
EMAIL heidi_muller@ios.doi.gov
EMAILDESC: 
CITE: (W-344 SN010197)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise,
  ID 83715-5428
SUBJECT: V--AERIAL TRANSPORTATION FOR SEEDING APPLICATION
SOL RFP-97-03
DUE 122396
POC Heidi R. Muller, Contracting Officer, 208/387-5764
DESC: Furnish flight services fully contractor operated and maintained
  consisting of one (1) Type III or Type IV Helicopter equipped
  with a seed bucket with agitator and lid in support of Aerial
  Seeding Application Programs located in the sourthern half
  of the Vale, Oregon, Bureau of Land Management District.  In
  order to be considered qualified, Contractor will be required
  to be certified under 14 CFR, Chapter 135, Air Taxi Operators
  and Commercial Operators, and Chapter 137, Agricultural Aircraft
  Operations, and presently hold and OAS Basic Ordering Agreement
  (BOA).  A ground crew will be necessary for seed loading, the
  ground crew must meet S-217 Interagency Helicopter Operataion
  requirements or equivalent.  Effective period will be approximately
  January 8 through January 29, 1997, start-up and ending dates
  dependent upon weather conditions.  Requests for this Request
  for Quotation (RFQ) shall be in writing and should be submitted
  to the above address or facsimile requests will be accepted
  at 208/387-5780.  All responsible qualified sources may submit
  an offer which will be considered, it is our intent to award
  this project to a current BOA holder; however, this RFQ is
  not limited to those Vendors.  See notes 1 and 26.
EMAIL heidi_muller@ios.doi.gov
EMAILDESC: 
CITE: (W-344 SN010211)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: USDA, Forest Service, SW Idaho/Nevada Acquisition Office,
  1750 Front Street, Boise, Idaho 83702
SUBJECT: W -- RENTAL OF VEHICLES, BOISE, PAYETTE & SAWTOOTH NATIONAL
  FORESTS
SOL SOL IFB R4-02-97-03
DUE 012997
POC Contracting Officer, Cheryl R. Molis, 208-364-4131, Contact
  for Solicitation, Ethel Hill, 208-364-4128; Fax 208-364-4197
DESC: Rental of between 10 to 50 vehicles (pickups and utility
  vehicles, both 4x4 and 4x2), unoperated, through an Indefinite
  Quantity procurement. Vehicles to be rented for various periods
  of time ranging from 2 months to 8 months. The earliest delivery
  date anticipated for some of the vehicles is April 1, 1997.
  Vehicles to be delivered and picked up from various locations
  on the Boise, Payette & Sawtooth National Forests. See Note(s):
  1.
CITE: (I-344 SN009914)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Officer In Charge, Puget Sound Naval Shipyard, C/910C,
  1400 Farragut Avenue, Bremerton, Washington 98314-5001
SUBJECT: W -- LEASE NINE (9) PORTABLE TRAILERS, FOR PUGET SOUND
  NAVAL SHIPYARD, BREMERTON, WASHINGTON.
SOL N44255-97-Q-4506
DUE 011697
POC Dolores Pommier, Procurement Technician, (360) 476-1770,
  Audrey Fitzgerald, Contracting Officer, (360) 476-2427.
DESC: Lease two (2) 10' X 32' single wide trailers with sprinklers
  and alarms; six (6) 12' X 56' single wide trailers and one
  (1) 12' X 56' single wide trailer with divider. Note: The lease
  period is from February 11, 1997 TO September 26, 1997. The
  proposed simplified acquisition will result in a firm fixed
  price contract. Specifications will be available on 02 January
  1997. Written quotes will be due on 16 January 1997. The anticipated
  award date is 22 January 1997. Award will be based on written
  quotations. The standard industrial classification is 7359.
  This procurement is unrestricted. For specifications/quote
  packages, fax request to PSNS (Attn: Code 910C.2DP) at (360)
  476-0498 or telephone requests to (360) 476-1770.
CITE: (I-344 SN009917)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: WALLA WALLA DIST, CORPS OF ENG, WALLA WALLA WA 99362-1876
SUBJECT: W--RENTAL OF TOWBOATS FOR JUVENILE FISH TRANSPORTATION
  PROGRAM, SNAKE & COLUMBIA RIVER SYSTEMS
SOL DACW68-97-B-0005
DUE 012897
POC Contract Specialist Bryan Stroud (509) 527-7213 (Site Code
  DACW68)
DESC: Towboat rental, fully operated and maintained, to transport
  Government-owned fish barges, on the Snake and Columbia River
  Systems. Work will be performed in the area between Lower Granite
  Reservoir (near Lewiston, Idaho) on the Snake River and the
  ara near Portland, Oregon on the Columbia River. towboats shall
  be inspected prior to contract award. The basic contract will
  be for a base work period beginning on or about April 10, 1997
  through December 31, 1997 with one (1) optional work period.
  This is ot an invitation for bid. This procurement is open
  to both large and small business concerns. Size standard for
  small business concerns under Standard Industrial Classification
  (SIC) Code 4492 is $5 million average annual receipts for the
  past three fiscal year periods. All responsible sources may
  submit an offer which will be considered by this agency. Requests
  for the solicitation will be accepted by FAX, (509) 57-7802.
  Include company name, street address, telephone and fax numbers,
  point of contact and size status. Any contract awarded as a
  result of this advertisement will be firm-fixed price.
CITE: (I-344 SN010025)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: U.S. Postal Service, Denver Facilities Service Office,
  8055 E. Tufts Avenue, #400, Denver, CO 80237-2881
SUBJECT: X -- NEW CONSTRUCTION LEASED - IGNACIO, CO 81137-9998
SOL 072976-97-A-0061
DUE 012497
POC Russ Rainey, Project Manager, (303) 220-6568.
DESC: The USPS is completing site and building plans for a new
  leased building. Offerors will be required to design and construct
  a one story building of approximately 5,173 net square feet
  on a controlled site of 41,000 usable square footage. Offerors
  will also be required to acquire the site, execute the lease
  with construction rider, and construct the specified building
  according to USPS specifications and lease to the Postal Service
  for a base term of twenty years with two 5-year renewal options.
  Any award made under this solicitation will be made to the
  responsible offeror whose proposal conveys a clear understanding
  of the solicitation site requirements and conditions; conveys
  an appropriate level of experience to assure performance of
  the specified requirements; conveys a well considered development
  plan (i.e. construction cost assessment, financing/funding
  sources); and outlines a well-conceived and equitable rental
  package acceptable to the Postal Service, and who provides
  the best overall value to the Postal Service. This is NOT a
  sealed bid advertisement and proposals will NOT be publicly
  opened. Solicitation packages will be available on or about
  December 18, 1996. Please identify your request with the solicitation
  number. Submit request with a NON-refundable check or Postal
  Money Order for $25.00 per set made payable to: Disbursing
  Officer, USPS, and mail to: Attn: Diana Esguerra, A&D Draft
  Aid, Inc., P. O. Box 40877, Denver, CO 80204-0877. Information
  concerning solicitation packages should be directed to Diana
  at (303) 573-5757, (303) 573-8714 (FAX). For specific project
  details call or write: Russ Rainey, Project Manager, U.S. Postal
  Service, 8055 E. Tufts Avenue, Suite 400, Denver, CO 80237-2881,
  telephone: (303) 220-6568. Offerors are encouraged to submit
  their proposal to the Porject Manager by one of the methods
  offered by the U.S. Postal Service (First Class, Priority Mail,
  or Express Mail)
CITE: (I-344 SN010174)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 (CGS),
  P.O. Box 25486, DFC, Denver, CO 80225
SUBJECT: Y--FISH POND LINER INSTALLATION
SOL 1448-60181-97-B026
DUE 012297
POC POC:  Cathleen DeBerry/Procuremenet Assistant, 303/236-5412
  x221; ; David M. Clack, Contracting Officer, 303/236-5412 x228.
DESC: Work under this project consists of furnishing and intalling
  20 mil Fishgrade PVC liners in five existing fish rearing ponds
  and associated earthwork.  Project site is located at the Gavins
  Point National Fish Hatchery near Yankton, South Dakota. Solicitations
  will be available o/a December 26, 1996.  Notice to Proceed
  will not be issued on this project until o/a July 15, 1997.
   Estimated price range is between $100,000 to $250,000. This
  project is open to large and small businesses. Please Fax requests
  for solicitation package to 303/236-4791, state solicitation
  number, company name, mailing address and telephone number
  on request.
CITE: (I-341 SN009768)

[Commerce Business Daily: Posted December 7, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Alaska, P.O. Box 898, Anchorage,
  Alaska 99506-0898
SUBJECT: Y--REPAIR AIRFIELD PAVEMENT, KING SALMON AFB, ALASKA
SOL DACA85-97-B-0008
DUE 020497
POC Contact, Gail M. West, 907/753-2552/Contracting Officer,
  Thomas L. Carter, 907/753-2551
DESC: Description of work to be performed:  Pave the main runway
  11/29 from sta 12+60 to 81+44 x 150' wide, taxiways located
  north of the main runway.  Cold planing may be required, provide
  base course and appropriate striping and lighting.  Responders
  are advised that the requirements may be delayed, cancelled,
  or revised at any time during the solicitation, selection,
  evaluation, negotiation, and/or final award process based on
  decisions related to DOD changes and dispositions of the Armed
  Services. Range: $1,000,000 - $5,000,000--FFP--200 days completion
  time--Plans & spec fee: $30.00--SIC Code 1611--all responsible
  sources may submit a bid which shall be considered by this
  agency.  The solicitation listed herein is Open to Large and
  Small Business .
CITE: (I-342 SN009778)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: United States Postal Service, Facilities Service Office,
  225 North Humphreys Blvd, Memphis, TN 38166-0300
SUBJECT: Y--ATLANTA, GEORGIA AIR MAIL CENTER - DESIGN/BUILD
SOL 475450-97-A-0003
DUE 013097
POC Mr. George Tedesco, Major Facilities Purchasing, 202/268-6286
DESC: The United States Postal Service intends to award a cost
  reimbursable design/build contract to design and construct
  a new 324,000 (approximate) gross square foot Air Mail Center
  on leased land at the Hartsfield Atlanta International Airport,
  Atlanta, Georgia. The work will include concrete parking and
  maneuvering area, slab on grade, steel column, beam and joist
  structure, masonry/concrete skin and built-up roof. Specialized
  areas include a Retail Store and Business Mail Entry Unit.
  The Material Handling System consists of bulk mail and tray
  mail systems. Bulk and tray mail systems are divided into two
  sub-systems, originating and destinating. All systems share
  a common universal high speed carousel sorting machine. The
  estimated cost range is between $27,000,000 and $32,000,000.
  Completion time for the entire project is within 400 calendar
  days from date of receipt of Notice to Proceed. Following are
  the prequalified firms that will be submitting proposals on
  the solicitation: Korte Construction Co. 700 St. Louis Union
  Station, Suite 300, St. Louis, MO 63103-2256; Rust Engineering
  & Construction, Inc., 100 Corporate Parkway, Birmingham, AL
  35242-2928; Hensel Phelps Construction Co., P.O. Box 15547,
  Austin, TX 78761-5547; The Austin Co. 48 Perimeter Center,
  East, Atlanta, GA 30346-1998; James N. Gray Construction Co.,
  Inc., 250 W. Main Street, Suite 2500, Lexington, KY 405507-1760;
  The Morganti Group, Inc.; 100 Mill Plan Road, P.O. Box 1919,
  Danbury, CT 06813-1919; Turner Construction Co., 7000 Central
  Parkway, Suite 650, Atlanta, GA 30328-4584; Centex Bateson
  Construction Co., Inc., 10150 Monroe Drive, P.O. Box 299009,
  Dallas, TX 75229-9009; Rudolph/Libbe, Inc., 6494 Latcha Rd.,
  Walbridge, OH 43465-9738; Metric Constructors, 2 Parkway Center,
  1800 Parkway Pl., Suite 810, Marietta, GA 30067-8293, and The
  Haskell Co., 111 Riverside Ave., P.O. Box 44100, Jacksonville,
  FL 32231-4100. Proposals will only be accepted from firms listed
  on the prequalified list. Firms, other than the prequalified
  firms, may purchase solicitation documents.  Contractors must
  submit a written request accompanied by a check or money order
  for $300.00 (non-refundable). Checks should be made payable
  to the USPS-Disbursing Officer. Requests accompanied by check
  or money order must be sent to the Major Facilities Office,
  Attn: Ms Megan Jones, 225 North Humphreys Blvd., Memphis, TN
  38166-0300. A Pre-Proposal Conference will be conducted on
  January 6, 1997, 1 PM, at the USPS Processing and Distribution
  Center, 3900 Crown Road, Room 130-J, Atlanta, Georgia. Participants
  should park in the employee's parking lot. The entrance is
  off Brown's Mill Road. For additional information on requesting
  plans, call 901/747-7463. This is a negotiated procurement,
  therefore, offers will not be publicly opened. 
EMAIL hsartain@email.usps.gov
EMAILDESC: 
CITE: (W-344 SN009878)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Y -- FY96 PROJECT H-351/H-352 HOUSING OFFICE AND COMMUNITY
  CENTER MARINE CORPS BASE, CAMP PENDLETON, CA
SOL N68711-96-R-2320
DUE 021397
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  Lisa Crawford/Contracting Officer, Vickie Ball/For Bid Results
  call 619- 532-2355.
DESC: The work includes the design and construction of a 3,770
  sq. ft. Housing Office and a 8,000 sq. ft. Community Center,
  both in the Wire Mountain housing area. Also included are:
  field investiagations, site improvements and utility services.
  Construction will be done under the "Turnkey" (Design/Build)
  concept. Scope of work includes design, construction, and inspection
  of all structures, utilities, roads, walks, landscaping and
  all other required improvements, both on and off site, necessary
  to provide facilities complete and ready for use. Construction
  will be required at two (2) sites at Wire Mountain Housing
  area.--The contract is to be awarded to the responsible offeror
  who submits the proposal considered most advantageous to the
  Government considering "Price" and "Technical" evaluation factors.
  --This is not a public bid opening.--The estimated cost is
  between $1,000,000 to $5,000,000.--Firm Fixed Price Construction
  Contract.--Contract duration is approximately 400 calender
  days.--Bids will be considered from all responsible sources.--This
  project is unrestricted.--The Standard Industrial Code is 1521
  and the annual size standard is $17 million.--It is recommended
  the subcontracting goals will reflect a minimum of 15% for
  Small Disadvantaged Business Subcontracting effort.--Bidders
  should request in writing stating RFP number N68711-96-R-2320,
  with a complete name, address, area code and phone number with
  whether bidding as a prime/subcontractor/supplier.--NOTE: Plans
  and specs will not be mailed to firms within a 20 mile radius
  of the issuing office.Telephone requests will not be accepted.
  There is a charge for plans and specs that is yet to be determined.--Checks
  are to be made out to DEFENSE PRINTING SERVICE.---FEES ARE
  NOT REFUNDABLE--Mail requests to Southwest Division, Naval
  Facilities Engineering Command (Plan Issue), 1220 Pacific Highway,
  Bldg. 132, San Diego, CA 92132-5187 or fax requests to (619)
  532-2083.--Fax requests will be accepted but, WILL NOT be processed
  until your check has been received by this office.--Submit
  one (1) check per project.-Solicitation packages are limited
  to two (2) per prime and one (1) per subcontractor/supplier.--Plans
  and specifications will be available on or about xx xxx 1996.The
  preproposal conference date is yet to be determined.
CITE: (I-344 SN009921)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Indian Health Service, 2900 Fourth Avenue North, Room
  304, P.O. Box 2143, Billings, Montana 59103
SUBJECT: Y--PRE-SOLICITATION NOTICE
SOL IFB-244-97-0005-REL
POC Ms. Rita Langager, Contract Specialist, (406) 247-7293 or
  Ms. Lauren Pickett, Procurement Assistant, (406) 247-7243.
DESC: The purpose of this advanced notice is to advise prospective
  bidders of a potential construction service to install five
  (5) 20,000 gallon underground water storage tanks in the community
  of Busby, and install two (2) 20,000 gallon underground water
  storage tanks in the community of Birney on the Northern Cheyenne
  Indian Reservation, Montana. The completion time is 90 calendar
  days and the estimated price range is between $250,000.00-$500,000.00.
  Date for receipt of written responses is December 23, 1996.
  In accordance with the Small Business Competitive Demonstration
  Program, completion will be unrestricted for this proposed
  acquisition.
CITE: (M-344 SN009979)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG
  MS 39180-3435
SUBJECT: Y--RED RIVER BELOW DENISON DAM, ALOHA RIGOLETTE AREA,
  LA, LOW FLOW STRUCTURE, GRANT PARISH, LA
SOL DACW38-97-B-0015
DUE 021197
POC Contract Specialist GLEN E. SMITH (601) 631-5350 (Site Code
  CW38)
DESC: The work consists of furnishing all plant, labor, materials
  and equipment for constructing the Aloha Rigolette Area, Low
  Flow Structure, in Grant Parish, Louisiana. Principal features
  of the work include mobilization and demobilization, clearing
  and rubbing, structural excavation, channel excavation, semicompacted
  general fill, compacted sand fill, fully compacted general
  fill, uncompacted fill channel closures, reinforced concrete
  pipe culverts, fertilizing, seeding, mulching, sodding, granular
  surfaing, bedding stone, filter stone, riprap, concrete grout
  for stone protection, steel sheet piling, dewatering, concrete
  work, precast concrete walkway, miscellaneous metal, prefabricated
  sluice gates, corrugated metal pipe road culverts, storm water
  pollution prevention and environmental protection. The estimated
  value of the porposed work is between $1,000,000 and $5,000,000.
  Plans $70.00. Specs $7.00. Issue date on o about 08 Jan 97.
  Bid opening date on or about 11 Feb 97.
CITE: (I-344 SN010024)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DIRECTORATE OF CONTRACTING, PO DRAWER 3918, BLDG 4275,
  FORT POLK LA 71459
SUBJECT: Y--PROVIDE ALL PLANT, LABOR, MATERIALS, EQUIPMENT, AND
  PERFORM ALL WORK INCIDENTAL TO THE INSTALLATION OF A REMOTE
  MONITORING SYSTEM (RMS) AT FORT POLK, LA.
SOL DAKF24-97-R-0002
DUE 012997
POC Contract Specialist CYNTHIA JONES (318) 531-0904 (Site Code
  DAKF24)
DESC: Provide all plant, labor, materials, equipment and perform
  all work incidental to the design and installation of a remote
  monitoring system (RMS) to be utilized in monitoring the status
  of the water and waste water system serving Fort Polk, LA.
  All rquests must be submitted in writing by letter or FAX (318-531-2362).
  Proposed contract will be a firm-fixed price contract. This
  solicitation will be issued on or about 30 December 1996 and
  will be opened on or about 29 January 1997. The proposed contract
  s unrestricted. When requesting the solicitation provide your
  Commercial Entity Code Number (CAGE Code) and Contractor Establishment
  Code (CEC) number. All responsible sources may submit a bid
  which shall be considered by the agency. Telephonic requests
  will not be accepted or honored. SIC Code is 1781.
CITE: (I-344 SN010031)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: Y--INTER-AMERICAN AIR FORCE ACADEMY, LACKLAND AIR FORCE
  BASE, BEXAR COUNTY, SAN ANTONIO, TEXAS
SOL DACA63-97-B-0008
DUE 011697
POC Contract Specialist SHARON L HAIR (817) 978-3194 (Site Code
  DACA63)
DESC: This complex consists of a two building complex. An apporximate
  67,100 SF three-story enlisted dormitory, and approximate 26,070
  SF two-story classroom facilities will be constructed of brick
  veneer and stucco on steel stud walls, concrete spread fooing
  foundations, precast concrete floor planks, rigid steel frame
  and standing-seam metal roof system. Estimated Cost Range:
  $10,000,000 to $25,000,000- - Bid sets available at $141.00
  for half-size and $321.00 for full-size. No individual sheets
  of half-sze drawings may be purchased. Requests by mail must
  include payment in the applicable amount by company check or
  money order made payable to F&A Officer USAED FTW and sent
  to: USACE, Attn: Room 2A19, Post Office Box 17300, 819 Taylor
  Street, Fort Worth, Texas 76102-0300. NO EXPRESS MAIL PROCEDURES
  WILL BE UTILIZED ON INITIAL MAILINGS OF PLANS AND SPECIFICATIONS.
  No refund will be made and materials need not be rturned. If
  project is cancelled or no award is made, cost of plans and
  specifications will be refunded only on written requests. Solicitation
  to be issued on or about 16 Dec 96. Bid opening on or about
  16 Jan 97. Duration of contract 543 days. If a large bsiness
  firm is selected for this announcement, it must comply with
  FAR 52.219-9 clause regarding the requirement for a subcontracting
  plan. The Fort Worth District's subcontracting goal is for
  55.0% of the total subcontracted dollars to go to Small Businesses
  (SB), 8.5% to Small Disadvantaged Business (SDB), 3.0% to Women
  Owned Small Business (WOB) and 5.5% to Historically Black College
  & Universities or Minrity Institutions (HBCU/MI) (where applicable)
  . Bids from all responsible sources will be considered. SIC
  Code for this procurement is 1542, Small Business Size Standard
  is $17 million.
CITE: (I-344 SN010048)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Facilities Service Office, U.S. Postal Service, 7800
  N. Stemmons Frwy, Suite 400, Dallas, TX 75247-4217
SUBJECT: Y--NEW CONSTRUCTION LEASED-ADVERTISEMENT FOR CONSTRUCTION,
  LIBERTY HILL, TX-MAIN OFFICE 78642-9998
SOL 482980-97-A-0232
DUE 122796
POC Sandra A. Rybicki, Real Estate Specialist, (214) 819-7233.
DESC: Construction of a new leased facility at least 4,952 feet.
  All offers must be based on the site listed in the solicitation.
  The successful offeror will be required to purchase the site
  in accordance with the terms and conditions specified in the
  Assignable Option to Purchase which is included in the solicitation.
  Plans  and specifications are available by sending a non-refundable
  cashier's check or money order in the amount of $25.00 for
  each package made payable to Disbursing Officer, U.S. Postal
  Service.
CITE: (M-344 SN010133)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Real Estate Branch, New York Facilities Service Office,
  5th Floor, 2 Hudson Place, Hoboken, New Jersey 07030-5502
SUBJECT: Y--IN THE HAMLET OF RHINECLIFF, TOWN OF RHINEBECK, DUTCHESS
  COUNTY, NY 12574-9998
SOL 332495-96-RE-019
DUE 122396
POC Christopher N. Carson CRE, U.S. Postal Service Real Estate
  Term Contractor, (201) 664-4451, U.S. Postal Service Project
  Coordinator, Lawrence S. Kashdan, Real Estate Specialist, Contracting
  Officer, Henry Burmeister, Real Estate, (201) 714-5428.
DESC: U.S. Postal Service desires to lease existing ground floor
  space, or a one (1) story building, constructed to its specifications,
  of approximately 2,090 net interior sq. ft. with parking and
  maneuvering area of no less than 22,117 sq. ft. on a site,
  not including setback requirements, easements, water retention,
  and septic/sewer requirements, of approximately 39,035 sq.
  ft. in the Village of Rhinecliff, Town of Rhinebeck, Dutchess
  County, State of New York. For New Construction Leased (NCL)
  a basic lease term of twenty (20) years at a single specified
  rent is sought, along with four (4) consecutive Renewal Options
  of five (5) years each. For Existing Space Leased a basic 
   lease term of ten (10) years at a single specified rent is
  sought, along with four (4) consecutive Renewal Options of
  five (5) years each. In both cases, each option's rent must
  be specified. The property must satisfy all zoning and other
  requirements to permit its use as a postal facility and should
  be as centrally located as possible and within the boundaries
  of Orchard Street on the north and east, Morton Road on the
  south, and the Hudson River on the west. Offered sites and/or
  buildings must be free from all forms of toxic or hazardous
  waste and must not lie within the 100-year flood plain or a
  wetlands area. Offered sites and/or buildings must be or be
  capable of  being made handicapped accessible according to
  postal service guidelines. Offerors will be responsible for
  complying with all Postal Service requirements, all local zoning
  and other requirements, and for all contingent fees. For Existing
  Space please submit letter proposals, including full particulars,
  plans, sketches, photos and Offeror's work letter or buildout
  proposal. Requests for Offering Packages for NCL must be in
  writing and accompanied by a non refundable $75.00 Certified
  Check, Company Check, Cashier's Check or Postal Money Order
   payable to ``Disbursing Officer--USPS''. Send to: Christopher
  N. Carson CRE, U.S. Postal Service Term   Contractor, 12 Chelsea
  Court, Hillsdale, NJ 07642-1227, Tel: (201) 664-4451. All offers
  must be received no later than by close of business: December
  23, 1996.
CITE: (M-344 SN010183)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NASA Procurement Office, Code DA00, Stennis Space Center
  (SSC), MS 39529-6000
SUBJECT: Z--MODIFICATIONS TO HVAC AND ENERGY MANAGEMENT AND CONTROL
  SYSTEMS (EMCS)
SOL RFO 13-SSC-O-96-35
DUE 012397
POC Jerry Misch, 601/688-1634, Contracting Officer, Harold G.
  Taulbee, 601/688-1640
DESC:  NASA/SSC intends to issue a Request for Offer (RFO) for
  the Modification of the HVAC and Energy Management and Control
  System (EMCS) at the Stennis Space Center. The work to be
  performed under this project consists of providing all labor,
  equipment, and materials to make the modifications to the
  HVAC and EMCS at Buildings 2101 and 3305.  The work shall
  be in accordance with  Specification 20000-GO57 and applicable
  Drawings. The Specification and Drawings will be mailed under
  separate cover to those firms requesting copies. This solicitation
  will be released via the NASA Acquisition Internet Service
  (NAIS).  All potential offerors will be responsible for downloading
  their own copy of the solicitation with hardcopies being made
  available on request, but the closing date will be the same
  as that required for the NAIS released solicitation.  It shall
  be the responsibility of each offeror to monitor NAIS for
  solicitation releases as the solicitation will be released
  as soon as practicable whether prior or subsequent to January
  3, 1997.  This procurement is 100% set-aside for Small Business
  Concerns.  The estimated price range of this procurement is
  $500,000 to $1,000,000. Transmission of requests by internet
  E- mail to jerry.misch@ssc.nasa.gov or by facsimile at 601-688-1852
   are acceptable.  An ombudsman has been appointed to hear concerns
   from offerors, potential offerors, and contractors during
  the preaward and postaward phases of this acquisition.  The
  purpose of the ombudsman is not to diminish the authority
  of the contracting officer, or the selection official, but
  to communicate concerns, issues, disagreements, and recommendations
  of interested parties to the appropriate Government personnel
  and to work to resolve them.  When requested, the ombudsman
  will maintain strict confidentiality in the evaluation of
  proposals, the source selection process, or the adjudication
  of formal contract disputes.  Interested parties are invited
  to call the installation ombudsman, Mr. Mark Craig at 601-688-2123.
   Concerns, issues, disagreements, and recommendations which
  cannot be resolved at the installation may be referred to the
   NASA ombudsman, Mr. Tom Luedtke at 202-358-2090**Before consulting
  with any NASA ombudsman, interested parties must try to resolve
  their concerns with the contract specialist or the Contracting
  Officer**DO NOT CALL THE OMBUDSMAN FOR SOLICITATION REQUESTS/INFORMATION.

EMAIL jerry.misch@ssc.nasa.gov
EMAILDESC: 
  this job.
CITE: (W-341 SN009763)

[Commerce Business Daily: Posted December 7, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 47th Contracting Squadron, 171 Alabama Ave, Laughlin
  AFB TX  78843-5102
SUBJECT: Z-REPAIR AND REPLACE UNDERGROUND SANITARY SEWER SYSTEM
  AT LAUGHLIN AFB TX
SOL F41685-97-R0015
DUE 123196
POC Contact Roy Hernandez, Contracting Officer, at (210) 298-5118
DESC: Work to be accomplished includes but is not limited to
  the following:  To furnishing all plant labor, materials, tools,
  equipment, supervision, transportation and services necessary
  to repair and replace underground sanitary sewer system located
  throughout the Military Family Housing area.  Also the addition
  of water valves in officer housing on the main lines to enable
  the Government to shut down half of the street instead of the
  whole street.  This solicitation will be issued as full and
  open competition, project requirements will be made available
  on or about 31 Dec 96.  The applicable small business size
  standard for interested small business concerns, including
  their affiliates, is not more than 17.0 million in average
  annual receipts for the preceding three years.  The standard
  industrial classification code is 1521.  Magnitude of this
  project is between $1,000,000 and $5,000,000.  Requests for
  this solicitation must be submitted in writing.  Telephone
  requests for this solicitation will not be honored.  Fax requests
  will be accepted, our fax number is (210) 298-4178. All responsible
  offerrors meeting this criteria set forth in the solicitation
  may submit an offer which will be considered by the Government.
   Written request should cite RFP No.  F41685-97-R0015 and include
  your 9 digit zip code.
CITE: (I-342 SN009779)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, Roanoke Suboffice, 210
  Franklin Road, Room 702, Roanoke, Virginia 24011
SUBJECT: Z--FURNISH AND INSTALL ONE STANDBY CHILLWATER PUMP AND
  ONE STANDBY CONDENSATE PUMP.
SOL GS-03P-97-QNC-0324
DUE 011097
POC Phyllis Gray, Contracting Officer or Don McNabb, Mechanical
  Maintenance Foreman, 540-857-2174.
DESC:  The contractor shall furnish all necessary labor, supplies,
  materials, equipment and supervision to furnish and install
  one standby chillwater pump and one standby condensate pump
  at the Poff Federal Building, 210 Franklin Road, Roanoke, Virginia.
   A site visit is highly recommended and must be scheduled in
  advance with Don McNabb at 540-857-2174. Estimated dollar range
  is $25,000 - $100,000.  SIC Code 1541.  Fax requests for copies
  of the solicitation to 540-857-2034.  Solicitation package
  will be available December 24, 1996.
LINK None
LINKDESC: 
EMAIL None
EMAILDESC: 
CITE: (W-344 SN009874)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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-INTERIOR SPACE ALTERATIONS
SOL GS-01P-97-BZC-0004
DUE 020597
POC Contact,Paul Dowd,617/565-7736,Contracting Officer,Donna
  M. Maffeo,617/565- 6012
DESC: INTERIOR SPACE ALTERATIONS. A three phase Interior Space
  Alteration project which renovates approximately 11,000 SF
  of the Winston Prouty Federal Building, Essex Junction, VT.,
  while occupied by government agencies. Work consists of bu
  t is not limited to: minor asbestos abatement, HVAC and ductwork
  removal and ins tallation, electrical enhancements, architechtural
  renovations which include wal l construction, painting and
  other finishes, lighting upgrade, doors and hardwar e, all
  with a strong emphasis on upgrading and meeting ADA standards.
   Construct ion value between $500,000.00 and $1,000,000.00.
  Procurement is open to both lar ge and small business.  Solicitation
  issue date will be on or about 12/27/96 and the Bid opening
  date will be on or about 2/5/97.  For information concerning
  th is solicitation contact Paul Dowd, Contract Specialist,
  at (617)565-7736.
CITE: (I-344 SN009902)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, P. O. Box 209 Oceanside,
  CA 92049- 0209
SUBJECT: Z--IMPROVE/REPAIR ACADEMIC INSTRUCTION BUILDING 62302,
  MCB, CAMP  PENDLETON, CA
SOL N68711-95-B-8842
DUE 012997
POC Wendy Friedrich, (619) 725-3222/Contracting Officer, Catherine
   Jones, (619) 725-3222
DESC:   The work includes the repair and conversion of an existing
  building  into an instruction center, including demolition,
  minor site work and paving,  structural steel, metal decking,
  prefinished metal roofing, cold-applied  built-up roofing,
  metal stud and gypsum board partitions, acoustic ceilings,
   ceramic tile, toilet accessories, plumbing, heating and ventilating,
  power,  lighting, fire alarm, fire sprinklers, and incidental
  related work.  S.I.C.  Code is 1542, "General Contractors -
  Nonresidential Buildings, Other than  Industrial Buildings
  and Warehouses".  Estimated Cost is between  $1,000,000.00
  and $5,000,000.00.  Completion time is 180 calendar days. 
  Bid  opening is scheduled for 2:00 PST, January 29, 1997 at
  Building 22101,  Officer in Charge of Construction, Marine
  Corps Base, Camp Pendleton, CA.   All responsible sources may
  submit a bid and it shall be considered.  Copies  of the solicitation
  will be available on a first come, first served basis  December
  30, 1996, and will be provided only in response to written
  or faxed  requests received directly from the requestor.  Requests
  for a copy of the  solicitation must contain the firm name,
  address, phone number, fax number  (if available), and the
  solicitation number or the request will not be  processed.
   Facsimile requests can be sent to (619) 725-3222.  Telephone
   requests will not be honored.
EMAILADD: rajones@efdswest.navfac.navy.mil
EMAILDESC: 
  California
CITE: (D-344 SN009907)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue,
  Chambersburg, PA 17201-4152
SUBJECT: Z-REPLACE CHAIN LINK FENCE, AMMO AREA, LETTERKENNY ARMY
  DEPOT
SOL DAAC67-97-B-0017
POC Point of Contact - Edgar Miller, Contract Specialist, 717-267-9617
  x306. Contracting Officer, Brenda S. Earnest, 717-267-9817
  x260.
DESC: Solicitation DAAC67-96-B-0017 is cancelled and will not
  be issued.
EMAILADD: tkeller@letterkenn-emhl.army.mil
EMAILDESC: 
CITE: (D-344 SN009909)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 47th Conracting Squadron, 171 Alabama Ave, Laughlin AFB,
  TX 78843-5102
SUBJECT: Z--REPAIR TAXIWAY ALPHA  AT LAUGHLIN AFB TX
SOL F41685-97-R-0012
DUE 121896
POC Juanita Vasquez, Contracting Officer, (210)298-5115
DESC:  Correction:  This action is to correct original advertisement
  in the CBD Publication.  Due to the volume of paperwork and
  blueprints for this solicitation, a $50.00 fee per set has
  been established to offset the reproduction and mailing costs.
   For the purpose of this solicitation, a set consists of one(1)
  copy of solicitation, one (1) copy of specifications, and one
  (1) copy of blueprints.  We will only accept cashier's checks
  made out to "Defense Accounting Office."  Cash or credit cards
  will not be accepted.*****  
CITE: (W-344 SN009911)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Office of the Architect of the Capitol, Procurement Division,
  Room H2-262, Ford House Office Building, 2nd and D Streets,
  S.W., Washington, D.C. 20515
SUBJECT: Z -- REPLACEMENT OF PCB TRANSFORMERS
SOL RFP No. 9664
DUE 012897
POC Contact Procurement Division, (202) 226-2557
DESC: Furnish all labor, equipment and materials to (1) replace
  existing PCB network transformer-protector units with non-PCB
  network transformer-protector - no-load disconnect switch units
  in existing transformer vaults; (2) remove PCB from the existing
  network transformers and dispose of by destruction and incineration
  of all PCB and associated transformers as per EPA requirements;
  (3) replace vault lighting system; (4) relocate and/or replace
  existing electrical feeders, and (5) replace existing network
  transformer-protector control conduits and wiring. The estimated
  price for this project is between $750,000.00 and 1,250,000.00.
  Offerors are strongly suggested to perform a field inspection
  of the site and to attend a Pre-Proposal Meeting scheduled
  to be held December 31, 1996 at 10:00 a.m., local time at Washington,
  D.C. Information concerning the meeting may be obtained by
  telephoning Mr. Vinod K. Wadhwa, Head, Electrical Engineering
  Division, at (202) 226-3470. NOTE: Requests for the solicitation
  package may be made via FAX b(by dialing Area Code (202) 225-3221.
  Mark the request attention "Procurement Division" and be sure
  request is on company letterhead containing address, telephone
  and return FAX numbers, and contact person.
CITE: (I-344 SN009912)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA-Forest Service, Umatilla National Forest, 2517 S.W.
  Hailey Ave., Pendleton, OR 97801-3942
SUBJECT: Z--ROAD RECONSTRUCTION
SOL R6-14-97-14
DUE 053097
POC Merle Matthews, 541/278-3843
DESC:  The Umatilla National Forest is soliciting quotes for
  the reconstruction of 0.24 miles of single-lane road and related
  work.  Project is located on the Walla Walla RD in Umatilla
  Co., northeastern Oregon.  Desired date for starting work is
  7/1/97 with a contract time of 72 days.  An alternative payment
  protection (bond) will be required.  Price range: Between
  $25,000 and $100,000. 
CITE: (W-344 SN009962)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 47th Contracting Squadron, 171 Alabama Ave, Laughlin
  AFB TX.
SUBJECT: Z--REPAIR MILITARY FAMILY HOUSING, PHASE IV, LAUGHLIN
  AFB, TX.
SOL F41685-97-R-0010
DUE 122297
POC Contact Roy Hernandez, Contracting Officer, at (210)298-5118
  or Juanita Rodriquez at (210)298-5608.
DESC: Correction:  This action is to correct original advertisementin
  the 12/03/96 CBD publication.  Due to the volume of paperwork
  and blueprints for this solicitation, a $50.00 fee per set
  has been established to offset reproduction and mailing costs.
  For the purpose of this solicitation, a set consists of one
  (1) copy of solicitation, one (1) copy of specifications, and
  one (1) copy of blueprints. We will only accept cashier's checks
  made out to "Defense Accounting Office." Cash or credit cards
  will not be accepted.
CITE: (I-344 SN009968)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge, NAVFAC Contracts, Naval Air Station,
  Joint Reserve Base, Bldg 50, 400 Russell  Ave., New Orleans,
  LA 70143-5012
SUBJECT: Z--REPLACE HVAC SYSTEMS IN AFRS, BLDG  202, NAVAL AIR
  STATION, JOINT RESERVE BASE, NEW ORLEANS, LOUISIANA
SOL N62467-97-Q-6656
DUE 010697
POC Mrs. Singleton or Mrs. Read at (504) 678-3278.
DESC: The work includes: Providing labor, material and equipment
  to remove, provide and install a new HVAC system  components,
   Building 202,  Naval Air Station, JRB, New Orleans, Louisiana,
  and incidental related work  as specified. The proposed acquisition
  is UNRESTRICTED. Estimated duration of the contract is 45 calendar
  days for completion. The estimate cost is between $25,000 and
   $100,000.00. Specifications will be available on or about
  16 Dec 1996 until supply is  exhausted. Requests for quotation
  package shall be submitted in writing (request may be faxed,
  (504) 678-3069 or (504) 394-7310).
CITE: (M-344 SN009976)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U. S. Army Engineer District, Norfolk, Attn:  Cenao-CT,
  803 Front Street, Norfolk, Virginia  23510-1096
SUBJECT: Z--REROOF WAREHOUSE 66, DSCR, RICHMOND, VIRGINIA
SOL DACA65-97-B-0006
DUE 021197
POC Maryellen Maurer, (757)441-7551
DESC: This work includes asbestos, cleaning, testing and replacement
  of deteriorated gypsum concrete decking, underlayment and roofing;
  replacement/rehabilitation of parapet copings, roof drains,
  fascia and flahing as required, removal of all abandoned roofmounted
  ventilators and roof penetrations.  Magnitude of project is
  estimated between $1,000,000 and $5,000,000.  Duration of the
  project is 150 calendar days.  This is an unrestricted procurement.
   SIC Code 1761 applies.  Solicitation document are available
  from Defense Automated Printing Service (DAPS), 1641 Morris
  Street, Norfolk, VA  23511, (757)444-5968, in the non-refundable
  amount of $25.00 per set.  DAPS will accept checks and money
  orders as payment.  Solicitation documents are NOT available
  for purchase from Norfolk District.
EMAIL mmaurer@cenad1.nad.usace.army.mil
EMAILDESC: 
CITE: (W-344 SN010005)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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--REPAIR FLOOD DAMAGE AND CONSTRUCTION FLOOD STRUCTURES
SOL F48608-97-B0004
DUE 022597
POC Mark Clapp, (307) 775-2635, Contract Specialist.
DESC: The work consists of furnishing all labor, materials, equipment,
  and insurance necessary to repair flood damage and construct
  flood control structures at a missile site. The work includes
  the following: repair and replacement of corrugated metal culverts,
  chain link fencing, earthwork grading, riprap and geotextile
  flood control structures. The work is located in Cheyenne County,
  NE. Performance period for Firm Fixed Price construction contract
  awarded as a result of this solicitation will be 30 calendar
  days. To receive a solicitation package, requests must be in
  writing. The issue date will be on or about 26 Jan 1997 with
  bid opening date 30 days after issuance.   The magnitude of
  this project is between $250,000.00 and $500,000.00. For further
  information, contact Mark Clapp, (307) 7756-2635, 90th Contracting
  Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860.
CITE: (M-344 SN010007)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 319 CONS/LGC, 575 6th  Ave., Bldg 418, Grand Forks AFB,
  ND 58205-6436
SUBJECT: Z--ASBESTOS ABATEMENT
SOL F3260597Q0099
DUE 011097
POC Ken Barborak at (701) 747-5314/Contracting Officer, Thana
  Prochko, (701) 747-5266.
DESC: Contractor  shall furnish all plant,  transportation, labor
  materials, equipment, supplies and supervision necessary for
  asbestos abatement work to include but not limited to the demolition,
  removal, repair, enclosure, encapsulation, and disposal of
  pipe insulation vessel insulation, spray-applied insulation,
  ceiling tile, floor tile, transite wall board, contaminated
  soil, fireproofing and pipe  fitting insulation required to
   complete project as set forth in strict accordance with plans
  and specifications of the contract as  specified in the Technical
  Provisions. The resulting contract will be an Indefinite-Quantity
  Contract with a magnitude of   $15,000.00 minimum and $95,000.00
  maximum. Delivery orders will be issued. The performance period
  shall be 365 calendar days after the date of contract  award.
  This action is being issued unrestricted. All request for this
  project must be made in writing and can be faxed to the 319
  CONS/LGCC, Grand Forks AFB, ND, (701) 747-4215. Project requirements
  will be made available on or about 20 Dec 96.
CITE: (M-344 SN010009)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 5th Contracting Squadron LGC, 211 Missile Ave., Minot
  AFB, North Dakota 58705-5027
SUBJECT: Z--REPAIR DIKE AND PIPING AT HEAT PLANT
SOL F32604-97-B0011
DUE 012297
POC A1C Heather Harper, (701) 723-4171.
DESC: INVITATION FOR BIDS: IFB, drawings and specifications will
  be available for Repair Dike and Piping at Heat Plant at Minot
  AFB, North Dakota O/A 23 Dec 96. General construction that
  will involve removal of underground fuel piping and installing
  new fuel piping. Repairing aggregate basin. Cleaning and relining
  interior of above ground fuel tank. Approximately 20,000 barrel
  tank. Lead paint removal and repainting exterior of above ground
  fuel tank. Work is 60% general and 40% mechanical. Work is
  not in a secure area, and consists of a 180 day performance
  period. Water and electricity required will be furnished by
  the government. Project magnitude is between $250,000.00 and
  $500,000.00. This procurement is being issued pursuant to the
  Small Business Competitive Demonstration Program and is open
  to large and small business concerns. SDB  preference program
  as contained in DFARS 2319.7204 will be used in the evaluation
  for award. Project requirements will be made available O/A
  23 Dec 96. When requesting information or a bid package, FAX
  the following information to (701) 723-4173, give name, address,
  telephone number, solicitation number, business size and list
  whether or not your firm is an SDB concern.
CITE: (M-344 SN010011)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 325th Contracting Squadron, 501 Illinois Ave., Suite
  5, Tyndall AFB, FL 32403-5526
SUBJECT: Z--REPLACE COMMISSARY ROOF
SOL F08637-97-B4002
DUE 012197
POC TSgt Andrew W. Carrington, Contract Journeyman, (904) 283-3692;
  Russell E. Roderick, Contracting Officer.
DESC: Furnish all labor, materials and equipment necessary to
  remove existing ballast aggregate from the existing 4-Ply Built-Up
  roof and retrofit with 2" Extruded Polystyrene Insulation and
  a Single-Ply Elastomeric Polymer Diene Membrane fully adhered
  roof system. The projected cost of the project is between $250,000.00
  and $500,000.00. The period of construction is 100 days.
CITE: (M-344 SN010018)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA New River Realty Svcs District (3PN), The Wanamaker
  Building Room 621, 100 Penn Square East, Philadelphia, PA 19107-3396
SUBJECT: Z--ROOF REPLACEMENT AT THE STAGGERS FEDERAL BUILDING,
  MORGANTOWN, WV
SOL GS03P97DWC1006
DUE 020497
POC Contract Specialist, Bernadette Kelly, (215) 656-5880, Contracting
  Officer, Ken Shutika, (215) 656-6150
DESC: Modification to the Roof Replacement, H.O. Staggers Federal
  Building, Morgantown, WV. Available date for Solicitation is
  changed from December 2 to December 17, 1996. Contact Stacey
  Tankle at (215) 656-5993 or fax (215) 656-7424.
CITE: (I-344 SN010023)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: WALLA WALLA DIST, CORPS OF ENG, WALLA WALLA WA 99362-1876
SUBJECT: Z--CURTAIN GROUTING MONOLITHS 15 THRU 19, DWOSHAK DAM,
  CLEARWATER COUNTY, IDAHO
SOL DACW68-97-R-0004
DUE 022197
POC Lucy Howerter, 509/527-7210 to order plans & specs; Charlene
  Duncan, 509/527-7207 for administrative and technical questions
  (Site Code DACW68)
DESC: The portion of the synopsis being revised is as follows.
  The remaining portion of the synopsis is unchanged and is still
  applicable to this procurement. Proposals will be evaluated
  based on the following evaluation criteria in descending order
  of imprtance: (1) Technical Evaluation Factors; (2) Past Performance
  Evaluation Factors; and (3) Cost or Price Evaluation Factors.
  The first two factors, when combined, are significiantly more
  important than cost or price. The approval of any applicable
  subcontrcting plan is a go/no go factor.
CITE: (I-344 SN010026)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS,
  P.O. BOX 4970, JACKSONVILLE, FL 32232-0019
SUBJECT: Z--ST. JOHNS WATER MANAGEMENT AREA IMPROVEMENTS, UPPER
  ST. JOHNS RIVER BASIN, CENTRAL & SOUTHERN FLORIDA PROJECT FOR
  FLOOD CONTROL AND OTHER PURPOSES, INDIAN RIVER COUNTY, FLORIDA
SOL DACW17-97-B-0007
DUE 022597
POC Contract Specialist Deidra W. Cox (904) 232-1215 (Site Code
  DACW17)
DESC: The work includes excavation of a 2,110 foot long channel
  near S- 96 and excavation of a 1,475 foot long channel north
  of S-96D. The work also includes filling a 1,600 foot long
  plug at the east end of the Ditch 7 levee and degrading 2,000
  feet at th west end of the Ditch 7 levee. Equipment needed
  would include, but not be limited to, the following: earth
  moving and compaction equipment, dumps trucks, backhoes, dragline(s),
  a small dredge, and bulldozers. Magnitude of construction is
  between $500,000 o $1,000,000. Pre-Solicitation Notice will
  be issued on or about 09 Dec 96. Invitation DACW17-97-B-0007
  will be issued on or about 01 Jan 97 and opened on or about
  25 Feb 97. Cost of Plans and Specifications is $40.00. Checks
  should be made payable to FAO Jacksonville District, and sent
  to U.S. Army Corps of Engineers, Jacksonville, Florida. THIS
  IS AN UNRESTRICTED ACQUISITION. NOTE: Contracting information
  for the Jcksonville District is now available at our web site:
  http://www.saj.usace.army.mil/. SIC Code 1629.
CITE: (I-344 SN010033)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4340, FORT JACKSON SC
  29207-5490
SUBJECT: Z--REMOVE ACM FLOOR TILES AND MASTICS FROM VARIOUS PLACES
  AND REPLACE WITH NEW TILES, FORT JACKSON, SC
SOL DABT47-97-B-0005
DUE 012297
POC Contract Specialist Nancy Hilliard (803) 751-4343 Contracting
  Officer Bill Swan (803) 751-7693 (Site Code DOCDOC)
DESC: A requirements type contract will be established for removal
  of asbestos containing materials floor tiles and mastics, and
  replacing with new tiles and new underlayment at various Fort
  Jackson buildings and South Carolina Reserve buildings. All
  ACM dsposal will be at approved off-post landfills. Performance
  time for each building is 21 days. This requirement is being
  solicited under the Small Business Competitiveness Demonstration
  Program. SIC is 1752. Magnitude of work is between $100,000
  and $250,00. Telephone requests will not be honored. Telefax
  requests may be sent to (803) 751-5234. Solicitation requests
  must include company name, street and mailing addresses, company
  point of contact, business size, and solicitation number.
CITE: (I-344 SN010039)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8,
  PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890
SUBJECT: Z--MAINTENANCE DREDGING IN FAR CREEK, NORTH CAROLINA,
  AND STUMPY POINT, NORTH CAROLINA (DACW54-97-B-0009)
SOL CEWCOD-7330-0004
POC DIANE GREENE/CESAW-CO-ON (910-251-4410); HILDA D. AYERS/CONTRACT
  SPECIALIST (Site Code DACW54)
DESC: Work consists of Maintenance Dredging in Far Creek, North
  Carolina, and Stumpy Point, NC. Estimated quantity of material
  to be removed is 600,000 cubic yards. Diking will be required.
  Work is to be completed within 90 days after contractor receipt
  ofNOTICE TO PROCEED. Estimated cost range of the project is
  $500,000 - $1,000,000. Advertising date is scheduled for 16
  DEC 1996 with bid opening on/or about 16 JAN 1997. Plans and
  specifications are $20.00 per set and will be available on/or
  about 16 DEC 196. Specifications only are $5.00 each. Make
  checks or money orders payable to "FAO, USAED, WILMINGTON".
  No refunds will be made and material need not be returned.
  Evaluation preference for Small Disadvantaged Business (SDB)
  Concerns in Construction Acquisition - Test Program, as set
  forth in DFARS 219.72 will apply to this acquisition. SOLICITATION
  NO. DACW54-97-B-0009. UNRESTRICTED. SIC CODE: 1629.
CITE: (I-344 SN010041)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: Z--WING SUPPORT ADMINISTRATIVE FACILITY, KELLY AIR FORCE
  BASE, SAN ANTONIO, BEXAR COUNTY, TEXAS
SOL DACA63-97-B-0006
DUE 012197
POC Contract Specialist NIANNE MOHLSTROM (817) 978-2132 (Site
  Code DACA63)
DESC: Construct a 22,000 SF wing support facility with concrete
  slab and foundation; structural steel frame; and membrane roofing
  system. The project includes site improvements and supporting
  utilities and demolition of 4 buildings that contain asbestor,
  lad-based paint, CFC and PCB (41,000 SF total for demolition).
  "The plans and specifications have been placed on Compact Disk
  (CD-ROM) and will be provided free of charge. Plans and Specifications
  will not be provided in a printed paper hard copy format. Noification
  of amendments shall be made through either 3.5" floppy disk,
  CD ROM, and or the Internet. The Government intends to issue
  this solicitation through the use of CD ROM and the Internet.
  However, the Government reserves the right to use only the
  Internet as notification of any changes to this solicitation.
  It is therefore the contractors responsibility to check the
  following address daily for any posted chanes to this solicitation.
  Contractors may view and/or download this solicitation and
  all amendments from the Internet at the following Internet
  address: http://www.edl.swf.usace.army.mil/CONTRACT ." Estimated
  Cost Range: $1,000,000 to $5,000,000 - - Requestby must be
  sent to F&A Officer USAED FTW and sent to: USACE, Attn: Room
  2A19, Post Office Box 17300, 819 Taylor Street, Fort Worth,
  Texas 76102-0300. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED
  ON INITIAL MAILINGS OF PLANS AND SPECIFICATIONS. No refund
  will be made and materials need not be returned. Solicitation
  to be issued on or about 12 Dec 96. Bid opening on or about
  21 Jan 97. Duration of contract120 days. If a large business
  firm is selected for this announcement, it must comply with
  FAR 52.219-9 clause regarding the requirement for a subcontracting
  plan. The Fort Worth District's subcontracting goal is for
  55.0% of the total subcontracted dollarsto go to Small Businesses,
  8.5% to Small Disadvantaged Business (SDB), 3.0% to Women Owned
  Small Business (WOB) and 5.5% to Historically Black College
  & Universities or Minority Institutuions HBCU/MI and the remaining
  35.2% with Small Businesses (SB). Bids from all responsible
  sources will be considered. SIC Code for this procurement is
  1542, Small Business Size Standard is $17 million.
CITE: (I-344 SN010047)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Southern Division,Naval Facilities
  Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: Z - HANGAR 51 RENOVATION, NAVAL AIR STATION, CORPUS
  CHRISTI, TX  
SOL N62467-96-B-0893
DUE 012897
POC Technical Inquiries: Rhonda Earney, Code 0211RE.  Contracting
  Officer L. R. Fisk.
DESC: THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED"
  BASIS INVITING FULL AND OPEN COMPETITION. The work includes
  renovation work for existing Hangar 51, associated site work,
  asbestos and lead paint abatement and incidental related work.
   Work also includes construction of the new 74C Building and
  Hazardous Materials Building.  For Plans and Specifications:
  There is a $110.00 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.)
   If problems arise concerning your request, call Ronnie Mitchum
  at 803/743-4040.  PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR,
  SUBCONTRACTOR, SUPPLIER, ETC.  PLEASE INCLUDE (1) A POINT OF
  CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER IN YOUR
  REQUEST FOR PLANS AND SPECIFICATIONS.  To obtain a Plan Holders
  List fax your request to 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: Rhonda
  Earney, Code 0211RE.  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 340 days for completion. 
CITE: (W-344 SN010064)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, USCG Civil Engineering Unit Miami,
  15608 SW 117th Avenue, Miami, Florida 33177-1630
SUBJECT: Z--PROVIDE DRAINAGE IMPROVEMENTS TO THE BUOY SLAB AT
  U.S. COAST GUARD BASE MAYPORT, FLORIDA
SOL DTCG82-97-B-3WCA07
DUE 012397
POC Judy Stamper, (305) 278-6724.
DESC: This project includes furnishing of all labor, supervision,
  materials and equipment necessary to demolish the existing
  raceway, provide new raceway, and drill new drain holes through
  the existing concrete pile cap. The estimated cost range is
  between $25,000.00  and $100,000.00 Bid guarantee and payment
  bonds are required. This solicitation is being issued pursuant
  to Small Business Competitiveness Demonstration Program. All
  responsible sources may submit a bid, which will be considered
  by this agency. No telephone requests;  only  written requests
  received directly from the requester will be accepted (FAX
  #305-278-6704).
CITE: (M-344 SN010070)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 325th Contracting Squadron, 501 Illinois Ave., Ste. 5,
  Tyndall AFB, FL 32403-5526
SUBJECT: Z--REPAIR OF 20 MFH UNITS
SOL F08637 97B4001
DUE 012097
POC SSgt Frank Parker, Contract Specialist, (904) 283-8648, or
  Mr. Russell E. Roderick, Contracting Officer, (904) 283-2936.
DESC: The scope of this project consists of furnishing all labor,
  materials, and equipment necessary to demolish and remove existing
  walls, doors, casework, etc. and mechanical, plumbing and electrical
  items in 20 military family housing units as indicated on drawing.
  Provide and install new walls, interior finishes, appliances,
  electrical fixtures, etc. The work shall also include new mechanical
  and electrical systems and tie into the existing systems. This
  work description is intended as general information only and
  is not intended to include or describe every feature or item
  of work. The SIC code for this project is 1521. The project
  magnitude is between $500,000.00 and $1,000,000.00. The performance
  period will be 330 days. This acquisition  is unrestricted.
  Written or facsimile requests for solicitation package will
  be honored on a ``first come first served'' basis. Send facsimile
  requests to (904) 283-1033. To avoid delays in mailing solicitation,
  request that potential contractors provide the nine-digit ZIP
  codes on all requests. Tentative issue and opening dates are
  20 December 96 and 20 January 1997, respectively.
CITE: (M-344 SN010074)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 193rd Special Operations Wing (PA-ANG) LG/LGC, 79 Mustang
  Alley, Harrisburg International Airport, Middletown, PA 17057-5079
SUBJECT: Z--CHAIN LINK FENCE INSTALLATION AT UNIVERSITY PARK
  AIRPORT-STATE COLLEGE ANG BASE
SOL DAHA36-97-B-3001
POC Contracting Officer Msgt Charles R. Bishop (717) 948-2360.
DESC: Cancellation: Solicitation Number DAHA36-97-B-3001, the
  Installation of Government Furnished, aluminum chain link fence
  at the State College Air National Guard Base, University Park
  Airport, State College, Pennsylvania which was published in
  the Commerce Business Daily on Wednesday, November 6, 1996
  has been canceled. This project will not be reannounced.
CITE: (M-344 SN010098)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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--RENOVATION OF BASE CHAPEL
SOL F48608-97-B0005
DUE 030397
POC Janet Dull, (307) 775-2635, Contract Specialist.
DESC: The work consists of demolition of selected portions of
  the building, limited asbestos abatement, repairs, new restrooms
  meeting ADA requirements, office conversions and a limited
  amount of other new work including partitions, ceilings, flooring,
  finishes, millwork, windows, doors, heating/ventilation, plumbing,
  light fixtures, electrical systems and fire detection. The
  addition (annex) includes a fellowship hall and small kitchen
  complete with mechanical and electrical systems. Exterior work
  includes limited grading, sidewalks, sprinkler system, and
  landscaping. Performance period for Firm Fixed Price construction
  contract awarded as a result of this   solicitation will be
  240 calendar days. To receive a solicitation package, requests
  must be in writing. The issue date will be on or about 30 Jan
  1997 with bid opening date 30 days after issuance. The magnitude
  of this project is between $500,000.00 and $1,000,000.00. For
  further information, contact Janet Dull, (307) 775-2635, 90th
  Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY
  82005-2860.
CITE: (M-344 SN010110)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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--REPLACE WINDOWS AT BUILDING 101, NADEP, NAVAL AIR
  STATION, JACKSONVILLE, FL
SOL Contract N62467-95-B-2523
DUE 012397
POC OICC Office.
DESC: The work includes, at Building 101 (Naval Aviation Depot-Admin),
  removing 69 windows and one pair of double doors  former door
  opening will be in-filled with two new windows and new wall
  section, to match the adjacent wall in finish and material.
  All finishes disturbed-floor, wall, ceiling etc. will be  repaired
  or replaced to match the existing finishes adjacent. Included
  also is the abatement of lead-based paint and materials in
  and around the existing windows. The  exterior walls (including
  flashing) in the area of the project will be finished painted
  to match existing. New steel window frames (interior and exterior)
  shall be finish painted to match existing. The  contractor
  will be required to complete the work in 195 calendar days
  after  Notice to Proceed.--Bid opening date listed in item
  10 is approximate--Request bid documents by 23 December 1996--PLANS
  AND SPECIFICATIONS CAN NO LONGER BE PICKED UP AT THIS OFFICE.
  THERE WILL BE A $23.00 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: U.S. TREASURY AND SEND TO: DEFENSE AUTOMATED PRINTING SERVICE,
  ATTN:  CAROLYN POLLOCK, 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) 772-5574. A ``9'' digit zip code must be
  included on all requests''--The proposed contract listed here
  is unrestricted--Estimated cost is between $100,000.00 and
  $250,000.00.
CITE: (M-344 SN010119)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Norfolk Naval Shipyard, NAVFACENGCOM contracts,
  NAVSHIPYD Bldg 491, Portsmouth, VA 23709-5000
SUBJECT: Z--CONSTRUCT PROCESS TANKS AND PIPELINES, CRANEY ISLAND,
  FLEET AND INDUSTRIAL SUPPLY CENTER, PORTSMOUTH, VIRGINIA
SOL N62470-96-6150
DUE 012897
POC Bid Packages, Sandra Johnson, (757) 396-5121; Contract Specialist,
  Laura L. Lathrop; Contracting Officer, Rosalind D. Rogers.
DESC: The work includes the construction of two new pile supported
  welded steel above ground 1.5 million gallon tanks with sludge
  scraper mechanism; construction of two pile support 35,000
  gallon above ground vertical storage tanks; repairs to one
  1.5 million gallon storage tank to include bottom replacement
  of approximately 3600 feet of pipeline; and incidental related
  work. Estimated cost range: $1,000,000.00 to $5,000,000.00.
  LANTNAVFACENGCOM is committed to substantive participation
  of small disadvantaged (SDB) and women-owned enterprises in
  the performance of the work for this contract. If you are a
  large business and your bid will exceed $1,000,000.00, you
  will be required to submit a subcontracting plan. Plans and
  specifications will be available on  or about 27 December 1997.
  A limited number of plans and specifications will be available
  on a first-come-first-served basis until the supply is exhausted.
  There is no charge for the first set of plans and specs (additional
  sets are $25.00 each); HOWEVER, EACH FIRM IS RESPONSIBLE FOR
  OBTAINING BID DATA. LOCAL FIRMS MAY PICK UP PACKAGES AT THE
  ISSUING OFFICE. OUT OF TOWN FIRMS MUST MAKE ALL ARRANGEMENTS
  FOR TYPE OF DELIVERY DESIRED AND NOTIFY ISSUING OFFICE. No
  plan holders lists will be faxed. All responsible sources may
  submit an offer which will be considered
CITE: (M-344 SN010131)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, Business Service Center (5ADB), JCK Federal Building,
  230 South Dearborn Street, Room 3714, Chicago, IL 60604-1696
SUBJECT: Z--KALMAZOO, MI, FEDERAL BUILDING AND U.S. COURTHOUSE,
  CHILLER REPLACEMENT
SOL GS05P97GAC0026
DUE 020597
POC Belinda Arthur, (312) 886-6909.
DESC: Chiller Replacement at the Federal Building and U.S. Courthouse,
  410 W. Michigan Avenue, Kalamazoo, Michigan. Performance period
  is one hundred fifty three (153) calendar days from receipt
  of notice to proceed, with an estimated start date of 073097.
  Scope of work includes but is not limited to the following
  items of work: replacement of two (2) existing 60 ton chillers,
  operating controls, cooling coils, chilled water pumps, condenser
  pumps and main switchgear electrical panel. The estimated cost
  range for this project is between $500,000.00 and $1,000,000.00.
  Specifications will be available on or about January 6, 1997.
  Sealed bids will be open publicly on February 5, 1997, at 2:00
  p.m. (Chicago time.). This proposed contract is being solicited
  on a  total Small Business Set-Aside basis. Bids received from
  concerns that are not small business concerns shall be considered
  nonresponsive and will be rejected. Standard Industrial Classification
  Code is 1711 with an average gross revenue of $7 million for
  the last three (3) years. Funds are not presently available
  for this project. To obtain a copy, please call Belinda Arthur,
  at (312) 886-6909, or write GSA Property Management Contracts
  Branch (5PMCM), 230 South Dearborn Street, Room 3324, M/S 33-3,
  Chicago, IL, 60604-1696. When calling, be prepared to state
  name, address and solicitation number.
CITE: (M-344 SN010134)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, PBS, Property Development (5PCM), 230 South Dearborn
  Street, Room 3360, Chicago, IL 60604-1696
SUBJECT: Z--COURTROOM LIGHTING IMPROVEMENTS, FEDERAL BUILDING
  AND U.S. COURTHOUSE, 46 E. OHIO STREET, INDIANAPOLIS, INDIANA
SOL GS05P97GBC0004
DUE 012297
POC Cecelia A. Morris, (312) 353-9780 or Kathleen Kapala, (312)
  353-7560.
DESC: Correction: The originally publicized CBD notice dated
  12/03/96, has a proposal closing date of 01/22/97. All other
  information publicized in the original synopsis is correct.
CITE: (M-344 SN010137)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Department of the Interior, Bureau of Indian Affairs,
  Aberdeen Area Office, Branch of Roads/Contracting Section,
  Mail Code 307A, 115 4th Ave. SE., Aberdeen, SD 57401-4383
SUBJECT: Z--PINE RIDGE STREETS, SEAL AND CHIP PROJECT
SOL RDSA00-1176
POC Mary Sumption, (605) 226-7645.
DESC: This solicitation is hereby canceled in its entirety due
  to unreasonable bids.
CITE: (M-344 SN010138)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 436 Contracting Squadron, 639 Atlantic Street, Dover
  AFB DE 19902-5639
SUBJECT: Z -- REPAIR TERMITE/WATER DAMAGE IN MILITARY FAMILY
  HOUSING UNITS
SOL F07603-97-Q4032
DUE 012697
POC Pamela Alston, Purchasing Agent, 302-677-5028
DESC: The project consists essentially of, but is not limited
  to, repair of termite damage and other specified items at Dover
  Air Force Base, DE, 17 units. Work will be unoccupied facilities.
  Work consists of removal and replacement of all wood members
  and drywall sections damaged by termite infestation or termite
  investigation. Replace wood trim and electrical items as specified.
  Paint interior and refinish wood floors as required.The Standard
  Industrial Code (SIC) is 1521. Performance period is 120 ccalendar
  days. The magnitude of this project is between $25,000.00 and
  $100,000.00. All responsible sources may submit a quote which
  will be considered by this agency. When requesting solicitation,
  provide information as to whether your organization (together
  with its affiliates) is a large or small business. Furnish
  street address and 9-digit zip code with request. Telephone
  requests will not be honored. Written requests may be made
  by facsimile at 302-677-2907. See Note(s): 1.
CITE: (I-344 SN010168)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 305 Contracting Squadron, 3563 Lancaster Ave, McGuire
  AFB, NJ 08641- 1712
SUBJECT: Z -- REPLACE APPROACH LIGHTING AT MCGUIRE AFB, NJ
SOL F28609-97-B0009
DUE 012797
POC Judith A. Green, Contract Specialist, (609) 724-3422.
DESC: Repair of Approach Lights, Runway 06, at McGuire AFB, New
  Jersey. WRITTEN REQUESTS ONLY - Fax requests accepted at 609-724-5931.
  Work to be performed includes, but is not limited to the following:
  removal and disposal of existing Threshold and Paved Overrun
  Area to include all inset and elevated lighting fixtures with
  associated wiring and equipment; removal and disposal of all
  existing frangible mounted and elevated (pole mounted structures)
  light fixtures with associated wiring and equipment, removal
  and disposal of all pole structures and associated support
  equipment; all existing direct buried series circuit wiring
  shall be abandoned in place. New work includes: Threshold and
  Paved Overrun Area - Inset light fixtures with bases, associated
  wiring, isolation transformers, etc., shall be installed per
  ALSF-2 requirements; Unpaved Approach Area - Frangible and
  LIR mounted approach centerline light fixtures shall be installed
  per ALSF-2 requirements. Sequenced flasher system lights shall
  be installed per ALSF-2/SSALR requirements; all lighting and
  control circuits shall be installed in ductbanks underground;
  constant current regulators and system control components shall
  be provided and installed in Building 1611. Performance period
  is 240 calendar days from receipt of Notice to Proceed. IFB
  will be issued on or about 27 December 1996. The proposed procurement
  herein is unrestricted. Standard Industrial Classification
  Code for this procurement is 1623. Any concern responding to
  this solicitation is classified as a small business if the
  averge annual receipts of the concern and its affiliates for
  the preceding three fiscal years do not exceed $17.0 million
  dollars. Proposed contract is between $1,000,000.00 and $5,000,000.00.
CITE: (I-344 SN010169)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Z -- PAINT VARIOUS STRUCTURES 94-2, DFSP OZOL, MARTINEZ,
  CALIFORNIA
SOL N68711-94-B-1475
DUE 020397
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  Lucile Miranda/Contracting Officer, Maria Williams.
DESC: PRESOLICITATION NOTICE - The work includes surface preparation
  and painting of existing steel tanks, pumps, piping, valves
  and fittings for petroleum storage and transfer; fire fighting
  tanks, piping, valves, fittings and equipment; exterior metal
  surfaces of sheds and buildings; metal pier hardware and equipment,
  metal towers, platforms, stairs and handrails, other equipment
  and structures including lighting poles, fire hydrants, boom
  assemblies, and incidental related work complete and ready
  for use.--The estimated cost is between $100,000 and $250,000.
  -- Firm Fixed Price Contract. -- Contract duration is approximately
  120 calendar days. - -- This proposed contract will be unrestricted.--The
  Standard Industrial Code is 1721 and the annual size standard
  is $7.0 million. It is recommended the subcontracting goals
  reflect a minimum goal of 5% for Small Disadvantaged Business
  Subcontracting effort. Bidders should request in writing stating
  IFB number N68711-94-B-1475, with complete name, address, area
  code and phone number and whether bidding as a prime/subcontractor/supplier.--
  Telephone requests will not be accepted.--There will be a charge
  for plans and specs that is yet to be determined. The fee will
  be non-refundable.--Mail requests with a check payable to DEFENSE
  PRINTING SERVICE to Southwest Division, Naval Facilities Engineering
  Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San
  Diego, CA 92132-5187 or fax requests to (619) 532-2083.--Fax
  requests will be accepted but, WILL NOT be processed until
  your check has been received by this office.--Submit one (1)
  check per project.--Solicitation packages are limited to two
  (2) sets per prime and one (1) set per subcontractor/supplier.--Bidders
  responding under this advertisement will not be required to
  resubmit request once formally advertised.--Tentative issue
  date is on or about 4 January 1997 with an opening date of
  approximately 30 days later (NOTE: BOD stated above is TENTATIVE).--Responses
  are due no later than 15 calendar days after publication of
  the advertisement in the CBD.
CITE: (I-344 SN010170)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Z -- PAINT VARIOUS STRUCTURES, 94-2, DFSP NORWALK, NORWALK,
  CALIFORNIA, 94-9, DFSP, SAN PEDRO, LOS ANGELES, CALIFORNIA
SOL N68711-94-B-1474
DUE 020397
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  Lucile Miranda/Contracting Officer, Maria Williams.
DESC: PRESOLICITATION NOTICE - The work includes surface preparation
  and painting of existing steel tanks, pumps, piping, valves
  and fittings for petroleum storage and transfer; fire fighting
  tanks, piping, valves, fittings and equipment; exterior metal,
  wood and stucco surfaces of sheds and buildings; metal towers,
  platforms, stairs and handrails, other equipment and structures
  including transformer vault, and incidental related work complete
  and ready for use.--The estimated cost is between $250,000
  and $500,000. -- Firm Fixed Price Contract. -- Contract duration
  is approximately 180 calendar days. -- This proposed contract
  will be unrestricted.--The Standard Industrial Code is 1721
  and the annual size standard is $7.0 million. It is recommended
  the subcontracting goals reflect a minimum goal of 5% for Small
  Disadvantaged Business Subcontracting effort. Bidders should
  request in writing stating IFB number N68711-94-B-1474, with
  complete name, address, area code and phone number and whether
  bidding as a prime/subcontractor/supplier.--Telephone requests
  will not be accepted.--There will be a charge for plans and
  specs that is yet to be determined. The fee will be non-refundable.--Mail
  requests with a check payable to DEFENSE PRINTING SERVICE to
  Southwest Division, Naval Facilities Engineering Command (Plan
  Issue), 1220 Pacific Highway, Bldg. 132, San Diego, CA 92132-5187
  or fax requests to (619) 532-2083.--Fax requests will be accepted
  but, WILL NOT be processed until your check has been received
  by this office.--Submit one (1) check per project.--Solicitation
  packages are limited to two (2) sets per prime and one (1)
  set per subcontractor/supplier.--Bidders responding under this
  advertisement will not be required to resubmit request once
  formally advertised.--Tentative issue date is on or about 4
  January 1997 with an opening date of approximately 30 days
  later (NOTE: BOD stated above is TENTATIVE).--Responses are
  due no later than 15 calendar days after publication of the
  advertisement in the CBD.
CITE: (I-344 SN010171)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Support Contracts, Public Works Division,
  Marine Corps Air Station, Beaufort,
SUBJECT: Z -- INSTALLATION OF GOVERNMENT FURNISHED PRECISION
  APPROACH PATH INDICATOR (PAPI) SYSTEM, MARINE CORPS AIR STATION,
  BEAUFORT, SC
SOL N62467-97-Q-4922
DUE 011497
POC Debbie Foss, Contracting Officer, (803) 522-7678, LCDR J.A.
  ANGELL,II Contracting Officer, (803) 522-7072.
DESC: This Request For Quotation is to obtain installation of
  Government furnished Precision Approach Indicator (PAPI) System
  and power adapter cabinets for Runway 05-23. The contractor
  shall provide all labor, transportation, materials, supervision
  and equipment to fulfill the requirments of the contract. The
  work includes providing of underground conduit, conductors,
  concrete equipment pads and incidental related work at the
  Marine Corps Air Station, Beaufort, South Carolina, by means
  of a Firm-Fixed type contract. The proposed contract listed
  herein is issued as an unrestricted procurement. Therefore,
  replies to this notice are requested from all types of business.
  All responsible sources shall submit a request in writing for
  a Request for Quotation Package. Requests shall have company
  name, address, phone number and Request for Quotation Number.
CITE: (I-344 SN010175)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Midwest Region, ATTN: Contracting Division, Bldg 3030,
  300 AFCOMS Way, Kelly AFB, TX 78241-1632
SUBJECT: Z--REPAIR OF INTERIOR WALL SURFACES, PAINTING, WALLCOVERING
  AND REPLACEMENT OF RESTROOM VANITY COUNTERTOPS
SOL DeCA06-97-T-0001
DUE 122096
POC Elaine Austin, Contract Specialist, or Contracting Officer,
  Mary Scogin, (210) 925-4107/5924.
DESC: The contractor shall furnish and provide all labor, material,
  equipment, and transportation to repair and patch interior
  wall surfaces, remove old and replace with new wallcovering,
  chair rails, rubber stair treads, stringer and landing flooring
  on all stairs, paint all metal stair railing, remove and reinstall
  miscellaneous wall-mounted items, and replace restroom vanity
  countertops. A firm fixed price purchase order is contemplated.
  Award will be made on an all-or-none basis. This procurement
  is set aside for small business. All requests must be in writing;
  telefax will not be accepted.
CITE: (M-344 SN010180)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge/Resident Officer in Charge of Construction,
  Stop 49, Peary Road, Naval Air Station, Patuxent River, Maryland
  20670-5504
SUBJECT: Z--REPAIR FITNESS CENTER (DRILL HALL) BUILDING #458,
  NAVAL AIR WARFARE CENTER/AIRCRAFT DIVISION, NAVAL AIR STATION,
  PATUXENT RIVER, MARYLAND
SOL N62477-95-R-3006
POC Contract Specialist, Mary Donovan, (301) 342-3854; Procurement
  Technician Anna Taylor (301) 342-3854.
DESC: Correction: Postponed Indefinitely.
CITE: (M-344 SN010184)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility,
  P.O. Box 960001, Stockton, CA 95296-0800
SUBJECT: Z--REWIRE LIGHT FIXTURES
SOL SP3200-97-Q-0021
DUE 011796
POC Sonya Baird, Contract Specialist, (209) 982-2426
DESC: Contractor to remove existing circuit breaker disconnects
  and remove conduit, wire, and junction boxes from existing
  high density discharge(HID)light fixtures to existing electrical
  panels.  Provide and install new wire, conduit and junction
  boxes for lighting disconnects, all new conduit, wire, junction
  boxes, and related equipment in Warehouse 386 Sections 1 and
  2 at Defense Distribution Region West, Sharpe Facility, Lathrop,
  CA.  Period of Performance is 60 days after Notice to Proceed.
   Standard Industrial Code is 1731 for which the small business
  size standard is $7 million.  Estimated Project Size is between
  $25,000 and $100,000.  All responsible sources may submit a
  quotation which shall be considered. A written Request for
  Quotation will be issued.  Anticipated award date is 27 Jan
  97.  Only written requests will be accepted and may be mailed
  to Contracting Division, ASCW-PAA, P. O. Box 960001, Stockton,
  CA  95296-0800 or faxed to (209) 982-2499.  
CITE: (W-344 SN010188)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, Property Management Contracts Branch (5PMC-W), 230
  S. Dearborn Street, Room 3324, Chicago, IL 60604-1696
SUBJECT: Z--JEFFERSONVILLE, INDIANA, FEDERAL CENTER BUILDINGS
  63 AND 64, STORM DRAIN REPLACEMENT
SOL GS005P97GAC0031
DUE 020597
POC Robert Higgins, Contract Specialist, (312) 886-3981.
DESC: Scope of work includes but iS not limited to providing
  all labor, materials, equipment and supervision required for
  demolition, earthwork, hot-mix asphalt paving, storm sewer
  piping and structures, and cast in place concrete. The completion
  time for this project is 190 calendar days from Notice to Proceed.
  Estimated cost is between $100,000.00 to $250,000.00. Specifications
  will be available on or about January 6, 1997. Proposals will
  be opened privately at the General Services Administration,
  Property Management Contracts Branch (5PMC-W), 230 S. Dearborn
  Street, Room 3324, Mail Stop 33-3, JCK Federal Building, Chicago,
  IL 60604-1696. Proposals are due on February 5, 1997 by 4:00
  P.M. (Local Time) and should identify the project   title,
  solicitation number, and proposal closing date on the outside
  of the envelope. The proposed contract is being solicited to
  all business concerns. The small business size standard for
  this project is $17 million and the Standard Industrial Classification
  Code is 1542. To request plans and specifications contact Robert
  Higgins at (312) 886-3981 or write GSA, Property Management
  Contracts Branch (5PMC-W), Attn: Robert Higgins, 230 S. Dearborn
  Street, Room 3324, Mail Stop 33-3, JCK Federal Building, Chicago,
  IL 60604-1696. When calling, be prepared to state name, address,
  and solicitation number. You may submit E-mail requests to
  PBSCHGO@GSA.GOV. You should include this in the body of the
  E-mail: 1. Robert Higgins; 2. GS05P97GAC0031; 3. Your mailing
  address.
CITE: (M-344 SN010191)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Department of State, Office of Foreign Buildings
  Operations, P.O. Box 12248, Rosslyn Station, Arlington, Virginia
  22219
SUBJECT: Z -- Z--BASIC ORDERING AGREEMENTS FOR DESIGN/BUILD PROJECTS
SOL S-FBOAD-97-R-0024
DUE 020797
POC Mark J. Toler (703) 875-6291 or facsimile 875-6292.
DESC: The Department of State, Office of Foreign Buildings Operations,
  is seeking to qualify offerors for design-build services for
  building upgrades and additions including building systems
  upgrades and/or replacements, site improvements, security improvements,
  fire and life safety upgrades, energy conservation upgrades,
  replacement of HVAC systems, sprinkler system installations,
  and other similar projects. In addition to construction services,
  design services in the following technical areas will be required:
  Civil, Electrical, Mechanical, Structural Engineering, Architectural,
  Interior Planning and Design, Fire Protection, specialty areas
  such as communication and security systems, blast and ballistic
  protection, and design for seismic loading. All work will be
  performed in accordance with U.S. Government requirements,
  budget, Statements of Work which shall be representative of
  a conceptual level stage of development, and all applicable
  laws, codes and standards at the overseas project sites. Construction
  will be based on the selected Contractor's approved construction
  drawings (which shall utilize Computer Assisted Design and
  Drafting (CADD) with Auto Cadd deliverables in R12 files in
  DOS format) and specifications. Offerors must demonstrate that
  they have the capability to successfully finance up to three
  projects in the $1,000,000 to $5,000,000 range and possess
  the ability to provide full performance and payment bonds in
  a form acceptable to the U.S. Government. Offerors must demonstrate
  that the principal designer and principal constructor each
  has a minimum of five (5) years experience in design-build
  projects. The offerors must also provide information on financial
  institutions in which they maintain accounts: Name, address,
  telephone number, and point of contact. The offeror shall provide
  a letter of reference from each of the financial institution(s)
  confirming that their firm has sufficient net current assets
  and/or working capital to properly finance these projects.
  The Department anticipates award of up to six Basic Ordering
  Agreements under which each firm will compete for individual
  orders. One of the BOAs will be set aside for a small business.
  The small business size standard under Standard Industrial
  Classification (SIC) 1542, is not more than $17,000,000 average
  annual gross revenue for the previous three fiscal years. The
  remaining five BOAs may be awarded to large or small businesses.
  The maximum dollar limitation for each Task Order awarded pursuant
  to the terms of the agreements is $5,000,000. The period of
  performance for the BOAs will be one base year plus four option
  years. Performance period for task orders will be established
  upon issuance of each task order. A security clearance is not
  required at this time. Selection will be based on technical
  qualifications. Firms responding to this announcement on or
  before the closing date will be considered for selection using
  the following evaluation criteria: - -- 100 points maximum:
  a). Demonstrate that the principal designer and principal constructor
  each has experience, individually or collectively, in completing
  design-build projects of similar size and type outside the
  North American continent - 30 points max; b). List and demonstrate
  experience with a minimum of three successful design-build
  projects similar in size and type that have been completed
  within the past five (5) years, with at least one design-build
  project in the $1,000,000 to $5,000,000 category. Provide project
  name, location, type of contract, names of major subcontractors
  or joint venture partner used in the project and the value
  of each; and owner (contact name and telephone number). Although
  previous or ongoing performance on a similar U.S. Government
  contract is not a requirement, if such contracts have been
  performed, the offeror must have performed at a satisfactory
  level, as a minimum - 30 points max; c). Demonstrate firm's
  fully integrated design capability for the Architectural, Interior
  Planning and Design, Civil, Structural, Electrical, and Mechanical
  disciplines; the ability to meet schedule, cost, and technical
  performance requirements; and the successful utilization and
  completion of the metric system in design projects. Projects
  provided to demonstrate design capability should exhibit a
  quality of design similar to that required of office buildings,
  corporate headquarters, etc. - 20 points max; d). Describe
  the philosophy/methodology for construction quality and cost
  control and quality assurance your firm uses and would propose
  on projects of this type and also describe your firm's capability
  to produce either in-house or by outside consultant, automated
  network/scheduling plans and analysis - 10 points max; e).
  Provide information to show your firm's management for the
  past five (5) years. Provide the following information for
  the principal officers of your firm: Name, present position
  and dates of tenure, previous positions in the last five years,
  years of experience and in what capacity. Provide information
  for proposed Key Project Personnel (Project Manager, Quality
  Control Officer, Site Superintendent, etc.: Name, present position,
  previous positions in last five (5) years, years with firm,
  professional qualifications, professional U.S. registration
  for key design personnel, and construction experience and in
  what capacity. If subcontractors and/or joint venture partners,
  list the roles and responsibilities which you would usually
  assign to subcontractors and suppliers for a project of this
  size - 10 points max. Written responses to the qualification
  criteria listed above are required. Offerors are reminded to
  submit sufficient background documentation to verify their
  ability to meet each of these criteria. Design-Build firms
  which meet the requirements of this synopsis are invited to
  submit two copies of Standard Form 254, Architect/Engineer
  and Related Services questionnaire and two copies of Standard
  Form 255, Architect/Engineer and Related Services questionnaire
  for specific projects to support design qualifications. Note:
  Qualification determinations will be based only on the information
  provided by prospective offerors seeking qualification. Additional
  information need not be submitted except as specifically required
  to support information requested. In order to qualify, offerors
  must submit an original and two copies of the qualification
  package to: U.S. Post Office Address: U.S. Department of State,
  Office of Foreign Buildings Operations, A/FBO/AP/AD/DCB, SA-6,
  Room L-600, Attention: Mark J. Toler, P.O. Box 12248, Rosslyn
  Station, Arlington, Virginia 22219; Courier/Overnight Mail
  Address: U.S. Department of State, Office of Foreign Buildings
  Operations, A/FBO/AP/AD/DCB, Room L-600, Attention: Mark J.
  Toler, 1700 North Lynn Street, Arlington, Virginia 22209. Completed
  Qualification Packages must be received by close of business,
  February 7, 1997.
CITE: (I-344 SN010205)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NASA/Goddard Space Flight Center, Wallops Flight Facility,
  Code 218, Wallops Island, VA 23337
SUBJECT: Z -- RESTORATION OF WATER SYSTEM, PHASE III
SOL RFO5-01383-614
DUE 020597
POC James L. Mitchell, Contracting Officer, 757-824-1067, james.l.mitchell.1@gsfc.nasa.gov.
DESC: The Contractor shall provide all services and materials
  for the Restoration of Water System, Phase III. The work includes
  well abandonments, miscellaneous point repairs to the water
  distribution system, and the installation of new water mains.
  Bid opening date is February 5, 1997 at 2:00 p.m. Eastern.
  1 Job. Deliveries to Wallops Island, VA. Services shall be
  completed within 270 days of date of notice to proceed. The
  estimated cost ranges between $500,000.00 and $1,000,000.00.
  Bid packages containing specifications are available at a nonrefundable
  cost of $75.00. Requests are to be forwarded to: NASA/GSFC,
  James L. Mitchell, Code 218, Wallops Flight Facility, Wallops
  island, VA 23337. Payment must be made in the form of a company
  or certified check or money order only which must accompany
  the request. No personal checks or cash will be accepted. Checks
  shall be made payable to the National Aeronautics and Space
  Administration. This procurement is being conducted under NASA's
  MidRange Procurement Procedures. All responsible sources may
  submit a bid which will be considered. This synopsis is also
  an intentto synopsize the pre-solicitation notice. No telephone
  requests accepted. Collect calls not accepted. Electronic versions
  of the documents will be provided on the World Wide Web at
  http://genesis.gsfc.nasa.gov/procure.htm, and by anonymous
  ftp to genesis.gsfc.nasa.gov/public/web/solicita.
CITE: (I-344 SN010209)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property--Potential
  Sources Sought
OFFADD: Officer in Charge of Construction, Coastal Systems Station,
  Dahlgren Division, 6703 West Highway 98, Suite 126, Panama
  City, Florida 32407-7001
SUBJECT: Z--ROOF REPAIRS TO BLDG. 381
SOL N62467-96-Q-2962
DUE 011597
POC Ilia Morales; Lenora Ann McKinney, Contract Specialist, at
  (904) 235-5194. No telephone orders for solicitations will
  be accepted. To order solicitation package, request in writing
  to the above address or FAX to (904) 234-4760.
DESC: Work includes removal and replacement of roof material
  on a wood structure, Bldg. 381, located in a non-magnetic area.
  Demolition work shall include removal and disposal of existing
  single ply roof material. New work shall include installation
  of specified roofing system and plywood areas as indicated.
  Bldg. 381 is a non-magnetic structure and all items applied
  to building shall be screened for magnetic composition as specified.
  Estimated cost range is between $25,000.00 and $100,000.00.
  Item 10, quote due date, is an approximate date only. Solicitation
  documents will be distributed on a first-come, first served
  basis until the supply is exhausted.
CITE: (M-344 SN009994)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--FEED, SLIDE TOOL.  **
SOL SP0760-97-R-4504
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)  Brenda G Owens, 614 -692-3707
DESC: PR-NO:  YPC96303000640 NSN 1010-01-138-4798, CAGE 10001
  Part No  3269542 feed slide tool.  Steel material.  I/A/W naval
  ordnance systems  command drawing number 3269542.  ** ** 2,606
  -EA Del to Texarkana TX  75507 Del by 195 days after date of
  award.  See NOTE:  1 & 9.  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 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.  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 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-343 SN009856)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WWL), Rock Island, IL
  61299-7630
SUBJECT: 10 -- GRIP ASSEMBLY, CONTR
SOL DAAE20-97T0084
DUE 013197
POC Contract Specialist: Nancy Oakes (309) 782-7168, PCO: Barry
  R. Hartleben (309) 782-7116
DESC: 1090-00-859-5972, Part Number 10887015. Control Assembly
  - Item is a multi-component electromechanical grip assembly
  consisting of molding and cast components, electrical harness
  assy, bearings, cams, shafts, trigger, etc. Requirements are
  57 ay Grip Assembly, Contr. For use on the M728 CEV. FOB is
  destination. ANSI-ISO-ASQC Q9002 or equivalent inspection criteria
  required. Proposed contract is a 100% small business set-aside.
  All or part of this action is an unfunded FY95 requirement.
  The proposed contract will include a 100 percent option. Estimated
  issue date of this solicitation is 123196. Failure to properly
  address requests for solicitation in accordance with this CBD
  notice will result in non-receipt of the solicitation package.
  Failure to properly address bids/offers in accordance with
  solicitation instructions may result in a late bid which cannot
  be considered. Written, fax or electronic requests for solicitation
  packages are accepted. No telephone requests will be honored.
  Requests for copies of this solicitation should include your
  commercial and government entity (CAGE)(if a CAGE code has
  been assigned to you) along with your name, address, datafax
  number, and solicitation number. The fax number for requests
  is (309) 782-4728. Electronic requests may be accepted through
  the Automated Acquisition Information System (AAIS). All ACALA
  solicitations are available for viewing/downloading, in addition
  to procurement history, via the AAIS. The AAIS can be accessed
  electronically, 24 hours a day, using a modem set to dial (309)
  782-7648. Terminal emulation should be VT100, no parity, 8
  data bits and 1 stop bit. Once connected, enter "aais" at the
  "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER"
  key. If electronic means is not possible, procurement history
  will be provided telephonically at (309) 782-8094 on a limited
  basis.
CITE: (I-344 SN009927)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Cmdr, MARCORSYSCOM, Code CTCman, Washington, DC 20390-0001
SUBJECT: 10 -- NON LETHAL WEAPONS
SOL M67854-97-R-0005
DUE 122396
POC M. A. Norris, Contracting Officer, (703) 696-0919.
DESC: The Marine Corps Systems Command (MCSC) proposes to procure
  the following Commercial Non-lethal Weapons for unruly crowd
  control: Riot Face Shield 200 ea (options for 2800), Full-Length
  Riot Shield 40 ea (options for 560), Expandable Riot Baton
  w/Holder Carry Case 200 ea (options for 2800), Riot Baton Training
  Suit 2 ea (options for 28), Training Riot Baton 200 ea (options
  for 2800), Portable Bullhorn 13 ea (options for 182), High-Intensity
  Xenon Searchlight 3 ea (options for 42), Disposable, Double,
  Restraining Wrist/Forearm/Ankle Cuff 200 ea (options for 2800),
  Buttcuffs 27 ea (options for 378), Caltrop 5,000 ea (options
  for 70,000), Inert Individual OC Canister 400 ea (options for
  5,600), Inert Team OC Canister 120 ea (options for 1,680),
  Inert High Volume Output, High Capacity OC Canister 10 ea (options
  for 140), 25 RD 12 GA Shell Pouch 81 ea (options for 1,134),
  40 MM Carrying Pouch 60 ea (options for 840), and String Ball
  Grenade/Flash Bag Pouch 200 ea (options for 2,800). Companies
  should submit their requests for the solicitation in writing
  along with one copy of their commercial descriptive literature
  for the above items. All responsible firms may submit an offer
  which MCSC will consider.
CITE: (I-344 SN010143)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquistion and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (HTJ), Rock Island , IL
  61299-7630
SUBJECT: 10 -- FIRING DEVICE, MANUAL (BLASTING MACHINE)
SOL DAAE20-97B0020
DUE 013197
POC Contract Specialist: Jeff Devilder (309) 782-6329, Procuring
  Contracting Officer is: Robert C. Tedell (309) 782-3811
DESC: 1025-00-997-2431, Part Number 11599606. Requirements are
  320 each Firing Device, Manual (Blasting Machine). For use
  on the M60 Tanks. FOB is Destination. This solicitation contains
  a 100% option. Proposed contract is a 100 percent small business
  set-aside. First Article Test is required. Estimated issue
  date of this solicitation is 123196. Failure to properly address
  requests for solicitations in accordance with this CBD notice
  will result in non-receipt of the solicitation package. Failure
  to properly address bids/offers in accordance with solicitation
  instructions may result in a late bid which cannot be considered.
  Written, fax or electronic requests for solicitation packages
  are accepted. No telephone requests will be honored. Requests
  for copies of this solicitation should include your commercial
  and government entity (CAGE) (if a CAGE code has been assigned
  to you) along with your name, address, datafax number, and
  solicitation number. The fax number for requests is (309)782-4728.
  Electronic requests may be accepted through the Automated Acquisition
  Information System (AAIS). All ACALA solicitations are available
  for viewing/downloading, in addition to procurement history,
  via the AAIS. The AAIS can be accessed electronically, 24 hours
  a day, using a modem set to dial (309)782-7648. Terminal emulation
  should be VT100, no parity, 8 data bits and 1 stop bit. Once
  connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD"
  prompt depress the "ENTER" key. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309)782-8094 on a limited basis.
CITE: (I-344 SN010166)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons--Potential Sources Sought
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA), ATTN: AMSTA-AC-PCC (WWI), Rock Island, IL
  61299-7630
SUBJECT: 10 -- WEAPONS
SOL DAAE20-97R0040
DUE 013197
POC Contract Specialist: Elizabeth Langdon, (309) 782-6807, PCO:
  Barry R. Hartleben, (309) 782-7116
DESC: Elimination of Radioalogical Light Source (ERLS) service,
  requiring testing at plant and site support. Repair, modification
  and verification of government furnished equipment. Providing
  full test data on all testing to the government. Contractor
  shall be Nuclear Regulatory Commission (NRC) licensed to remove
  and store the removed Tritium. All or part of this action is
  an unfunded FY97 requirement. This notice is also for subcontracting
  purposes. Estimated issue date of this solicitation is 123196.
  Failure to properly address requests for solicitations in accordance
  with this CBD notice will result in non-receipt of the solicitation
  package. Failure to properly address bids/offers in accordance
  with solicitation instructions may result in a late bid which
  cannot be considered. Written, fax or electronic requests for
  solicitation packages are accepted. No telephone requests will
  be honored. Requests for copies of this solicitation should
  include your commercial and government entity (CAGE) (if a
  CAGE code has been assigned to you) along with your name, address,
  datafax number, and solicitation number. The fax number for
  requests is (309)782-7428. Electronic requests may be accepted
  through the Automated Acquisition Information System (AAIS).
  All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309)782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309)782-8094 on
  a limited basis.
CITE: (I-344 SN010167)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 12-SWIVEL JOINT,HYDRAU
SOL N0010497QLB37
DUE 012797
POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax,
  (717)790-7335, Twx, Not-avail
DESC: NSN 7H-1285-01-197-9938, SPEC NR TDP VER 015, Qty 15 EA,
  Deliver to Receiving Officer Fisk Norfolk Norfolk VA , Fleet
  And Industrial Supply Center Pearl Harbor HI, See Note 9
CITE: (I-344 SN009893)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 12 -- CELL, ASSEMBLY OPTICAL
SOL DAAJ09-97-Q-0330
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784.
DESC: NSN: 1270-01-221-0338; P/N: 13074078-029; QTY: Minimum
  quantity: 14 each, Maximum quantity 34 each. A five year, firm
  fixed price indefinite-quantity contract is contemplated. All
  deliveries and subsequent deliveries will be FOB Origin. Applicable
  to the TADS/PNVS Program. This is a full and open competitive
  requirement. This proposed contract action is for supplies
  for which the Government does own specifications and drawings.
  The principal medium which the Government will use for technical
  data transmittal during this procurement is the 4.75 inch diameter
  compact disk with embedded reader software. Windows 3.1, or
  Windows NT operating environment and a CD Reader are required.
  Firms that recognize and can produce the required item described
  above are encouraged to identify themselves to the Contracting
  Officer, and provide supporting evidence which will permit
  their participation in the current or future solicitations.
  All responsible sources are encouraged to submit a proposal
  which shall be considered by the Agency. The First Article
  Test Report due by 316 days ARO, with delivery of 14 each by
  706 days ARO.
CITE: (I-344 SN009939)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 12 -- REMOTE FREQUENCY, DI
SOL DAAJ09-97-Q-0310
DUE 011597
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 1260-01-169-8775; P/N: 8500233-902; QTY: 30 Each,
  applicable to the OH-58 Program. FOB Origin with delivery 5
  each by 97 Sep 12 to Gulfport, MS; delivery of 10 each by 99
  Jan 02 to Texarkana, TX; delivery of 10 each by 99 Mar 03 to
  Stockton, CA; and delivery of 5 each by 99 Jan 02 to New Cumberland,
  PA. This procurement requires prequalification. Contractors
  who desire to be prequalified must submit qualification documentation
  in accordance with procedures contained in Section I of the
  solicitation. This proposed contract action is for supplies
  for which the Government does not own specifications and drawings.
  It is restricted to the following approved source: Honeywell,
  Inc., Albuquerque, NM. Firms that recognize and can produce
  the required item described above are encouraged to identify
  themselves to the Contracting Officer, and provide supporting
  evidence which will permit their participation in the current
  or future solicitations. All responsible sources are encouraged
  to submit a proposal which shall be considered by the Agency.
  This requirement is being procured under the authority of 10
  U.S.C. 2304(c)(1). See Numbered Note(s): 22.
CITE: (I-344 SN009951)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: General Service Administration general products commodity
  center  Stock Contracting Division (7FXIS-G6) 819 Taylor Street,
  RM 6A24, Fort  Worth, TX 76102-6114
SUBJECT: 13--INSULATION, HOT FOOD AND DRINK KIT
SOL RFQ F-W-DP232-1
DUE 010697
POC Gay Kirkpatrick, contracting officer, 817-978-3672
DESC: Solicitation scheduled to issue on or about 12-23-96. 
  1 NSN.   Notethis will now be procured using simplified acquisition
  procedures and  will be distributed via standard form 18-REQUEST
  for quotation.   Responses to this RFQ should be written. 
  This procurement is for  insulation, hot food and drink kit.
   Shall be rolls of Dow Co. " ethafoam 221" material, 3/8 inch
  thick, 48 inches wide and 200 feet  Long.  Quantity 250. unit
  of issue Ro.  Fort Worth, TX 76115  destination.  Simplified
  acquisition prodedures.  All responsible  sources may submit
  a quotation which, if timely received, shall be  considered.
   *NOTE** the government will be distributing this requirement
   using the standard form 18 - request for quotation using simplified
   acquisition procedures.
CITE: (I-344 SN009906)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 13-JAU-52/A INITIATOR CTG ACTUATED
SOL N0010497RK022
DUE 013097
POC Contact Point, C. C. Rowe, 0242.5, (717)790-6463, Fax, (717)790-2284,
  Twx, Not-avail, Contracting Officer, M. E. Wise, 0242, (717)790-2753
DESC: NSN 1377-01-245-3925, Ref Nr 1699AS100, Qty 183 EA, Delivery
  FOB Origin-- Except as modified or amplified in RFP.  This
  item contains class "C"  explosives.  DFAR clause 242.223-7001,
  Safety Precautions for Ammunition and explosives (dec 1991)
  applies.  100% option clause included, 210 days.  All responsible
  sources may submit an offer which, if received in a timely
  manner,  will be considered, See Note 9
CITE: (I-344 SN009966)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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, HEAT SHIELD I/A/W LOCKHEED MARTIN CORP DWG
  4P31038  REV 'B'
SOL SP0460-96-Q-XY27
DUE 013097
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. PO C:
   Larry christian/BU711/804-279-5581.  contracting off icer:
   Melissa Miles/804-279-3318.
DESC: PR-NO:  YPG96158000315 NSN 1560-00-239-1523, panel, heat
  shield  Lockheed Martin CAGE:  98897 I/A/W drawing 4P31038-101B
  Rev B 36 -EA Del  to Kelly AFB TX 78241-5312 Del by 180 days
  ARO.  Drawings, interim  procurement descriptions and deviation
  lists may be examined or obtained from  DSCR.  Option to increase
  quantity:  100%.  Duration of contract period:   1 year ABVM
  provisions may apply.  This is a modification of a previous
   synopsis increasing this buy to a large purchase and changing
  solicitation  number and closing date.
CITE: (I-343 SN009796)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--BOLT ASSEMBLY, FLUID
SOL SP0460-97-R-0404
DUE 013197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer, BA rbara
  Stansbury BV417 (804)279-3416 KO Kimberly  Hansen (804)279-3624
  FAX (804)279-4300 OR 6078
DESC: PR-NO:  YPG96295000674 NSN 1560-01-172-9646, 210 -EA Del
  to  Stockton CA 95296 Del by 09 Jul 97 (128 DARO( 210 -EA Del
  to New  Cumberland PA 17070-5001 Del by 09 Jul 97 (128 DARO)
  mfr:  McDonnell  douglasdwg 74A230682 Rev "F" PN 74A230682-1005
  specifications, plans or  drawings relating to the procurement
  described are not available and  cannot be furnished by the
  government. alternate offerors must provide a  complete data
  package on the approved and alternate item.  A 100%  quantity
  option is included.  Configuration control applies.
CITE: (I-343 SN009799)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--COVERING, EXTERNAL
SOL SP0460-97-R-0447
DUE 122796
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Dolores O'Brien/BV510 804-279-  4567 FAX 804-279-6078.  KO
  Kimberly W. Hansen/804-279-3642.
DESC: PR-NO:  FPG96317000524 NSN 1560-01-282-8740, covering,
  external  Rockwell Intl Corp CAGE 43999 P/N L0022099-005. 
  Specifications, plans  or drawings relating to the procurement
  described are not available and  cannot be furnished by the
  government other than full and open comp. only  one source
  43999.  142 -SH Del to New Cumberland PA 17070-5001 Del by
   180 days.  134 -SH Del to Stockton CA 95296 Del by 180 days.
   All  responsible sources may submit offer which DGSC shall
  consider.
CITE: (I-343 SN009801)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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 ASSEMBLY
SOL SP0460-97-Q-D864
DUE 012597
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Barbara Walker
  /BT962/804-279-4003  contracting officer Steven Tuck/80 4-279-6143
DESC: PR-NO:  YPG96339000287 NSN 1560-00-616-4616, panel assembly
   Sikorsky Aircraft Corp CAGE 78286 P/N 65302-12605-041 8 -EA
  Del to  Jacksonville FL 32212-0097 Del 60 DARO see NOTE 22,
  intended source:   Sikorsky Aircraft Corp.  Other than full
  and open and unrestricted.   Solicitation will be made in writing
  and orally.  Specifications, plans or  drawings relating to
  the procurement described are not available and  cannot be
  furnished by the govenrment.  All responsible sources may submit
   offer which DGSC shall consider.
CITE: (I-343 SN009810)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--FITTING ASSEMBLY
SOL SP0460-97-Q-D878
DUE 012897
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact M. langford/BT
  992/804-279-6645  contracting officer Alexander Stuart/ 804-279-3504
DESC: PR-NO:  FPG96318000291 NSN 1560-01-038-4955, fitting assembly
   Boeing Co the CAGE 81205 P/N 5-85676-6 13 -EA Del to Anniston
  AL 36201  Del 60 DARO see NOTE 22, intended source:  Boeing
  helicopter.   Unrestricted.  Solicitation will be made in writing
  and orally.  QPL -  FAR 52.209-1 OR 52.209-2 - see NOTE 23.
   Specifications, plans or  drawings relating to the procurement
  described are not available and  cannot be furnished by the
  government.  All responsible sources may submit  offer which
  DGSC shall consider.
CITE: (I-343 SN009823)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--QUADRANT
SOL SP0460-97-Q-B568
DUE 011697
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copy of RFQ/solic
  itation contact  buyer/ LT Jim Martin/BV418/804-279-494 9/FAX
  804-279-6078 or  X4300/contracting officer/Kim HA nsen/804-279-3624
DESC: PR-NO:  FPG96325000327 NSN 1560-01-142-3695, quadrant,
  Northrop  Grumman, CAGE 76823, P/N 2-73459-11 reve & eco 91C0050.
  sources:   milling precision tool, CAGE 16535, L&S machine,
  CAGE 34536.  First  article test required - 2 each. origin
  inspection required.  137 -EA  Del to Kelly AFB TX 78241-5312
  Del by 300DARO. NOTE 23. more than one  source. total small
  business NOTE 1. specifications, plans or drawings  relating
  to the procurement described are not available and cannot be
   furnished by the government.  All responsible sources may
  submit offer which  DGSC shall consider.
CITE: (I-343 SN009824)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--FRAME, AIR CONDITION
SOL SP0460-97-Q-C409
DUE 013097
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:  Larry christian/BU 711/804-279-5581.
   contracting officer:  Melissa Miles/8 04-279-3318.
DESC: PR-NO:  FPG96327000308 NSN 1560-00-164-7350, Allied Signal
  Inc.  CAGE:  70210 P/N 927143-1 Tech data package availability:
   3 -EA Del to  New Cumberland PA 17070-5001 Del by 90 DARO.
   Specs, plans or drawings  relating to the procurement described
  are not available and cannot be  furnished by the government.
   ABVM provisions may apply.  All responsible  sources may submit
  offer which DGSC shall consider.
CITE: (I-343 SN009825)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 15 -- BRACKET ASSY, STOW
SOL DAAJ09-97-Q-0374
DUE 011597
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 1560-01-209-6557; P/N: 7-318000063-601; QTY: 52 Each,
  applicable to the AH-64 Aircraft. FOB Origin with delivery
  of 27 each by 97 Jul 13 to Texarkana, 25 each by 98 Oct 18
  to Stockton, CA. This procurement requires prequalification.
  Contractors who desire to be prequalified must submit qualification
  documentation in accordance with procedures contained in Section
  I of the solicitation. This proposed contract action is for
  supplies for which the Government does not own specifications
  and drawings. It is restricted to the following approved source:
  McDonnell Douglas Helicopter Systems, Mesa, AZ. Firms that
  recognize and can produce the required item described above
  are encouraged to identify themselves to the Contracting Officer,
  and provide supporting evidence which will permit their participation
  in the current or future solicitations. All responsible sources
  are encouraged to submit a proposal which shall be considered
  by the Agency. This requirement is being procured under the
  authority of 10 U.S.C. 2304(c)(1). See Numbered Note(s): 22.
CITE: (I-344 SN009929)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--SHAFT ASSEMBLY, FLEX
SOL SP0460-97-R-0437
DUE 013197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer, LT Jim
  Martin, BV418 PH (804)279-4949. KO Kimberly  hanse N, PH (804)279-3624.
  FAX (804)279-6078/4300.
DESC: PR-NO:  FPG96219000386 NSN 1680-01-309-8945, 189 -EA Del
  to New  Cumberland PA 17070-5001 Del by 31 Jul 97.(150 DARO)
  152 -EA Del to  Stockton CA 95296 Del by 31 Jul 97 (150 DARO)
  mfr:  Allied Signal Inc.  CAGE 06848 P/N 441452 source control
  item IAW Pratt & Whitney CAGE 77445  Dwg 4059849 Rev D.  Specifications,
  plans or drawings relating to the  procurement described are
  not available and cannot be furnished by the  GOVT.  Alternate
  offerors must submit a complete Tech data package on the  approved
  and alt item.  All responsible sources may submit offer which
  DGSC  shall consider.
CITE: (I-343 SN009800)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--VALVE, MAIN CONNECTOR
SOL SP0460-97-Q-B490
DUE 012197
POC Contact:  for copies of RFQ solicitations contact the buyer.
    Carl Hudson BV610/804-279-6071/ FAX 804-279-6078. KO Kimberly
  Hansen 804  279-3642.
DESC: PR-NO:  YPG96233000413 NSN 1680-01-073-2189, valve, main
   connector Abex/NWL Aerospace, CAGE 93835 P/N 3833062.  Specifications
   plans or drawings relating to the procurement described are
  not available  and cannot be furnished by the government. 
  Unrestricted. other than  full and open comp. more than one
  source, intended sources, Abex/NWL  Aerospace OEM lb mfgr,
  control distributors Inc dealer, hersh packing &  rubber Co
  technical data availability 26 -EA Del to McClellan AFB CA
   95652-1621 Del by 150 days.  All responsible sources may submit
  offer which  DGSC shall consider.
CITE: (I-343 SN009804)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--BELT, AIRCRAFT SAFETY
SOL SP0460-97-Q-B492
DUE 012197
POC Contact:  for copies of RFQ solicitations contact the buyer.
    Carl Hudson BV610/804-279-6071, FAX 804-279-6078. KO Kimberly
  W. Hansen  804279-3624.
DESC: PR-NO:  YPG96205000326 NSN 1680-01-192-4948, belt, aircraft
   safety Pacific Scientific Co CAGE; 45402 P/N 110184801 specifications,
   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 solicitation.  OT other than  full and open
  comp.  More than one source intended sources 0HM72,  77292,21914,
  91750, 3T761, 65273 and OEM 45402. solicitation will be  made
  in writing.  116 -EA Del to Stockton CA 95296 Del by 90 days.
   91 - EA Del to New Cumberland PA 17070-5001 Del by 90 days.
   All responsible  sources may submit offer which DGSC shall
  consider.
CITE: (I-343 SN009830)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--BLADE, EROSION STRIP.
SOL SP0770-97-R-5323
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)  Karen bane, X1373.
DESC: PR-NO:  NPC96268000413 NSN 1615-01-063-9390, CAGE 1BJ28
  Part No  A02R1708-901 CAGE 77272 Part No A02R1708-1 blade,
  erosion strip. Boeing  helicopters CAGE 77272, part number
  A02R1708-1.  208 -EA Del to Norfolk  VA 23512-0001 Del by 17
  Dec 96 or deliver within 220 days after award.  200 - EA Del
  to San Diego CA 92136-0000 Del by 17 Dec 96 or deliver within
  220  days after award.  ***AMEND 0001 is issued to delete (1BJ28)
  electronics  metal finishing P/N A02R1708-901 as an approved
  source.  NPC96298001031  is added to solicitation to increase
  qty to 503 EA. opening date is  extended to 10 Feb 97 at 1:00
  PM. any questions, Call K. bane at  614-692-1373.  All responsible
  sources may submit offer which DCSC shall  consider.
CITE: (I-343 SN009851)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--HANGER, DRIVESHAFT.
SOL SP0740-97-Q-0528
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Lisa Engle (614)692 -1326
DESC: PR-NO:  RPC96292000883 NSN 1615-00-765-2416, CAGE 97499
  Part No  204-040-617-005 CAGE 97499 Part No 204-040-617-5 hanger,
  driveshaft.   Bell (97499) P/N 204-040-617-5.  91 -EA Del to
  New Cumberland PA  17070-5001 Del by 17 Nov 96.  88 -EA Del
  to Lathrop CA 95330 Del by 17  Nov 96.  74 -EA Del to Texarkana
  TX 75507 Del by 17 Nov 96.   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 governm ent 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:  (97499) Bell
  Helicopter Textron  Automated Best Value Model (ABVM) applies.
   While price may be a significant  factor in the evaluation
  of offers, the final award decision will be based  upon a combinat
  ion of price and past performance, as described in the  solicitation.
   Delivery Evaluation Factor (DEF) applies.  While price is
   a significant factor in the evaluation of offers, the the
  final award  decision will be based upon a combinat ion of
  price and past performance  as described in this solicitation.
   All responsible sources may submit offer  which DCSC shall
  consider.
CITE: (I-343 SN009853)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SHAFT ASSEMBLY, RESERVOIR END ITEM APPLICATION:
   S-3  AIRCRAFT.
SOL SP0740-97-Q-0522
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)  John Lidonnice (614 ) 692-4711
DESC: PR-NO:  YPC96304000931 NSN 1650-00-371-0457, CAGE 33068
  Part No  3820078-1 shaft assembly, reservoir.  I/A/W ozone
  Industries part number  38200787-1.  14 -EA Del to New Cumberland
  PA 17070-5001 Del 60 days  after award 6 -EA Del to San Diego
  CA 92136-0000 Del 60 days after award  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.  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-343 SN009857)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--SLIP RING ASSEMBLY.
SOL SP0740-97-Q-0549
DUE 011797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Richard St. Clair ( 614)692-4744
DESC: PR-NO:  YPC96311000841 NSN 1615-00-078-3360, CAGE 98089
  Part No  KI15820-1 slip ring assy.  Electro-tec Corp (98089)
  P/N KI15820-1 124 - EA Del to Cherry Point NC 28533-5001 Del
  by 08 Feb 97.  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 governm ent does not possess complete, unrestrictive techincal
  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:  98089 Automated Best Value Model (ABVM)
  applies.  While  price may be a significant factor in the evaluation
  of offers, the final award  decision will be based upon a combinat
  ion of price and past performance,  as described in the solicitation.
   All responsible sources may submit offer  which DCSC shall
  consider.
CITE: (I-343 SN009860)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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, CYLINDER.
SOL SP0740-97-Q-0554
DUE 011797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Richard St. Clair ( 614)692-4744
DESC: PR-NO:  YPC96297000801 NSN 1630-00-780-5819, CAGE 99643
  Part No  12501 piston, cylinder. I/A/W Sterer engineering &
  Mfg Co, P/N:  12501.   329 -EA Del to Cherry Point NC 28533-5001
  Del by 19 Jan 97.  94 -EA Del  to San Diego CA 92136-0000 Del
  by 19 Jan 97.  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  governm ent 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:  99643 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 combina
  tion of price and past performance,  as described in the solicitation.
   All responsible sources may submit offer  which DCSC shall
  consider.
CITE: (I-343 SN009868)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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-SLEEVE-SPINDLE ASSE
SOL N0038397QN051
DUE 011597
POC Contact Point, Dorothy   Henderson, 0233.06, (215)697-2814,
  Fax, (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1615-01-209-3096-LU, Ref Nr 65122-11300-084, Qty 2 EA,
  Delivery FOB Origin-----, Drawings not available., See Note
  22
CITE: (I-344 SN009880)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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-BIFILAR ASSEMBLY
SOL N0038397QN052
DUE 011597
POC Contact Point, Joseph W Williams, 0233.09, (215)697-4385,
  Fax, (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1615-01-221-2610-VH, Ref Nr 70107-28400-043, Qty 7 EA,
  Delivery FOB Origin----- NO DRAWINGS, See Note 22
CITE: (I-344 SN009881)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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-COVER ASSEMBLY,MAIN
SOL N0038397QN056
DUE 011597
POC Contact Point, Francis X Mcglinn, 0233.04, (215)697-3453,
  Fax, (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1615-01-125-7089-LU, SPEC NR TDP VER 001, Ref Nr 65391-11662-042,
  Qty 12 EA, Delivery FOB Origin--Drawings are not available
  for this procurement. ---, See Note 22
CITE: (I-344 SN009882)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St Louis, MO 63120-1798
SUBJECT: 16 -- CONTROL STICK
SOL DAAJ09-97-Q-0341
DUE 013097
POC L. Anderson-Samuel, Procurement Technician, 314-263-0789,
  fax 314-263- 9012, Pamela Moran, Contracting Officer, 314-263-0782.
DESC: NSN: 1680-01-241-7522, P/N: 7-311514001-9, Qty: 17 each
  applicable to the AH-64 Aircraft. FOB origin with delivery
  of 5 each to Stockton, CA, 4 each to Red River Army Depot and
  8 each to New Cumberlan Army Depot by 97 Jun 30. This procurement
  requires prequalification. Contractors who desire to be prequalified
  must submit qualification documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings, however, it is restricted to the
  only approved source McDonnell Douglas Helicopter, 5000 E.
  McDowell Road, Mesa, AZ 95205-9797. Firms that recognize and
  can produced 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-344 SN009933)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St Louis, MO 63120-1798
SUBJECT: 16 -- SWASHPLATE
SOL DAAJ09-97-Q-0340
DUE 013097
POC L. Anderson-Samuel, Procurement Technician, 314-263-0789,
  fax 314-263- 9012, Pamela Moran, Contracting Officer, 314-263-0782.
DESC: NSN: 1615-01-312-9353, P/N: 7-311527039-9, Qty: 9 each
  applicable to the AH-64 aircraft. FOB origin with delivery
  of total quantity to Red River Army Depot by 97 Aug 30. This
  procurement requires prequalification. Contractors who desire
  to be prequalified must submit qualification documentation.
  This proposed contract action is for supplies for which the
  Government does not own specifications and drawings, however,
  it is restricted to the only approved source McDonnell Douglas
  Helicopter, 5000 E. McDowell Road, Mesa, AZ 75205-9797. Firms
  that recognize and can produce the required item described
  above are encouraged to identify themselves to the Contracting
  Officer and provide supporting evidence which will permit their
  participation in the current and future solicitations. All
  responsible sources are encouraged to submit a proposal which
  shall be considered by the Agency. See Numbered Note(s): 22.
CITE: (I-344 SN009934)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16 -- F/A-18 ADVANCED TACTICAL AIRBORNE RECONNAISSANCE
  SYSTEM (ATARS) KIT
SOL N00019-95-G-0006
DUE 120996
POC Contact, James M. Gerber, Phone (703)604-6100
DESC: The Naval Air Systems Command intends to issue a delivery
  under Basic Ordering Agreement (BOA) N00019-95-G-0006 for Advanced
  Tactical Airborne Reconnaissance System (ATARS) retro-fit kits
  and non-recurring engineering for the F/A-18 Tactical Aircraft.
  Under this delivery order, the Navy plans to procure four (4)
  Advanced Tactical Reconnaissance System (ATARS) suites, logistics
  support, and support equipment. NAVAIR intends to negotiate
  this delivey order with McDonnell Douglas Aerospace, the designer,
  developer, and sole manufacturer of the F/A-18 aircraft, and
  as such, the only firm possessing the technical knowledge,
  expertise, and familiarity with the design and specifications
  of the F/A-18 aircraft required to successfully produce and
  deliver the ATARS units. This synopsis is for informational
  purposes only. See note No. 22 - NAVAIR Synopsis No. 20178-96.
CITE: (I-344 SN009936)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation & Troop Command, 4300 Goodfellow Blvd.,AMSAT-A-
  PLBA, St. Louis, MO
SUBJECT: 16 -- SHAFT ASSEMBLY, FAN
SOL DAAJ09-97-Q-0203
DUE 013197
POC Carla Bean, Contract Specialist, 314-263-0802, Daniel J.
  Fuller, Contracting Officer, 314-263-2555, Fax Number 314-263-9012.
DESC: NSN: 1615-01-158-9517, P/N: 70361-03009-047, 125 Each,
  applicable to the UH-60 Aircraft. F.O.B. Origin with deliveries
  to Texarkana, TX and New Cumberland, PA. This part requires
  engineering source approval by the design control activity
  in order to maintain the quality of the part. This procurement
  is currently sole source to the Original Equipment Manufacturer.
  Therefore, AMSAT-A-PLBA does not issue bid sets, specifications
  or drawings. Firms that recognize and can produce the required
  item(s) described above are encouraged to identify themselves
  to the Contracting Officer and provide supporting evidence
  to the Contracting Officer which will permit their participation
  in the current or future solicitation. Approved source is Sikorsky
  Aircraft. All responsible sources may submit an offer which
  will be considered. This requirement is currently unfunded.
  Award will be witheld pending receipt of sufficient funds.
  Authority and Justification is FAR 6.302-1. Intended source
  is listed above. See notes 22,23, and 26
CITE: (I-344 SN009953)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories--Potential
  Sources Sought
OFFADD: OC-ALC/CR, ATTN: QR Monitor, 3001 Staff Dr., Ste. 2AH81A,
  Tinker AFB, OK 73145-3302
SUBJECT: 16--AIRCRAFT COMPONENTS AND ACCESSORIES
POC Paul K. McDaniel, Team Leader (405) 736-2104.
DESC: In accordance with FAR 9.2 and Public Law 98.525 this synopsis
  constitutes notice that the Air Force has established Qualification
  Requirements (QR's) for the following items. This means that
  a company must go through a source approval process proving
  capability to manufacture aerospace items which are the same
  or very similar in fit, form, function and manufacturing processes
  as the items identified below. This notice does not mean that
  the Air Force is contemplating the purchase of these items
  in the near future nor does it mean that any drawings or specifications
  are available. (It should be noted that in most cases the Air
  Force does not have data releaseable to the public.) Should
  your company seek additional  information on any item, please
  contact a competition specialist at (405) 736-2104. The original
  equipment manufacturer (OEM) is listed after each item. NSN:
  1680-01-008-1568AW, P/N: 65-20679-14, NOUN: ACTUATOR, OEM:
  BOEING.
CITE: (M-344 SN010130)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: NASA Dryden Flight Research Center, Acquisition Management
  Office, Mail Stop: D-1044/A, P.O. Box 273, Edwards, CA 93523-0273
SUBJECT: 17--PEGASUS LAUNCH SERVICES FOR THE HYPER-X
SOL RFP4-97003-LLB
POC POC: Linda L. Bonham, Contracting Officer, Phone (805) 258-3344,
  Fax (805) 258-2904, Email Linda_Bonham@qmgate.dfrc.nasa.gov
DESC: NASA/DFRC plans to issue a Request for Proposal (RFP) for
  modifications to and launch services of the Pegasus air-launched
  Space Launch Vehicle to support the Hyper-X Research Vehicle
  Flight Test series. The Hyper-X flight vehicle is a small,
  autonomous research vehicle powered by an experimental air-breathing,
  dual mode scramjet module. The vehicle must be rocket boosted
  to test conditions from Mach 5 to Mach 10 at about 100,000
  feet by air launch from a NASA Dryden B-52 aircraft in a horizontal
  launch mode at a nominal drop altitude of 40,000 feet and 0.8
  Mach number. Booster requirements include adequate performance
  margin to accelerate an approximately 3,000 pound payload,
  which includes the research vehicle and interstage adapter,
  to between Mach 5 and 10 at a dynamic pressure of 1,000 pounds/square
  foot. It must be air launchable in a horizontal drop mode within
  an acceptable B-52 flight envelope and be able to sustain such
  cold soak conditions at altitude. The research vehicle-booster
  stack configuration must be inherently aerodynamically stable
  at launch and through the boost phase, have sufficient control
  authority to be controllable through a pull-up and pushover
  maneuver to aim flight conditions, and able to eject the research
  vehicle for test at the end test conditions. NASA/DFRC intends
  to purchase the items from Orbital Sciences Corporation/Launch
  Systems Group. As the developer and operator of the Pegasus
  Space Launch Vehicle and sole owner of proprietary Pegasus
  design, OSC is the only known source with the production and
  operational information required for this program. The Government
  does not intend to acquire a commercial item using FAR Part
  12. See Numbered Note 26. RFP will be released on or about
  15 days after publication of this synopsis on the NAIS. Firm
  date for receipt of proposals will be stated in the RFP.  All
  responsible sources may submit an proposal which shall be considered
  by the agency. See Number Note 22. Any referenced numbered
  notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm
LINKURL: http://www.dfrc.nasa.gov/Procure
LINKDESC: 
CITE: (D-344 SN010087)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 18--Space Vehicles
OFFADD: NASA Goddard Space Flight Center, Greenbelt Road, Code
  214.5, Greenbelt, MD 20771
SUBJECT: 18 -- FOLLOW-ON SMALL EXPENDABLE LAUNCH VEHICLE SERVICES
  REQUEST FOR PROPOSAL ANTICIPATED RELEASE SCHEDULE
SOL RFP5-XXXXX-551
POC Mary Stevens, Contracting Officer/214.5, Phone 301-286-0422,
  Facsimile 301-286-0324, E-Mail Mary.V.Stevens.1@gsfc.nasa.gov.
DESC: NASA GSFC is currently evaluating industry comments on
  the follow-on Small Expendable Launch Vehicle Services draft
  request for proposals. We currently anticipate that the final
  Request for Proposals (RFP) will be released in the first quarter
  of calendar year 1997.
CITE: (I-344 SN010210)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 20-SHAFT INTERMEDIATE
SOL N0010497RDB63
DUE 012797
POC Contact Point, Nick D Stellhorn, 02112.14, (717)790-1457,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James
  A Komaromy, 02112, (717)790-2854
DESC: NSN 2S-2010-01-262-6489-P2, SPEC NR TDP VER 002, Qty 2
  EA, Delivery FOB Origin--Mfgd. to DWG 243-5385459 pieces 6,
  7, 8, 9, 10, 11, and 13.  First Article  Testing required.
   All responsible sources may submit a proposal which shall
   be considered by this agency.  All solicitation requests should
  include CAGE  code., See Note 9
CITE: (I-344 SN009894)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22-TOWING LOCOMOTIVE PARTS, TRACTION UNIT.
SOL IAP-768,030-314
DUE 012297
POC ALBERTO A. SOLANO, ACTG. MAT. MANAGER, (507) 272-4601, EUGENIO
  HUERTA, Contracting Officer, (507) 272-4601
DESC: Gears for driving unit.  Gear #11, in accordance with drawing
  VF-1301-88-1586 and PCC specification 580-361 dated 4/14/94.
  When requesting solicitation state name, address, and solicitation
  number. Request will be accepted by Facsimile at 011-507-272-7588
  or telex 3034 PCCAMRM PG. All responsible sources may timely
  submit an offer which shall be considered by the Commission.
  Basis of award may be made on "BEST VALUE" factors such as
  delivery time, quality of product, experience, past performance
  and responsibility shall be considered to ensure that the purchase
  is advantageous to PCC.
CITE: (I-344 SN010220)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--ROTOR, TURBINE, NONAIRCRAFT GAS
SOL SP0480-97-R-0074
DUE 122396
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Buyer:  Fred  Anderson/PLBL579/804-5405. KO:  Stephen M.  Mason/279-3724.
DESC: PR-NO:  YPG96227000225 NSN 2835-01-310-0117, rotor, turbine,
   nonaircraft gas the open/closing date for solicitation SP0480-97-R-0074
   has been changed from 10 Dec 96 to 23 Dec 96.  Everything
  Else remains  the same.
CITE: (I-343 SN009798)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--HOUSING ASSEMBLY, AC
SOL SP0480-97-R-0461
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Buyer:  Alice  Collier/PLBL570/804-279-4556. KO:  stephe N
  M. Mason/279-3724.
DESC: PR-NO:  YPG96200000413 NSN 2835-00-854-0970, housing assembly,
  AC  Allied Signal Inc (CAGE 99193) P/N 379831 the procurement
  agency has data  adequate for evaluation purposes, but limited
  rights apply.  The offeror  need provide only its data for
  evaluation.  100 -EA Del to New  Cumberland PA 17070-5001 Del
  120 days.  Unrestricted.  Other than full &  open (sole source).
   Option to Inc qty 100%.  Critical application item.   100%
  quantity option included in solicitation.  Specifications,
  plans or  drawings relating to the procurement described are
  not available and  cannot be furnished by the Gov't.  All responsible
  sources may submit offer  which DGSC shall consider.
CITE: (I-343 SN009829)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--FILTER ELEMENT, FLUID.
SOL SP0770-97-Q-MF34
DUE 011297
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)  Ernest Jackson/614692-3411
DESC: PR-NO:  RPC96170000413 NSN 2910-01-084-7247, filter element,
   fluid. I/A/W US Army Dwg 12257235.  600 -EA Del to (Call contracting
   office) Del by 31 Jul 97.  Written request 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,  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 perfo rmance,
   as described in the solicitation.  All responsible sources
  may submit offer  which DCSC shall consider.
CITE: (I-343 SN009852)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--PUMP, FUEL, METERING AND DISTRIBUTING
SOL SP0770-97-Q-MF36
DUE 020497
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Ernest Jackson/614692-3411
DESC: PR-NO:  YPC96304001012 NSN 2910-00-228-2799, CAGE 84760
  Part No  DCMFC629-2LQ pump, fuel. Stanadyne P/N DCMFC629-2LQ.
   33 -EA Del to  Lathrop CA 95330 Del by 31 Mar 97.  55 -EA
  Del to New Cumberland PA  17070-5001 Del by 31 Mar 97.  Solicitation
  not available until 15 days  after published in the CBD. specifications,
  plans or drawings are not  available.  This is an unrestricted
  acquisition with a 10% preference for  SDB concerns.  This
  acquisition is for supplies for which the GOVT does  not possess
  complete, unrestrictive Tech data therefore, the GOVT  intends
  to solicit and contract with only approved sources under the
   authority of 10 U.S.C. 2304 (C)(1).  Approved sources are:
   Automated  Best Value Model (ABVM) applies.  While price may
  be a significant factor in  the evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance, as described in the solicitation.   All responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-343 SN009858)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--RADIATOR, ENGINE COOLANT. EXCEPT RUBBER VIBRATION
  DAMPNERS  SHALL BE SUBSTITUTED FOR CORE
SOL SP0770-97-Q-MF19
DUE 020297
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Ernest Jackson/614/ 692-3411
DESC: PR-NO:  YPC96311000947 NSN 2930-00-201-4961, CAGE 30003
  Part No  328AS153-1 CAGE 41197 Part No r-8231b radiator, engine
  COOLANT.I/A/W Navy  Dwg 328AS153 21 -EA Del to New Cumberland
  PA 17070-5001 Del by 28 Mar 97.   Solicitation not available
  until 15 days after published in the CBD.  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  solicitation.  All responsible sources may
  submit offer which DCSC shall  consider.
CITE: (I-343 SN009861)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--COIL, IGNITION.
SOL SP0770-97-Q-ME39
DUE 020297
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Ernest Jackson/614692-3411
DESC: PR-NO:  YPC96268000448 NSN 2920-01-102-0709, CAGE 82254
  Part No  34058 CAGE 92878 Part No 1-HP2-4718 coil, ignition.
  Curtis dyna-fog LTD  P/N 34058, hunter Mfg Co P/N 1-HP2-4718
  847 -EA Del to Lathrop CA 95330  Del by 01 May 97.  Solicitation
  not available until 15 days after  published in the cbd.specifications,
  plans or drawings are not available.  this is an unrestricted
  acquisition with a 10% preference for SDB concerns.   This
  acquisition is for supplies for which the GOVT does not possess
   complete, unrestrictive technical data; therefore, the GOVT
  intends to  solicit and contract with only approved sources
  under the authority of 10  U.S.C. 2304(C)(1) approved sources
  are:  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 solicitation.  All responsible
   sources may submit offer which DCSC shall consider.
CITE: (I-343 SN009865)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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.  ON B-1B AIRCRAFT.
SOL SP0770-97-Q-MD42
DUE 020297
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Ernest Jackson/614692-3411
DESC: PR-NO:  YPC96081000863 NSN 3020-01-194-9735, CAGE 99193
  Part No  3860348-2 gear cluster.  Per Allied Signal Engines
  part number 3860348-2.   15 -EA Del to Lathrop CA 95330 Del
  by 01 Oct 97.  7 -EA Del to Kelly  AFB TX 78241-5312 Del by
  01 Oct 97.  Solicitation not available until 15  days after
  published in the CBD.  Specifications, plans or drawings are
  not  available.  This is an unrestricted acquisition with a
  10% preference for  SDB concerns.this acquisition is for supplies
  for which the GOVT does not  possess complete, unrestrictive
  technical data, therefore, the GOVT  intends to solicit and
  contract with only approved sources under the  authority of
  10 U.S.C. 2304 (C)(1).  Approved sources arel it is  anticipated
  that award will be made via a delivery order to an existing
   basic ordering agreement.  All responsible sources may submit
  offer which  DCSC shall consider.
CITE: (I-343 SN009854)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--GEARSHAFT, SPUR
SOL SP0750-97-Q-0395
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, Robert Garman,  (614)692-1329.
DESC: PR-NO:  YPC96313001005 NSN 3040-01-073-8040, CAGE 19207
  Part No  12286071 CAGE 33546 Part No 3-080-041-35 CAGE 9N165
  Part No 3-080-041-35  CAGE 91547 Part No 3-080-041-04 gearshaft,
  Spur. IAW Textron Lycoming  Inc P/N 3-080-041-04. renar Industries
  P/N 3-080-041-23. vi-star gear Co  P/N 3-080-041-23. technical
  data at DCSC not for manufacture.  78 -EA  Del to New Cumberland
  PA 17070-5001 Del by 90 days after date of award.   43 -EA
  Del to Lathrop CA 95330 Del by 90 days after date of award.
    Solicitation not available until 15 days after published
  in the CBD.   Specifications, plans or drawings are not available.
   This is an  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 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-343 SN009862)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--CONNECTING LINK, RIGID ON BELL HELICOPTER MODEL
  UH-1N.
SOL SP0740-97-Q-0526
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Lisa Engle (614)692 -1326
DESC: PR-NO:  YPC96291000988 NSN 3040-00-393-4102, CAGE 97499
  Part No  212-076-151-001 CAGE 97499 Part No 212-076-151-1 connecting
  link, rigid.  per Bell Helicopter part number 212-076-151-1.
   49 -EA Del to Lathrop CA  95330 Del by 09 Dec 97.  13 -EA
  Del to San Diego CA 92136-0000 Del by 09  Dec 97.  13 -EA Del
  to Cherry Point NC 28533-5001 Del by 09 Dec 97.   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 governmen T 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:  (97499)
  Bell Helicopter Textron  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 combina
  tion 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 solicita all responsible
  sources may submit offer which DCSC  shall consider.
CITE: (I-343 SN009866)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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, RING-OUTPUT.
SOL SP0740-97-Q-0523
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)  John Lidonnice (614 ) 692-4711
DESC: PR-NO:  YPC96296000622 NSN 3020-00-499-9489, CAGE 00462
  Part No  42217F86 gear, ring-output. I/A/W Lucas Western Inc,
  Electro Systems  Division, P/N:  42217E86.  65 -EA Del to San
  Diego CA 92136-0000 Del  180 days after award solicitation
  not available until 15 days after  published in the CBD.  Specifications,
  plans or drawings are not available.   This acquisition is
  for supplies for which the government does not possess  complete,
  unrestrictive technical data; therefore, the government  intends
  to solicit and contract with only approved sources under the
   authority of 10 U.S.C.  2304(C)(1).APPROVED sources are: 
  Lucas Western  Inc.  (00462)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-343 SN009867)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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, SPUR.
SOL SP0740-97-Q-0519
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Lisa Engle (614)692 -1326
DESC: PR-NO:  YPC96297000926 NSN 3020-01-052-0490, CAGE 97499
  Part No  209-040-034-5 gear, Spur per Bell Helicopter Textron
  Inc., part number  209-040-034-5. no technical data available
  at DCSC for this solicitation.   5 -EA Del to Richmond VA 23297-5900
  Del by 30 Jun 97.  5 -EA Del to  McClellan AFB CA 95652-1621
  Del by 30 Jun 97.  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  governm ent does not possess complete, unrestrictive technical
  data;  therefore, the government intends to solicit and contract
  with only  approved sources under the authority of 10 U.S.C.2304(C)(1).
  approved  source is:  (97499) Bell Helicopter Textron.  Automated
  Best Value Model  (ABVM) applies.  While price may be a significant
  factor in the evaluation of  offers, the final award decision
  will be based upon a combinat ion of  price and past performance,
  as described in the solicitation.  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 solicita tion.   All responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-343 SN009869)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--COUPLING, SHAFT, FLEXIBLE.
SOL SP0760-97-Q-0218
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)  John K white, 614-6 92-1584
DESC: PR-NO:  YPC96318000604 NSN 3010-01-415-9540, CAGE 54497
  Part No  1223D1275 coupling. Martin Marietta.  P/N 1223D1275.
   3 -EA Del to  McClellan AFB CA 95652-1621 Del by 300 days
  after date of award.  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.  Delivery Evaluation Factor (DEF) applies. 
  While  price is a significant factor in the evaluation of offers,
  the final award  decision will be based upon a combination
  of price and past performance as  described in this solicitation.
   This request will be issued via a written  RFQ.  The estimated
  award date is 30 Jan 97.  All responsible sources  may submit
  offer which DCSC shall consider.
CITE: (I-343 SN009870)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 30-PAWL
SOL N0010497QLB36
DUE 012797
POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax,
  (717)790-7335, Twx, Not-avail
DESC: NSN 7H-3040-01-372-6248, SPEC NR TDP VER 010, Qty 5 EA,
  Deliver to Receiving Officer Fisk Norfolk Norfolk VA , Fleet
  And Industrial Supply Center Pearl Harbor HI, See Note 9
CITE: (I-344 SN009895)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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 ALLISON ENGINE CO INC
  (63005)
SOL SP0500-97-R-A004
DUE 012797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Darrell Moresi/HAB20/215-697-923 6
  buyer:  Steve  Ewing/HAB20/215-697-9236
DESC: PR-NO:  FPI96323001782 NSN 3110-00-399-0117, @ITEM namebearing,
   roller, cylindrical @OVERALL WIDTH0.8611 inches minimum and
  @0.8661  inches maximum @BORE DIAMETER2.3609 inches minimum
  and @2.3616 inches  maximum @OVERALL outside DIAMETER4.3301
  inches minimum a ND @4.3307 inches  maximum @RETAINER fabrication
  methodmachined @MATERIALSTEEL corrosion  resisting overall
  200 -EA Del to Kelly AFB TX 78241-5444 Del by 25 Feb 97.  
  See NOTES 9, 22, RFP due date:  97JAN27 incremental bidding:
   primary  qty:  200 1ST alt qty:  300 2ND alt qty:  400 delivery
  schedule:  270  days offers will be evaluated with a 10% preference
  for small  disadvantaged business concerns.  This contract
  action is for supplies  for which the government does not possess
  complete, unrestrictive  technical data; therefore the government
  intends to solicit and contract  with only approved sources
  under the authority of 10 U.S.C. 2304(C)(1).   Approved sources
  are:  GM Corp/Delco marine, SKF Industries, MRC  Bearings.
   While price will be a significant factor in the evaluation
  of  offers, the final contract award price will be based upon
  a combination  of price and delivery as described in section
  M of this solicitation.   Drawings/specs are not required.
CITE: (I-343 SN009846)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 34-CUTTER,MILLING END
SOL N0010497QLB33
DUE 012797
POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax,
  (717)790-7335, Twx, Not-avail
DESC: NSN 1H-3455-01-347-4643-ED, SPEC NR TDP VER 001, Qty 3
  EA, Deliver to Oic Storage Camp Pendleton CA, See Note 9
CITE: (I-344 SN009896)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Contracting Officer (Code 520), Naval Construction Battalion
  Center, CBC 5200 CBC 2nd Street, Gulfport, MS 39501-5001
SUBJECT: 34--BAND SAW, HORIZONTAL
SOL N62604-97-Q-7503
DUE 123096
POC Charlene Kreeger, (601) 871-2281.
DESC: This is a brand name or equal combined synopsis/solicitation
  for commercial items prepared in accordance with the format
  in FAR Subpart 12.6 as supplemented with additional information
  provided in this notice. This announcement constitutes the
  only solicitation. Quotations are being requested and a WRITTEN
  SOLICITATION WILL NOT BE ISSUED. Solicitation number N62604-97-Q-7503
  is issued as a Request for Quotation (RFQ). This solicitation
  is 100% set aside for small business in accordance with FAR
  Subpart 13.105(a). The standard classification code is 3541,
  small business size standard is 500 employees. A firm-fixed
  price purchase order will be issued under the Simplified Acquisition
  Procedures. The solicitation document and incorporated  provisions
  and clauses are those in effect through Federal Acquisition
  Circular 90-42 and Defense Acquisition Circular 91-10. Contract
  Line Item 0001 is for one (1) each Horizontal band saw, nominal
  capacity 16" x 20", nominal blade 15'6"L x 1-1/4"W x .042"H,
  with hydraulically controlled blade tension. Speed range infinitely
  variable, nominal 55-400 blade feet per minute. Motor minimum
  7-1/2 HP, 1800 RPM, totally enclosed, 230/460V/3PH/60HZ, with
  magnetic motor starter and overload/low-voltage protection,
  push button controller at operator's console, all controls
  mounted in NEMA 12 compartment. Saw must conform to J.I.C.
  Standard for General Purpose Machine Tools (EGP-1-1967 (H1-1973))
  and National Electrical Code NFPA No. 79. Electrical control
  cabinet  shall be U.L. labeled. Start up kit to include hydraulic
  oil, cutting oil, and minimum twelve (12) band saw blades.
  Manuals to include two sets of parts list, operating and maintenance
  instructions, installation instructions, complete electric
  and hydraulic information and diagrams. Armstrong-Blum ``Marvel''
  Model 15APC or equal. Delivery terms shall be FOB Destination
  with delivery to be made to Receiving Officer Bldg. #105, NAVSUB
  SUP Facility, Groton, CT 06349. Delivery shall be made within
  90 days after award of purchase order. Inspection and acceptance
  shall be made at destination. If other than brand name identified
  is offered, then the offeror shall indicate the manufacturer,
  brand, model/part number and a description in sufficient  detail
  to show that the product offered meets the brand name specified.
  Note: The offeror shall furnish as part of its offer all descriptive
  literature and technical data sheets necessary for the purchasing
  activity to determine whether the products offered meet the
  salient characteristics/requirements of the solicitation. Failure
  to provide this information will cause your bid to be rejected.
  The following clauses and provisions are incorporated and will
  remain in full force in any resultant contract: FAR 52.212-1,
  Instructions to Offerors-Commercial Items, is incorporated
  by reference and applies to this acquisition and is amended
  to read, submit signed and dated offers to  Contracting Officer
  (Code 520), 5200 CBC 2nd Street, Gulfport, MS 39501-5001, 
   at or before 2:00 p.m. CST, 30DEC96. Companies wishing to
  respond to this solicitation should provide this office with
  the following: A price quote, submitted on your company letterhead
  or your standard company quotation forms, for the requested
  item showing solicitation number, unit price, extended price,
  FOB, prompt payment terms, correct address, and remit to address
  if different. OFFERS MUST BE SIGNED. The Government reserves
  the right to make award on the initial offer received, without
  discussions. Each offer shall include a completed copy of the
  provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror
  Representations and Certifications--Commercial Items, their
  Dun & Bradstreet Code, and their Commercial and Government
  Entity (CAGE) Code.  Those companies not in possession of the
  provisions in full text may contact this office and a copy
  will be faxed to you. The clause at FAR 52.212-4, Contract
  Terms and Conditions--Commercial Items (AUG 1996) is incorporated
  by reference and applies to this acquisition. The clauses at
  FAR 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions
  Required to Implement Statues or Executive Orders--Commercial
  Items, applies to this acquisition. The following additional
  FAR clauses cited in this clause are applicable: FAR 52.219-14,
  52.222-26, 52.222-35, 52.222-36, 52.222-37 and DFARS 252.225-7001.
  This acquisition is rated under Defense Priorities and Allocations
  System (DPAS) with a program identification symbol of C9E.
  The contractor shall  extend to the Government full coverage
  of any standard commercial warranty normally offered in a similar
  commercial sale. Acceptance of the warranty does not waive
  the Government's rights with regard to the other terms and
  conditions of the contract. In the event of a conflict, the
  terms and conditions of the contract shall take precedence
  over the warranty. The warranty period shall begin upon final
  acceptance of the items listed in the schedule. All questions
  concerning this RFQ must be submitted in writing, no telephonic
  responses will be processed. Questions should be faxed to Charlene
  Kreeger, FAX 601-871-3212/2691 by December 20, 1996. Quotes
  are due on December 30, 1996, 2:00 p.m. CST, to Contracting
  Officer (Code 520), 5200 CBC  2nd Street, Gulfport, MS 39501-5001,
  Facsimile quotations acceptable, FAX 601-871-3212/2691. No
  oral offers will be accepted. All responsible sources may submit
  an offer which shall be considered. See Numbered Note(s) 1.
CITE: (M-344 SN010095)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 35--Service and Trade Equipment
OFFADD: Purchase Services Branch, Attn:  Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth, NH  03801-2590
SUBJECT: 35 -- PNEUMATIC GRINDERS
SOL N00102-97-Q-1061
DUE 012597
POC Carla Gordon (207) 438-1772 at Portsmouth Naval Shipyard,
  Portsmouth, NH 03801
DESC: Item 0001 Pneumatic offset grinder, Buckeye Model BHL-3521
  or equal, qty 150 ea.  Item 0002  Pneumatic grinder, Dotco
  Model 1252580-010H or equal, qty 50 ea.  Deliveries to Portsmouth
  Naval Shipyard, Portsmouth, NH  03801-2590, 30 days after receipt
  of order.  All responsible sources may submit a bid, proposal
  or quotation which shall be considered by the agency.
CITE: (I-344 SN010002)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 37--Agricultural Machinery and Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  UNIT 2300, APO, AA 34011-2300
SUBJECT: 37-ULTRA LOW VOLUME SPRAYER
SOL PAC-89909-QN-29
DUE 010397
POC CAMILO A. VALDES JR., CONTRACT SPECIALIST, (507) 272-4658,
  G. M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658
DESC: ULTRA LOW VOLUME SPRAYER, LECO PRODUCTS, MODEL M1600/LP
  OR EQUAL. QUANTITY: 3 EA.  DELIVERY 30 DAYS FOB JEFFERSON LA.
  OR 60 DAYS CIF AT BALBOA, REP. OF PANAMA AFTER RECEIPT OF NOTICE
  OF AWARD.  WHEN REQUESTING THE SOLICITATION, STATE NAME, ADDRESS,
  AND SOLICITATION NUMBER.  REQUESTS WILL BE ACCEPTED BY FACSIMILE
  AT 011-507-272-7661/1512 OR TELEX 3034 PCCAMRM-PG.  ALL RESPONSIBLE
  SOURCES MAY SUBMIT A QUOTATION WHICH IF TIMELY RECEIVED, SHALL
  BE CONSIDERED BY THE COMMISSION.  BASIS OF AWARD MAY BE MADE
  ON "BEST VALUE" RATHER THAN THE LOWEST PRICE.  IN DETERMINING
  "BEST VALUE" FACTORS SUCH AS DELIVERY TIME, QUALITY OF PRODUCT,
  EXPERIENCE, PAST PERFORMANCE AND RESPONSIBILITY SHALL BE CONSIDERED
  TO ENSURE THAT THE PURCHASE IS ADVANTAGEOUS TO PCC.
CITE: (I-344 SN010057)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 38--BOX, FLAKING.
SOL SP0770-97-Q-MD29
DUE 122396
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:  Annette  Shelton (614) 692-2757.
DESC: PR-NO:  YPC96255000987 NSN 3835-00-786-5201, CAGE 81336
  Part No  HLSPD1ANDHLSPD2AND13200E5940 box, flaking.  I/A/W
  U.S. Army mobility  equipment command, engineer research and
  development laboratories drawing  13200E5940.  12 -EA Del to
  Fort Lee VA 23801 Del 120 days ADO.  13 -EA  Del to Fort Lee
  VA 23801 Del 120 days ADO.  Small business size standard  is
  500 employees. solicitation not available until 15 days after
   published in the CBD. written requests for drawings are to
  be submitted to  Defense Supply Center Columbus, Attn: 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
  nmber, opening/closing NSN,  YPC/ZPC or NPC number; buyer's
  name and your complete name and address.  federal, military
  and commercial specifications cannot be provided by  DSCC.
   Automated Best Value Model (ABVM) applies. while price may
  be a  significant factor in the evaluation of offers, the final
  award decision  will be based upon a combination of price and
  past performance, as  described in the solicitation. Delivery
  Evaluation Factor (DEF) applies.  while price is a significant
  factor in the evaluation of offers, the final  award decision
  will be based upon a combination of price and past  performance
  as described in this solicitation.  All responsible sources
  may  submit offer which DCSC shall consider.
CITE: (I-343 SN009864)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 39--TRESTLE, HOIST, PORTABLE. 5 TON CAP, 20 FT SPAN,
  14 FT  CLEAR SPAN. ADJUSTABLE FROM 12FT TO 19 FT
SOL SP0770-97-Q-MG94
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer:  Marcia  Mitchell (614) 692-7356.
DESC: PR-NO:  YPC96310002902 NSN 3950-01-235-9085, CAGE 08136
  Part No  5T19-20 trestle, hoist, portable. 5 ton capacity,
  20 Ft span.  adjustable from 12 Ft to 19 Ft O/A height.  Per
  Wallace Corp 08136 P/N  5T19-20.  4 -EA Del to Ft Sill OK 73503
  Del 60 days ADO.  Small  business size standard is 500 employees.
  solicitation not available until  15 days after published in
  the CBD. it is suggested that small business  firms or others
  intrested in subcontracting opportunities make direct contact
   with firm (S) listed. this acquisition is for supplies for
  which the  government does not possess complete, unrestrictive
  technical data;  therefore, the government intends to solicit
  and contract with only  approved sources under the authority
  of U.S.C. 2304 (C)(1). approved  sources are:  Wallace B E
  product (08136). Automated Best Value Model  (ABVM) applies.
  while price may be a significant factor in the evaluation of
   offers, the final award decision will be based upon a combination
  of  price and past performance, as described in the solicitation.
  Delivery  Evaluation Factor (DEF) applies. while price is a
  significant factor in the  evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance as described in this solicitation.    "See
  NOTES 1, 22." all responsible sources may submit offer which
  DCSC  shall consider.
CITE: (I-343 SN009859)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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, STUD, LINK FLASH BUTT WELDED
SOL SP0500-96-Q-GA84
DUE 012797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Leon Krachyna/VAB27/(215)697-258 6
  buyer:  arlecia  Parker/PVVAB27/(215)697-2329
DESC: PR-NO:  YPI96066000667 NSN 4010-00-149-5609, 5 -so Del
  to (Call  contracting office) Del by 29 Mar 96.  RFQ due date:
   97JAN27 specs:   MIL-C-24633AA size/dimen:  chain, stud, link
  flash butt welded 1-3/8  inch chain size.  Primary qty:  5
  deliveries to CONUS (excluding Alaska).   Delivery schedule:
   205 days.  Offers will be evaluated with a 10%  preference
  for small disadvantaged business concerns.  This contract 
  action is for supplies for which the government does not possess
  complete,  unrestrictive technical data; therefore the government
  intends to  solicit and contract with only approved sources
  under the authority of 10  U.S.C. 2304(C)(1).  Approved sources
  are:  baldt INC.(83644), and  Lister chain(0FXJ9).  This purchase
  is for a national defense item and  therefore restricted to
  U.S. sources.  While price will be 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.  To obtain a copy of this
  solicitation please send FAX  request to (215)697-6333.  Dwrgs
  are not required.
CITE: (I-343 SN009847)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590
SUBJECT: 41--LOW PRESSURE BLOWER ASSEMBLY
SOL N00102-97-R-1552
DUE 030597
POC Susan Morse, Contract Specialist, 207-438-2956
DESC: Low Pressure Blower Compressor Assembly, manufactured in
  accordance with Dresser Dwgs F-7679, F-7680, 870-931-043, 870-944-043
  and 872-034-043.  Negotiations to be conducted with Dresser
  Industries, Roots Division, Connersville, IN.  See Note 22.

CITE: (W-344 SN010112)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Purchase Services Branch, Attn: Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590
SUBJECT: 41-LOW PRESSURE BLOWER REFURBISHMENT
SOL N00102-97-R-1553
DUE 031297
POC Susan Morse, Contract Specialist, 207-438-2956
DESC: Refurbishment of Ballast Blowing and Ventilation Compressors
  and Motors, including disassembly, cleaning, inspection.  Negotiations
  to be conducted with Dresser Industries, Roots Division, Connersville,
  IN.  See Note 22.  
CITE: (W-344 SN010187)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 42-LIFE RAFT, INFLATABLE
SOL N0038397R0026
DUE 012797
POC Contact Point, S. Parker, 0222.03, (215)697-3374, Fax, (215)697-3161,
  Twx, Not-avail, Contracting Officer, Brian Byrnes, 0222, (215)697-6534
DESC: NSN 1R-4220-01-074-3408-LX, Ref Nr (30003) 62A82H2-101,
  Qty 400 EA, Deliver to Defense Distribution Depot (sb3106)
  Norfolk VA , Contract 100 Percent Small Business Set Aside
  - --This is a 3 year requirements solicitation.
CITE: (I-344 SN009883)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 42-RESCUE AND SALVAGIN
SOL N0010497QCA90
DUE 012497
POC Contact Point, Eric W Kreider, 02111.7, (717)790-2864, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, Jodene
  R Watkins, 02111, (717)790-4253
DESC: NSN 3H-4240-01-279-8598, SPEC NR TDP VER 003, Qty 5 EA,
  Delivery FOB Origin, Class Set Aside--This solicitation contains
  a 100% option quantity that will be evaluated prior  to the
  award of the order.  For email bid requests, please send to
   "Eric_Kreider@icpmech.navy.mil"., See Note 9
CITE: (I-344 SN009967)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment--Potential
  Sources Sought
OFFADD: Naval Air Warfare Center Training Systems Division, Code
  27113, 12350 Research Parkway, Orlando, FL  32826-3224
SUBJECT: 42 -- REPLACEMENT OF HALON FIRE SUPPRESSION SYSTEMS
  IN DV 2F101 FLIGHT SIMULATORS
DUE 011797
POC Kirsten Goodreau, 407-380-4986. Contracting Officer, Tony
  Cibos, 407-380-8172
DESC: Information is sought on:  (1) sources capable of satisfying
  NAWCTSD's requirement to replacement of Halon Fire Suppression
  Systems in eight Trailerized Device 2F101 Flight Simulators
  and (2) if commercial items or nondevelopmental items are available
  that meet NAWCTSD's needs or could be modified to meet NAWCTSD's
  needs.  No solicitation is available at this time.  Information
  on this effort will be posted to www.ntsc.navy.mil under What's
  New:  Request for Proposals as it becomes available.  This
  task is for the replacement of Halon Fire Suppression Systems
  in eight Trailerized Device 2F101 Flight Simulators in order
  to comply with Environmental Regulations and to improve the
  reliability/maintainability of the Trailerized Flight Simulators.
   The prospective contractor shall remove the existing Halon
  Fire Suppression Systems and replace with an Underwriter's
  Laboratory (UL) approved system in all eight trailers.  The
  prospective contractor shall also provide commercial documentation
  and as-built documentation for the new Fire Suppression System.
   This task shall be completed within 180 days of contract award.
   Currently, seven of the eight Flight Simulators are located
  at NAS Meridian, MS. The eighth Flight Simulator is located
  at NAS Pensacola, FL, but may be relocated to NAS Meridian,
  MS prior to performance of this task. The inside area of the
  trailers which must be protected has approximate dimensions
  of 45 feet length, 12 feet width, and 11 feet height.  NAWCTSD
  is seeking those sources which have the experience and required
  capabilities to qualify them for a possible award. Those firms
  possessing such experience and capabilities are requested to
  submit the following information in original and one copy to
  the Contracting Officer at the address indicated above not
  later than 17 January 1997.  No facsimile or electronic mail
  copies of information please.  In addition to the information
  required by CDB Note 25, organizations are requested to submit
  complete documentation discussing the following.  (1) All respondents
  must state whether their company is a large, small, small disadvantaged,
  or woman owned business. The applicable SIC is 2899.  The maximum
  number of employees for a company to be considered small is
  500.  If the company is a small, small and disadvantaged or
  certified 8(a), or woman owned business, respondents must indicate
  their intent to pursue this requirement as either a prime contractor
  or a subcontractor.  (2) All respondents must identify experience
  in removal of existing halon fire suppression systems and replacement
  with hardware which is Underwriter's Laboratory (UL) approved.
   (3)  All respondents must identify if their firm can provide
  commercial or nondevelopmental items that meet NAWCTSD's needs
  or if they could provide commercial or nondevelopmental items
  which could be modified to meet NAWCTSD's needs.  Cost or pricing
  data is NOT required nor desired with this submission.  Responses
  which incorporate general capability-type literature but fail
  to specifically address the experience and capability requirements
  as defined above will be judged to be unresponsive.  Information
  received will be considered solely for the purpose of whether
  to conduct a competitive procurement.  The information provided
  should pertain to this synopsis only.  Any information received
  as a result of this notice will NOT be provided to other contractors.
   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.  The Government reserves
  the right without further consideration to render a determination
  for a set-aside based solely on the information received. 
  Organizations judged to have the required competence will be
  issued a copy of the resulting request for proposal.  Address
  correspondence to Ms. Kirsten Goodreau.  The Government will
  NOT pay for any information received in response to this announcement
  nor will the Government compensate any respondent for any costs
  incurred in the development of information provided to the
  Government.
CITE: (I-344 SN010117)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--IMPELLER, PUMP, CENTRIFUGAL. COMPOSITE MATERIAL
  THROUGH  OUT.
SOL SP0760-97-Q-0219
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)  Harris Canada, 614692-2935
DESC: PR-NO:  YPC96240000609 NSN 4320-01-425-1899, CAGE 63857
  Part No  0657D1897S901A CAGE 63857 Part No 0657D18970963S901A
  20 -EA Del to San  Diego CA 92136-0000 Del by 155 days after
  date of award.  Small business  size standard is 500 employees.
   Solicitation not available until 15 days  after published
  in the CBD.  Specifications, plans or drawings are not  available.
   This acquisition is for supplies for which the government
   does not possess complete, unrestrictive technical data; therefore,
  the  government intends to solicit and contract with only approved
  sources  under the authority of 10 U.S.C. 2304 (C)(1).  Approved
  sources are:   Warren Pumps Inc.  Delivery Evaluation Factor
  (DEF) applies.  While  price is a significant factor in the
  evaluation of offers, the final award  decision will be based
  upon a combination of price and past performance as  described
  in this solicitation.  This request is issued via a written
  RFQ.   The estimated award date is 27 Feb 97.  All responsible
  sources may submit  offer which DCSC shall consider.
CITE: (I-343 SN009863)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment
OFFADD: Federal Correctional Institution, Englewood, 9595 W.
  Quincy Ave., Littleton, CO 80123
SUBJECT: 45--SHOWER CABINETS
SOL 102-97-012
DUE 010897
DESC: Provide two (2) wheel chair shower cabinet 39" x 39" x
  82", complete with  grab bars and transfer seat. Pressure balance
  mixing valve with integral stops/complete. Twelve (12) right
   handed showers  36" x 36" x 82". Ten (10) each left handed
  showers 36" x 36" x 82". FAX request for solicitation to 303-763-2545.
  Include name and address of company, as well as the solicitation
  number. No telephone  inquiries please.
CITE: (M-344 SN010071)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 47-TUBE ASSEMBLY,FUEL
SOL N0038397RM037
DUE 011597
POC Contact Point, Carl   Chatterton, 0232.01, (215)697-4384,
  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-4710-01-184-9675-TN, Ref Nr AE82654R, Qty 145 EA, Delivery
  FOB Origin--THERE ARE NO DRAWINGS OR OTHER DATA AVAILABLE FOR
  THIS SOLICITATION. ---, See Note 22
CITE: (I-344 SN009884)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 47 -- TUBE ASSEMBLY, METAL
SOL DAAJ09-97-Q-0362
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 4710-01-174-7289; P/N: 7-311620511; QTY: 94 Each,
  applicable to the AH-64 Aircraft. FOB Destination with delivery
  of 70 each to New Cumberland, PA by 97 Mar 01 and delivery
  of 24 each to Stockton, CA by 97 Mar 01. This a full and open
  competitive requirement. This proposed contract action is for
  supplies for which the Government does own specifications and
  drawings. Firms that recognize and can produce the required
  item described above are encouraged to identify themselves
  to the Contracting Officer and provide supporting evidence
  which will permit their participation in the current and future
  solicitations. All responsible sources are encouraged to submit
  a proposal which shall be considered by the Agency.
CITE: (I-344 SN009925)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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, LINEAR, DIRECTIONAL CONTROL
SOL SP0740-97-Q-0524
DUE 011797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Lisa Engle (614)692 -1326
DESC: PR-NO:  YPC96225003528 NSN 4820-00-516-2454, CAGE 96124
  Part No  703300 CAGE 97499 Part No 212-062-616-1 valve, linear,
  directional  control HR Textron Inc part number 703300.  24
  -EA Del to San Diego CA  92136-0000 Del by 03 Jun 96.  PR-NO:
   YPC96267001857 18 -EA Del to San  Diego CA 92136-0000 Del
  by 03 Jun 96.  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 governmen  T does not possess complete, unrestrictive technical
  data; therfore,  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:  97499  Bell Helicopter Textron 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 combinatio N 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 solicit ation.  All responsible sources  may submit
  offer which DCSC shall consider.
CITE: (I-343 SN009855)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 48-SERVOVALVE,HYDRAULI
SOL N0038397RM109
DUE 011597
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-4810-01-139-7350-TN, Ref Nr 1211207-350, Qty 34 EA,
  Delivery FOB Origin----- No drawings available., See Note 22
CITE: (I-344 SN009885)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 48-PARTS KIT,BALL VALV
SOL N0010497QFB16
DUE 021097
POC Contact Point, Karen A Hower, 0243.18, (717)790-4066, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, David E
  Snyder, 0243.11, (717)790-2367
DESC: NSN 7H-4820-01-111-8535-Q3, SPEC NR TDP VER 002, Qty 33
  KT, Deliver to Receiving Officer Portsmouth NH , Receiving
  Officer Bremerton WA , Class Set Aside--   This is a Level
  1/SUBSAFE/Q3 item which will be acquired from approved sources
  only.  Contracts will be awarded to offerors whose inspection
  system conforms to MIL-I-45208A as certified by a joint DCAS/NAVICP
  survey team. Information about the MIL-I-45208A requirement
  may be obtained from NAVICP Mechanicsburg, Code 8452, P.O.
  Box 2020, Mechanicsburg, PA 17055.  All requests for copies
  of this soliciation must include a copy of DD Form 2345., See
  Notes 1,8,9
CITE: (I-344 SN009897)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WWA), Rock Island, IL
  61299-7630
SUBJECT: 48 -- VALVE BLOCKING
SOL DAAE20-97R0030
DUE 013197
POC Contract Specialist: Diane Wiener (309) 782-6675, PCO: Allan
  W. Hutson (309) 782-3220
DESC: 4810-01-078-2419, Part Number 12012202. Valve Blocking
  Repair. Requirements are 200 ea Valve Blocking. For use on
  the M109 SPH. FOB is Origin. The sole source contractor for
  this proposed contract action is: Bahr Machine Company, 21818
  Lassen Street A, Chatsworth, CA 91311. Published for subcontracting
  purposes only. Offers from concerns other than the above are
  not solicited. The proposed contract will include a 100 percent
  option. Estimated issue date of this solicitation is 123196.
  Failure to properly address requests for solicitation in accordance
  with this CBD notice will result in non-receipt of the solicitation
  package. Failure to properly address bids/offers in accordance
  with solicitation instructions may result in a late bid which
  cannot be considered. Written, fax or electronic requests for
  solicitation packages are accepted. No telephone requests will
  be honored. Requests for copies of this solicitation should
  include your commercial and government entity (CAGE)(if a CAGE
  code has been assigned to you) along with your name, address,
  datafax number, and solicitation number. The fax number for
  requests is (309) 782-4728. Electronic requests may be accepted
  through the Automated Acquisition Information System (AAIS).
  All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309) 782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309) 782-8094 on
  a limited basis. See Note(s): 1, 22.
CITE: (I-344 SN009928)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO Miami, AA  34011-2300
SUBJECT: 48-VALVE PARTS, CYLINDRICAL,
SOL IAP-767,970-05
DUE 012297
POC Alberto A. Solano, Actg. Mat. Manager 1, (507) 272-4601,
  Eugenio Huerta, Material Manager #1, (507) 272-4601
DESC: Nuts for valve stem upper section, 7-7/8" diameter X 12"
  long, bronze alloy C-86100, per drawing 5029-90 and PCC sepecification
  500-316 dated 4/24/90. When requesting solicitation state Name,
  Address, and Solicitation Number.  Request will be accepted
  by Facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG.
  All responsible sources may timely submit an offer which shall
  be considered by the Commission.  Basis of award may be made
  on "BEST VALUE" factors such as delivery time, quality of product,
  experience, past performance and responsibility shall be considered
  to ensure that the purchase is advantageous to PCC.
CITE: (I-344 SN010215)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 48-VALVE PARTS, CYLINDRICAL
SOL IAP-768,020-05
DUE 012297
POC Alberto A Solano, Actg. Mat. Manager, (507) 272-4601, Edward
  H. Womble, Contracting Officer, (507) 272-4620
DESC: Ring, cylinder, manganese bronze alloy UNC-86100, 85" O.D.
  X 3-3/8" high, per drawing 5029-40, detail H. When requesting
  solicitations state Name, Address, Fax, and Solicitation Number.
  Requests will be accepted by Facsimile at 011-507-272-7588
  or Telex 3034 PCAMRM PG. All reponsible sources may submit
  a quotation which, if timely received, shall be considered
  by the Commission. Award will be based on price and delivery.
CITE: (I-344 SN010216)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO Miami, AA  34011-2300
SUBJECT: 48-VALVE PARTS, CYLINDRICAL
SOL IAP-768,040-05
DUE 012297
POC ALBERTO A. SOLANO, ACTG. MAT. MANAGER, (507) 272-4601, EDWARD
  H. WOMBLE, CONTRACTING OFFICER, (507) 272-4620
DESC: Base, body, cylinder, large pedestal and small pedestal.
   Material: manganese bronze alloy C-86100.  In accordance with
  Panama Canal Commisison drawings and specifications. When requesting
  solicitation state Name, Address, and Solicitation Number.
   Request will be accepted by Facsimile at 011-507-272-7588,
  or Telex 3034 PCCAMRM PG. All responsible sources may timely
  submit an offer which shall be considered by the Commission.
   Basis of award may be made on "BEST VALUE" factors such as
  delivery time, quality of product, experience, past performance
  and responsibility shall be considered to ensure that the purchase
  is advantageous to PCC.
CITE: (I-344 SN010221)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: 16th Contracting Squadron, 350 Tully Street, PO Box 9190,
  Hurlburt Field, FL 32544-9190
SUBJECT: 49--MOBILE MAINTENANCE UTILITY BOX
SOL F0862097T1226
DUE 010697
POC Charles E. Bayless, Contract Specialist, 904-884-3268; Scott
  Ilg, Contract Officer, 904-884-1258
DESC: The Air Force intends to issue a request for quotation
  to acquire competitively one Mobile Maintenance Utility Box
  to be installed on a Government-owned 1 ton truck for Hurlburt
  Field FL. The body will have a height of no greater than 96
  inches to include the chassis. The body must include compartments
  to hold a welder/generator, hoses and reels for a torch set
  and air compressor, and mounts for an oxygen/acetylene tank.
  The body type will be a Reading Spacemaster SPM54-108GA or
  equal. Also to be included are a Miller 225D welder/generator
  or equal with sliding tray, engine driven air compressor, two
  30 gallon reserve air tanks, cutting torch set and air hose.
  The successful offeror will be required to provide a turn-key
  operation, to include pick up of government owned vehicle,
  installation of requested items and return to Hurlburt Field
  FL. The method of procurement will be commercial item format
  under simplified acquisition procedures in accordance with
  FAR part 12. SIC Code 3429. Only written or faxed requests
  to the following number will be accepted: FAX (904) 884-5372,
  16 CONS/ LGCS (Lt. Bayless), P.O. Box 9190, Hurlburt Field,
  Fl 32544-9190. No telephone requests will be honored. Requests
  for copies of the solicitation should include your Commercial
  and Government Entity (CAGE) code, if known, your tax ID number,
  and your DUNS Number. Firms responding should indicate whether
  they are or are not a small or small disadvantaged business
  as defined in FAR 52.219. Solicitation issue date is anticipated
  to be 16 December 1996. Award date is anticipated to be 6 January
  1997. See Numbered Note 1. 
CITE: (W-344 SN009903)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: DOD/Support Services Contract Section, USCG Aircraft
  Repair & Supply Center, Elizabeth City, NC  27909-5001
SUBJECT: 49-MAINTENANCE AND REPAIR SHOP EQUIPMENT
SOL DTCG38-97-Q-S00003
DUE 122796
POC Contact Sherri Herring, (919) 335-6491
DESC: This is a combined synopsis/request for quotation for commercial
  items prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice.  This announcement constitutes the only request
  for quotation; proposals are being requested and a written
  request for quotation/solicitation will not be issued.  The
  request for quotation incorporates provisions and clauses in
  effect through Federal Acquisition Circular 90-41.  This is
  a restricted requirement set-aside for a small business.  The
  Standard Industrial Classification Code is 3829.  The small
  business size is 500 employees.  This order is to procure the
  following under Brand Name or Equal in accordance with TAR
  1252.210-70.  All specifications and literature is to be provided
  with proposal: Clin 1:  Rotortuner-5 System, P/N 5410, microprocessor
  controlled, portable rotor track, balance, and vibration analysis
  system designed for use in first, second, and third line aircraft
  maintenance operations, on the ground or in the air during
  routine flights. Qty 1 each.  Items are to be delivered to
  USCG ARSC, Receiving Section, Bldg. 63, Elizabeth City, NC
   27909-5001.  Final acceptance shall be at destination.?Closing
  date and time for receipt of offers is 27 December 1996, 3:00pm,
  Eastern Standard Time.  Facsimile Offers are acceptable and
  may be forwarded via Fax Number (919)335-6496.  FAR provision,
  52.212-2 does not apply in that award will be made to the offeror
  who submits the lowest price meeting the USCG's requirements.
   Offerors are instructed to include a completed copy of FAR
  provision 52.212-3 "Offeror Representations and Certifications
  -- Commercial Items: with their bid.  If a copy of this certification
  is needed, it may be requested by calling the contact number
  identified above.  Offers may be submitted on company letterhead
  stationery indicating the nomenclature, part number, unit price
  and extended price for the items offered; plus the FOB point,
  and any discount offered for prompt payment, and the business
  size standard and any minority classification.  The offer must
  be signed by a company representative authorized to commit
  the company. The following FAR provisions and clauses apply
  to this request for quotation and are incorporated by reference.
  FAR 52.212-1 Instructions To Offerors -- Commercial Items (Oct
  1995) FAR 52.212-2 Evaluation -- Commercial Items (Oct 1995)
  FAR 52.212-3 Offeror Representations and Certifications --
  Commercial Items (Jun 1996) FAR 52.212-4, Contract Terms and
  Conditions -- Commercial Items (Oct 1995) FAR 52.212-5, Contract
  Terms and Conditions Required to Implement Statutes or Executive
  Orders-Commerical Items.  (Aug 1996) FAR 52.222-26, Equal Opportunity
  (Apr 1984) FAR 52.222-35, Affirmative Action for Special Disabled
  and Vietnam Era Veterans (Apr 1984) FAR 52.222-36, Affirmative
  Action for Handicapped Workers (Apr 1984) FAR 52.222-37, Employment
  Reports on Special Disabled Veterans and Veterans of the Vietnam
  Era (Jan 1988) FAR 52.225-3, Buy-American Act--Supplies (Jan
  1994) Defense Priorities and Allocations System Rating: DO-A1.
  For Minority, Women-Owned and disadvantaged Business Enterprises:
  The Department of Transportation (DOT), Office of Small and
  Disadvantaged Business Utilization (OSDBU), has a program to
  assist minority, women-owned and disadvantage business enterprises
  to acquire short-term working capital assistance for transportation-related
  contracts.  Loans are available under the DOT Short Term Lending
  Program (STLP) at prime interest rates to provide accounts
  receivable financing.  The maximum line of credit is $500,000.
   For further information and applicable forms concerning the
  STLP please call the OSDBU at (800) 532-1169.
CITE: (I-344 SN010056)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  UNIT 2300, APO, AA 34011-2300
SUBJECT: 49-JET WASHERS
SOL PAC-82017-LM-29
DUE 010397
POC JOSE R. ECHART, CONTRACT SPECIALIST, (507) 272-4658, GARY
  M. ANDERSON, CONTRACTING OFFICER, (507) 272-4658
DESC: QUANTITY: ONE (1 EACH), JET WASHER, BETTER ENGINEERING
  MODEL 200-P, 30" TURNTABLE DIAMETER 36" WORK HEIGHT, 200V,
  1/3 PHASE, 12 KW HEAT,95 GALLON TANK, 5 HP PUMP; ONE (1 EACH),
  JET WASHER, BETTER ENGINEERING MODEL F-5000LX-P, WITH "PURIFIER"
  SYSTEM. MANUFACTURER BY BETTER ENGINEERING MFG. BALTIMORE,
  MD 21236-4964. DELIVERY: 30 DAYS FOB NEW ORLEANS, OR 60 DAYS
  CIF/ FOB DREGDING DIVISION, BALBOA, REPUBLIC OF PANAMA AFTER
  RECEIPT OF NOTICE OF AWARD. WHEN REQUESTING SOLICITATION, STATE
  NAME, ADDRESS AND SOLICITATION NUMBER. REQUEST WILL BE ACCEPTED
  BY FACSIMILE AT 507-272-7661 OR 1512. ALL RESPONSIBLE SOURCES
  SUBMIT AN OFFER WHICH SHALL BE CONSIDERED BY THE COMMISSION.
  BASIS OF AWARD MAY BE MADE ON "BEST VALUE" RATHER THAN THE
  LOWEST PRICE IN DETERMINING " BEST VALUE" FACTORS SUCH AS DELIVERY
  TIME, QUALITY OF PRODUCT, EXPERIENCE, PAST PERFORMANCE AND
  RESPONSABILITY SHALL BE CONSIDERED TO ENSURE THAT THE PURCHASE
  IS ADVANTAGEOUS TO PCC.
CITE: (I-344 SN010219)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: GSA FSS TACC TAD II (6FESI-B4) 1500 E. Bannister Rd Kansas
  City,  Mo 64131
SUBJECT: 51--SOCKETS
SOL 6FES-B4-970144-S
DUE 032597
POC Joyce M. swope (816)823-1714
DESC: The pre-invitation notice (pin) will be issued for three
  NSN's;  5120-00-165-4098 (wrench set, socket); 5120-00-227-7382(wrench,
  socket  (nut driver)), 5120-00-440-8008(wrench set, socket)
  on or about 12/17/96.   The contract period will be 7/1/97
  to 6/30/99 with three, 1-YEAR options.   This willnot be set
  aside for small business.  See NOTE #9.  Contract  will be
  requirementfp with EPA adjustments.  To request pre-invitation
   notice, please send FAX to 816) 926-3678.
CITE: (I-344 SN009904)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 52--Measuring Tools
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 52--PROTRACTOR, UTILITY
SOL SP0451-97-R-0497
DUE 012797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. Co ntact
  Ellen Steinmetz/804-279-3275; C.O. Lynn  mccormic K
DESC: PR-NO:  YPG96332000482 NSN 5220-01-251-2120, protractor,
  utility;  kell-strom tool Co., CAGE 75245, P/N KS5549; specs,
  plans or Dwgs  relating to the procurement described are not
  available & cannot be  furnished by the Gov't; option to increase
  qty - 100%; the final  contract award decision may be based
  upon a combination of price, past  performance & other evaluation
  factors as described in the solicitation.;  other than full
  & open competition - see NOTE 22.  561 -EA Del to  Mechanicsburg
  PA 17055-0789 Del by 70 days 561 -EA Del to Stockton CA  95296
  Del by 70 days all responsible sources may submit offer which
  DGSC  shall consider.
CITE: (I-343 SN009836)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 53-STUD,SHOULDERED
SOL 962710028
DUE 012797
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-5307-01-136-0755-TN, SPEC NR TDP VER 002, Ref Nr 4055T15P01,
  Qty 12786 EA, Delivery FOB Origin, Approx Due Date O/A Jan
  27 97----- No drawins available., See Note 23
CITE: (I-344 SN009886)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: General Services Administration general products commodity
   centerstock contracting Division (7FXIS-P7) 819 Taylor Street,
  RM6A24 Ft.  Worth, TX 76102-6114
SUBJECT: 53--ABRASIVE CLOTH (SILICON CARBIDE)
SOL 7FXI-P7-96-5331-S
DUE 020597
POC Patricia Smith, contracting officer, 817-978-3637
DESC: Solicitation scheduled to issue on or about 1-5-97.  6
  NSN's.  Shall  be in accordance with ASTM F887, ANSI A10.14,
  commercial item description  A-A-1977, dated June 12, 1984,
  and CID A-A-1994 dated November 11,  1982.  Contract period
  05-01-97 or date of award, whichever is later,  through 04-30-99.
   All responsible sources may submit an offer which will be
   considered.
CITE: (I-344 SN009905)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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
SUBJECT: 53 -- SHIM
SOL DAAJ09-97-Q-0367
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 5365-01-169-8944; P/N: 13074548; QTY: 24 Each, applicable
  to the TADS/PNVS Program. FOB Destination with delivery of
  18 each to New Cumberland, PA by 180 days ARO and delivery
  of 6 each to Texarkana, TX by 180 days ARO. This is a full
  and open competitive requirement. This proposed contract action
  is for supplies for which the Government does own specifications
  and drawings. The principal medium which the Government will
  use for technical data transmittal during this procurement
  is the 4.75 inch diameter compact disk with embedded reader
  software. Windows 3.1, or Windows NT operating environment
  and a CD reader are required. Firms that recognize and can
  produce the required item described above are encouraged to
  identify themselves to the Contracting Officer and provide
  supporting evidence which will permit their participation in
  the current and future solicitations. All responsible sources
  are encouraged to submit a proposal which shall be considered
  by the Agency. The First Article Test Report by 210 days ARO,
  with delivery of 24 each 480 days ARO.
CITE: (I-344 SN009938)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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, SOFTWOOD, DIMENSION; IN ACCORDANCE WITH
  FED. SPEC.  MM-L-751, "LUMBER, SOFTWOOD". ALL
SOL SP0500-97-Q-C084
DUE 011397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jeff Kochanowicz/WAA08/215-697-5 517
  buyer:  Lisa  vivino/WAA26/215-697-5590
DESC: PR-NO:  YPI96290000694 NSN 5510-00-220-6194, lumber, softwood;
   I/A/W MM-L-751.  Grade:  STD/NO.2 - size:  2 "X 4" 50,000
  -BF Del  to Pusan Korea KS Del by 25 Nov 96.  RFQ due date:
   97JAN13 specs:   I/A/W NR MM-L-751H primary qty:  90000 delivery
  schedule:  14 days size  standard:  500 NOTE 1 applies.  This
  solicitation also contains  YPI96290000696 & YPI96290000706.
   To obtain a copy of this solicitation  please send FAX request
  to 215-697-6333 or X2978 or X1462.
CITE: (I-343 SN009841)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 55--PLYWOOD; HEMLOCK, WALNUT, AND BIRCH
SOL 1PI-B-1931-97
DUE 120396
POC Contract Specialist, MACALUSO, PETER, 202/508-3958
DESC: Those sources requesting a copy of this solicitation must
  resubmit their request in writing. Faxed requests will be accepted
  (202 347-9416). You may contact Peter Macaluso for additional
  information.
CITE: (I-344 SN010034)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 55--PLYWOOD; LUAN
SOL 1PI-B-1932-97
DUE 120397
POC Contract Specialist, MACALUSO, PETER, 202/508-3958
DESC: Those sources requesting a copy of this solicitation must
  resubmit their request in writing. Faxed requests will be accepted
  (202 347-9416). You may contact Peter Macaluso for additional
  information.
CITE: (I-344 SN010035)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 55--RED OAK
SOL 1PI-B-1945-97
DUE 020697
POC Contract Specialist, MACALUSO, PETER, 202/508-3958
DESC: Deliveries shall be made within 30 days after the receipt
  of an order to: UNICOR FPI, Leavenworth United States Penitentiary,
  1300 Metropolitan Ave., Leavenworth, KS. The contract's duration
  will be one year with an allowance for quarterly economic pice
  adjustments. The quantities are estimates in units of "board
  feet" following the description. All items are Red Oak and
  must meet the National Hardwood Lumber Association's rules
  for #1 common. Item 1: 8/4, 1 common, rough, kiln (K)-dried
  to 8%, 12,000 Item 2: 4/4, 1 common, rough, K-dried to 7%,
  plain-sawn, 56,000; Item 3: 5/4, 1 common, rough, K-dried to
  7%, plain-sawn, 16,000; Item 4: 4/4, FAS, rough, K-dried to
  8%, plain-sawn, 84,000; Item 5: 5/4, FAS, rough, K-dried to
  8%, plain-sawn, 24,000; Item 6: 6/4, FAS, rough, K-dried to
  7%, plain-sawn, 100,000; Item 7: 84/, FAS, rough, K-dried to
  7%, plain-sawn, 25,000; Item 8: 6/4, 1 common, rough, K-dried
  to 8%, 20,00. All responsible sources may submit a bid. Written
  or faxed requests only (202 347-9416). Please indicate business
  size.
CITE: (I-344 SN010037)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Bureau of Indian Affairs, Billings Area Office, Branch
  of Contracting, Room 4429, 316 North 26th Street, Billings,
  Montana 59101
SUBJECT: 56--CRUSHED AGGREGATE
SOL C50-97-2838
DUE 011697
POC Lowell James Azure, Contract Specialist, (406) 274-7941.
DESC: The Government proposes to purchase 70,000 tons of 1-1/2"
  minus crushed aggregate base Grade D; for use on roads projects
  on the Rocky Boy's Indian Reservation, located in the North
  Central part of Montana. Requests for solicitation packages
  must be in writing. Telephone calls will not be honored. Fax
  requests will be honored. Fax number is (406) 247-7908. Solicitation
  packages will be issued until supply is exhausted. This procurement
  is set-aside for 51% Indian-owned firms.
CITE: (M-344 SN010105)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: BLM, BC-670B, Bldg 50, Denver Federal Center, P.O. Box
  25047, Denver, CO, 80225-0047
SUBJECT: 56 -- FENCE MATERIAL, BATTLE MTN. DISTRICT
SOL 1422-N670-Q97-0019
DUE 013097
POC Rex Thomsen, Contracting Officer, (303) 236-9443.
DESC: Synopsis was issued on 12/6/96. The following information
  was omitted: Item 1, Steel Fence Posts shall be a length of
  5 1/2 feet. Item 5, Wire Fence Stays shall be a length of 30
  inches.
CITE: (I-344 SN010160)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 58-DROGUE,ANTENNA
SOL N0038397QF013
DUE 011597
POC Contact Point, David   Necowitz, 0234.08, (215)697-3821,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 7R-5821-01-238-5621-RZ, Ref Nr 639-8630-001, Qty 24
  EA, Delivery FOB Origin--This is a sole source procurement
  with Rockwell International.  Drawings for  this requirement
  are not available at the Naval Inventory Control Point., See
  Note 22
CITE: (I-344 SN009887)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Western Area Power Administration, 114 Parkshore Drive,
  Folsom, CA 95630
SUBJECT: 58 -- UPGRADE OF THE GRAPHICS MASTER SYSTEM FOR MICROWAVE
  COMMUNICATION MONITORING AND CONTROL USING BADGER REMOTE TERMINAL
  UNITS (RTU'S) SACRAMENTO COUNTY, CALIFORNIA
SOL N/A
POC Sharon Bates, Contract Specialist, (916) 353-4469 Sharon
  Bates, Contracting Officer, (916) 353-4469.
DESC: Description: Western intends to negotiate, on a sole source
  basis, with Badger Technology, Inc. for the following proprietary
  software for upgrade of the Graphics Master System for microwave
  communication monitoring and control using Badger RTU's: Badger
  Technology Graphics Master - Hi-Performance Model Trade-In
  Software Version 3.X, Back-up Tape Drive, software Support
  Contract (1 year), Operation Training at Customer Location
  (4 days). Vendors able to meet this requirement are invited
  to identify their interest and ability by submitting a proposal
  to include technical data, pricing, and any other information
  which shows a bona fide ability to meet this requirement within
  15 days of this publication. If no affirmative responses are
  received within this time to determine that a comparable source
  more advantageous to the Government is available, negotiations
  will take place with Badger Technology, Inc. Synopsis is published
  for information purposes only. Solicitation documents are not
  available. No telephone inquiries will be accepted. This acquisition
  is set-aside for small business. SIC code is 7371. Information
  hours: 8:00 to 4:30pm (PST) Monday - Friday.
CITE: (I-344 SN009915)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: DOI, Fish and Wildlife Service, Branch of Construction
  Contracting, PO Box 25207, DFC, Denver, CO  80225-0207
SUBJECT: 58--SONY DIGITAL BETACAM EQUIPMENT
SOL 1448-98695-97-B002
DUE 123096
POC POC:  Pat Serra, Procurement Assistant/Sandra L. Schlesier,
  Contracting Officer, 303/275/2347
DESC: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL
  ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART
  12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED
  IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION;
  BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT
  BE ISSUED. SOLICITATION NO. 1448-98695-97-B002 IS ISSUED AS
  AN INVITATION FOR BIDS (IFB) AND WILL BE AWARDED AS A CONTRACT
  USING THE SEALED BIDDING PROCEDURES. SIC Code 3663.  The solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular 90-42.  The
  solicitation line items are as follows:  Item 1, DVW-700WSPAC2,
  Digital Betacam Camcorder, Qty 1 each; Item 2, A20X8BDEVM,
  Fujinon Lens, Qty 1 each; Item 3, PCK-226B, Fujinon Zoom Demand
  Rear Lens Control, Qty 1 each; Item 4, BC-L100, Lithium-Ion
  Battery Charger, Qty 1 each; Item 5, BP-L60, 60 W/H Lithium-Ion
  Battery, Qty 3 each; Item 6, BP-L90, 90 W/H Lithium-Ion Battery,
  Qty 3 each; Item 7, IRFILTER D600, Infrared Cut Filter for
  DVW-700, Qty 1 each; Item 8, VFH-550, 5" Outdoor Viewfinder
  Hood for BVF-55, Qty 1 each; Item 9, BSC-1PACK, Setup Cards
  for DSP Camcorders w/Case, Qty 1 each; Item 10, ECM-672PAC1,
  Shotgun Microphone Package, Qty 1 each; Item 11, DVW-A500,
  Digital Betacam Editing Recorder, Qty 2 each; Item 12, BKDS-505,
  Analog Composite Input Card, Qty 2 each; Item 13, RMM-11OUS,
  Rack Mount Kit, Qty 2 each.  F.O.B. Point:  Destination--Inside
  Delivery at U.S. Fish and Wildlife Service, National Education
  and Training Center, Route 1, Box 166, Shepherdstown, WV  25443.
   Delivery Required:  Within 90 days after contract award. Inspection
  and acceptance will be at destination.  The provision at FAR
  52.212-1, Instructions to Offerors--Commercial Items, and FAR
  Provision 52.212-2, Evaluation of Commercial Items, are applicable
  to this acquisition.  The clause at FAR 52.212-4, Contract
  Terms and Conditions--Commercial Items, and the clause at FAR
  52.212-5, Contract Terms and Conditions Required to Implement
  Statutes or Executive Orders--Commercial Items, apply to this
  acquisition.  Evaluation of Commercial Items:  The Government
  will award to the responsible bidder offering the lowest price.
   NOTE:  Bidders responding to this solicitation must submit
  unit and extended price for all requested items, prompt payment
  terms, and a completed copy of the provision at FAR 52.212-3,
  Offer Representations and Certifications--Commercial Items,
  with their bids.  Pursuant to FAR 52.212-5, Contract Terms
  and Conditions Required to Implement Statutes or Executive
  Orders--Commercial Items, the following FAR clauses are hereby
  incorporated by reference:  52.203-6, Alt. I, Restrictions
  on Subcontractor Sales to the Government; 52.203-10, Price
  or Fee Adjustment for Illegal or Improper Activity; 52.21-8,
  Utilization of Small, Small Disadvantaged and Women-Owned Small
  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; and 52.247-64, Preference for Privately
  Owned U.S.-Flag Commercial Vessels. The Contracting Officer
  will furnish full text for the above listed clauses upon request.
   Bids shall be in writing and accompanied by completed representations
  and certifications, or they will be rejected.  Bid opening
  will take place at the U.S. Fish and Wildlife Service, Branch
  of Construction Contracting, 755 Parfet Street, Suite 200,
  Lakewood, Colorado 80215, at 2:00 p.m. on December 30, 1996.
   This acquisition is unrestricted.  All responsible sources
  may submit an offer for consideration.
CITE: (I-344 SN010214)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: GSA, FTS (9KE), 450 Golden Gate Ave., 5th Fl., San Francisco,
  CA 94102-3434
SUBJECT: 58--PORTABLE UNINTERRUPTABLE POWER SUPPLY
POC Jo Ann Lew, Contracting Officer, (415) 522-4550.
DESC: GSA intends to award a 5-yr., IDIQ contract to TTK Associates
  (a SDBC), P.O. Box 6220, Moraga, CA 94570, for the purchase
  of approx. 10,000 portable uninterruptable universal power
  supply systems for use worldwide with current and future models
  of STU-III sets, w/option for technically-enhanced models and
  ancillary equipment. TTK is the only known  source. Interested
  parties who can  meet this reqmt. should submit tech. info.
  and pricelists to the contracting officer by Dec. 20, 1996.
  See Note 22.
CITE: (M-344 SN009975)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--SPLICE, CONDUCTOR
SOL SP0450-97-Q-N183
DUE 013197
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JDPA  Richmond VA 23297-5312 AC (804)279-4278. 
  For copies of RFQ solicitations,  contact the buyer. Jo Y Jones/AT132
DESC: PR-NO:  YPG96267000462 NSN 5940-01-093-0292, 18,000 -EA
  Del to  Stockton CA 95296 6,620 -EA Del to Mechanicsburg PA
  17055-0789  solicitation consist of two prs:  YPG96267000462
  and YPG96303000391.  manufacturer:  Raychem Corp.  Part number:
   D-141-0108. specifications,  plans, or drawings relating to
  the procurement described are not available  and cannot be
  furnished by the government. delivery schedule:  100 days 
  ARO.  The final contract award decisiion may be based upon
  a combination of  price of price, past performance and other
  evaluation factors as  described in the solicitation. issue
  date:  12/31/96 close:  01/31/96 all  responsible sources may
  submit offer which DGSC shall consider.
CITE: (I-343 SN009805)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 59-RADOME
SOL N0038397QB023
DUE 011697
POC Contact Point, Kathryn M Andrews, 0231.01, (215)697-5980,
  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-5985-01-320-7011-FE, SPEC NR TDP VER 001, Ref Nr 1128WP40011-1,
  Qty 26 EA, Delivery FOB Origin-----It is anticipated that an
  award will be made to Grumman Aerospace Corp. under BOA N00383-94-G-M114.
   No data, specifically drawings, are available., See Note 22
CITE: (I-344 SN009888)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY
SOL DAAJ09-97-Q-0319
DUE 011597
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784.
DESC: NSN: 5999-01-169-7396; P/N: 13078430; QTY: 52 Each, applicable
  to the TADS/PNVS Program. FOB Destination with delivery of
  26 each 300 days ARO to Orlando, FL and delivery of 26 each
  330 days ARO to Orlando, FL. This procurement requires prequalification.
  Contractors who desire to be prequalified must submit qualification
  documentation. This proposed contract action is for supplies
  for which the Government does not own specifications and drawings.
  It is restricted to the following approved sources, Interstate
  Electronics Corporation, Anaheim, CA and Lockheed Martin Corporation,
  Orlando, FL. Firms that recognize and can produce the required
  item described above are encouraged to identify themselves
  to the Contracting Officer and provide supporting evidence
  which will permit their participation in the current or future
  solicitations. All responsible sources are encouraged to submit
  a proposal which shall be considered by the Agency. The First
  Article Test Report is due by 258 days ARO, with delivery of
  26 each 588 days ARO and 26 each subsequent month.
CITE: (I-344 SN009930)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Contracts Directorate, P. O. Drawer 43019, MCLB, Albany,
  GA 31704- 3019
SUBJECT: 59 -- ELECTRON TUBE (TWT)
SOL M67004-97-Q-3006
DUE 012997
POC Donna L. Webber, Contract Specialist, Code 893, (912)439-6773
  Contracting Officer, Sandra E. Walker, Code 893, (912)439-6773.
DESC: NSN 5960-01-027-6954, Qty 10 each, FMS requirement. Destination
  will be furnished upon request. Specifications or drawings
  adequate for manufacturing are not available; therefore, offerors
  will be required to identify the data/revisions utilized to
  submit a quotation. Quotations for this requirement may be
  submitted by any responsible source. All quotations received
  will be considered prior to award. Request must specify quotation
  number, name and mailing address. Request for solicitation
  must be in writing, Attn: Carol McConnell, Code 890-2
CITE: (I-344 SN009931)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 59 -- CIRCUIT, CARD ASSEMB; CIRCUIT CARD ASSEMB
SOL DAAJ09-97-Q-0415
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 5998-01-329-2552; P/N: 8515279-902; QTY: 15 Each and
  NSN: 5998-01-414-2762; P/N: 8521516-901; QTY: 15 Each, applicable
  to the OH-58 Program. FOB Origin with delivery of 15 each by
  180 days ARO to New Cumberland, PA and delivery of 15 each
  by 180 days ARO to New Cumberland, PA. This procurement requires
  prequalification. Contractors who desire to be prequalified
  must submit qualification documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. It is restricted to the following
  approved source, Honeywell, Inc., Albuquerque, NM. 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-344 SN009940)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, Mo
SUBJECT: 59 -- ELECTRON TUBE, YOKE
SOL DAAJ09-97-Q-0416
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 5960-01-171-6161; P/N: 8001672-901; QTY: 37 Each,
  applicable to the OH-58 Program. FOB Origin with delivery of
  28 each by 180 days ARO to Texarkana, TX and delivery of 9
  each by 180 days ARO to New Cumberland, PA. This procurement
  requires prequalification. Contractors who desire to be prequalified
  must submit qualification documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. It is restricted to the following
  approved source, Honeywell, Inc., Albuquerque, NM. 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-344 SN009941)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 59 -- CIRCUIT CARD ASSEMB
SOL DAAJ09-97-Q-0417
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784; Datafax (314) 263-9012.
DESC: NSN: 5998-01-410-6924; P/N: 8513076-906; QTY: 27 each,
  applicable to the OH-58 Program. FOB Origin with delivery of
  20 each by 180 days ARO to Texarkana, TX and delivery of 7
  each by 180 days ARO to New Cumberland, PA. This procurement
  requires prequalification. Contractors who desire to be prequalified
  must submit qualification documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. It is restricted to the following
  approved source, Honeywell, Inc. Albuquerque, NM. 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-344 SN009942)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 59 -- CIRCUIT CARD ASSEMB
SOL DAAJ09-97-Q-0418
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784; Datafax (314) 263-9012.
DESC: NSN: 5998-01-414-2764; P/N: 8520656-901; QTY: 25 Each,
  applicable to the OH-58 Program. FOB Origin with delivery of
  20 each 180 days ARO to Texarkana, TX and delivery of 5 each
  by 180 days ARO to New Cumberland, PA. This procurement requires
  prequalification. Contractors who desire to be prequalified
  must submit qualification documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. It is restricted to the following
  approved source, Honeywell, Inc. Albuquerque, NM. 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-344 SN009943)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 59 -- CIRCUIT CARD ASSEMB
SOL DAAJ09-97-Q-0419
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 5998-01-414-5785; P/N: 8520662-902; QTY: 15 Each,
  applicable to the OH-58 Program. FOB Origin with delivery of
  15 each by 180 days ARO to Texarkana, TX. This procurement
  requires prequalification. Contractors who desire to be prequalified
  must submit qualification documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. It is restricted to the following
  approved source, Honeywell, Inc., Albuquerque, NM. 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): 21.
CITE: (I-344 SN009944)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 59 -- CIRCUIT CARD ASSEMB
SOL DAAJ09-97-Q-0422
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784; Datafax (314) 263-9012.
DESC: NSN: 5998-01-414-2759; P/N: 8520659-902; QTY: 20 Each,
  applicable to the OH-58 Program. FOB Origin with delivery of
  20 each by 180 days ARO to Texarkana, TX. This procurement
  requires prequalification. Contractors who desire to be prequalified
  must submit qualificaton documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. It is restricted to the following
  approved source, Honeywell, Inc., Albuquerque, NM. 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-344 SN009945)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 59 -- CIRCUIT CARD ASSEMB
SOL DAAJ09-97-Q-0423
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 5998-01-414-2760; P/N: 8521513-902; QTY: 20 Each,
  applicable to the OH-58 Program. FOB Origin with delivery of
  20 each 180 days ARO to Texarkana, TX. This procurement requires
  prequalification. Contractors who desire to be prequalified
  must submit qualification documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. It is restricted to the following
  approved source, Honeywell, Inc., Albuquerque, NM. 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-344 SN009946)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 59 -- CIRCUIT CARD ASSEMB
SOL DAAJ09-97-Q-0424
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 5998-01-414-2761; P/N: 8515287-904; QTY: 15 Each,
  applicable to the OH-58 Program. FOB Origin with delivery of
  15 each 180 days ARO to New Cumberland, PA. This procurement
  requires prequalificaton. Contractors who desire to be prequalified
  must submit qualification documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. However, it is restricted to the
  following approved source, Honeywell, Inc., Albuquerque, NM.
  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-344 SN009947)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 59 -- CIRCUIT CARD ASSEMB
SOL DAAJ09-97-Q-0425
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 5999-01-165-6560; P/N: 8001735-902; QTY: 18 each,
  applicable to the OH-58 Program. FOB Origin with delivery of
  6 each 180 days ARO to Texarkana, TX and 12 each 180 days ARO
  to New Cumberland, PA. This procurement requires prequalification.
  Contractors who desire to be prequalified must submit qualification
  documentation. This proposed contract action is for supplies
  for which the Government does not own specifications and drawings.
  It is restricted to the following approved source, Honeywell,
  Inc., Albuquerque, NM. Firms that recognize and can produce
  the required item described above are encouraged to identify
  themselves to the Contracting Officer, and provide supporting
  evidence which will permit their participation in the current
  and future solicitations. All responsible sources are encouraged
  to submit a proposal which shall be considered by the Agency.
  See Numbered Note(s): 22.
CITE: (I-344 SN009948)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies,
  and Accessories
OFFADD: Cmdr, MARCORSYSCOM, 2033 Barnett Ave., Ste 315, Code
  CTQ2KR, Quantico, VA 22134-5010
SUBJECT: 60 -- FIBER OPTIC CABLE CONNECTOR REPAIR KITS
SOL M67854-97-R-2018
POC Ms. Kristine Rinaldo, Contract Specialist (703)784-5822 Ext
  224.
DESC: The Marine Corps Systems Command intends to award a sole
  source contract for eleven (11) Fiber Optic Cable Connector
  Repair Kits to KitCo Inc., 5269 Cleveland Street, Virginia
  Beach, VA 23462. These repair kits are for maintenance and
  repair of the Packard-Hughes fiber optic cable connectors used
  on the Tactical Air Operations Module (TAOM) fiber optic cables.
  KitCo Inc., is licensed by Packard-Hughes to produce repair
  kits for their fiber optics connector and has access to the
  Packard-Hughes proprietary documentation to manufacture these
  special parts. No RFP is available for competitive bidding.
  See Numbered Note 22.
CITE: (I-344 SN010149)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--BATTERY, STORAGE NICKEL-CADMIUM, SEALED CELLS
SOL SP0430-97-R-0333
DUE 021897
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:  ARG96291045001 NSN 6140-01-086-3440, Battery storage.
    The opening/closing date has been changed to 18 Feb 97. 
  Max. contract  qty 1,000.
CITE: (I-343 SN009793)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--STARTER, MOTOR
SOL SP0430-97-R-0389
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer:  AM Y
  Richards/ZZ880/804-279-4283. Judith H.  Hawthorne/804 -279-4905.
DESC: PR-NO:  YPG96317001314 NSN 6110-01-319-0251:  starter,
  motor.   Eaton Corp.  CAGE 27192.  P/N 6962ED3264A.  DSCR does
  not currently  have an approved technical data package available
  for this NSN.  Please  do not submit request to DSCR-VABA.
   10 -EA Del to Norfolk VA 23511-3392  Del by 133 days.  Other
  than full and open comp.  Incremental quantities -  max:  16.
   Min:  10.  Option to Inc qty:  N.  Option to ext term of 
  contract:  N.  Unrestricted:  Y.  Specifications, plans or
  drawings  relating to the procurement described are not available
  and cannot be  furnished by the government.  Solicitation will
  be made:  in writing:  Y.   Orally:  Y.  All responsible sources
  may submit offer which DGSC shall  consider.
CITE: (I-343 SN009807)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--DISTRIBUTION BOX
SOL SP0430-97-R-0446
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies RFQ Sol
  icitations, contact  the buyer:  Amy Richards/ZZ880/804279-4283.
  Judith H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96323001274 NSN 6110-01-180-1843:  distribution
  box.   McDonnell Douglas Corp.  McDonnell Douglas Aerospace.
   CAGE 76301.  P/N  68A810023-1021.  DSCR does not currently
  have an approved technical data  package available for this
  NSN.  Please do not submit request to  DSCR-VABA.  Critical
  item application.  Origin inspection re quired.   Critical
  application item.  24 -EA Del to Kelly AFB TX 78241-5312 Del
  by  300 days.  Other than full and open comp.  See NOTE 23.
   Incremental  quantities - max:  27.  Min:  24.  Option to
  Inc qty:  N.  Option  to ext term of contract:  N.  Unrestricted:
   N.  Specifications,  plans or drawings relating to the procurement
  described are not available  and cannot be furnished by the
  government.  All responsible sources may  submit offer which
  DGSC shall consider.
CITE: (I-343 SN009808)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-96-Q-VA99
DUE 011797
POC Contact:  for copies of RFQ under simplified acquisition
  pro  cedures (sap) (available at least 15 days from announc
  ement) contact  buyer viawritten request Attn: dscr-jbp C,
  Richmond VA 23297-5358, Kathy  Wilgus/BG390/contract specialist
  or phone 8042795857 or FAX 6095MR. J. R. W  EST/contracting
  officer/8042795857.
DESC: PR-NO:  YPG96036001589 NSN 6150-01-300-2140, Lockheed Martin,
   CAGE 04939, P/N 717751019-009. see NOTE 22. specifications,
  plans or  drawings relating to the procurement described are
  not available and  cannot be furnished by the government. 
  13 -EA to Mechanicsburg, PA  17055; delivery 240 days ARO award
  will be made against BOA.  All  responsible sources may submit
  offer which DGSC shall consider.
CITE: (I-343 SN009827)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--REGULATOR, VOLTAGE
SOL SP0430-97-Q-P327
DUE 012997
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitations,
   contact the buyer:  Amy Richards/ZZ880/8 04-279-4283. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96129000912 NSN 6110-01-363-0492:  regulator,
  voltage.   Libby Corp.  CAGE 36024.  P/N 88-21063.  Identify
  to:  MIL-STD-130H,  dated 01 Dec 93.  Identification marking
  of U.S. military property use of  ozone depleting substances:
   MIL-P-116 does not require use of ozone  depleting substances.
   Technical data package availability:  DSCR does  not currently
  have an approved technical data package available for this
   NSN.  Please do not submit request to DSCR-VABA.  60 -EA Del
  to  Mechanicsburg PA 17055-0789 Del by 74 days.  Other than
  full and open  comp.  See NOTE 23.  Total quantity shipped:
   60.  Option OT Inc qty:   Y.  Option to ext term of contract:
   N.  Unrestricted:  Y.   Specifications, plans or drawings
  relating to the procurement described are  not available and
  cannot be furnished by the government.  Solicitation  will
  be made:  in writing:  Y.  Orally:  Y.  All responsible sources
   may submit offer which DGSC shall consider.
CITE: (I-343 SN009828)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-97-Q-H537
DUE 011797
POC Contact:  for copies of RFQ under sap (available at least
  15  days from announcement) contact buyer via written req uest
  Attn: DSCR-JBPC,  Richmond VA 23297-5358/kathy wilg US/BG390/or
  phone 8042795857 orfax  8042796095. Mr. J.  R. West/contracting
  officer/8042795857.
DESC: PR-NO:  YPG96325000568 NSN 6150-01-018-9193, source control
  item.  see clause L59D (52.217-9G23) restriction of alternate
  offers for source  controlled items.  Labarge Inc, CAGE 16275,
  P/N 7-1148, Celltron Corp,  CAGE 62765, P/N 11743103, Glenair
  Inc, CAGE 18863, P/N ABC51134,  Midcon cables Co, CAGE 51880,
  P/N M6-1102 or yucca valley Industries,  CAGE 59103, P/N 11743013.
   Full and open competition exists. critical  application item.
  origin inspection required.  67 -EA to Anniston AL  36201;
  delivery 90 days ARO.  35 -EA to Richmond VA 23297; delivery
  90  days ARO.  The final contract award decision may be based
  upon a combination  factors as described in the RFQ.  Anticipated
  date of award - 01/31/97.   All responsible sources may submit
  offer which DGSC shall consider.
CITE: (I-343 SN009831)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPEC
SOL SP0451-97-Q-H536
DUE 011797
POC Contact:  for copies of RFQ under sap (available at least
  15  days from announcement) contact buyer via written req uest
  Attn: DSCR-JBPC,  Richmond VA 23297-5358, Kathy WI lgus/BG390/
  or phone 8042795857 orfax  802796095. Mr. J R. West/contracting
  officer/8042795857.
DESC: PR-NO:  YPG96326000647 NSN 6150-01-314-2891, United Technologies
   Corp, Sikorsky Aircraft Div, CAGE 78286, P/N 70552-10900-101.
  see  NOTES 9 and 22. source control item. source:  Atlas Aero
  Corp, CAGE  09526, P/N AA4026-1. see clause L59D, 52.217-9G23,
  restrictions of  alternate offers on source controlled items.
   Critical application item.   22 -EA to mechanisburg PA 17055;
  delivery 90 days ARO.  Anticipated  date of award - 01/31/97.
   The final contract award decision may be based  upon a combination
  factors as described in the RFQ.  All responsible  sources
  may submit offer which DGSC shall consider.
CITE: (I-343 SN009833)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-97-R-0498
DUE 012797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. Co ntact
  Ellen Steinmetz/804-279-3275; C.O. - Lynn  mccorm ick
DESC: PR-NO:  YPG96330001583 NSN 6150-00-458-3519, cable assembly,
   special purpose, electrical; Boeing helicopters, Div. of the
  Boeing Co. , CAGE 77272, P/N 25-60433-2; specs, plans or Dwgs
  relating to the  procurement described are not available &
  cannot be furnished by the Gov't;  option to increase qty -
  100%; the final contract award decision may be  based upon
  a combination of price, past performance & other evaluation
   factors as described in the solicitation; other than full
  & open  competition; see NOTE 22.  8 -EA Del to Mechanicsburg
  PA 17055-0789 Del  by 212 days.  All responsible sources may
  submit offer which DGSC shall  consider.
CITE: (I-343 SN009834)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-97-Q-H535
DUE 011797
POC Contact:  for copies of RFQ under sap (available at least
  15  days from announcement) contact buyer via written req uest
  Attn: DSCR-JBPC,  Richmond VA 23297-5358/kathy Wil gus/BG390/
  phone 8042795857 or  FAX8042796095. Mr. J. R West/contracting
  officer/8042795857.
DESC: PR-NO:  YPG96331000440 NSN 6150-01-072-9991, General Dynamics
  Land  Systems Div CAGE 01417, P/N 12287265. source:  cherokee
  nations Ind,  CAGE 2R431, P/N 12287265. see NOTES 9 and 22.
   Critical application  item.  543 -EA to Mechanicsburg PA 17055-0789;
  delivery 90 DARO 284 - EA to Tracy CA 95376-5000; delivery
  90 days ARO.  The final contract  award decision may be based
  upon a combination of evaluation factors as  described in the
  RFQ.  Anticipated date of award - 01/31/97.  All  responsible
  sources may submit offer which DGSC shall consider.
CITE: (I-343 SN009835)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 61 -- POWER SUPPLY ASSEMB
SOL DAAJ09-97-Q-0426
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 6130-01-415-2870; P/N: 8521512-902; QTY: 13 Each,
  applicable to the OH-58 Program. FOB Origin with delivery of
  13 each 180 days ARO to Texarkana, TX. This procurement requires
  prequalification. Contractors who desire to be prequalified
  must submit qualification documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. It is restricted to the following
  approved source, Honeywell, Inc., Albuquerque, NM. 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-344 SN009949)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 61 -- POWER SUPPLY
SOL DAAJ09-97-Q-0427
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 6130-01-165-6413; P/N: 8001674-901; QTY: 31 Each,
  applicable to the OH-58 Program. FOB Origin with delivery of
  31 each 180 days ARO to Texarkana, TX. This procurement requires
  prequalification. Contractors who desire to be prequalified
  must submit qualification documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. It is restricted to the following
  approved source, Honeywell, Inc., Albuquerque, NM. 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-344 SN009950)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 62 -- PANEL, INDICATING
SOL DAAH01-97-R-A046
DUE 020297
POC AMSMI-AC-CDCB, Patricia Orr Contract Specialist, 205-876-5261
  AMSMI-AC-CDCB, Jerelene Vickers Contracting Officer, 205-842-7630.
DESC: Synopsis No. 5385-96 (MA) NSN 6220-01-275-7239, Army P/N
  13234259. This item has been identified as having a potential
  for significant quantity fluctuation due to the Army's changing
  supply demands. As such, an Incremental Quantity Program solicitation
  will be issued utilizing Incremental Quantity Program provisions
  to reflect a minimum quantity of 3, known quantity of 8, and
  a maximum quantity of 11. In addition, this requirement also
  includes options for four additional years ranges of 2 - 7.
  Destinations to be furnished. Delivery schedule 220 days after
  contract award. Offerors must be approved and qualified. This
  proposed contract action is for supplies or services for which
  the Government intends to solicit and negotiate with only one,
  or a limited number of sources. Suggest that small business
  firms or others interested in subcontracting opportunties in
  connection with this procurement, make contact with the firm(s)
  listed. The Government does not possess sufficient documentation
  to acquire this item from other than the qualified source.
  RFP will be issued to Raytheon Co., Electronics System Division,
  350 Lowell Street, Andovere, MA 01810. All responsible sources
  may submit a bid, proposal, or quotation which shall be considered
  by this agency. Request solicitation package from address above,
  ATTN: AMSMI-AC-MOD, FAX 205 876-9633. The most recent representative
  unit price and quantity relative to this acquisition is NSN
  6220-01-275-7239, Awd Date 073186, Qty 5, Unit Price $15,801.1540.
  The Government provides this price history without assuming
  the responsibility for any resulting conclusions or interpretations
  that may be made. The price history is provided for informational
  purposes only and should not be relied upon as a basis for
  offer/bid. Adequate drawings, specifications or other technical
  data are not available for this procurement and will not be
  furnished. Potential offerors are encouraged to pursue qualification
  for future buys in accordance with MICOM Pamphlet 702-1 available
  through Internet. See Numbered Note(s): 22.
CITE: (I-344 SN010141)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 63--Alarm and Signal, and Security Detection Systems
OFFADD: CO, Attn Contracts Section, MCTSSA, POB 555171, Camp
  Pendleton, CA. 92055-5171
SUBJECT: 63 -- PROXIMITY SECURITY DOOR CARD READERS
SOL M67854-97-R-5070
DUE 012497
POC Contact Contract Specialist, Sandra Ingram or Contracting
  Officer, Pamela K Ochala at 619-725-2147.
DESC: Provide and install Proximity Security Door Card Readers.
  18 EA. Remove six (6) current in-place Rusco Card Readers,
  model # CR503 and one (1) MAC 542 computer box. Provide software
  that allows security personnel to control, monitor, and restrict
  access into various secured areas of MCTSSA. Delivery and installation
  shall be, F.O.B. Destination, to MCTSSA, Supply Officer, Camp
  Pendleton, CA 92055-5171, not later than ten (10) working days
  after award of contract. Solicitation number M67854-97-R-5070
  shall be issued as a Request for Proposals (RFP). Solicitation
  packages shall be issued on or about 23 December 1996. All
  responsible sources may submit a proposal which shall be considered
  by the agency. Telephone request WILL NOT be honored. Submit
  request for solicitation, in writing, to Commanding Officer,
  ATTN: Contracting Officer, MCTSSA, P.O. Box 555171, Camp Pendleton,
  CA 92055-5171. RFP closing date is thirty (30) days after issuance.
CITE: (I-344 SN010145)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: National Institutes of Health; Office of Purchasing and
  Contracts, OPM/OD; 6006 Executive Blvd., Suite 311, Rockville,
  MD 20892-7058
SUBJECT: 65 -- MEDICAL, DENTAL, VETERINARY EQUIPMENT AND SUPPLIES
SOL 263-97-Q-(M9)-0061
DUE 122496
POC CONTACT POINT: Purchasing Agent, John Best via fax 301-496-3707.
DESC: The National Institutes of Health intends to issue a purchase
  order for Gloves, Examination, Latex, Hypoallergenic, Powder-Free.
  Gloves SHALL BE SAFESKIN BRAND!; in sizes Extra-Small, Small,
  Medium, Large and Extra-Large. No substitutes shall be accepted.
  Any substitutions of products is at the liability of the Contractor.
  Request for Bids will be accepted from Small Business only!
  All requests for quotes must be received by close of business
  12/24/96.
CITE: (I-344 SN009955)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Contracting Officer, Code 074, Naval Hospital, Boone
  Road, Bremerton, WA 98312-1898
SUBJECT: 65--POWDER FREE LATEX GLOVES
SOL N68095-97-Q-0143
DUE 122096
POC Judy Gitchell, (360) 478-9307/Contracting Officer, Patricia
  A. Troutner, (360) 478-9530.
DESC: The Naval Hospital, Bremerton is establishing a Standing
  order for Powder Free Latex Gloves. Items to be delivered on
  the 15th and 30th of each month, commencing on 30 Dec 96 or
  15 Jan 97 thru 30 Sep 97. Quantities to be as follows: SZ SMALL--115
  BX PER SHIPMENT; SZ MEDIUM--140 BX PER SHIPMENT; SZ LARGE--120
  BX PER SHIPMENT. Brand name (Safe-skin) or equal. All responsible
  sources may submit an offer which will be considered. Facsimile
  submissions of offers to: 360-478-9355 are acceptable.
CITE: (M-344 SN010139)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: USDA, Agriculture Research Services, Roman L Hruska US
  Meat Animal Research Center, Bldg. 1, Clay Center, Nebraska
  68933
SUBJECT: 65--VET VACCINES
SOL 6538-2-97
DUE 010897
POC Carol Gill,Purchasing Agent, 402/762-4144
DESC: Vet vaccines are required at the U.S. Meat  Animal Research
  Center, Clay Center, NE. 
CITE: (W-344 SN010222)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, U.S. Army Engineer Waterways Experiment Station,
  Corps of Engineers, 3909 Halls Ferry Road, Vicksburg, MS  39180
SUBJECT: 66--MEASUREMENT AND THERMAL EVALUATION TEST DATA MGMT
  SYSTEM
SOL DACW39-97-Q-0015
DUE 122396
POC Mallorie O. Irwin, Purchasing Agent, (601)634-4116
DESC: The USAE Waterways Experiment Station (WES) proposes to
  award a purchase order to Digital Site Systems, Pittsburg,
  PA under authority 10 U.S.C.2304(c)(1) for the purpose of a
  temperature, maturity, and heat of hydration measurement and
  computerized thermal evaluation/test data management system
  for concrete.  The system must be commercially available. 
  The system must include integrated, computerized test equipment
  for determination of concrete adiabatic temperature rise, maturity,
  and heat of hydration; and include seamless integration to
  networked software for temperature rise and heat of hydration
  analysis, simulation analysis for in-place temperature, maturity,
  and strength through heat transfer and maturity modeling, and
  an integrated database with data management for concrete mixture
  design, and test data management and evaluation capabilities.
   The test equipment must include heat of hydration calorimetry
  for cement paste/mortar/concrete cylindrical samples sizes
  of 2"x4", 6"x12", and 9"or 12"x16" through precision measurement
  of temperature and thermal energy loss recorded by compatible,
  high-precision, 16-bit data loggers.  The data loggers shall
  have dynamic full-scale range with 1 micro-volt resolution,
  programmable for interface to the calorimeters, or to other
  temperature and maturity measurements.  The battery-operated
  units must be capable of stand-alone operation, provide user-defined
  data scan intervals, and be enclosed in weather-resistant housings.
   The units must also include a portable module for programming
  and monitoring as an alternative to using a PC with compatible
  software.  The software must be compatible with Windows 3.1,
  95 and NT; operable on Novell or NT networks; and include an
  SQL database engine with ODBC or native drivers for Oracle
  or other major database products.  The relational database
  must be structured to handle a variety of tests, unlimited
  number of concrete mixtures and ingredients, mixture economics,
  and a range of other database variables.  The system must allow
  various views of the database including hierarchical, user-defined,
  and data logger tests; simultaneous, multiple views of the
  database with object-oriented graphing, overlays, and drag
  and drop capabilities.  Retrieved data must be relationally
  linked to user-selected test batches and specific calorimeters
  with measured calibration factors.  Data entry of adiabatic
  temperature data from other test sources along with provision
  for computation of non-linear specific heat is required.  Automatic
  analysis of heat of hydration data must include provision for
  non-linear specific hea of concrete and consideration of thermal
  capacity of the calorimeter with cumulative and rates of adiabatic
  heat and temperature rise data displayed graphically and saved
  as spreadsheet files.  Basic data management must include laboratory
  and field data entry forms for plastic properties and hardened
  properties for cylinders, cubes, prisms, and beams.  The software
  must include a laboratory test scheduler to provide data entry
  forms for the day of test, provide automatic compilation of
  measured data, and generate automatic test reports.  Te software
  must include mixture design functions to generate concrete
  mixture proportions using reference mixtures through user selection
  or via database search using matching criteria.  It must provide
  dynamic reference mixture designation through drag and drop
  menus, a catalog of mixture designs, and a mixture design submittal
  engine allowing mixture adjustment via user-specified criteria.
   Required delivery time is 60 days after receipt of award.
   In the event no other sources are found, the U.S. Government
  intends to award a contract to Digital Site Systems.  Solicitation
  documents are not available.  Any inquiries should be received
  within 15 days from the date of publication of this notice.

LINK http://www.wes.army.mil/contract.htm
LINKDESC: 
EMAIL irwin@ex1.wes.army.mil
EMAILDESC: 
CITE: (W-341 SN009764)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSDUCER, MOTIONAL PICKUP
SOL SP0440-96-R-2007
DUE 010997
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:  Florine B. B ell/AX500/804-279-3692.
  contracting officer:   Kreylon V Crewe/804-279-4105.
DESC: PR-NO:  YPG96081000914 NSN 6695-01-184-7253, transducer,
  motional  pick solicitation SP0440-96-R-2007 is hereby cancelled
  in its entirety.
CITE: (I-343 SN009794)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--ACCELEROMETER, LATERAL
SOL SP0440-97-R-0490
DUE 012797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Karen mckinn ey/AY804/804-279-4780,
  contracting officer:   Stephen C.  Smith, Capt., USAF/804-279-5008
DESC: PR-NO:  YPG96127003135 NSN 6610-01-186-6535, accelerometer,
   lateral, solicitation SP0440-97-Q-U055 is hereby cancelled
  it its  entirety and replaced with solicitation SP0440-97-R-0490
  issue date is 27  Dec 96, closing date 27 Jan 97.  Option to
  increase qty 100%.  Delivery  schedule 200 days ARO, FOB origin.
CITE: (I-343 SN009795)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, LIQUID QUANTITY
SOL SP0440-97-R-0175
DUE 012797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Billye phill IPS/AX409/804-279-3372.
  contracting officer:   Kreylon V Crewe/804-279-4105.
DESC: PR-NO:  YPG96165000888 NSN 6680-01-267-7402, Parker-Hannifin
  Corp. , gull Electronic Systems Div., CAGE 26055, P/N 027-047-003.
   Grumman  Aerospace Corp., CAGE 26512, P/N 128SCP230-5.  CICA:
   O/A length  23.450 inches nominal float arm length 20.940
  inches nominal 78 -EA Del  to Mechanicsburg PA 17055-0789 Del
  by 180 DARO.  Option to increase  quantity 100% unrestricted
  other than full and open comp (10 U.S.C.  2304(C)(1)) (FAR
  6.302-).
CITE: (I-343 SN009797)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--COMPARATOR KIT
SOL SP0440-97-R-0268
DUE 012797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Billye phill IPS/AX409/804-279-3372.
  contracting officer:   Kreylon V Crewe/804-279-4105.
DESC: PR-NO:  YPG96225000972 NSN 6680-00-869-4101, part number:
    Foxboro company, CAGE 09306, P/N 124244.  Specifications,
  plans or  drawings relating to the procurement described are
  not available and  cannot be furnished by the government. 
  Cica-descriptive data unavailable.   Action started Comp Code
  F 83335 78 -KT Del to Norfolk VA 23511-3392 Del  by 180 DARO.
   122 -KT Del to Tracy CA 95376-5000 Del by 180 darol option
   to increase quantity - %100 unrestricted other than full and
  open comp  (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) all responsible
  sources may submit offer  which DGSC shall consider.
CITE: (I-343 SN009802)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GAGE, PRESSURE, DIAL INDICATING
SOL SP0440-96-Q-HY80
DUE 011397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3372. 
  For copies of RFQ solicitations,  contact:  Billye phill IPS/AX409/804-279-3372.
  contracting officer:   Kreylon V Crewe/804-279-4105.
DESC: PR-NO:  YPG96225000979 NSN 6685-01-161-8612, part number:
   United  Technologies Corp., CAGE 78286, P/N 70103-28902-101.
   Pacific  Scientific Co., CAGE 05167, P/N 19998908.  85 -EA
  Del to Tracy CA  95376-5000 Del by 60 DARO.  95 -EA Del to
  Mechanicsburg PA 17055-0789  Del by 60 DARO.  See NOTES 9,
  22, unrestricted other than full and open  comp (10 U.S.C.
  2304(C)(1)) (FAR 6.302-1) solicitations between $25,000 - 
  $100,000 solicitation will be made:  in writing or orally all
  responsible  sources may submit offer which DGSC shall consider.
CITE: (I-343 SN009803)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--COMPENSATOR, LIQUID QUANTITY GAGE
SOL SP0400-96-T-H293
DUE 011397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3372. 
  For copies of RFQ solicitations,  contact:  Billye phill IPS/AX409/804-279-3372.
  contracting officer:   Kreylon V Crewe/804-279-4105.
DESC: PR-NO:  YPG96269000019 NSN 6680-00-869-9810, part number:
    Simmonds Precision Products Inc., CAGE 89305, P/N B1115-2860.
    Parkerhannifin Corp, gull Electronic Systems Div., CAGE 89305,
  P/N  050-002-0001.  Specifications, plans or drawings relating
  to the  procurement described are not available and cannot
  be furnished by the  government.  Length/8.600 IN., dia/2.250
  IN.  64 -EA Del to Tracy CA  95376-5000 Del by 60 DARO.  63
  -EA Del to Mechanicsburg PA 17055-0789  Del by 60 DARO.  Unrestricted
  other than full and open comp (10 U.S.C.  2304(C)(1)) (FAR
  6.302-1) solicitations between $25,000 - $100,000  silicitation
  will be made:  in writing or orally.  All responsible sources
   may submit offer which DGSC shall consider.
CITE: (I-343 SN009806)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--SHAFT, ASSEMBLY
SOL SP0440-97-R-0488
DUE 012797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Karen mckinn ey/AY804/804-279-4780,
  contracting officer:   Stephen C.  Smith, Capt., USAF/804-279-5008.
DESC: PR-NO:  YPG96324000590 NSN 6615-00-388-9230, shaft, assembly,
   Kearfott Guidance and Navigation Corp., CAGE 88818, Dwg 676405,
  Rev P,  P/N 676405, Barden Corp., CAGE 70854 618 -EA Del to
  Tinker AFB OK  73145-9013 Del by 180 days.  Unrestricted. 
  Option to increase qty 100%.   Drawings, interim procurement
  descriptions and deviation lists may be  examined or obtained
  from DSCR.  All responsible sources may submit offer  which
  DGSC shall consider.
CITE: (I-343 SN009809)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, LIQUID
SOL SP0440-97-R-0269
DUE 012797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Billye phill IPS/AX409/804-279-3372.
  contracting officer:   Kreylon V Crewe/804-279-3364.
DESC: PR-NO:  NPG96278003395 NSN 6680-00-000-0189, part number:
    Parker-Hannifin Corp, gull Electronic Systems Div., P/N 026-013-016.
    Specifications, plans or drawings relating to the procurement
  described are  not available and cannot be furnished by the
  government.  40 -EA Del to  Richmond VA 23297-5900 Del by 180
  DARO.  30 -EA Del to Tracy CA  95376-5000 Del by 180 DARO.
   Option to increase quantity - 100%  unrestricted other than
  full and open comp (10 U.S.C 2304(C)(1)) (FAR  6.302-1) all
  responsible sources may submit offer which DGSC shall consider.
CITE: (I-343 SN009826)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--SHAFT AND BEARING
SOL SP0440-97-R-0489
DUE 012797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Karen mckinn ey/AY804/804-279-4780,
  contracting officer:   Stephen C.  Smith, Capt., USAF/804-279-5008.
DESC: PR-NO:  YPG96325000823 NSN 6615-01-275-5261, shaft and
  bearing,  Ametek Aerospace Products Inc., a Div of Ametek Inc.,
  CAGE 97424, P/N  9893919G005 CICA:  no descriptive data available
  NHA sealed gimbal  assembly P/N 3932K4G710 76 -EA Del to Norfolk
  VA 23511-3392 Del by 180  days.  155 -EA Del to San Diego CA
  92132-5044 Del by 180 days.   Unrestricted.  Option to increase
  qty 100%.  See NOTE 12.   Specifications, plans or drawings
  relating to the procurement described are  not available and
  cannot be furnished by the Gov't.  All responsible  sources
  may submit offer which DGSC shall consider.
CITE: (I-343 SN009832)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GAGE, DIFFERENTIAL, DIAL INDICATING
SOL SP0440-97-Q-T467
DUE 011097
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-4458. 
  For copies of RFQ solicitations,  contact:  D. Lena Mile S/AX504/804-279-4458.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  YPG96332000747 NSN 6685-01-362-4272, part number
  Orange  research Inc., 1210PG-1A-2.5L-0/20.  Specifications,
  plans or drawings  relating to the procurement described are
  not available and cannot be  furnished by the government. 
  CICA:  0 to 20 PSI, 2-1/2 in dia dial,  0.250 in npt dia connector.
   Tech data package availability:  250 -EA Del  to Mechanicsburg
  PA 17055-0789 Del by 120 DARO.  50 -EA Del to Tracy CA  95376-5000
  Del by 120 DARO.  Duration of contract period:  firm fixed
   price unrestricted Automated Best Value Model:  the final
  contract award  decision may be based upon a combination of
  price, past performance and  other evaluation factors as described
  in the solicitation.  Other than full  and open comp (10 U.S.C.
  2304(C)(1)) (FAR 6.302-1) see NOTE 22 intended  source(S):
   Orange research solicitations between $25,000 - $100,000 
  solicitation will be made:  in writing anticipated award date
  is:   01/11/97 all responsible sources may submit offer which
  DGSC shall consider.
CITE: (I-343 SN009837)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--ADAPTER KIT, RADIO FREQUENCY
SOL SP0920-97-Q-A086
DUE 010697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96317000845 NSN 6625-00-006-6454, adapter kit,
  radio  freque CAGE 52335 Part No AK-874-A CAGE 82316 Part No
  0874-9099 no  additional descriptive data available.  3 -EA
  Del to Mechanicsburg PA  17055-0789 Del by 05 May 97.  Other
  than full and open competition:   part numbered item.  Products
  offered clause applies.  PR quantity:  3  EA destinations:
   Mechanicsburg, PA 17055-0789 delivery schedule:  3  each within
  60 days set-aside type:  unrestricted (sole source/single 
  source) (no preference) size standard:  500 all responsible
  sources may  submit offer which DESC shall consider.
CITE: (I-343 SN009840)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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-ACTUATOR ELECTRO
SOL N0038397Y3010
DUE 011097
POC Contact Point, Debra B Brinn, 0225.10, (215)697-4383, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-6615-00-800-2544, Ref Nr 15647-1A, Qty 22 EA, Delivery
  FOB Origin--THIS IS A REPAIR REQUIREMENT.  DUE TO THE ANAVAILABILITY
  OF DATA THIS  REQUIREMENT WILL BE RESTRICTED TO ALLIED SIGNAL
  INC. (55972).---, See Note 22
CITE: (I-344 SN009889)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 66 -- PRISM, OPTICAL INSTR
SOL DAAJ09-97-Q-0335
DUE 011597
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 6650-01-184-9238; P/N: 13079150; QTY: Minimum quantity:
  31 each, Maximum quantity: 63 each. A five year, firm fixed
  price indefinite-quantity contract is contemplated. First year
  delivery will be FOB Destination and subsequent deliveries
  will be FOB Origin. All offerors must meet prequalification
  requirements. In accordance with the Army policy pertaining
  to such parts, this procurement is limited to only those sources
  who have been approved in accordance with ATCOM source approval
  procedures. Firms are encouraged to seek approval in order
  to compete for this or future solicitations by submitting documentation
  in accordance with the Competition Advocate's Shopping List
  procedures. Any potential offeror who can provide documentation
  that they have manufactured this part and/or completed testing
  on this part should identify themselves immediately to the
  Contracting Officer. Qualified source is McDonnell Douglas
  Helicopter Systems, 5000 E. McDowell Road, Mesa, AZ 85215-9797.
  The above source is approved for this item. See Numbered Note(s):
  22.
CITE: (I-344 SN009937)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Army Aviation & Troop Command, 4300 Goodfellow Blvd.,AMSAT-A-
  PLBA, St. Louis, MO
SUBJECT: 66 -- INDICATOR, FAULT LOC
SOL DAAJ09-97-R-0110
DUE 013197
POC Carla Bean, Contract Specialist, 314-263-0802, Daniel J.
  Fuller, Contracting Officer, 314-263-2555, Fax Number 314-263-9012.
DESC: NSN: 6625-01-228-1652, P/N: 70550-01108-105, minimum 100
  and maximum 300 each, applicable to the UH-60 Aircraft. F.O.B.
  Orgin with deliveries to Texarkana, TX, New Cumberland, PA,
  and Stockton, CA. This part must be acquired from a manufacturing
  source(s) specified on a source control or selected drawing
  as defined by the current DOD-STD-100. Firms that recognize
  and can produce the required item(s) described above are encourageed
  to identify themselves to the Contracting Officer and provide
  supporting evidence to the Contracting Officer which will permit
  their participation in the current or future solicitation.
  Approved sources are Sikorsky Aircraft and Litton Systems.
  All responsible sources may submit an offer which will be considered.
  This requirement is currently unfunded. Award will be witheld
  pending receipt of sufficient funds. Authority and Justification
  is FAR 6.302-1. Intended sources are listed above. See notes
  22 and 26
CITE: (I-344 SN009952)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Supply Department, U.S. Naval Academy, 181 Wainwright
  Road, Annapolis, MD 21402-5007
SUBJECT: 66--LABORATORY EQUIPMENT
SOL N00161-97-Q-0028
DUE 122796
POC Kathleen McCloskey (410) 293-3520/FAX (410) 293-5293.
DESC: The United States Naval Academy has a requirement for a
  Simplified Acquisition. I. This is a combined synopsis/solicitation
  for commercial items prepared in accordance with the Format
  in FAR Subpart 12.6, supplemented with additional information
  included in this notice. This announcement constitutes the
  only solicitation; written quotations are being requested and
  a written solicitation will not be issued. II. This solicitation
  number N00161-97-Q-0028 is issued as a request for quotation
  (RFQ). All references to ``offers'' are understood to be ``quotation''.
  III. The solicitation document and incorporated provisions
  and clauses are those in effect through Federal   Acquisition
  Circular (FAC) 42. IV. FAR 52.219-6, Notice of Total Small
  Business Set-Aside is hereby incorporated. The standard Industrial
  classification code is 38 and the small business size standard
  is 500. V. A list of contract line item numbers and item, quantities
  and units of measure is: Clin 0001 Hewlett Packard Model 33120A
  Function/Arbitrary Waveform Generator, quantity 17 each. Clin
  0002 Hewlett Packard Model HP34401A Digital Multimeter, quantity
  17 each. VII. F.O.B. Destination: Receiving Officer, Hangar
  Building 234, U.S. Naval Station, Annapolis, MD 21402-5070.
  VIII. FAR 52.212-1, Instructions to Offers-Commercial Item,
  is incorporated by reference   and applies to this acquisition.
  IX. Evaluation: The Government will award a purchase order
  resulting from this solicitation/request for quotation to the
  responsible offeror whose quotation conforming to the solicitation
  will be most advantageous to the Government, price and other
  factors considered. The following factors shall be used to
  evaluate quotations; (i) technical capability of the item/service
  offered to meet the Government requirements and (ii) price.
  Technical is approximately equal to price in terms of evaluation.
  X. Offerors shall include a completed copy of the provision
  at FAR 52.212-3, Offerors Representations and Certifications
  Commercial Items, and DFAR   252.212-7000, Offeror Representations
  and Certifications-Commercial Items, with its written quotation.
  XI. FAR 52.212-4, ``Contract Terms and Conditions-Commercial
  Item'' is incorporated by reference and applies to this acquisition
  and resulting purchase order. The following terms and conditions
  are added as an addendum to this clause: Type of Purchase Order.
  The resulting purchase order will be a firm-fixed price purchase
  order. XII. FAR 52.212-5, Contract Terms and Conditions Required
  to Implement Statutes or Executive Orders-Commercial Items
  is incorporated by reference, however only the following provision
  within the clause apply to this acquisition: 52.203-10 Price
  or Fee Adjustment for Illegal or Improper Activity, 52.219-8
  Utilization   of Small, Small Disadvantaged and Women Owned
  Small Business Concerns, 52.219-14 Limitation on Subcontracting,
  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,
  DFAR 252.212-7001, Contract Terms and Conditions Required to
  Implement Statutes Applicable to Defense Acquisition of Commercial
  Items, is incorporated by reference, however, under paragraph
  b only the clauses listed here apply: 252.225-7001, Buy American
  and Balance of Payment Program, 252.225-7012, Reference for
    Certain Domestic Metal, 252.247-7024, Notification of Transportation
  of Supply by Sec. XVI. Written quotations are due on 27 December
  1996, 3:30 p.m. at Supply Department, Contracts Branch, U.S.
  Naval Academy, 181 Wainwright Road, Annapolis, MD 21402-5007.
  Written quotations must contain the information required by
  FAR 52.212-3, DFAR 252.212-7000 and FAR 52.212-1. XVII. The
  individual to be contacted for information regarding this solicitation
  is Kathleen McCloskey on (410) 293-3520. FAX quotations will
  be accepted on fax number (410) 293-5293.
CITE: (M-344 SN010078)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Contracting Officer, NDANG/LGC, 1400 28th Ave., N., Fargo,
  ND 58102-1051
SUBJECT: 66--TOXIC VAPOR ANALYZER
SOL DAHA32-97-T2029
DUE 123196
POC Dwight A. Murphy, SMS, Contracting Officer, (701) 241-7332.
DESC: Toxic Vapor Analyzer, analyzer to provide continuous direct
  readout and logging of total organic and inorganic vapor concentrations
  for screening and surveying purposes. Foxboro Part Number:
  TVA1000B-A-A2BFAZ or equal. Item Requirements: Analyzer must
  be capable of detecting organic compounds with both photoionization
  and flame ionization technology. Analyzer must meet the following
  safety requirements: Factory mutual CI DI Groups, A, B, C,
  and D, and CENELEC Eex ib d IIC T4. Response Range: 0 - 50,000
  ppm. System must be portable. Power requirements: Rechargeable
  Ni-Cad battery operation is desired. Unit must have a data
  logging capability to record measurement events. Digital readout
  is desired. Delivery shall be F.O.B. Destination  Fargo, ND
  58102-1051, within 30 days after Government issuance of order.
  Any potential source which feels that they can meet these supply
  requirements must notify the Contracting Office in writing
  or by FAX. No telephone requests will be accepted. The FAX
  number to the NDANG Contracting Office is (701) 241-7334.
CITE: (M-344 SN010120)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C.
  20375
SUBJECT: 66 -- CCD ARRAY DETECTOR
SOL N00173-97-Q-0014
POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202)
  404-8158.
DESC: Naval Research Laboratory intends to award sole source
  to Instruments S A for the purchase of a 2000 x 800 pixel (1.2")
  back illuminated CCD chip with 15 x 15um pixels which shall
  include UV/VIS AR coating 30.0 x 12.2mm CCD-2000 controller
  and 16 MB memory in host computer for full image. Award will
  be made on sole source basis because a single computer software
  program will run both detector and an existing DILOR spectrometer
  which Instruments S A currently supports. See Numbered Note(s):
  22.
CITE: (I-344 SN010178)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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
  27113, Research Parkway, Orlando, FL  32826-3224
SUBJECT: 66 -- DEVICE 2F129 FLIGHT DIRECTOR OVERHAUL/UPGRADE
DUE 011797
POC Kirsten Goodreau, 407-380-4986. Contracting Officer, Tony
  Cibos, 407-380-8172
DESC: Information is sought on:  (1) sources capable of satisfying
  NAWCTSD's requirement to overhaul and upgrade Device 2F129
  flight director indicator instruments and (2) if commercial
  items or nondevelopmental items are available that meet NAWCTSD's
  needs or could be modified to meet NAWCTSD's needs.  No solicitation
  is available at this time. Information on this effort will
  be posted to www.ntsc.navy.mil under What's New:  Request for
  Proposals as it becomes available.  Device 2F129 (T-44A operational
  flight trainer) flight director indicator instruments require
  overhaul and upgrade.  These complex instruments provide aircraft
  attitude, heading, radio deviation, steering commands, and
  altitude information to the T-44A pilot and copilot. Warning
  flags deploy to cover appropriate displays to indicate possible
  subsystem malfunctions.  The Government lacks technical documentation
  describing engineering details of flight director upgrade and
  overhaul.  It is believed that  AMI Instruments, Inc. possess
  the only such documentation available.  For this reason, a
  sole source award to AMI Instruments, Inc. is contemplated.
  MANUFACTURER:  Original units: Gould Inc., Simulation Systems
  Division, P/N HS070D5232-1. Upgraded units: AMI Instruments,
  Inc., P/N 9003148-01.  QUANTITY:  Twelve flight director indicator
  instruments will be overhauled and upgraded.  DESTINATION INFORMATION:
   All instruments are located at NAS Corpus Christi in Corpus
  Christi, Texas, and will be returned to this location upon
  completion of the effort.  CONTRACT PERIOD DURATION/DELIVERY
  SCHEDULE:  The effort must be completed within fifteen months
  total.  The units will be submitted for overhaul and upgrade
  in groups of two, and each group must be received, tested,
  and placed in operation prior to submittal of the next group
  since all but two units are in service on flight simulators.
   NAWCTSD is seeking those sources which have the experience
  and required capabilities to qualify them for a possible award.
   Those firms possessing such experience and capabilities are
  requested to submit the following information in original and
  one copy to the Contracting Officer at the address indicated
  above not later than 17 January 1997.  No facsimile or electronic
  mail copies of information please.  In addition to the information
  required by CDB Note 25, organizations are requested to submit
  complete documentation discussing the following.  (1) All respondents
  must state whether their company is a large, small, small disadvantaged,
  or woman owned business.  The applicable SIC is 3812.  The
  maximum number of employees for a company to be considered
  small is 750.  If the company is a small, small and disadvantaged
  or certified 8(a), or woman owned business, respondents must
  indicate their intent to pursue this requirement as either
  a prime contractor or a subcontractor.  (2) All respondents
  must identify experience in flight director upgrade and overhaul
  in operational flight trainers and how they will obtain technical
  documentation for this effort.  (3)  All respondents must identify
  if their firm can provide commercial or nondevelopmental items
  that meet NAWCTSD's needs or if they could provide commercial
  or nondevelopmental items which could be modified to meet NAWCTSD's
  needs.  Cost or pricing data is NOT required nor desired with
  this submission.  Responses which incorporate general capability-type
  literature but fail to specifically address the experience
  and capability requirements as defined above will be judged
  to be unresponsive.  Information received will be considered
  solely for the purpose of whether to conduct a competitive
  procurement.  The information provided should pertain to this
  synopsis only.  Any information received as a result of this
  notice will NOT be provided to other contractors.  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. The Government reserves the right without
  further consideration to render a determination of a set-aside
  based solely on the information received. Organizations judged
  to have the required competence will be issued a copy of the
  resulting request for proposal.  Address correspondence to
  Ms. Kirsten Goodreau.  The Government will NOT pay for any
  information received in response to this announcement nor will
  the Government compensate any respondent for any costs incurred
  in the development of information provided to the Government.
CITE: (I-344 SN010116)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 67-FILTER ELEMENT,FLUI
SOL N0010497QLB38
DUE 012797
POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax,
  (717)790-7335, Twx, Not-avail
DESC: NSN 1H-6760-01-248-3179, SPEC NR TDP VER 009, Qty 186 EA,
  Deliveries To Various Destination, Contract 100 Percent Small
  Business Set Aside, See Note 9
CITE: (I-344 SN009898)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 69--Training Aids and Devices
OFFADD: Naval Air Warfare Center Training Systems Division, 12350
  Research Parkway, Orlando, FL  32826-3224
SUBJECT: 69 -- DEVICE 20B5, PERRY CLASS PIERSIDE COMBAT SYSTEM
  TEAM TRAINER, CORT AND SPS-49(V)5 UPGRADES
POC Contact Darlene Hostetter, Contracting Officer, 407-380-4092
DESC: A requirement exists to provide the CORT (Coherent Receiver-Transmitter)
  and SPS-49(V)5 upgrades to Device 20B5 to provide additional
  training capabilities to the Afloat Training Organization.
   The Government intends to negotiate this procurement on a
  sole source basis with AAI Corporation, P.O. Box 126, Hunt
  Valley, MD 21030-0126.  This upgrade will require modification
  to the Device 20B5 carry-on units hardware, firmware and software
  to simulate accurately the enhanced capabilities of the shipboard
  equipment.  The original equipment manufacturer of the 20B5
  is AAI Corp., and the Government does not possess all the source
  code and manufacturing drawings required for this procurement.
   Interested sources are invited to identify their interest
  and capabilities in providing this effort.  They however must
  furnish specific written background data which clearly shows
  their ability to fulfill these requirements, including the
  source(s) from which they would obtain the required code and
  drawings.  All responses must be received by 30 Dec 96.
CITE: (I-344 SN009910)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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-CRG-0058
DUE 122096
POC CONTACT CELESTE GORMAN BY FAX (816)823-3322
DESC: Maintenance for a Thinking Machine, hardware and software.
   Sol.6 TSA-97-CRG-0058. (a )  Six months of hardware and software
  maintenance, software update services and phone support for
  Thinking Machines Corp. CM5 Supercomputer system with one additional
  option year of support.   (b)  Continuous maintenance and update
  service support, software and utilities, for 2nd generation
  CM5 computer system. (c).  Support requirements include; technical
  staff training, cooperative hardware maintenance, telephone
  software hot-line support and software upgrades.  The solicitation
  will issue proximately December 20, 1996.  All solicitation
  request must be submitted by FAX  (816) 823-3322,  Attn.: 
  Celeste Gorman..  The proposed contract action is for services
  for which the Government intends to solicit and negotiate with
  only one source under authority of FAR 6.302.  Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. All responsible sources may
  submit an offer which will be considered
CITE: (I-341 SN009771)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 220000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70 -- SOFTWARE MAINTENANCE SUPPORT FOR INTERLEAF SOFTWARE,
  (29 BASE FLOATING LICENSES).
SOL N68936-97-Q-0238
DUE 122296
POC LINDA NICHOLS, PURCHASING AGENT, (619)-939-8171 OR SUSAN
  RIZZARDINI, CONTRACTING OFFICER, (619)-939-9653, or fax to
  (619)-939-4290.
DESC: The Naval Air Warfare Center Weapons Division plans to
  negotiate on a sole source basis Interleaf for v6.X software
  maintenance from award through 9/30/97 on an other than full
  and open competition base because of propriatry rights. Note
  22 applies.
CITE: (I-344 SN010146)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: HQ Electronic Systems Center, Engineering and Program
  Management Directorate (ESC/AXS), 5 Eglin St., Hanscom AFB,
  MA 01731-2116
SUBJECT: 70 -- NETWORK MANAGEMENT SOFTWARE
SOL N/A
POC National Product Line Asset Center, Suitability Testing Representative,
  1-800-495-3877.
DESC: The West Virginia High Technology Consortium (WVHTC) Foundation
  is seeking fully developed commercial off-the-shelf Network
  Manager software to suitability test for USAF Electronic Systems
  Center (ESC) product lines. As part of an overall plan for
  acquisition reform, ESC is implementing a product line acquisition
  strategy that leverages extensive reuse of commercial off-the-shelf
  software components. This approach was described in CBD announcement
  PSA-1493, Section 58, December 19, 1995. ESC is ready to begin
  the suitability testing phase for the Network Manager component
  area of the Generic Command Center Architecture (GCCA) developed
  under the PRISM program. Software vendors are encouraged to
  submit fully functional evaluation copies of Network Manager
  software that run on Solaris 2.x for suitability testing against
  the Network Manager criteria, and for placement on the Command
  Center Product Line Product List (PLPL). To obtain a copy of
  the product submittal package or for more information, contact
  the NPLACE Network Manager Suitability Testing Representative
  at 1-800-495-3877 or through the world wide web at http://www.wvhtf.org/nplace.
  Interested sources should contact NPLACE within 30 days of
  the publication of this synopsis. All responsible concerns
  may submit suitable products for testing and all such submittals
  will be considered without prejudice. This synopsis does not
  commit the WVHTC Foundation or the Government to a procurement
  action.
CITE: (I-344 SN010158)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: HQ Electronic Systems Center, Engineering and Program
  Management Directorate (ESC/AXS), 5 Eglin St., Hanscom AFB,
  MA 01731-2116
SUBJECT: 70 -- MAPPING SERVICES, ELECTRONIC SYSTEMS PRODUCT LINE
SOL N/A
POC National Product Line Asset Center (NPLACE) Suitability Testing
  Representative, 1-800-495-5877.
DESC: The West Virginia High Technology Consortium (WVHTC) Foundation
  is seeking fully developed commercial off-the-shelf Mapping
  Services software for suitability testing for USAF Electronic
  Systems Center (ESC) product lines. As part of an overall plan
  for acquisition reform, ESC is implementing a product line
  acquisition strategy that leverages extensive reuse of commercial
  off-the-shelf software components. This approach was described
  in CBD announcement PSA-1493, Section 58, December 19, 1995.
  ESC is ready to begin the suitability testing phase for the
  Mapping Services component area of the Generic Command Center
  Architecture (GCCA) developed under the PRISM program. Software
  vendors are encouraged to submit fully functional evaluation
  copies of Mapping Services software that run on Solaris 2.x
  for suitability testing against the Mapping Services criteria,
  and for placement on the Command Center Product Line Product
  List (PLPL). To obtain a copy of the product submittal package
  or for more information, contact the NPLACE Mapping Services
  Suitability Testing Representative at 1-800-495-3877 or through
  the world wide web at http://www.wvhtf.org/nplace. Interested
  sources should contact NPLACE within 30 days of the publication
  of this synopsis. All responsible concerns may submit suitable
  products for testing and all such submittals will be considered
  without prejudice. This synopsis is arequest for information
  only. It does not commit the WVHTC Foundation or the Government
  to a procurement action.
CITE: (I-344 SN010159)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: National Imagery & Mapping Agency, PCS/D-88, 4600 Sangamore
  Rd., Bethesda, MD 20816-5003
SUBJECT: 70 -- THIRD PARTY PERIPHERAL EQUIPMENT
SOL NMA100-97-Q-5008
DUE 123096
POC Lynn Brannan, Contract Specialist, (301) 227-2295, FAX (301)
  227-2218/5573
DESC: 17. This is an amendment to synopsis/soliciation published
  on 22 November 1996. Proposal due date is extended to 30 December
  1996, 3:00 P.M. local time. Another amendment is anticipated
  to answer technical questions as submitted in writing to Contracting
  Officer.
CITE: (I-344 SN010165)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C.
  20375
SUBJECT: 70 -- DISK DRIVES
SOL N00173-97-Q-0015
POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202)
  404-8158.
DESC: Naval Research Laboratory has a requirement for (4) 9 giga
  byte wide differential internal hard disk on Silicon Graphics
  ONYX 16 bit sled, part #CD9171-WD/I or equal. (4) 6x internal
  SCSI CD ROM and 8mm tape subsystems, one drive each, part #PX-63-CS/EXB850X
  or equal. (2) 40 giga byte 8mm single ended narrow SCSI with
  liquid crystal display tape drives, part #T8EXB0001 or equal.
  Oral request will not be accepted.
CITE: (I-344 SN010179)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential
  Sources Sought
OFFADD: Cmdr, MARCORSYSCOM, 2033 Barnett Ave., STE 315, Code
  CTQSR, Quantico, VA 22134-5010
SUBJECT: 70 -- TACTICAL DATA NETWORK (TDN)/DIGITAL TECHNICAL
  CONTROL (DTC)
SOL N/A
DUE 123196
POC Mr. Stephen L. Riffe 703-784-5822 ext 228 FAX 703-784-5826.
DESC: The Marine Corps Systems Command is requesting information
  in the form of comments on a Draft Specification for the combined
  planned procurement of two major Marine Corps Communications
  Electronics Systems, the Tactical Data Network (TDN) and the
  Digital Technical Control (DTC). Both Programs are currently
  in the Engineering Manufacturing and Development (EMD) phase
  and have completed fabrication of prototypes to be tested during
  a combined Operational/Developmental Test in June 1997. A milestone
  III Production decision is anticipated in November 1997 with
  follow-on production contract award anticipated in January
  1998. The TDN augments existing Marine Air Ground Tactical
  Force (MAGTF) communications infrastructure to provide the
  commander an integrated data network, forming the communications
  backbone for MAGTF tactical data systems and Defense Message
  System (DMS). The TDN consists of a network of GATEWAYS and
  SERVERS interconnected with one another and their subscribers
  via a combination of common user long-haul transmission systems,
  local area networks, single channel radios, and the switched
  telephone system. This network provides its subscribers with
  basic data transfer and switching services, access to strategic,
  supporting establishment, joint, and other service component
  tactical data networks, network management capabilities, and
  value-added services such as message handling, directory services,
  file sharing, and terminal emulation support. A GATEWAY is
  envisioned to consist of computers, routers, LAN hubs, radio
  net interface units, MODEMS for access to the switched telephone
  network, link encryption devices, multilevel security guards,
  patch panels, diagnostic equipment, and uninterruptable power
  supplies permanently mounted in a shelter for transport on
  a heavy-variant HMMWV. A SERVER is envisioned to consist of
  a computer, router, LAN hubs and cabling, radio net interface
  units, link encryption devices, patch panel, and uninterruptable
  power supply mounted in three transit cases, each of which
  can be two-man carry. The planned acquisition quantities of
  TDN Gateways and Servers by Fiscal Year are as follows: FY-98,
  6 Gateways and 120 Servers, FY-99, 12 Gateways and 240 Servers,
  FY-00, 7 Gateways 133 Servers. In addition there are two pre-planned
  upgrades scheduled for the TDN program in FY-00 and FY-01 to
  incorporate the additional functionalities of DMS messaging
  and Asynchronous Transfer Mode. The Digital Technical Control
  (DTC) will provide a light-weight, deployable technical control
  capability for communications support organizations organic
  to a Marine Air Ground Tactical Force (MAGTF). The DTC facilitates
  the installation, operation, restoration, and management of
  individual circuits and digital trunks. It provides the primary
  interface between subscriber systems/networks within a local
  area and long-haul multichannel transmission systems. It can
  add, drop and insert digital circuits into multiplexed digital
  groups, provide a source of stable timing to connected equipment,
  condition analog circuits, and perform analog/digital, 2-wire/4-wire,
  and signaling conversions. It contains the monitoring, testing,
  and patching equipment required by technical controllers to
  monitor, troubleshoot and restore faulty circuits and trunks.
  The DTC will be permanently mounted in a shelter for transport
  on a heavy-variant HMMWV. There is a planned upgrade of the
  DTC to incorporate Asynchronous Transfer Mode in FY-00/FY01.
  The planned acquisition quantities of Digital Technical Control's
  by Fiscal Year are as follows: FY-98, 6 DTC's, FY-99, 9 DTC's,
  FY-00, 10 DTC's, FY-01, 6 DTC's. Draft Specification packages
  will be sent out to all interested parties on or around 2 January
  1996 with an Industry Day to be scheduled within 1 month of
  the Draft Specification release. The future solicitation will
  be open to public entities under the Authority of 10 USC 4532
  and 10 USC 2208(j). Accordingly, the following public entity
  is available as a potential source under the contract to be
  awarded under this solicitation: Tobyhanna Army Depot, Business
  Management Directorate, Attn: SIOTY-BU (Mr. John Lesniak),
  11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5051. The aforementioned
  entity is available to provide Manufacturing, System Integration
  and Fielding Support. Vendors interested in commenting on the
  Draft Specification should submit a written request. No telephonic
  requests will be accepted. Send all requests to: Commander,
  Attn CTQSR, MARCORSYSCOM, 2033 Barnett Ave Suite 315, Quantico,
  VA 22134-5010. Requests may also be sent via facsimile to Mr.
  Stephen Riffe at 703-784-5826. NO SOLICITATION DOCUMENT EXISTS
  AT THIS TIME. All responses should be received no later than
  December 31, 1996. The Marine Corps does not intend to award
  a contract on the basis of this request for information or
  otherwise pay for the information solicited.
CITE: (I-344 SN010142)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 71--REQUEST FOR COMMENT - DRAFT SOLICITATION FOR DESK
  BASED SYSTEMS FURNITURE AND RELATED PRODUCTS AND SERVICES
SOL 1PI-R-0508-96
DUE 052496
POC Contract Specialist, WALLIS, GREG, 202-508-3966
DESC: This is the second notice published for a Request for Comments
  (RFC) that will be issued on or about December 13th. UNICOR
  originally published a notice regarding this RFC in the Summer
  of 1996. Parties that have requested a copy of this solicitationwill
  be mailed a copy on the December 13th release date. Parties
  that have not yet requested a copy of this document may forward
  a request (see instructions below). This synopsis is for information
  and planning purposes only and does not constitute a requet
  for proposals. UNICOR anticipates awarding a five year requirements
  contract for a new product line including desk-based systems
  furniture, stackable walls, and related storage systems. Architect/Engineer
  and other technical support services relating to the design,
  manufacture, and installation of these systems are also included.
  UNICOR is interested in offering the widest possible variety
  of desking products nd related services to our customers. UNICOR
  expects to award a contract for all required products and services
  to one successful offeror. The purpose of this RFC is to afford
  industry an opportunity to provide comments regarding UNICOR's
  approach to acquiing these products and services. It is hoped
  that industry feedback will prevent (i) the inclusion of restrictive
  terms and conditions, (ii) the inclusion of standards that
  are contrary to industry accepted standards, and (iii) the
  inclusion of requirements that result in inefficiencies and
  increased costs. UNICOR will make award to the offeror submitting
  the proposal that represents the best value to the Goernment.
  Best value will be determined by weighing the cost and technical
  factors stated in the solicitation. A draft solicitation will
  be mailed to all interested parties submitting a written request
  to Greg Wallis (either fax your request to: 202/347-941; or
  E-mail your request to: gwallis@central.unicor.gov). Industry
  will be given an opportunity to submit comments at a presolicitation
  conference in Washington, DC. Details regarding the conference
  will be
CITE: (I-344 SN010038)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: 42d Contracting Squadron/LGC, 50 LeMay Plaza South, Bldg
  804, Maxwell AFB, AL  36112-6334  Attn:/MSgt James Ossandon
SUBJECT: 71-TABLE TOP DISPLAYS
SOL F0160097R0002
DUE 010397
POC MSgt James Ossandon tel: 334/953-7212/Lt. Brett Harry 334/953-5861
DESC: This is a combined synopsis/solicitation for commercial
  items prepared IAW the format in FAR Subpart 12.6, as supplemented
  with additional information included in this notice.  This
  announcement constitutes the only solicitation; proposals are
  being requested and a written solicitation will not be issued.
   The solicitation number is F01600-97-R0002 and is being issued
  as a Request for Proposal (RFP). This solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-42.  This acquisition
  has been set aside for small business.  The standard Industrial
  Code is 3993 and the business size standard is 500 employees.
   The SOL line item is as follows:  Line item 1:  120 each.
  Four (4) panel fabric table top display to include:  Set of
  four (4) permanently hinged reversible fabric panels, (each
  panel is approximately 22" wide by 44" high), a reversible
  fabric header (44" wide by 8" high), and a corrugated shipping
  case.  Header specifications; Cut into the fabric the following
  logo; "AIR FORCE ROTC" logo.  The top portion of the logo will
  be red and the bottom portion of the logo will be white with
  the background blue.  The left panel will have the AFROTC plane
  logo cut into the panel.  The fabric for the display will be
  a royal blue carpet texture.  A soft carrying case is required
  to store and transport the display.  The case should have carrying
  handles or shoulder straps.  The table top displays will be
  used for recruiting at college fairs and other events promoting
  the AFROTC recruiting purpose.  DESCRIPTIVE LITERATURE IS REQUIRED
  with the proposal.  Descriptive literature means information
  (e.g., cuts illustrations, drawings, and brochures) that is
  submitted as part of a bid.  If you are interested in supplying
  this item, please contact the Maxwell AFB Contracting Office
  to receive the specific logos and colors to be used on the
  table top display.  Delivery is to be made within 30 days after
  receipt of order.  Inspection and acceptance are at the delivery
  point.  Provisions at 52.212-1, Instructions to Offerors--Commercial
  Items, applies to this acquisition. (no addenda to the provision).
   Provision 52.212-2 Evaluation--Commercial Items applies to
  this acquisition.  The following evaluation factors shall be
  used to evaluate offers: Technical capability as determined
  by evaluation of the product literature to meet the above required
  characteristics, price, and past performance. The evaluation
  factors of para (a) of the clause in descending order of importance
  are "(i) Technical capability as determined by evaluation of
  the product literature to meet the above required characteristics,
  price, and past performance.  Offerors are to include a completed
  copy of provision at 52.212-3, Offeror, Representations and
  Certifications-Commercial Items, with their proposal.  The
  clause at 52.212-4, Contract Terms and Conditions--Commercial
  Items, applies to this acquisition.  (No addenda to the clause)
   The clause at 52.212-5, Contract Terms and Conditions Required
  to Implement Statutes, applies to this acquisition.  The following
  FAR clauses cited within that provision are also applicable:
  52.203-6 Restrictions on Subcontractor Sales to the Government,
  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; 52.219-14,
  Limitations on Subcontracting; 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; The clause at DFARS
  252.212-7000 Offeror, Representation, and Certifications-Commercial
  Items applies to this acquisition.  A completed signed copy
  of this clause shall be submitted with any proposal.  The clause
  at DFARS 252.212-7001, Contract Terms and Conditions Required
  to Implement Statutes Appicable to Defense Acquisition of Commercial
  Items are applicable to this Acquisition. The following DFARS
  clauses cited within that provision are also applicable: 252.225-7001,
  Buy American Act and Balance of Payment Program, 252.225-7012,
  Preference for Certain Domestic Commodities, 252.225-7036,
  North American Free Trade Agreement Implementation Act, 252.233-7000,
  Certification of Claims and Requests for Adjustment or Relief,
  252.247-7024, Notification of Transportation of Supplies by
  Sea.  The following additional clauses are applicable to this
  acquisition. 52.219-6 Notice of Total Small Business Set-Aside,
  52.214-21, Descriptive Literature. See Numbered Note 1 in CBD.
   The vendor responding to this acquisition should provide this
  office with the following:  a price quote on company letterhead
  for the requested item, stating unit price, extended price,
  F.O.B. and prompt payment terms. Proposals are due no later
  than 3 Jan 1997, 1500 hours local time. Proposals received
  after this time will not be accepted. Proposals may be sent
  to the following address: 42d Contracting Sq. Bldg. 804, Maxwell
  AFB, AL 36112-6334. For additional information regarding this
  solicitation contact MSgt James Ossandon at 334-953-7212 or
  FAX 334-953-2198.
CITE: (I-344 SN010218)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 79--Cleaning Equipment and Supplies
OFFADD: Contracting Officer (90C2), DVA Medical Center, Salem,
  Virginia 24153-5483
SUBJECT: 79 -- DISMANTLE,RELOCATE AND INSTALL CLEANING EQUIPMENT
SOL RFP 658-12-97
DUE 012797
POC Teresa Kendrick, (540) 982-2463, Ext. 2239
DESC: The Department of Veterans Affairs Medical Center, Salem,
  Virginia, plans to issue RFP 658-12-97 to acquire services
  to Dismantle, Relocate and Install Cleaning Equipment, o/a
  12/26/97. Successful offeror will be required to dismantle
  (if necessary), remove and package for shipping, two 400 lb.
  washers, one 200 lb washer, one large tumble dryer, one flat
  work ironer, one small tumble dryer and one lint collection
  system at the DVA Medical Center, Wichita, Kansas and ship
  to, assemble (if necessary) and install them in Building 4,
  Laundry, at the DVA Medical Center, Salem, Virginia. The required
  services also include the removal of three existing washers
  and one existing dryer at the DVA Medical Center, Salem, Virginia
  to make room for the relocated equipment. The successful offeror
  will also be required to design the layout of the equipment
  at the DVA Medical Center, Salem, to include rough-in of utilities,
  structural analysis, and construction of a barrier wall (for
  infection control purposes). A pre-proposal conference will
  be held o/a 1/9/97. All requests for the solicitation package
  must be in writing to the above address or faxed to (540) 983-1065.
  No telephone requests will be accepted. SIC Code: 8999. Award
  is subject to availability of funds. Estimated cost: $100,000
  - $250,000. This acquisition is unrestricted.
CITE: (I-344 SN009924)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags--Potential Sources Sought
OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN
  ROAD, FORT BELVOIR VA 22060-5852
SUBJECT: 83--MEETING ON JOINT SERVICE LIGHTWEIGHT SUIT TECHNOLOGY
  PRE-PLANNED PRODUCT IMPROVEMENT (JSLIST P3I)
SOL W13G07-CBD7-0013
POC GLORIA BARRETT (Site Code DAAK60)
DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold
  an informal interactive meeting with industry, academia, and
  other government agencies from 1300 to 1700, 16 Jan 97 in the
  Northern Virginia area to discuss the approaches being considered
  to eecute JSLIST P3I. Project Managers on the JSLIST program
  from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will
  also attend. The JSLIST P3I program is a product improvement
  of the JSLIST I chemical ensemble through use of technology
  insertion. As te follow-on P3I phase to the JSLIST I program,
  JSLIST P3I is seeking the next generation materials technology
  for chemical protective ensemble items to include garments
  and hand cover.. Up-front industry and academia input will
  assist in structuring JSLIST P3I to meet Department of Defense
  (DOD) needs for the continual improvement of its fielded chemical
  ensemble. Meeting on 16 Jan will focus on recommendations fom
  the Joint Service Analysis Team (JSAT), a government Integrated
  Product Team (IPT) chartered to analyze testing results and
  program structure of JSLIST I in order to minimize P3I testing
  requirements and maximize P3I scheduling benefits, while taking
  adantage of industry and academia expertise. Continued cooperation
  of a government-industry-academia team should benefit all parties
  and help provide servicemen and women the best chemical protective
  ensemble possible. Neither government nor industry or academia
  participants at this meeting are under any obligation to each
  other for future interaction related to the JSLIST P3I program.
  JSLIST P3I purchase orders o solicitations as applicable will
  be released at a later date. Information provided during this
  meeting will be shared with all participants, no proprietary
  technical data will be discussed, no one-on-one discussions
  will be held. During this meeting, Govenment will not share
  results of ongoing or completed JSLIST I tests and industry
  may not provide any technical data on potential materials for
  JSLIST P3I. To register and obtain a packet of briefing information,
  names of industry and academia representatives who will attend
  this meeting should be provided by 3 Jan 97 to Gloria A. Barrett;
  U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvior
  VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number
  703-704-3460 or FAX 703-704-3820.
CITE: (I-344 SN010029)

[Commerce Business Daily: Posted December 7, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--HAT, SVC, WMN'S, NAVY, WOOL/SERGE, BL SH 3346
SOL SP0100-97-R-0012
DUE 012197
POC Contact:  DPSC-FRDB-2 buyer-doretta chiarlone, 215/737-2040
DESC: Hat, SVC, WMN's, Navy, wool Serge, blue shade 3346, NSN:
    8410-01-305-6969, specification:  MIL-H-15505K dated 31 May
  1989,  pattern date 23 Jun 95.  This will be a negotiated procurement.
   Total  small business set aside.  This will be an indefinite
  delivery type  contract with a minimum qty of 19,872 and a
  maximum qty of 33,120.   Delivery order 1 will be for 19,872
  each(1656 per 12 MOS.).  Four one  year term options will be
  included.  Destination is Richmond, VA for  depot shipments.
   Government furnished mat'l (GFM)will be provided for  the
  basic material.  Anticipated solicitation issuance dateos 6JAN
  1997.   To request a solicitation, specification, and/or pattern,
  FAX request  to doretta chiarlone, 215-737-7255.  All responsible
  sources may submit  offer which DPSC shall consider.
CITE: (I-342 SN009772)

[Commerce Business Daily: Posted December 7, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--SKIRT, WMN'S, POLY/WOOL, TROP SHADE 1608
SOL SP0100-97-Q-4058
DUE 123096
POC Contact:  DPSC-FRDB-1 buyer-a. D'Avella, 215/7372455
DESC: 8410-01-224-0508 skirt, WMN's, poly/wool, tropical shade
  1608.   Quantity of 6495 to one destination 3240 EA IN 60 days
  and 3255 EA IN 90  days after date of order.  GFM is included.
   This buy is a total small  business set-aside.  This buy includes
  a limited best VA lue offeror to  include past performance.
   Pattern date 07 Nov 85, spec is MIL-S-83234C  dated 1 Jun
  88.  All responsible sources may submit offer which DPSC shall
   consider.
CITE: (I-342 SN009774)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia--Potential
  Sources Sought
OFFADD: SURVIVABILITY DIRECTORATE, US ARMY NATICK RD&E CENTER,
  ATTN: SSCNC-IC, NATICK MA 01760-5019
SUBJECT: 84--COLD WEATHER CANTEEN PERFORMANCE REQUIREMENTS
SOL W13G07-CBD7-0011
POC Project Engineer David M. Querim (508) 233-5432 (Site Code
  DAAK60)
DESC: The U.S. Army Natick Research, Development and Engineering
  Center located in Natick Massachusetts is looking for your
  assistance in providing the Army with an state of the art Cold
  Weather Canteen that meets the soldier needs. A performance
  specificaion for the salient characteristics of the canteen
  has been developed by the Natick Research, Development and
  Engineering Center. This performance specification is available
  for review by any manufacturers interested in producing a cold
  weather canteen forthe Armed Services. A quick overview of
  the performance requirements is given below. Cold Weather Canteen
  Performance Requirements: That the canteen hold one to two
  quarts of liquid. That the canteen have a wide enough opening
  (31 to 50 cm) to allow a soldier to use his bayonet to break
  up initially forming ice. That the canteen be able to be heated
  directly on a campfire to quickly thaw frozen contents. That
  the anteen shape not distort when used on a campfire. That
  the canteen material not corrode or emit any substance not
  allowed by the Food and Drug Administration during use. That
  the canteen shall be made such that the interior surfaces contain
  no crevices whih would allow for bacterial growth. That the
  mouth be made of a low thermal conductive material. That the
  canteen be compatible with the M1 canteen cap (Nuclear, Biological
  and Chemical -NBC hardened) (A sample M1 cap may be obtained
  by calling 508 233-5432) That the canteen mate with the current
  Army Cold Weather Canteen cup and carrier (dimensional details
  provided in the performance specification) Thatthe system (canteen,
  cup and carrier) meets the requirement that the canteen contents
  not freeze when subjected to 4 hours at -40 degrees F. That
  the canteen be free standing. Interested parties should send
  a request for a copy of the performance specificaion to the
  following address: U.S. Army Natick RD&E Center, ATTN: SSCNC-ICC
  (QUERIM), Kansas Street, Natick MA 01760-5019. Contact David
  Querim at (508)233-5432 if there are any questions.
CITE: (I-344 SN010027)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia--Potential
  Sources Sought
OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN
  ROAD, FORT BELVOIR VA 22060-5852
SUBJECT: 84--MEETING ON JOINT SERVICE LIGHTWEIGHT INTEGRATED
  SUIT TECHNOLOGY PRE-PLANNED PRODUCT IMPROVEMENT
SOL W13G07-CBD7-0012
POC GLORIA BARRETT (Site Code DAAK60)
DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold
  an informal interactive meeting with industry, academia, and
  other government agencies from 1300 to 1700, 16 Jan 97 in the
  Northern Virginia area to discuss the approaches being considered
  to eecute JSLIST P3I. Project Managers on the JSLIST program
  from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will
  also attend. The JSLIST P3I program is a product improvement
  of the JSLIST I chemical ensemble through use of technology
  insertion. As te follow-on P3I phase to the JSLIST I program,
  JSLIST P3I is seeking the next generation materials technology
  for chemical protective ensemble items to include garments
  and hand cover.. Up-front industry and academia input will
  assist in structuring JSLIST P3I to meet Department of Defense
  (DOD) needs for the continual improvement of its fielded chemical
  ensemble. Meeting on 16 Jan will focus on recommendations fom
  the Joint Service Analysis Team (JSAT), a government Integrated
  Product Team (IPT) chartered to analyze testing results and
  program structure of JSLIST I in order to minimize P3I testing
  requirements and maximize P3I scheduling benefits, while taking
  adantage of industry and academia expertise. Continued cooperation
  of a government-industry-academia team should benefit all parties
  and help provide servicemen and women the best chemical protective
  ensemble possible. Neither government nor industry or academia
  participants at this meeting are under any obligation to each
  other for future interaction related to the JSLIST P3I program.
  JSLIST P3I purchase orders o solicitations as applicable will
  be released at a later date. Information provided during this
  meeting will be shared with all participants, no proprietary
  technical data will be discussed, no one-on-one discussions
  will be held. During this meeting, Govenment will not share
  results of ongoing or completed JSLIST I tests and industry
  may not provide any technical data on potential materials for
  JSLIST P3I. To register and obtain a packet of briefing information,
  names of industry and academia representatives who will attend
  this meeting should be provided by 3 Jan 97 to Gloria A. Barrett;
  U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvior
  VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number
  703-704-3460 or FAX 703-704-3820.
CITE: (I-344 SN010028)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 87--Agricultural Supplies
OFFADD: Tennessee Valley Authority, Purchasing, WR 3P - C, 1101
  Market Street, Chattanooga, TN 37402
SUBJECT: 87--FERTILIZER
SOL FR-198509
DUE 122496
POC Contracting Officer, Janet H. Keith, 423-751-2474
DESC: Fertilizer, 12-24-24 in bulk quantity by frame dump trailer
  (50 tons with the option to purchase up to 1150 addiditonal
  tons if required and reqested by TVA by May 16, 1997
CITE: (I-344 SN010217)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Contracting Officer (Code 520), Naval Construction Battalion
  Center, Gulfport, MS 39501-5001
SUBJECT: 89--BEVERAGE BASES, CARBONATED AND NON-CARBONATED
SOL N62604-97-Q-7525
DUE 110796
POC Suzanne Keel, (601) 871-2281.
DESC: The Colmer Dining Facility, Bldg. 367, (Galley) at the
  Naval Construction Battalion Center, Gulfport, MS has a requirement
  for Beverage Bases (Coke, diet Coke, Sprite, rootbeer, orange
  drink, various juices, lemonade, ice teas) total estimated
  quantity of 18,000 gallons, CO2 tanks (144 each) and four (4)
  carbonated dispensing units capable of dispensing a minimum
  of six products and ice and two (2) non-carbonated dispensing
  units capable of dispensing a minimum six beverages (refrigerated)
  for the period 12-01-96 through 9-30-97 which may include one
  (1) option year. Request for Quotation (RFQ) N6260497Q7525
  will be available on or about October 16, 1996. RFQ   closing
  will be on or about November 07, 1996. No telephone requests.
  Request for this quotation must be in writing, facsimile requests
  accepted, FAX No. (601) 871-3212. All responsible sources may
  submit an offer which shall be considered.
CITE: (M-344 SN010014)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Atlanta Job Corps Center, 239 West Lake Ave., NW., Atlanta,
  Georgia 30314
SUBJECT: 89--SUBSISTENCE (FOOD)
SOL RFP-1098
DUE 013097
POC Shirley Harley, (404) 794-9512, Buyer.
DESC: Request for Proposal (RFP) for milk and related products
  of the Atlanta Job Corps Center. RFP for the supplies will
  be available approximately January 3, 1997 for issue in response
  to written request. It is anticipated that the resultant contract
  will cover the period February 1, 1997 through November 30,
  1997. Proposal response to this RFP will be due no later than
  4:00 p.m. (EST) on January 30, 1997 at the address listed above.
CITE: (M-344 SN010135)

[Commerce Business Daily: Posted December 7, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91 -- COAL, BITUMINOUS
SOL SP0600-97-R-0047
DUE 013197
POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D.
  Frankel, Contracting Officer, (703) 767-8524
DESC: Bituminous coal delivery to Red River Army Depot, Texarkana,
  TX, estimated quantity 10,250 net tons; Milan Army Ammunition
  Plant, Milan, TN, estimated quantity 3,400 net tons; and Rock
  Island Arsenal, Rock Island, IL, estimated quantity 15,000
  net tons, for a total estimated quantity of 28,650 net tons.
   Delivery period is 01 May 97 through 30 Apr 98.  This solicitation
  is 100% set-aside for small business.  Offers may be submitted
  via facsimile, (703) 767-8506.  Hard copy must be received
  within ten days of closing date.  All responsible sources may
  submit a proposal which shall be considered.
CITE: (I-342 SN009777)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91 -- GASOLINE AND GASOHOL FOR POSTS, CAMPS, AND STATIONS
  IN NJ AND PA
SOL SP0600-96-B-2002
DUE 123196
POC Contact G. Winstead, Contract Specialist, (703) 767-9529/L.
  Manley, Contracting Officer (703) 767-9521
DESC: Modification:  This modification is issued to add the following
  items: Gasohol, regular unleaded, NSN:  9130-01-090-1093, Commercial
  Item Description A-A-52530 dtd 10 Oct 95, estimated quantity
  60,000 U. S. Gallons.  Gasoline, regular unleaded, NSN:  9130-00-148-7103,
  ASTM-D-4814 (latest revision), estimated quantity 0 U. S. Gallons.
   Reformulated gasoline, regular unleaded, NSN:  9130-01-388-4080,
  ASTM-D-4814 (latest revision), estimated quantity 80,000 U.
  S. Gallons. Delivery to various military posts, camps, stations,
  and Federal civilian agencies in NJ and PA. Contract period
  is Date of Award through 31 Jul 99 (multi-year).  See Note
  12. See basic solicitation SP0600-96-B-2000 which was published
  on 16 Feb 96 for all other items, terms and conditions.  No
  pre-award synopsis for this wrap-up was previously published
  for any of the requirements.  All responsible sources may submit
  a bid which shall be considered.
CITE: (I-344 SN010065)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91 -- COAL, BITUMINOUS
SOL SP0600-97-R-0047
DUE 013197
POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D.
  Frankel, Contracting Officer, (703) 767-8524
DESC: Modification:  This synopsis was originally published in
  the CBD on 9 Dec 96.  This modification is issued to delete
  the following location and quantity from this solicitation:
   Rock Island Arsenal, Rock Island, IL, estimated quantity 15,000
  net tons.  The requirement will be solicited under SP0600-97-R-0049
  as unrestricted.  All other information published in the original
  synopsis remains the same.
CITE: (I-344 SN010066)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes--Potential Sources
  Sought
OFFADD: Lawrence Livermore National Laboratory, Procurement Department,
  L-443, P. O. Box 5012, Livermore, CA 94551
SUBJECT: 95 -- CARBON STEEL STRUCTURAL TUBING
POC Michael McDonald, Senior Subcontract Administrator, 510/422-8469
DESC: The University of California, Lawrence Livermore National
  Laboratory (LLNL), seeks  sources for nearly 2200 tons of cold-formed,
  ASTM A 500 Grade B carbon steel structural tubing in rectangular
  and square shapes.  Production of the tubing must not exceed
   seven months after receipt of an order. Two categories of
  tubing will be used to fabricate  support structures for the
  National Ignition Facility. The first category includes the
  production of square and rectangular structural tubing with
  at least one dimension across a flat that is greater than 12
  inches. This category includes tubing with flats of approximately
  16 inches by 16 inches for the square shape and 12 inches by
  20 inches for the rectangular shape.  The maximum wall thickness
   is approximately 0.625 inches. Tubing will be required in
  lengths of both 24 feet and 40 feet. The second category  includes
  the production of square and rectangular tubing of several
  sizes with the largest dimension across a flat of 12 inches
  or less. The maximum wall thickness is approximately 0.625
  inches. Tubing will be required in lengths of 24 feet and 40
  feet. Chemical composition and mechanical properties of the
  structural steel used to produce the tubing shall meet the
  specifications contained in ASTM  A 500 for Grade B requirements.
   Test certification s will be required. Prospective sources
  shall identify which of the categories of material they are
  capable of producing and shall identify the minimum variations
  in dimensions (particularly straightness) they are capable
  of supplying without incurring additional expense to the University
  of California.  Since the tubing will be stored by the University
  prior to fabrication and painting, prospective sources shall
  identify  their capabilities with respect to priming or surface
  preservation in preparation for storage. Prospective sources
  should have proper equipment and personnel experienced in structural
  tubing production of the material and sizes described .  Interested
  firms should respond with a description of qualifications with
  respect to the foregoing or related fields.  No price or proposal
  information is desired. Responses are required on or before
  December 24, 1996  Firms responding to this announcement which
  fail to provide the required information will not be considered
  for inclusion into any resulting source list.  Facsimile and
  telephone responses will not be accepted.  This notice is to
  assist the University in determining the potential for competition;
  no solicitation is currently available.
EMAILADD: April.Masluk@quickmail.llnl.gov
EMAILDESC: 
CITE: (I-344 SN010113)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products--Potential
  Sources Sought
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 96 -- E-2C/C-2 PROPELLER SOURCES SOUGHT
SOL N/A
POC Contact, Brook Swinston, Phone (703)604-6100
DESC: The Naval Air Systems Command seeks sources for resolution
  of E-2C/C-2 propeller operational limitations. Sources interested
  in presenting company capabilities and possible solutions should
  contact the personnel listed below. The replacement/retrofit
  propeller is intended for use on both domestic and foreign-operated
  aircraft with the possibility of co-production with foreign
  partners. Application for use on other platforms may also be
  considered. Any technical questions should be directed to LT
  Jose Velez, AIR-3.1.1F at (703) 604-3730, extension 5110, and
  all other questions should be directed to Mr. Brook Swinston,
  AIR-2.2.5F6, at (703) 604-6100, extension 3584. See note 22
  - NAVAIR Synopsis No. 20191-96.
CITE: (I-344 SN009920)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 99-CLAMP
SOL N0010497QLB34
DUE 012797
POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax,
  (717)790-7335, Twx, Not-avail
DESC: NSN 1H-0000-LL-TST-1966, SPEC NR TDP VER 001, Qty 4 EA,
  Deliver to Fleet Technical Sup Center Atlantic Norfolk VA,
  See Note 9
CITE: (I-344 SN009899)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 99-CLAMP HALF PIPE
SOL N0010497QLB35
DUE 012797
POC Contact Point, Craig W Nye, 02132.6, (717)790-2173, Fax,
  (717)790-7335, Twx, Not-avail
DESC: NSN 1H-0000-LL-TRS-0844, SPEC NR TDP VER 001, Qty 4 EA,
  Deliver to Fleet Technical Sup Center Atlantic Norfolk VA,
  See Note 9
CITE: (I-344 SN009900)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 99-ADP SOFTWARE AND HARDWARE
SOL N0010497RQA22
DUE 121996
POC Contact Point, S. Mckasson, 0272.19, (717)790-7562, Fax,
  (717)790-4600, Twx, Not-avail, Contracting Officer, J. Benning,
  0272, (717)790-2057
DESC: , Qty 3 EA, Delivery FOB Origin--The Naval Inventory Control
  Point Mechanicsburg, Code 0272 intends to  negotiate with Trusted
  Information Systems, Inc for Internet Security Firewall  products
  and support.  This product supports the NAVSUP Base Level Computing
   Projects., See Note 22
CITE: (I-344 SN009901)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: International Boundary and Water Commission, United States
  Section, The Commons, Building C, Suite 310, 4171 North Mesa,
  El Paso, Texas 79902-1441
SUBJECT: 99--FURNISH AND INSTALL NEW ELEVATORS AT USIBWC FALCON
  DAM AND POWERPLANT, FALCON HEIGHTS, STARR COUNTY, TEXAS AND
  AMISTAD DAM AND POWERPLANT, DEL RIO, VAL VERDE COUNTY, TEXAS
SOL RFP 97-44
DUE 012997
POC Sherry Brinkley, (915) 534-6682/Contracting Officer Debra
  J. Little, (915) 534-6682.
DESC: The International Boundary and Water Commission, United
  States and Mexico, U.S. Section (USIBWC), has a requirement
  for a firm-fixed price contract for a new elevator to be installed
  at the USIBWC Falcon Dam and Powerplant facilities, Falcon
  Heights, Starr County, Texas. The vendor shall supply and install
  an elevator and remove and dispose of all existing equipment
  not utilized. The elevator shall be electrically operated and
  shall be arranged for operation both by and without an attendant,
  automatic elevator with designated attendant. The elevator
  will be used primarily for special purpose personnel and will
  be used occasionally for light freight service. The   vendor
  shall provide all equipment, labor, appurtenances, specialty
  items, and services required for a complete and operable elevator.
  The elevator entrance at each landing shall be guarded with
  power operated hoistway doors, and the hoistway doors and operators
  shall be furnished and installed by the contractor as a part
  of the elevator installation. The Government will reserve the
  option to negotiate the furnishing and installation of a new
  elevator at the Amistad Dam and Powerplant, Del Rio, Val Verde
  County, Texas. Delivery will be 120 days from Notice of Award.
  Requests for RFP 97-44 must be submitted in writing to the
  International Boundary and Water Commission,   United States
  and Mexico, United States Section, ATTN: Mary Nichols, 4171
  N. Mesa, Ste. C-310, El Paso, Texas 79902-1441. Requests must
  include a business name, point of contact, address, telephone
  number (include area code), and RFP number. All responsible
  sources may submit an offer which will be considered.
CITE: (M-344 SN010136)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Department of the Treasury, Bureau of Alcohol, Tobacco
  and Firearms, Acquisition Division, Room 3290, 650 Massachusetts
  Avenue, NW., Washington, DC 20226
SUBJECT: 99--LEGAL AND FINANCIAL SUBSCRIPTION SERVICE
POC Brian Wilkins, (202) 927-7715/Contracting Officer, Grace
  V. Proctor, (202) 927-8027, FAX (202) 927-8688.
DESC: The Bureau of Alcohol, Tobacco and Firearms (ATF) intends
  to procure a SOLE SOURCE with CDB Infotek, Washington, DC to
  provide nationwide online access to public records for 1 year.
  Database must provide access to Department of Labor OSHA records
  to assist ATF in locating missing persons and searching business
  records. Database must also have capability to search engine
  of multiple source databases which allows the user to input
  a name and address only. Database must also have capability
  to search the credit bureau files directly to provide a social
  security number and three addresses for the subject. Database
  must also have capability to combine multiple other databases
  to provide employment history, median income and home value,
  date of  birth, phone number and up to 3 neighbors of the most
  current address both from the consumer credit files and the
  publisher mailing records. Database must also have capability
  to search 38 states for Bankruptcy records and 40 states for
  tax lien and judgments. THIS AWARD WILL BE MADE UTILIZING ``SIMPLIFIED
  ACQUISITION PROCEDURES''. NO SOLICITATION AVAILABLE. All interested
  parties must submit technical proposal to include cost that
  demonstrates capability to provide accesses as stated above
  within 15 days after date of publication. Award will be made
  to CDB Infotek if no other offers are received that can provide
  all services listed above at a lower price. Quotes are acceptable
  by facsimile machine at (202) 927-8688. ATTN: Brian Wilkins.
CITE: (M-344 SN010194)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous--Potential Sources Sought
OFFADD: GLORIA A. BARRETT, U.S. ARMY PM-SOLDIER, 10401 TOTTEN
  ROAD, FORT BELVOIR VA 22060-5852
SUBJECT: 99--MEETING ON JOINT SERVICE LIGHTWEIGHT INTEGRATED
  SUIT TECHNOLOGY PRE-PLANNED PRODUCT IMPROVEMENT (JSLIST P3I)
SOL W13G07-CBD7-0014
POC GLORIA BARRETT (Site Code DAAK60)
DESC: U.S. Army Soldier Systems Command (PM-Soldier) will hold
  an informal interactive meeting with industry, academia, and
  other government agencies from 1300 to 1700, 16 Jan 97 in the
  Northern Virginia area to discuss the approaches being considered
  to eecute JSLIST P3I. Project Managers on the JSLIST program
  from the U.S. Marine Corps, U.S. Air Force, and U.S. Navy will
  also attend. The JSLIST P3I program is a product improvement
  of the JSLIST I chemical ensemble through use of technology
  insertion. As te follow-on P3I phase to the JSLIST I program,
  JSLIST P3I is seeking the next generation materials technology
  for chemical protective ensemble items to include garments
  and hand cover.. Up-front industry and academia input will
  assist in structuring JSLIST P3I to meet Department of Defense
  (DOD) needs for the continual improvement of its fielded chemical
  ensemble. Meeting on 16 Jan will focus on recommendations fom
  the Joint Service Analysis Team (JSAT), a government Integrated
  Product Team (IPT) chartered to analyze testing results and
  program structure of JSLIST I in order to minimize P3I testing
  requirements and maximize P3I scheduling benefits, while taking
  adantage of industry and academia expertise. Continued cooperation
  of a government-industry-academia team should benefit all parties
  and help provide servicemen and women the best chemical protective
  ensemble possible. Neither government nor industry or academia
  participants at this meeting are under any obligation to each
  other for future interaction related to the JSLIST P3I program.
  JSLIST P3I purchase orders o solicitations as applicable will
  be released at a later date. Information provided during this
  meeting will be shared with all participants, no proprietary
  technical data will be discussed, no one-on-one discussions
  will be held. During this meeting, Govenment will not share
  results of ongoing or completed JSLIST I tests and industry
  may not provide any technical data on potential materials for
  JSLIST P3I. To register and obtain a packet of briefing information,
  names of industry and academia representatives who will attend
  this meeting should be provided by 3 Jan 97 to Gloria A. Barrett;
  U.S. Army PM-Soldier, 10401 Totten Road., Suite 121, Fort Belvior
  VA 22060-5852; gbarrett@pm-soldier.us.net; telephone number
  703-704-3460 or FAX 703-704-3820.
CITE: (I-344 SN010030)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous--Potential Sources Sought
OFFADD: U.S. Army Topographic Engineering Center, Contracts Office
  (CETEC-CT), 7701 Telegraph Road, Alexandria, VA 22315-3864
SUBJECT: 99--DIGITAL TOPOGRAPHIC SUPPORT SYSTEM--MOBILE (DTSS-MOBILE)
POC Project Leader, Mr. Steve Hollandsworth, (703) 428-6872.
DESC: The U.S. Army Topographic Engineering Center (TEC) is seeking
  potential sources to perform integration and production of
  up to fifteen (15) DTSS-Mobile systems. The DTSS-Mobile consists
  of computer workstation equipment, memory peripherals, a full
  color scanner, large format plotters and a power distribution
  assembly shock mounted and integrated inside a Standard Army,
  Rigid Walled, Light-Weight Multipurpose Shelter (LMS). The
  LMS is mounted on a Standard Army, High Mobility Multipurpose
  Wheeled Vehicle (HMMWV). An actual DTSS-Mobile system is comprised
  of two (2) identical LMS/HMMWV units. The contractor will be
  responsible for all modifications to the LMS, to include  
  power entry; power distribution; signal entry (802.3 Ethernet
  LAN and Fiber Optic interfaces); air conditioning installation
  and ducting; interior lighting; installation of component racks,
  shock mounts and isolators; interior wiring and cabling, etc.
  The contractor will also be responsible for installing and
  integrating all shelter components into a fully functional
  system; to include, loading and configuring the required Commercial
  Off-The-Shelf (COTS) and Government developed software packages
  (application, LANing/WANing and OS software) on the computer
  workstations. The contractor will be required to perform all
  HMMWV modifications for mounting the LMS   shelter onto the
  HMMWV. A full Technical Data Package (TDP) with production
   level drawings will be provided to the contractor detailing
  all aspects of the required integration, manufacturing and
  production. The contractor will be required to update/modify
  the following: the existing DTSS-Mobile production level drawings
  (relative to any design change), existing DTSS-Mobile training
  materials, existing technical manuals (operators, maintainers
  and software users manuals), and existing provisioning/repair
  parts and special tools list. The contractor shall possess
  the proper personnel and facilities to conduct a three week
  operators course, a one week unit level maintainers course,
  and a   one week direct support maintainers course. Accomplishment
  of these tasks will require access to proper facilities and
  personnel in order to perform shelter and vehicle integration
  and numerous logistical efforts. The sources sought submission
  should reflect personnel skills (to include production engineering,
  safety, logistics, software, quality control and management
  capabilities) facilities, corporate capabilities and identification
  of any previous production/integration efforts and contractual
  points of contacts that can be contacted to verify previous
  efforts. All submissions should clearly reflect the interested
  parties type of business, size and ownership   representation.
  Please submit your response to the address set forth below
  by no later than 15 January 1996. All responses should be sent
  to U.S. Army Topographic Engineering Center, ATTN: CETEC-PD-T
  (Steve Hollandsworth), 7701 Telegraph Road, Alexandria, VA
  22315-3864. This announcement is published pursuant to Federal
  Acquisition Regulation Subpart 5.205(a), is for information
  and planning purposes only and is not to be construed as a
  commitment by the Government, nor does it promise that any
  procurement activity will follow.
CITE: (M-344 SN010198)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: A -- SMART WEAPONS MASTER PLANNING SUPPORT SERVICES
  FOR THE AMC SMART WEAPONS MANAGEMENT OFFICE (AMC-SWMO)
POC (PCF) Anthony Grayson, Contract Specialist, AMSMI-AC-CFHC,
  (205) 842- 7319; Dana E. Holmes, Contracting Officer, AMSMI-AC-CF,
  (205) 842- 0521.
CNT DAAH01-94-C-0089/P00071
AMT $73,732.00
LINE N/A
DTD 120596
TO Dynetics, Incorporated 1000 Explorer Boulevard, P.O. Drawer
  B, Huntsville, AL, 35806-2806
CITE: (I-344 SN009932)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Research Office, AMXRO-AAA, P.O. Box 12211,
  Research Triangle Park, NC 27709-2211
SUBJECT: A--CROSS-LINKED CRYSTALS OF ORGANOPHOSPHOROUS HYDROLASE
  AS HIGH-PERFORMANCE CATALYSTS FOR THE BREAKDOWN OF CHEMICAL
  AGENTS AND POLLUTANTS
POC A.M. Wendelgass, (919) 549-4287.
CNT DAAG55-97-C-0005 STTR Program Solicitation 95
AMT $338,862.00
DTD 112596
TO Altus Biologics,. Incorporated, 40 Allston Street, Cambridge,
  MA 02139
CITE: (M-344 SN010010)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Space and Strategic Defense Command, ATTN:
  CSSD-CM-CN, PO Box 1500, Huntsville, AL 35807-3801/106 Wynn
  Drive, Huntsville, AL 35805-1990
SUBJECT: A -- EXERCISE OF OPTION, KINETIC ENERGY ANTI-SATELLITE
  (KE ASAT) DEMONSTRATION/VALIDATION PROGRAM
POC Linda B. Gray, Contracting Officer, CSSD-CM-CN, (205) 955-1187
CNT DASG60-90-C-0121, Modification P00045
AMT $339,194
LINE CLINs 0007/0008
DTD 120296
TO Rockwell International Corporation, Rocketdyne Division, 6633
  Canoga Avenue, Canoga Park, CA 91309-7922
CITE: (I-344 SN010140)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Dahlgren Division, Naval Surface Warfare Center, 17320
  Dahlgren Road, Dahlgren, VA 22448-5100
SUBJECT: A -- RESEARCH AND DEVELOPMENT SERVICES TO DETERMINE
  THE FEASIBILITY OF PRODUCING A DECISION SUPPORT TOOL
POC Douglas T. Elliott, Contract Specialist, Code SD110, or Linda
  R. Coleman, Contracting Officer, Code SD114 on (540) 653-7478.
CNT N00178-97-C-1039
AMT $322,579.00
LINE CLINS 0001 AND 0002
DTD 120396
TO Software Solutions, Inc., 1500 Beauregard Street, Suite 210,
  Alexandria, VA 22311
CITE: (I-344 SN010157)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: A -- AUTOMATIC DATA PROCESSING AND TELECOMMUNICATION
  SERVICES
POC POC Ms. Sharon Pritchard, Code D211, Contract Specialist,
  (619)553-4492. James L. Conwell, (619)553-4500, Contracting
  Officer.
CNT N66001-97-D-9500
AMT $5,093,407
LINE 0001-0010
DTD 120296
TO DynCorp EENSP, Inc. d/b/a DynMeridian, 6101 Stevenson Ave.,
  Alexandria, VA 22304
CITE: (I-344 SN010200)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: A -- RDT&E IN SUPPORT OF TRANSTECH
POC POC Ms. Sharon Pritchard, Code D211, Contract Specialist,
  (619)553-4492. Melissa L. Cleland, (619)553-4540, Contracting
  Cfficer.
CNT N66001-97-C-8500
AMT $1,435,662
LINE 0001-0016
DTD 111596
TO Microelectronics and Computer Technology Corp., 3500 West
  Balcones Ctr. Dr., Austin, TX 78759
CITE: (I-344 SN010201)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: GSA, PBS, Fee Developer, Ohio Branch (5PCO), JCK Federal
  Building, 230 S. Dearborn Street, Room 3512, M/S 35-3, Chicago,
  Illinois, 60604
SUBJECT: C--SUPPLEMENTAL ARCHITECT-ENGINEER CONTRACT FOR COST
  ESTIMATING SERVICES, REGIONWIDE, ZIL95159
CNT GS05P96GBD0004
DTD 112796
TO Construction Cost Systems, Inc., 200 West 22nd Street, Lombard,
  Illinois, 60148
CITE: (M-344 SN010069)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: NASA/Goddard Space Flight Center, Code 216, Greenbelt,
  MD 20771
SUBJECT: D -- SERVICE IN SUPPORT OF THE CODE 600 COMPUTER NETWORKING
  REQUIREMENT (WWW)
POC R. L. Williams, Contract Specialist, 301-286-7859.
CNT NAS5-96079
AMT $78,892.00
LINE N/A
DTD 093096
TO KT-Tech Inc., 9801 Greenbelt Road, Lanham, MD 20706
CITE: (I-344 SN010208)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: U.S. Forest Service, Klamath National Forest, 1312 Fairlane
  Road, Yreka, CA 96097-9549
SUBJECT: F--PRECOMMERCIAL THINNING AND CHAINSAW RELEASE
POC K. Stein; Contracting Officer, R. Metcalfe, (916) 842-6131.
CNT 52-91W8-7-7002
AMT Requirements 
DTD 112596
TO 3 J Reforestation, 1106 Niantic St., Medford, OR 97501
CITE: (M-344 SN009988)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7,
  Alameda, CA 94501-5100
SUBJECT: J - HAULOUT AND REPAIR OF USCG 44' MOTOR LIFE BOATS
POC Contact Mary Ann Sanchez, 510/437-5742
CNT DTCG85-97-C-66B204
AMT $36,742
LINE D-items
DTD 112096
TO Reedsport Machine &  Fabrication,  P.O. Box  508,  Reedsport,
   OR
LINK n/a
LINKDESC: 
EMAIL maryannesanchez.mlcp @.internet.uscg.mil
EMAILDESC: 
  Officer
CITE: (W-341 SN009769)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7,
  Alameda, CA 94501-5100
SUBJECT: J- HAULOUT AND REPAIRS OF THE USCG 44' MOTOR LIFE BOATS
POC Contact Mary Ann Sanchez, 510/437-5742
CNT DTCG85-97-C-66BL48
AMT $98,090
LINE D-Items
DTD 112096
TO Humboldt Marine Services,  P.O. Box 338,  Humboldt, CA
LINK N/A
LINKDESC: 
EMAIL maryannsanchez.mlcp @.internet.uscg.mil
EMAILDESC: 
  Officer
CITE: (W-341 SN009770)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Federal Bureau of Prisons, Southeast Regional Office,
  523 McDonough Blvd., S.E., Atlanta, GA 30315
SUBJECT: J--ELEVATOR MAINTENANCE
POC Rafael A. Aviles, (404) 622-6241 Ext 640.
CNT J413c-012
AMT $60,000 (Base Year)
LINE All Items
DTD 112796
TO Montgomery Kone, Inc., 3451 Commerce Parkway, Miramar, FL.
  33025
CITE: (M-344 SN010000)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: SUPSHIP New Orleans Detachment Ingleside (SSNODI), Officer
  in Charge (Code 400), 2384 State Hwy 361, Ingleside, TX 78362-0655
SUBJECT: J -- DRYDOCKING OF ADEPT (AFDL-23)
CNT N00024-95-H-8706, Job Order U113
AMT $2,000,000.00
LINE 0001
DTD 091196
TO Gulf Copper Ship Repair, Inc., P.O. Box 1238, Aransas Pass,
  TX  78335-1238
CITE: (I-344 SN010114)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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 -- USS BOXER (LHD 4), RAV
CNT N62791-97-C-0036
AMT $41,000.00
DTD 120596
TO Pacific Ship Repair and Fabrication, Inc., 1625 Rigel St.,
  San Diego, CA  92113
CITE: (I-344 SN010199)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: VA Medical Center 7305 North Military Trail West Palm
  Beach Forida 33410
SUBJECT: J -- BUILDING AUTOMATION SYSTEM SERVICES
POC Donna Nelson, Contracting Officer (561)882-6510; Alternate
  points of contact: Annette M. Gaessler (561)882-6508 or Dinora
  Bruno (561)882-6511.
CNT V548P-453
AMT $74,892
LINE N/A
DTD 120296
TO LANDIS & STAEFA INC. 19501 H N.E. 10TH AVE, MIAMI, FL 33179
CITE: (I-344 SN010206)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis
  Hwy, Arlington, VA 22202-3518
SUBJECT: L--TECHNICAL ENGINEERING SERVICES IN SUPPORT OF TRIDENT
  II TRAINING FACILITIES
POC Daniel K. Vola, SPN-P2 (703) 607-3398, Contracting Officer,
  Gerard F. Miskelly, (703) 607-5361.
CNT N00030-97-C-0005
AMT $3,642,675.00
LINE 0001
DTD 111996
TO Lockheed Martin Tactical Systems, 365 Lakeville Rd, Great
  Neck, NY 11020-1696
CITE: (M-344 SN009973)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of Prisons--Southeast Regional Office,
  523 McDonough Blvd., SE., Atlanta, GA 30315
SUBJECT: Q--INTERNAL MEDICAL SERVICES
POC Administrative Contracting Officer Darrell Boggs, FCI Marianna,
  (904) 526-6357, Contracting Officer, Robert J. Kruskie, (404)
  635-5646.
CNT J223c-185
AMT $24,000.00
LINE Line item number 1,
DTD 112796
TO Dr. Richard Christopher, 4318 5th Ave., Marianna, FL 32446
CITE: (M-344 SN010075)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of Prisons--Southeast Regional Office,
  523 McDonough Blvd., S.E., Atlanta, GA 30315
SUBJECT: Q--OBSTETRICIAN AND GYNECOLOGIST SERVICES
POC Administrative Contracting Officer Darrell Boggs, FCI Marianna,
  (904) 526-6357, Contracting Officer, Robert J. Kruskie, (404)
  635-5646.
CNT J223c-186
AMT $57,600.00
LINE Item number 1-Base Y
DTD 112996
TO Dr. Jose H. Cortes, 3051 6th St., Marianna, FL 32446
CITE: (M-344 SN010123)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, Maryland 21045-0701
SUBJECT: R--INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES CONTRACT
  FOR THE CAD/D DESIGN/ADAPTATION--COLUMBIA FSO AREA
CNT 232098-96-J-0257
AMT $2,500,000.00
DTD 112596
TO L.D. Astorino & Associates, Inc., 227 Fort Pitt Blvd, Pittsburgh,
  PA 15222-1500
CITE: (M-344 SN009971)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commanding Officer, Engineering Field Activity West,
  900 Commodore Dr. San Bruno, CA 94066-5006
SUBJECT: R -- INDEFINITE QUANTITY CONTRACT TO PROVIDE A-E SERVICES
  FOR VARIOUS FIRE PROTECTION PROJECTS IN ALL WESTERN STATES
  WITH WORK PRIMARILY IN CENTRAL AND NORTHERN CALIFORNIA
POC Teresa Marshall, Contracting Officer, (415) 244-2673.
CNT N62474-96-D-6220
AMT $10,000.00
LINE N/A
DTD 120696
TO Gage-Babcock & Associates, Inc., 1990 North California Boulevard,
  Suite 200, Walnut Creek, CA 94596
CITE: (I-344 SN010173)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Dept.of HUD, Ofc.of Procurement & Contracts, Program
  Support Division (ARCS), 451 7th St., SW, Rm. 5258, Washington,
  DC 20410-3000
SUBJECT: R -- SPECIAL WORKOUT ASSISTANCE TEAM (SWAT) TECHNICAL
  ADVISORY SERVICES
POC George Chabot, Contract Specialist, (202) 708-1585, x139:
  A. Dolores Ammons-Barnett, Contracting Officer, (202) 708-1586,
  x 134.
CNT DU100C000018485
AMT $1,144,000.00
LINE N/A
DTD 101796
TO The Kerry Company 1101 30th Street, NW, Fourth Floor Washington,
  DC 20007
CITE: (I-344 SN010177)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: VA MEDICAL CENTER, 2401 West Main Street, Marion, IL
  62959
SUBJECT: R--TRANSCRIPTION SERVICES
POC Contracting Officer, Marcella J. Martin, (618) 993-4174,
  Additional Contact, Mary J. Bird, (618) 993-4175.
CNT V609P-2376
AMT $95,370.00
LINE #1
DTD 120196
TO Lanier Business Products, Federal Government Operations, 5025-C
  N. Royal Atlanta Dr., Tucker, GA 30084
CITE: (M-344 SN010185)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 146AW, Base Contracting Office, Channel Islands ANG Station,
  119 Mulcahey Drive, Bldg. 119, Port Hueneme, CA 93041-4011
SUBJECT: S--SERVICE CONTRACT: AIRCRAFT CORROSION PREVENTION WASH
  SERVICES
POC Contracting Officer Joel W. Howard, (805) 986-7970.
CNT DAHA04-97-M-9041
AMT $26,400.00
DTD 111996
TO Neptune Aviation Equipment & Facilities, Inc., 500 E. Cheyenne
  Avenue, North Las Vegas, NV 89030.
CITE: (M-344 SN010092)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Philadelphia Regional Printing Procurement Office, U.S.
  Government Printing Office, Southampton Office Park, Suite
  A-190, 928 Jaymore Road, Southampton, PA 18966
SUBJECT: T--OFFSET PRINTING
CNT Program 2239-S
AMT $60,875.56
DTD 112096
TO Imation Enterprises Corp., 1185 Wolters Blvd., Vadnais Hts.,
  MN 55100
CITE: (M-344 SN009970)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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--PRINTING
CNT Program 1417-S
AMT $234,216.00
DTD 111996
TO TPS/THE PRINT SHOPPE, 103 E. Morgan Street, Newton, IL 62448
CITE: (M-344 SN010016)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: T--INDEFINITE DELIVERY CONTRACT FOR DUPLICATING COMPACT
  DISKS (CD ROM) AND FLOPPY DISKS FOR THE FORT WORTH DISTRICT,
  CORPS OF ENGINEERS, FORT WORTH, TEXAS.
POC Contracting Officer RUTH A POWELL (817) 978-4412 (Site Code
  DACA63)
CNT DACW63-97-D-0003
AMT $115,475
LINE 0001 - 0005AA
DTD 112196
TO OUTSOURCE, 7900 N W 100TH STREET SUITE LL6, KANSAS CITY, MO
  64153
CITE: (I-344 SN010050)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 420-499
AMT $798,787.00
DTD 112296
TO Quad/Graphics Inc., W224-N3322 Duplainville Rd., Pewaukee,
  WI 53072
CITE: (M-344 SN010108)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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--PRINTING
CNT Program 1446-S
AMT $77,236.00
DTD 120296
TO C & R Designs, 1229 Garden Street, Titusville, FL 32796
CITE: (M-344 SN010121)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Term Contracts Division,
  Printing Procurement Department, Stop: PPC, Room A843, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C548-S
AMT $60,045.00
DTD 112796
TO News Printing Co., Inc., Old Route 220, P.O. Box 373, Claysburg,
  PA 16625
CITE: (M-344 SN010125)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Term Contracts Division,
  Printing Procurement Department, Stop: PPC, Room A843, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C422-S
AMT $861,944.00
DTD 112796
TO McGregor Printing Corporation, 1241 New Windsor Road, Westminster,
  MD 21158
CITE: (M-344 SN010126)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T-PRINTING
CNT 407-509
AMT $119,083.00
DTD 112796
TO Braceland Bros., Inc., 7625 Suffolk Ave., Philadelphia, PA
CITE: (M-344 SN010127)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 028-005
AMT $98,207.00
DTD 112796
TO Art Die Engraving Co., 6405 Beckley St., Baltimore, MD 21224
CITE: (M-344 SN010128)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Term Contracts Division,
  Printing Procurement Department, Stop: PPC, Room A843, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C639-S
AMT $192,854.00
DTD 112696
TO Starr Toof Printing, 670 S. Cooper Street, Memphis, TN 38104
CITE: (M-344 SN010129)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 420-499
AMT $798,787.00
DTD 112296
TO Quad/Graphics Inc., W224-N3322 Duplainville Rd., Pewaukee,
  WI 53072
CITE: (M-344 SN010213)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Director, Strategic Systems Programs, 1931 Jefferson
  Davis Hwy., Arlington, VA 22202-3518
SUBJECT: U--POLARIS, AND TRIDENT I AND II LAUNCHER TRAINING SERVICES
  IN SUPPORT OF THE LAUNCHER SUBSYSTEM
POC Donna K. King, (703) 607-5363; Contracting Officer, Gerard
  F. Miskelly, (703) 607-5361.
CNT N00030-97-C-0008
AMT $1,839,243.00
LINE Items 0001 through 0
DTD 112796
TO Marine Systems, Northrop Grumman Corporation, P.O. Box 3499,
  401 E. Hendy Avenue, Sunnyvale, CA 94088-3499
CITE: (M-344 SN010122)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Federal Bureau of Prisons, 3600 Spurr Rd., Lexington,
  KY 40511
SUBJECT: U -- BARBER INSTRUCTOR FOR FMC LEXINGTON, KY
POC Michelle Davy, Contract Specialist, 606-253-8892.
CNT J123c-0645
AMT $35,280.00
LINE ALL LINE ITEMS
DTD 111596
TO J.R. Cox 1230 Harrodsburg Rd. Lawrenceburg KY 40342
CITE: (I-344 SN010162)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Denver Facilities Service Office USPS, 8055 E. Tufts
  Ave., Ste 400, Denver, CO 80237-2881
SUBJECT: X -- NEW CONSTRUCTION LEASED - WOODLAND, WA 98674-9998
POC Frank E. Weber, Real Estate Specialist, (303) 220-6548.
CNT 072976-96-A-0139
AMT $98,902.00
LINE N/A
DTD 120496
TO Puyallup L.L.C., P.O. Box 4460, Medford, OR 97501-4460, (541)
  773- 7553
CITE: (I-344 SN009918)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 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--SENOIA, GA 30276-9998, AWARD OF CONSTRUCTION NEW
  USPS LEASED POST OFFICE
POC Jerry T. Fogel, Real Estate Specialist, (770) 454-0653, Robert
  T. Wilkes, Jr., Contracting Officer, (770) 454-0616.
AMT $88,110.00
DTD 112796
TO Carl C. McKnight, P.O. Box 337, Senoia, GA 30276-0337
CITE: (M-344 SN010094)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61,
  Tulsa, OK 74121-0061
SUBJECT: Y -- DREDGE MATERIAL DISPOSAL SITE, CHOUTEAU LOCK &
  DAM, OKLAHOMA
POC Susan Killgore, Contract Specialist, 918/669-7272
CNT DACW56-97-C-0005 (DACW56-96-B-0065)
AMT $206,150
LINE N/A
DTD 120696
TO Horizon Construction Company, Inc., P.O. Box 690, Owasso,
  OK 74055
CITE: (I-344 SN009956)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DA, Tulsa District, Corps of Engineers, P.O. Box 61,
  Tulsa, OK 74121-0061
SUBJECT: Y -- DREDGE MATERIAL DISPOSAL SITE, PORT OF CATOOSA,
  VERDIGRIS RIVER, OKLAHOMA
POC Susan Killgore, Contract Specialist, 918/669-7272
CNT DACW56-97-C-0004 (DACW56-96-B-0064)
AMT $267,522
LINE N/A
DTD 120696
TO Horizon Construction Company, Inc., 12320 E. 111th Street
  North, Owasso, OK 74055
CITE: (I-344 SN009957)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA, Forest Service, Zone Contracting, 2324 E. McDowell
  Rd., Phoenix, AZ 85006
SUBJECT: Y--INDIAN POINT RECREATION SITE
CNT Contract No. 50-8371-7-3
AMT $1,975,220.05
DTD 112296
TO Inca Contracting Company, 95 North Arizona Place, Ste. 4,
  Chandler, AZ 85225-5507
CITE: (M-344 SN009984)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Alaska, P.O. Box 898, Anchorage,
  Alaska 99506-0898
SUBJECT: Y--UPGRADE GOLF COURSE, FT. RICHARDSON, ALASKA
POC Gail M. West, (907) 753-2552/or Contracting Officer, Thomas
  L. Carter, (907) 753-2540, Corps of Engineers.
CNT NAFQF3-97-C-0001
AMT $6,200,000.00
DTD 112596
TO Goodfellow Bros., Inc., 381 Huku Li'i Place, Kihei, Maui,
  HI 96793
CITE: (M-344 SN009990)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: Y--STALLION RANGE CENTER WATER DEVELOPMENT, WHITE SANDS
  MISSILE RANGE, NEW MEXICO
POC Contract Specialist Lisa Billman (817) 978-4902 (Site Code
  DACA63)
CNT DACA63-97-C-0005
AMT $1,450,000
DTD 112296
TO W R HENDERSON CONSTRUCTION INC, POST OFFICE BOX 190, REXBURG,
  ID 83440
CITE: (I-344 SN010052)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: Y--THAAD LST OBJECTIVE BATTALION O&M FACILITIES, FORT
  BLISS, TEXAS
POC Contract Specialist Lisa Billman (817) 978-4902 (Site Code
  DACA63)
CNT DACA63-97-C-0004
AMT $10,447,000
DTD 112196
TO SILVERTON CONSTRUCTION CO INC, PO BOX 12629, EL PASO, TX 79913
CITE: (I-344 SN010053)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDHHS, Indian Health Service, 505 Marquette NW, Suite
  1502, Albuquerque, New Mexico 87102-2163
SUBJECT: Y--WATER STORAGE TANK
CNT 242-97-0008
AMT $118,010.00
DTD 120396
TO D & R Tank, Co., 1210 Prosperity S.E., Albuquerque, New Mexico
  87105
CITE: (M-344 SN010132)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Administrative Support Center East, Office of Contracting,
  Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA
  17070-5001
SUBJECT: Z--REPLACE ROOFS, BLDGS 260 AND 261
POC Cheryl Garman, Contract Specialist, 717-770-7113
CNT SP3100-97-C-0001
AMT $38,182.00
LINE 0001
DTD 120996
TO David M Maines Assoc Inc, PO Box 167 Middle Rd, Lewistown,
  PA 17044
LINK www/dla/mil
LINKDESC: 
EMAIL cgarman@ smtp.ddre.dla.mil
EMAILDESC: 
CITE: (W-344 SN009908)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Z -- PAVE REAR TACTICAL PARKING AREA AT THE MARINE CORPS
  RESERVE CENTER, PICO RIVERA, CALIFORNIA
POC Contract Specialist, Julie Torres/Contracting Officer, Alice
  Barker.
CNT N68711-96-C-2102
AMT $144,219.41
LINE N/A
DTD 120696
TO Madison Paving, Inc., 4820 Cecelia St., Suite A, Cudahy, CA
  90201
CITE: (I-344 SN009922)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, 4000 DeKalb Technology Pkwy.,
  Ste. 300, Atlanta, GA 30340-2799
SUBJECT: Z--CENTRAL MISSISSIPPI AREA--INDEFINITE QUANTITY CONSTRUCTION
  CONTRACT
POC Pat Ward, Contract Specialist (770) 454-0664.
CNT 123125-96-B-3024
AMT .875
DTD 112596
TO United Plumbing and Heating Co., Inc. 1929 Midway Street,
  Jackson, MS 39204-5006
CITE: (M-344 SN009972)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC Puerto Rico Area, PSC 1008, Box 3976, Bldg. 598-A,
  U.S. Naval Station, Roosevelt Roads, Ceiba, Puerto Rico 00735
SUBJECT: Z--REPLACE PCB TRANSFORMERS
CNT N62470-96-C-6805
AMT $2,140,000.00
DTD 062498
TO Reliable Mechanical, Inc., 13035 Middletown Industrial Blvd.,
  Louisville, KY 40223
CITE: (M-344 SN009985)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Rural Development, USDA, 3003 N. Central Ave., Suite
  900, Phoenix, Arizona 85012
SUBJECT: Z--REPAIR OF SINGLE FAMILY DWELLINGS
POC Laura B. Lambson, Contracting Officer, (602) 280-8710.
CNT 60-9417-7-C0016
AMT $37,051.00
LINE 01
DTD 111296
TO Nuland Builders, 709 E. Park Place, Mesa, AZ 85203
CITE: (M-344 SN009986)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC Fallon, Building 307, 2nd Floor, NAS Fallon, NV
  89496-5000
SUBJECT: Z--INDEFINITE QUANTITY CARPET REPAIRS, VARIOUS LOCATIONS
  AT NAVAL AIR STATION, FALLON, NEVADA
POC Martha Neel, Contracting Officer (702) 426-2918.
CNT N62474-96-D-6726
AMT Minimum $35,000
LINE 0001, 0002, 0003
DTD 112696
TO TMR FLoors, Inc., P.O. Box 82787, Phoenix, Arizona 85071
CITE: (M-344 SN009987)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Engineering Services - Dallas, 1200 Main Street, Room
  1900, Dallas, Texas 75202-4348
SUBJECT: Z--AWARD OF PURCHASE ORDER DOES-97-0002 - DIESEL TANK
  REPLACEMENT AT HU HU KAM HOSPITAL.
POC Ida E. McCutchen, Contracting Officer, (214) 767-3492.
CNT DOES-97-0002
AMT $27,415.00
DTD 112196
TO G. Davidson Co., 2770 S. Maryland Parkway, Suite 313, Las
  Vegas, NV  89109.
CITE: (W-344 SN010006)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, Property Management Contracts Branch, JCK Federal
  Building, 230 S. Dearborn Street, Chicago, IL 60604
SUBJECT: Z--U.S. MARSHALS RENOVATION, 24TH FLOOR
POC Laurie Chestnut, Contract Specialist, (312) 886-4102.
CNT GS05P96GAC0229
AMT $583,995.00
DTD 112796
TO John Edward Construction Co., 4240 Lacey Road, Downers Grove,
  IL 60515
CITE: (M-344 SN010017)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, MD 21045-0701
SUBJECT: Z--UPGRADE HVAC SYSTEM, MPO, SPRINGFIELD, OH 45501-9998
CNT 232098-96-B-0396
AMT $648,000.00
DTD 120396
TO Superior Mechanical Services Inc., 3155 Plainfield Rd., Dayton,
  OH 45432-3172
CITE: (M-344 SN010019)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, MD 21045-0701
SUBJECT: Z--ROOF REPLACEMENT, GMF, YOUNGSTOWN, OH 44501-9998
CNT 232098-96-B-0422
AMT $806,282.00
DTD 112696
TO Roth Bros Inc., 3847 Crum Rd., Youngstown, OH  44515-0209.
CITE: (M-344 SN010020)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: Z--REQUIREMENTS CONTRACT FOR METAL ROOFING, FORT POLK,
  LOUISIANA
POC Contract Specialist Nianne Mohlstrom (817) 978-2132 (Site
  Code DACA63)
CNT DACA63-97-D-0002
AMT $522,816
DTD 110896
TO ACME ROOFING & SHEET METAL, COMPANY, INCORPORATED, RT 6 182-B,
  DOTHAN, AL 36303
CITE: (I-344 SN010049)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR
  ST, FT. WORTH TX 76102-0300
SUBJECT: Z--REGIONAL TRAINING BRIGADE, FORT SAM HOUSTON, TEXAS
POC Contract Specilaist Sharon L. Hair (817) 978-3194 (Site Code
  DACA63)
CNT DACA63-97-C-0003
AMT $1,341,961
DTD 112096
TO PHIL HOWRY CO, 5425 BURNET RD, AUSTIN, TX 78756
CITE: (I-344 SN010051)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren
  AFB, WY 82005
SUBJECT: Z--REPLACE COMMISSARY & BX METAL ROOFS
POC SrA Brandy Jiron, (307) 775-3917, Contract Administrator.
CNT F48608-97-C0002
AMT $331,772.00
LINE 0001-0003
DTD 112796
TO Thomas Brand Siding Company, P.O. Box 569, Bowling Green,
  KY 42102
CITE: (M-344 SN010076)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Cherry Point, NAVFACENGCOM Contracts, PSC
  Box 8006, Cherry Point, North Carolina 28533-0006
SUBJECT: Z--REPAIR TAXIWAYS, PADS AND APRONS, MARINE CORPS AIR
  STATION, CHERRY POINT, NORTH CAROLINA
CNT N62470-96-C-7855
AMT $2,582,794.60
DTD 112696
TO Central Atlantic Contractors, Inc., P.O. Box A, Aberdeen,
  MD 21001-0016
CITE: (M-344 SN010077)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 6 CONS/LGCC, 2606 Brown Pelican Ave, Macdill AFB, FL
  33621-5000
SUBJECT: Z--ALTER CE MAINTENANCE SHOPS, AVON PARK AFR, FL
POC Contracting Officer, Ms. Debra K. Parent (813) 828-3815 x
  346.
CNT F08602-97-CK003; F08602-96-B0018
AMT $258,276.00
LINE LUMP SUM
DTD 071996
TO CR Smith, Inc. (W-O), 1100 No 50th St, #3-B, Tampa, FL 33619
CITE: (M-344 SN010079)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Building 503, Indian
  Head Division, Naval Surface Warfare Center, Indian Head, Maryland
  20640-5035
SUBJECT: Z--UPGRADE BUILDING 690
CNT N62477-96-C-3509
AMT $539,000.00
LINE Lump Sum
DTD 111296
TO CamCo Construction Co., Inc., 15830 Aitcheson Lane, Laurel
  MD 20707-3035
CITE: (M-344 SN010080)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commander, Pacific Division, Naval Facilities Engineering
  Command, Contracts Department, 4262 Radford Drive, Honolulu,
  HI  96818-3296 (Code 0212)
SUBJECT: Z--NAF PROJECT R403, GOLF SPRINKLER SYSTEM AT THE NAVAL
  AIR STATION, BARBERS POINT, HAWAII
POC Ms Sarah Goodwin-Bain, Procurement Technician, Ms. Beverly
  Quevedo, , Contract Specialist, Telephone No. (808) 474-5510,
  Facsimile No. (808) 474-7316
CNT Contract No. N62742-94-C-1328
AMT $1,587,912.00
DTD 112796
TO KD Construction, Inc., 1188 Bishop Street, Honolulu HI 96813
CITE: (I-344 SN010083)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commander, Pacific Division, Naval Facilities Engineering
  Command, Contracts Department, 4262 Radford Drive, Honolulu,
  HI  96818-3296 (Code 0212)
SUBJECT: Z--FY96 NAVY FAMILY HOUSING PROJECTS HC/R-04-94 WHOLE
  HOUSE REVITALIZATION (161 UNITS), PHASE I AND FY97 PROJECT
  HC/R-05-94 (99 UNITS) PHASE II, PEARL CITY PENINSULA, OAHU,
  HAWAII
POC Ms Sarah Goodwin-Bain, Procurement Technician, Ms Sharon
  Uesugi, Contract Specialist, Telephone No. (808) 474-5510,
  Facsimile No. (808) 474-7316
CNT Contract No. N62742-94-C-1323
AMT $19,100,000.00
DTD 112796
TO Actus Corporation/Sundt Corporation, A Joint Venture, 221
  Gateway Road West, Suite 405, Napa CA 94558-6279
CITE: (I-344 SN010084)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, MD 21045-0701
SUBJECT: Z--BADGE READER SYSTEM, PARKING LOT RENOVATIONS, P&DC,
  COLUMBUS, OH 43216-9997
CNT 232098-96-B-0432
AMT $210,000.00
DTD 011196
TO Buckeye Electric Co., 1555 Stanley Ave., Dayton, OH 45404-1112
CITE: (M-344 SN010097)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Cherry Point, NAVFACENGCOM Contracts, PSC
  Box 8006, Cherry Point, North Carolina 28533-0006
SUBJECT: Z--REPAIR GYMNASIUM, BUILDING 287, MARINE CORPS AIR
  STATION, CHERRY POINT, NORTH CAROLINA
CNT N62470-96-C-5889
AMT $993,373.00
DTD 112696
TO L.A. Downey & Son, Inc., P.O. Box 190, Newport, NC 28570.
CITE: (M-344 SN010099)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, Property Management Contracts Branch, JCK Federal
  Building, 230 S. Dearborn Street, Chicago, IL 60604
SUBJECT: Z--ISA DISTRICT COURTROOM FACILITY
POC Questions may be directed to Debbie Ethell, Contract Specialist,
  (217) 492-4573.
CNT GS05P96GAC0275
AMT $1,741,000.00
DTD 111896
TO Williams Brothers Construction, P.O. Box 1366, Peoria, IL
  61654
CITE: (M-344 SN010100)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 50 CONS/LGCC, 66 Falcon Parkway, Suite 49, Falcon AFB,
  CO 80912-6649
SUBJECT: Z--EXPAND PARKING LOT, BLDG. 101
POC Tom Smith, Contract Administrator (719) 567-3837 or Jim Berns,
  Contracting Officer (719) 567-3834.
CNT FA2550-97-C0001
AMT $308,272.80
LINE 0001, 0002, 0003
DTD 120196
TO Mesa Paving, Inc., 1960 Aspen Circle, Pueblo, CO 81006
CITE: (M-344 SN010104)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DC Metro Facilities Service Office, U.S. Postal Service,
  10400 Little Patuxent Pkwy., #400, Columbia, MD 21044-3510
SUBJECT: Z--FIRM FIXED PRICE CONSTRUCTION CONTRACT FOR NCO BALTIMORE
  UNNAMED BRANCH, 7000-7050 TUDSBURY ROAD, BALTIMORE, MD 21244
POC Heather Newman, Facilities Contract Specialist, (410) 884-1822.
CNT 232098-96-A-0201
AMT $2,277,000.00
DTD 112596
TO ATEC Industries, Ltd., 6856 Distribution Drive, Beltsville,
  MD 20705
CITE: (M-344 SN010124)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OIC, NAVFAC Contracts, Bldg 5, HWY 547, NAES Lakehurst,
  NJ
SUBJECT: Z -- REPLACE ROOF AT BUILDING 191
POC Christine McDonough, Purchasing Agent, 908-323-2345.
CNT N62472-96-M-3121
AMT $47,756.00
LINE N/A
DTD 120596
TO Interstate Panel, 101 Warwick Road, Yardley, PA 19067
CITE: (I-344 SN010150)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 50 CONS/LGCC, 66 Falcon Parkway, Suite 49, Falcon AFB,
  CO 80912-6649
SUBJECT: Z--CONSTRUCT  MATERIAL CONTROL FACILITY, BLDG 500, FALCON
  AFB, CO
POC Tom Smith, Contract Administrator (719) 567-3837 or Jim Berns,
   Contracting Officer (719) 567-3834.
CNT FA2550-97-C0002/FA2550-96-R0009
AMT $325,070.00
LINE 0001, 0002
DTD 120196
TO MCDS, INC. 3200 Blake Street, Denver CO 80205-2345.
CITE: (M-344 SN010189)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 10--PARTS KIT, SEAL REPLACEMENT
SOL SP0440-96-Q-JZ65
CNT SP0440-97-M-Z338
AMT $92,980.51
LINE 0001 THROUGH 0002
DTD 120696
TO Keymiaee aero-tech Inc 1300 NE 4TH St Bay 2 Oklahoma City
  OK  73117
CITE: (I-343 SN009782)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 10--KIT
SOL SP0440-96-Q-JX80
CNT SP0440-97-M-Z346
AMT $36,000.00
LINE 0001
DTD 120696
TO Dbr Industries Inc 18 penns Trl Newtown PA 18940-1813
CITE: (I-343 SN009786)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis
  Hwy., Arlington, VA 22241-5362
SUBJECT: 14--TRIDENT II (D5) NAVIGATION SUBSYSTEM HARDWARE AND
  SOFTWARE
POC Bill Arcidiacono, Code SPN-66. (703) 607-3393.
CNT N00030-97-C-0019
AMT $39,957,000.00
LINE Items 0001 through 0
DTD 112696
TO Lockheed Martin Tactical Systems, Inc., 365 Lakeville Road,
  Great Neck, NY 11020-1696
CITE: (M-344 SN010107)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--SEGMENT ASSEMBLY, VANE
SOL SP0460-96-X-OPTN
CNT SP0460-97-C-5094
AMT $209,440.00
LINE 0001AA THROUGH 0002A
DTD 120696
TO Kent Associates Inc 900 5TH Ave Mansfield TX 76063-2727
CITE: (I-343 SN009784)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--DUCT ASSEMBLY, AIR CONDITIONING AIRCRAFT
SOL SP0460-97-Q-B345
CNT SP0460-97-M-2353
AMT $41,400.00
LINE 0001
DTD 120696
TO Aiw-Alton Inc 1475 Palisado Ave P O Box 713 Windsor CT 06095-0713
CITE: (I-343 SN009787)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--TANK, LUBRICATIOG OIL
SOL SP0460-96-Q-LY90
CNT F24601-95-G-0001-TYD8
AMT $50,033.25
LINE 0001
DTD 120796
TO Cessna aircraft Co Hwy k-42 P.O.Box 7704 Wichita KS 67277
CITE: (I-343 SN009789)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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, TRAILING EDGE
SOL SP0460-97-Q-C141
CNT SP0460-97-M-4552
AMT $35,900.00
LINE 0001
DTD 120696
TO Valley electronics Co P O Box 277 Kathleen GA 31047-0277
CITE: (I-343 SN009790)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--LATCH ASSEMBLY, AIRC
SOL SP0460-96-Q-CD39
CNT N00383-93-G-B417-XHAE
AMT $38,308.32
LINE 0001AA THROUGH 0002A
DTD 120696
TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert
  St  Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516
CITE: (I-343 SN009791)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--FLANGE ASSEMBLY, DIA
SOL SP0460-96-R-2216
CNT SP0460-97-C-5096
AMT $202,742.88
LINE 0001AA THROUGH 0001A
DTD 120696
TO Lucas Western Inc Lucas Aerospace Power Transmission 211 Seward
   Ave P.O.Box 457 Utica NY 13503
CITE: (I-343 SN009813)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--WINDOW PANEL, AIRCRAFT
SOL SP0460-95-R-3997
CNT N00383-96-G-001N-TYA8
AMT $221,966.40
LINE 0001AA THROUGH 0002A
DTD 120696
TO Boeing Helicopters Div of the Boeing Co Boeing Ctr Industrial
  Hwy  Bldg 3-25 Ridley Park PA 19078
CITE: (I-343 SN009815)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--WINDSHIELD ASSEMBLY
SOL SP0460-96-R-1000
CNT SP0460-97-C-5098
AMT $150,360.00
LINE 0001AA THROUGH 0002A
DTD 120696
TO PPG Industries Inc works no 22 1719 Highway 72 E P O Box 2200
   Huntsville AL 35804-4816
CITE: (I-343 SN009816)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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, STRUCTURAL, AIRCRAFT
SOL SP0460-96-Q-XX85
CNT SP0460-97-M-4474
AMT $65,945.00
LINE 0002
DTD 120696
TO Airborne Product Support Inc 801 Avenida Acaso Camarillo CA
  93012
CITE: (I-343 SN009817)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--PARTS KIT, FUSELAGE
SOL SP0460-96-Q-AF23
CNT SP0460-97-M-4527
AMT $46,410.00
LINE 0001 THROUGH 0002
DTD 120696
TO Pacific aerospace Mfg 3725 Old Conejo Rd P.O.Box 770 Newbury
  Park  CA 91320
CITE: (I-343 SN009822)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aivation and Troop Command, 4300 Goodfellow
  Blvd, St Louis, MO 63120-1798
SUBJECT: 15 -- 1AA-BULKHEAD, 2AA-POWER DISTRIB, AND 3AA-SHROUD
  ASSY
POC L. Anderson-Samuel, Procurement Technician, 314-263-0789,
  fax 314-263- 9012, Pamela Moran, Contracxting Officer, 314-263-0782.
CNT DAAJ09-94-G-0005, 0059
AMT $ 276,200.00
LINE 1AA, 2AA & 3AA
DTD 120796
TO McDonnell Douglas Helicopter Company, dba McDonnell Douglas
  Helicopter System, 5000 E. McDowell Road, Mesa, AZ 85215-9797
CITE: (I-344 SN009935)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798
SUBJECT: 15 -- COVER ACCESS, NSN: 1560-01-115-3720, P/N: 70500-02053-064,
  QTY: 60 EACH
POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX
  314-263- 9012, Daniel J. Fuller, Contracting Officer, 314-263-2555.
CNT DAAJ09-97-Q-0322, Contract DAAJ09-93-G-0017, D.O. 0199
AMT $197,971.20
LINE 0001AA
DTD 120396
TO Sikorsky Aircraft Corporation, 6900 Main St., P O Box 9729,
  Stratford, CT 06497-9129
CITE: (I-344 SN009959)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--HOUSING ASSEMBLY, CENTER-PROBE
SOL SP0460-97-Q-D019
CNT SP0460-97-M-6282
AMT $28,028.00
LINE 0001
DTD 120696
TO S and L Metal Products Corp precision production machinists
  fluid  power controls 5736 58TH Pl P.O.Box 238## Flushing NY
  11378-0238
CITE: (I-343 SN009812)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--HANDLE, QUADRANT
SOL SP0460-96-Q-LE96
CNT F09603-94-G-0029-TY15
AMT $30,141.00
LINE 0001
DTD 120696
TO Lockheed Martin Corp Lockheed Martin control systems 600 Main
  St  room 155 Johnson City NY 13790-1888
CITE: (I-343 SN009818)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FMJ), Rock Island , IL
  61299-7630
SUBJECT: 16 -- SERVICES/REMOTE ROCKET ASSY
POC Contract Specialist: Phyllis Smith (309) 782-3625, PCO: Allen
  J. Hale (309) 782-6736
CNT DAAE20-97C0036
AMT $244,500
LINE N/A
DTD 120696
TO Defense Electronic Products of Texas, 1312 Brown Trail, Suite
  J, Bedford, TX 76022
CITE: (I-344 SN009926)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798, AMSAT-A-PLBA
SUBJECT: 16 -- VALVE, GATE, AIRCRAFT, NSN: 1650-01-138-6674,
  P/N: 70652-02290- 102, QTY 266 EACH
POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX
  314-263- 9012, Daniel J. Fuller, Contracting Officer, 314-263-2555.
CNT DAAJ09-96-Q-1181, Contract N00383-96-G-005D,BS01
AMT $473,214.00
LINE 0001AA
DTD 120496
TO Parker-Hannifin Corp., Aerospace Group, Customer Support Military
  Div., 16666 Von Karman Ave., Irvine, CA 92714-4917
CITE: (I-344 SN009958)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798
SUBJECT: 16 -- SEAT ASSY, 70500-02152-047, 1680-01-252-0373,
  MIN 81/MAX 337; SEAT AIRCRAFT, 70500-02151-045, 1680-01-108-0558,
  MIN 162/MAX 543; AIRCRAFT, 70500-02151-047, 1680-01-263-9846,
  MIN 146/351
POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX
  314-263- 9012, Daniel J. Fuller, Contracting Officer, 314-263-2555.
CNT DAAJ09-96-R-0203, DAAJ09-97-D-0040, D.O. 0001
AMT $1,171,565.70
LINE 0001AA, 0002AA, 0003
DTD 120496
TO Sikorsky Aircraft Corporation, 6900 Main Street, Stratford,
  CT 06497- 9129
CITE: (I-344 SN009960)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 20--FINGER, CORNER SEGMENT
SOL SP0451-97-Q-GA03
CNT SP0490-97-M-AD65
AMT $43,613.75
LINE 0001
DTD 120696
TO Bell Avon Inc a joint venture 1200 Martin Luther King Jr Blvd
   picayune MS 39466-5427
CITE: (I-343 SN009785)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 20--DESK, TYPEWRITER LEFT-HAND PEDESTAL
SOL SP0451-96-R-0531
CNT SP0490-97-C-5097
AMT $111,044.00
LINE 0001
DTD 120696
TO Tri-way Industries Inc 7748 S 200TH St Kent WA 98032-1104
CITE: (I-343 SN009821)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Supply Directorate, CONTRACTING DEPARTMENT, PSC BOX 8018,
  Cherry Point, NC 28533-0018
SUBJECT: 25--REAR AXLE
POC Sherry Kelly, (919) 466-7765, Contracting Officer, Cherie
  Daniels, (919) 466-7504.
CNT N00146-97-M-L076
AMT $77,250.00
LINE 0001
DTD 112796
TO Dana Corp, SPICER OFF-HWY AXLE DIVISION, PO BOX  2424, FORT
  WAYNE, IN 46801
CITE: (M-344 SN010101)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 29-STARTER,ENGINE,AIR
POC Contact Point, Richard S Fry, 02112.17, (717)790-2828, Fax,
  (717)790-2284, Twx, Not-avail
CNT N0010497PDB72, Sol Nr N00104-97-Q-DA92, NIIN 012535566
AMT $51,831
DTD 121596
TO Ingersoll-rand Co/proto-tool Co/ , White House ,TN 37188 -
  -0618
CITE: (I-344 SN009963)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798, AMSAT-A-PLBA
SUBJECT: 30 -- GEAR, BEVEL, P/N: 70357-06315-101, NSN: 3020-01-093-7114,
  QTY 33 EACH
POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX
  314-263- 9012 or Daniel J. Fuller, Contracting Officer, 314-263-2555.
CNT DAAJ09-96-Q-1399, Contract DAAJ09-93-G-0017, D.O. 0187
AMT $130,430.52
LINE 0001AA
DTD 120596
TO Sikorsky Aircraft Corporation, 6900 Main Street, Stratford,
  CT 06497- 9129
CITE: (I-344 SN009961)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, AIRFRAME
CNT SP0500-97-M-P517
AMT $99,630.00
LINE 0002
DTD 120696
TO Kaydon Corp 2860 McCracken St P O Box 688 Muskegon MI 49443
CITE: (I-343 SN009842)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 34--WELDING MACHINES
POC Contracting Officer, CAVANAUGH, TATEA, 202-508-3952
CNT 1PI-C-2886-97
AMT $60,000
DTD 120596
TO OEI, P.O. Box 8400, Green Bay, WI 54308-8400
CITE: (I-344 SN010036)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 39--TRUCK, HAND, SHELF
SOL SP0440-96-Q-JX19
CNT SP0440-97-M-Z265
AMT $62,526.00
LINE 0001 THROUGH 0002
DTD 120696
TO Low temp Mfg Co Inc 9192 Tara Blvd P.O.Box 795 Jonesboro GA
  30237
CITE: (I-343 SN009814)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 41--FAN, CENTRIFUGAL
SOL SP0430-97-Q-Q125
CNT SP0430-97-M-R449
AMT $26,216.20
LINE 0001
DTD 120696
TO Rotron Inc Custom Div 9 Hasbrouck Ln Woodstock NY 12498
CITE: (I-343 SN009792)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--IMPELLER, PUMP, CENTRIFUGAL.
SOL SP0760-96-Q-Z355
CNT SP0700-95-G-0008-0150
AMT $27,355.00
LINE 0001
DTD 120696
TO Warren Pumps Inc 82 Bridges Ave P.O.Box 969 Warren MA 01083-0969
CITE: (I-343 SN009848)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 44-COOLER,FLUID,INDUST
POC Contact Point, Richard S Fry, 02112.17, (717)790-2828, Fax,
  (717)790-2284, Twx, Not-avail
CNT N0010497PDB80, Sol Nr N00104-97-Q-DA91, NIIN 012530770
AMT $94,094
DTD 121696
TO Tranter Inc/texas Division , Wichita Falls ,TX 76307-0000
CITE: (I-344 SN009890)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. RUBBER, 9/16 INCH
CNT SP0740-97-M-0233
AMT $35,420.52
LINE 0001 THROUGH 0002
DTD 120696
TO Parker-Hannifin Corp Stratoflex Div 220 Roberts Cut-Off Rd
   P.O.Box 10398 Fort Worth TX 76114-0398
CITE: (I-343 SN009849)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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, INTERFACE VACUUM. MATERIAL:  STEEL.
CNT SP0760-97-C-4803
AMT $116,573.52
LINE 0001 THROUGH 0004
DTD 120696
TO Environmental systems Inc 1197 Baltimore-Annapolis Blvd P.O.Box
   9751 Bldg 3 unit 6 Arnold MD 21012-2308
CITE: (I-343 SN009850)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--LEVER, LOCK-RELEASE
SOL SP0500-96-Q-TF55
CNT SP0500-97-M-P973
AMT $32,891.10
LINE 0001
DTD 120796
TO Transtechnology Corp Breeze-Eastern Div 700 Liberty Ave Union
  NJ  07083-8107
CITE: (I-343 SN009845)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--LUMBER, SOFTWOOD, BOARD; IN ACCORDANCE
SOL SP0500-97-Q-9002
CNT SP0500-97-M-R130
AMT $73,062.00
LINE 0001
DTD 120796
TO Forest products distributors Inc 4200 Beach Dr Suite 2 rapid
  City  SD 57702-4967
CITE: (I-343 SN009843)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--LUMBER, SOFTWOOD, BOARD; IN ACCORDANCE
SOL SP0500-97-Q-A629
CNT SP0500-97-M-P849
AMT $73,755.00
LINE 0001
DTD 120796
TO Forest products distributors Inc 4200 Beach Dr Suite 2 rapid
  City  SD 57702-4967
CITE: (I-343 SN009844)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 58-PANEL,CONTROL,ELECT
POC Contact Point, Wilson T Kury, 02131.13, (717)790-4768, Fax,
  (717)790-2284, Twx, Not-avail
CNT N0010494G03035046, Sol Nr N00104-95-Q-JL39, NIIN 014341316
AMT $75,743
DTD 121696
TO Alliant Techsystems Inc , Mukilteo ,WA 98275-4844
CITE: (I-344 SN009891)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 58-POWER SUPPLY
POC Contact Point, Ronald J Brosso, 02152.11, (717)790-7312,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Melanie
  A Pepperman, 02152, (717)790-3056
CNT N0010497PGA82, Sol Nr N00104-96-T-3656, NIIN 012294472
AMT $39,978
DTD 121596
TO Lake Shore Inc , Iron Mountain ,MI 49801-5316
CITE: (I-344 SN009964)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-96-Q-WH81
CNT SP0451-97-M-8404
AMT $25,650.00
LINE 0001 THROUGH 0002
DTD 120696
TO Spencer Industries Inc 80 Holmes St Belleville NJ 07109-3121
CITE: (I-343 SN009788)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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, ELECT
CNT SP0960-97-M-1305
AMT $37,128.00
LINE 0001 THROUGH 0003
DTD 120796
TO Raytheon Co submarine Signal Div HQ 1847 W main Rd Portsmouth
  RI  02871-1087
CITE: (I-343 SN009838)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--CONTACT, ELECTRICAL
SOL SP0960-96-T-W025
CNT SP0960-97-M-1235
AMT $28,631.76
LINE 0001
DTD 120796
TO Summit Industries Inc 4545 Gateway Circle Kettering OH 45440-1711
CITE: (I-343 SN009839)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59-ELECTRONIC COMPONEN - AND OTHER REPLACEMENT PARTS
POC Contact Point, Richard G Basila, 02131.15, (717)790-3598,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Thomas
  E Trump, 021x, (717)790-2736
CNT N0010495G02025047, Sol Nr N00104-96-Q-JB21, NIIN 013850855
AMT $1,155,722
DTD 120496
TO Raytheon , Portsmouth ,RI 02871-1087
CITE: (I-344 SN009965)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--LEAD AND CONDUIT ASSEMBLY, ELECTRICAL
SOL SP0451-97-X-7099
CNT SP0451-97-M-C498
AMT $46,329.50
LINE 0001AA THROUGH 0003
DTD 120696
TO Heale Mfg Co Inc 1231 the strand P O Box 1444 Waukesha WI
   53187-1444
CITE: (I-343 SN009783)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, DIRECT CURRENT
SOL SP0430-96-Q-BR63
CNT SP0430-97-M-P364
AMT $54,852.66
LINE 0001 THROUGH 0002
DTD 120696
TO DCM Mfg Inc 4540 W 160TH Street Cleveland OH 44135
CITE: (I-343 SN009819)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 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--POWER SUPPLY
SOL SP0430-96-Q-BQ80
CNT SP0430-97-M-R439
AMT $40,568.00
LINE 0001
DTD 120696
TO St keltec Corp 84 Hill Ave Fort Walton Beach FL 32548
CITE: (I-343 SN009820)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 61-CONTACTOR,MAGNETIC
POC Contact Point, Yvonne D Morgan, 87321.4, (717)790-2562, Fax,
  (717)790-1569, Twx, Not-avail, Contracting Officer, Trent E
  Roach, 87321, (717)790-5259
CNT N0010497PBD70, Sol Nr N00104-96-Q-BP68, NIIN 012534696
AMT $30,211
DTD 121696
TO Eaton Corp/specific Industry Ctrl. , Milwaukee ,WI 53216 -
  -0000
CITE: (I-344 SN009892)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--LIGHT, NAVIGATIONAL,
CNT SP0411-97-M-E721
AMT $36,350.00
LINE 0001 THROUGH 0003
DTD 120796
TO Grimes Aerospace Co 550 State Rt 55 P.O.Box 247 Urbana OH
   43078-0247
CITE: (I-343 SN009780)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--LIGHT, NAVIGATIONAL, AIRCRAFT
CNT SP0441-96-C-0461
AMT $44,410.00
LINE 5001AA
DTD 120696
TO Aristo grid lamp products 35 lumber Rd Roslyn NY 11576
CITE: (I-343 SN009781)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70 -- DEVELOP NEW OR ADAPT EXISTING SOFTWARE TO CALCULATE
  SEISMIC SOURCE PARAMETERS USING OUTPUT FROM NANOMETRICS DATA
  FILES
POC James McCormick, Contract Specialist, (619)939-7953 or John
  R. Davidson, Contracting Officer, (619)939-7408.
CNT N68936-97-C-0001, Solicitation N68936-96-R-0269
AMT $159,423.00
LINE N/A
DTD 112296
TO Yale University, Grant & Contract Administration 12 Prospect
  Place New Haven, CT 06511
CITE: (I-344 SN010147)

[Commerce Business Daily: Posted December 7, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 83--TENT, LINER, HEXAGONAL
SOL SP0100-96-Q-4367
CNT SP0100-97-M-EA63
AMT $64,500.00
LINE 0001AA THROUGH 0001B
DTD 120696
TO Weckworth Mfg Inc DBA Weckworth-Langdon 1806 W 2ND St P.O.Box
   3435 Wichita KS 67201-3435
CITE: (I-342 SN009773)

[Commerce Business Daily: Posted December 8, 1996]
[Printed Issue Date: December 11, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 93--PLASTIC SHEET
SOL SP0441-97-Q-R141
CNT SP0441-97-M-T510
AMT $40,322.01
LINE 0001 THROUGH 0003
DTD 120696
TO Lustro Plastics Co 4000 W Harmon Ave Las Vegas NV 89103
CITE: (I-343 SN009811)

[Commerce Business Daily: Posted December 09, 1996]
[Printed Issue Date: December 11, 1996]

PART: SPECIAL NOTICES
SUBJECT: 70-3D NETWORK VISUALIZATION
DESC:   Headquarters Air Force Communications Agency, the Modeling
  and Simulation Branch project team, seeks information about
  hardware and software  products for 3D network visualization,
  and general 3D visualization of  information systems and infrastructure.
   3D visualization is an aid to  understanding and management
  of an enterprise's IT resources including,  but not limited
  to, computing environments, networks, databases, and  applications.
   Information received will be evaluated to determine how 
  products might be used within the Air Force.  Demonstration
  software is  acceptable.  Replies should include information
  about the product's  capabilities, evaluation criteria, cost,
  required hardware, maintenance or  support cost, and other
  pertinent information.   Submit replies to HQ AFC4A/TNAB
  (Attn:  Mr. Douglas Syler), Building 1700  Room 2000, 203
  West Losey Street, Scott AFB, IL 62225-5238.  Submission by
   FAX:  (618)256-8944.  All responsible sources may submit
  information.  Replies to this notice should be submitted
  within 90 days after publication. This RFI is not related
  to any contract action.  No contract will be awarded as a
  result of this RFI.
EMAIL brockc@wing.safb.af.mil
EMAILDESC: 
  M Brock
CITE: (W-344 SN010081)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: Commanding Officer, Southern Division (Code 02), Naval
  Facilities Engineering Command, 2155 Eagle Drive, P.O. Box
  190010, North Charleston, SC 29419-9010
SUBJECT: TIMBER SALE
POC Mr. Hank Cochran at (904) 778-5451.
DESC: Approximately 11,211 tons of pine trees located at the
  Naval Air Station, Cecil Field, Florida. The sale areas comprise
  approximately 244 acres. This sale is to be by Unit Price--Inv
  N62467-97-B-0837. Bid opening is on Thursday, 16 January 1997
  at 2:30 p.m. (local time). To see timber, contact Mr. Hank
  Cochran at (904) 778-5451.
CITE: (M-344 SN009978)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: Defense Logistics Agency, Defense Reutilization & Marketing
  Service, International Sales Office, 2163 Airways Boulevard,
  Memphis, Tennessee 38114-5211
SUBJECT: MISCELLANEOUS PROPERTY SALE. (TERM)
DUE 121696
POC Danny Snow, Chief Usable Branch, (901) 775-6132.
DESC: All bids for property offered must be received by 16 Dec
  96, 3:00 p.m. C.D.S.T., at the International Sales Office in
  Memphis, Tennessee. Includes: Support set, stacking material
  pallets, ADP equipment and components. TYPE SALE: Sealed Bid,
  IFB No. 31-7317, inspection beginning: 02 Dec 96, Bid Opening:
  17 Dec 96, Property Locations: NH, TN.
CITE: (M-344 SN009992)

[Commerce Business Daily: Posted December 9, 1996]
[Printed Issue Date: December 11, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: Defense Logistics Agency, Defense Reutilization & Marketing
   Service, International Sales Office, 2163 Airways Boulevard,
   Memphis, Tennessee 38114-5211
SUBJECT: CLOTHING AND MISCELLANEOUS PROPERTY  SALE
DUE 010697
POC Danny Snow, Chief Usable Branch, (901) 775-6132.
DESC: All bids for property offered must be received by 06 Jan
  97, 3:00 p.m. C.D.S.T., at the International Sales Office in
  Memphis, Tennessee. Includes: ADP equipment, ball valve, camouflage
  clothing, field packs, and camera. TYPE SALE: Sealed bid, IFB
  No.  31-7314, Inspection Beginning: 09 Dec 96, Bid Opening:
  07 Jan 97, Property Locations: AL, AZ, CO, GA, GU, HI, IL,
  KS, KY, MI, MT, NC, ND, NE, NH, NV, OH, PA, TN, TX, VA, WA,
  WI.
CITE: (M-344 SN010008)