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

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Lockheed Idaho Technologies Company, P.O. Box 1625, Idaho
  Falls, ID 83415-3521
SUBJECT: A--MOBILE-BASED NONDESTRUCTIVE ASSAY SYSTEM EVALUATION
SOL CBD058
DUE 010897
POC Michael E. McIlwain 208-526-8130
DESC: Lockheed Martin Idaho Technologies Company (LMITCO), is
  a management and operating contractor for the Department of
  Energy (DOE) at the Idaho National Engineering Laboratory (INEL).
   The DOE Characterization, Monitoring and Sensors Technology
  Cross-cut focus Area in conjunction with the LMITCO Mixed Waste
  Focus Area (MWFA) intends to evaluate current state-of-the-art
  mobile based nondestructive assay systems presently available
  to assay 55 and 83 gallon waste drums.  The intent is to determine
  status of currently available commercial and governmentally
  developed mobile assay systems for meeting the requirements
  of the Department of Energy's Waste Isolation Pilot Plant (WIPP)
  Waste Acceptance Criteria (DOE/WIPP-069) and Quality Assurance
  Program Plan (CAO-94-1010).  This demonstration may be used
  by the Carlsbad Area Office in support of selecting technologies
  to support mobile characterization requirements defined in
  the National TRU Waste Management Plan (DOE/NTP-96-1204) and
  needs identified in the Mobile Systems Capability Plan (DOE/NTP-96-1202).
   The focus of this demonstration is to select systems for test
  based on criteria that will be provided to those responding
  to this announcement and at an informational session conducted
  at the 5th Nondestructive Assay and Nondestructive Examination
  Waste Characterization Conference in Salt Lake City, Utah on
  January 14-16, 1997.  Based on the results of the response
  to this criteria, systems will be selected to be tested at
  the INEL on surrogate and real waste drums representing waste
  that will be shipped to the WIPP facility for disposal.  Successful
  applicants will receive partial financial support for performing
  these tests (approximately equal to two people at $90/hour
  for an estimated 35 day test period).  Successful applicants
  will also be required to meet all safety requirements of the
  INEL, which will be evaluated both in writing and visually
  prior to transferring the system to the INEL.  Organizations
  with interest in participating in this program and receiving
  additional information are asked to submit a contact name and
  address to Michael McIlwain, LMITCO, P.O. Box 1625, Idaho Falls,
  ID 83415-3805, (telephone (208)526-8130).  Subsequent information
  may be requested from respondents on their technologies in
  addition to information in the criteria document supplied.
   The preliminary plan for demonstration test calls for measurements
  on each of 33 real waste drums, selected randomly from the
  INEL waste stream inventory, and on 10 simulated "real waste"
  drums.  This request for interested parties will close to response
  30 days after publication.  This call supersedes the announcement
  appearing in the October 21, 1996 edition of the Commerce Business
  Daily, issued by the Special Technologies Laboratory.   
LINK http://www.wastenot.inel.gov/mwfa
LINKDESC: 
  Program
EMAIL mem@inel.gov
EMAILDESC: 
CITE: (W-340 SN009391)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Transit Cooperative Research Program, Transportation
  Research Board, 2101 Constitution Avenue, NW, Washington, DC
  20418
SUBJECT: A--ANNOUNCEMENT OF TCRP RESEARCH ALLOCATIONS FOR 1997
POC Steve Andrle, (202) 334-3224.
DESC: The Transit Cooperative Research Program is soliciting
  statements of qualifications and interest in TCRP Project J-8A,
  New Paradigms for Public Transportation: A Scoping Study. The
  objective is to conduct a scoping study on new paradigms for
  public transportation in the United States. This effort should
  consider the various forces affecting public transportation
  and propose specific actions, including research projects,
  to assist the industry and the communities it serves in coping
  with and preparing for change. Solicitation on this project
  is now available on the Transportation Research Board's world-wide
  web homepage (www2.nas.edu/trbcrp/tcrp2.html) with a December
  20, 1996  due date.
CITE: (M-341 SN009530)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U. S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: A -- DEVELOPMENT OF THREAT SYSTEMS
SOL DAAH01-97-R-A109
DUE 123096
POC Stephen D. Bradford, Contract Specialist, 205-842-8083, Bruce
  J. Metzger, Contracting Officer, 205-876-4202.
DESC: The opposing Force Analysis Suite effort will provide for
  the development of threat systems which are real-time, hardware-in-the-loop
  (HWIL), and man-in-the-loop (MITL). The design, performance,
  and High-Level Architecture service and systems, will be integrated
  into an object oriented framewok that is designed to aid in
  the development, analysis, assessment, and test of threat systems.
  The proposed contract will provide the engineering and analytical
  expertise, intelligence background and clearances, and operational
  test and evaluation capability required to accomplish the program
  objectives. The proposed acquisition listed here is a sole
  source procurement to TASC, Inc. 55 Walkers Brook Drive, Reading,
  MA 01867. See Numbered Note(s): 22, 25.
CITE: (I-341 SN009537)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, 2530 C St, WPAFB, OH 45433-7607
SUBJECT: A -- AUTOMOTIVE COMPOSITE PROCESS TECHNOLOGY FOR AEROSPACE
SOL PRDA NO. 97-30-MLK
DUE 011797
POC Mike Grommon, Contract Negotiator or Federick Reuth, Contracting
  Officer, (937) 255-5051.
DESC: A--INTRODUCTION: Wright Laboratory (WL/MLKN) is interested
  in receiving proposals (technical and cost) on the research
  effort described below. Proposals in response to this Program
  Research and Development Announcement (PRDA) shall be submitted
  by 17 Jan 97, 1500 Eastern Time, addressed to Wright Laboratory,
  Directorate of R&D Contracting, Bldg 7, Area B, Attn: (Mr.
  Mike Grommon, WL/MLKN) Wright-Patterson AFB OH 45433-7607.
  This is an unrestricted solicitation. Small businesses are
  encouraged to propose on all or any part of this solicitation.
  Proposals submitted shall be in accordance with this announcement.
  Proposal receipt after the cutoff date and time specified herein
  shall be treated in accordance with restric-tions of FAR 52.215-10,
  copy of this provision may be obtained from the contracting
  point of contact. There will be no other solicitation issued
  in regard to this requirement. Offerors should be alert for
  any PRDA amendments that may permit subsequent dates of proposal
  submission. Offerors should request a copy of the WL Guide
  entitled, "PRDA and BAA Guide for Industry" dated Nov 92. This
  guide was specifically designed to assist offerors in understanding
  the PRDA/BAA proposal process. Copies may be requested from
  the contracting point of contact stated herein. The Guide is
  also available on the internet, address: http://www.wl.wpafb.af.mil/
  contract. B--REQUIREMENTS: (1) Technical Description: The objective
  of this effort is to dramatically reduce composite processing
  costs through the use of processes used by the auto-motive
  industry to manufacture parts including, but not limited to,
  the Programmable Powdered Preform Process (P4), enabling increased
  exploitation of the performance benefits that advanced composite
  materials offer to aerospace structural applications. P4 is
  currently capable of varying the length and orientation of
  glass fibers on the fly for highly tailored reinforcement strategies,
  of producing very complex net structural shapes, and of generating
  very low material scrappage. Such preforms can then be coupled
  with very low cost resin infiltration techniques such as resin
  transfer molding, vacuum-assisted resin transfer molding, resin
  film infusion, etc. to produce low-cost, high-performance composite
  structures. This effort involves performing studies and conducting
  exploratory development toward the application of automotive
  composite processes to aerospace structural applications. To
  successfully transition these processes to the aerospace industry,
  the offeror shall integrate a team of aerospace companies that
  manufacture military aircraft. Also, the offeror shall have
  familiarity and experience with the automotive composites processing
  equipment and with data on such processes from the automotive
  community. A wide variety of issues exist for the required
  development. These issues include the use of aerospace grade
  carbon fibers and resins, the effect of discontinuous fibers,
  varying fiber length, and fiber misalignment on mechanical
  properties, the compatibility of the process and the equipment
  with aerospace grade materials, the ability to achieve fiber
  volumes necessary for aircraft structure, and the ability to
  lay up parts with variable thickness, stiffeners, and holes/openings.
  As a result, a wide variety of approaches could be taken by
  the contractors. (2) Deliverable Items: The following deliverable
  data items shall be proposed: (a) R&D Status Report, DI-A-3002A/T,
  monthly, (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T
  monthly, (c) Project Planning Chart, DI-MGMT-80507A/T monthly,
  (d) Contract Funds Status Report (CFSR), DI-F-6004B/T monthly,
  (e) Presentation Material, DI-3024A/T, as required, (f) Informal
  Technical Information Contractor's Billing Voucher, DI-S-30593/T,
  monthly, (g) Scientific and Technical Reports Interim Report,
  DI-MISC-80711/T semiannual, and (h) Scientific and Technical
  Reports Final Report, DI-MISC-80711, draft and reproducible
  final. (3) Security Requirements: No classified information
  is expected to be generated. (4) Other Special Requirements:
  International Traffic in Arms Regulations apply. C--ADDITIONAL
  INFORMATION: (1) Anticipated Period of Performance: The total
  length of the technical effort is estimated to be 26 months.
  The contractor shall also provide for an additional 4 months
  for processing/ completion of the final report. (2) Expected
  Award Date: 2 Jul 97. (3) Government Estimate: The Government
  funding profile is estimated to be as follows: FY97, $7.5M.
  This funding profile is an estimate only and is not a promise
  for funding as all funding is subject to change due to Government
  discretion and availability. (4) Type of contract: Cost Plus
  Fixed Fee (CPFF). (5) Government Furnished Property: None contemplated.
  (6) Size Status: For the purpose of this acquisition, the size
  standard is 500 employees (SIC 8731). (7) Notice to Foreign-Owned
  Firms: Foreign Sources are not permitted to respond due to
  ITAR requirements. (8) NOTE 26: Based upon market research,
  the Government is not using the policies contained in Part
  12, Acquisition of Commercial Items, in its solicitation for
  the described supplies or services. However, interested persons
  may identify to the Contracting Officer their interest and
  capability to satisfy the Government's requirement with a commercial
  item within 15 days of this notice. D--PROPOSAL PREPARATION
  INSTRUCTIONS: (1) General Instructions: Offerors should apply
  the restrictive notice prescribed in the provision at FAR 52.21512,
  Restriction on Disclosure and Use of Data, to trade secrets
  or privileged commercial and financial information contained
  in their proposals. Proposal questions should be directed to
  one of the points of contact listed elsewhere herein. Offerors
  should consider instructions contained in the WL PRDA and BAA
  Guide for Industry referenced in Section A of this announcement.
  Technical and cost proposals, submitted in separate volumes,
  are required and must be valid for 180 days. Proposals must
  reference the above PRDA number. In an effort to move toward
  paperless contracting, you are encouraged to submit your cost
  and technical proposals via electronic means on computer disk
  or CD-ROM. Please note that classified information shall NOT
  be submitted on disk. If proposals are not submitted on computer
  disk or CD-ROM, they shall be submitted in an original and
  five copies. If proposals will be submitted by electronic means,
  submit two paper copies and five electronic copies. The disks
  shall be 3.5 inch high density disk or on CD-ROM. All responsible
  sources may submit a proposal which shall be considered against
  the criteria set forth herein. Offerors are advised that only
  contracting officers are legally authorized to contrac-tually
  bind or otherwise commit the government. (2) Cost Proposal:
  Adequate price competition is anticipated. The accompanying
  cost proposal/price breakdown shall be furnished with supporting
  schedules and shall contain a personhour breakdown per task.
  Offerors may utilize form SF1448 if desired. A copy of the
  above-referenced form may be obtained from the con-tracting
  officer. (3) Technical Proposal: The technical proposal shall
  include a discussion of the nature and scope of the research
  and the technical approach. Additional information on teaming
  arrangements, prior work in this area, descriptions of available
  equipment including the auto-motive composites processing equipment,
  data, and facilities, and resumes of personnel who will be
  participating in this effort should also be included as attachments
  to the technical proposal. The technical proposal shall include
  a Statement of Work (SOW) detailing the technical tasks proposed
  to be accomplished under the proposed effort and suitable for
  contract incorporation. Offerors should refer to the WL Guide
  referenced in Section A to assist in SOW preparation. PL 98-94
  applies. Offerors must submit approved DD Form 2345, Export-Controlled
  DOD Technical Data Agreement with their proposal. Any questions
  concerning the technical proposal or SOW preparation shall
  be referred to the Technical Point of Contact cited in this
  announce-ment. (4) Page Limitations: The technical proposal
  shall be limited to 75 pages (12 pitch or larger type), double-spaced,
  single-sided, 8.5 by 11 inches. If electronic means are used,
  it shall be readable by Microsoft Word for Windows, version
  6.0. The double spacing requirement shall be satisfied by Microsoft
  Word's double spacing method and the 12 pitch or larger requirement
  shall be satisfied by setting the Microsoft Word for Windows
  type size (point) at 12 or larger. The page limitation includes
  all information, i.e. indexes, photographs, foldouts, appendices,
  attachments, etc. Pages in excess of this limitation will not
  be considered by the government. Cost proposals have no limitations,
  however, offerors are requested to keep cost proposals to 60
  pages as a goal. If electronic means are used, it shall be
  readable by Microsoft Excel for Windows, Version 5.0. (5) Preparation
  Cost: This announcement does not commit the Govern-ment to
  pay for any response preparation cost. The cost of preparing
  proposals in response to this PRDA is not considered an allowable
  direct charge to any resulting or any other contract. However,
  it may be an allowable expense to the normal bid and proposal
  indirect cost as speci-fied in FAR 31.205-18. (6) If selected
  for negotiations, qualifying offerors will be required to submit
  a subcontracting plan. E--BASIS FOR AWARD: The selection of
  one or more sources for award will be based on an evaluation
  of an offeror's response (both technical and cost aspects)
  to determine the overall merit of the proposal in response
  to the announcement. The technical aspect, which is ranked
  as the first order of priority, shall be evaluated based on
  the following criteria which are of equal importance: (a) The
  offeror's technical approach to accomplish the scientific and
  technical objectives, (b) The offeror's understanding of the
  scope of the work, including the understanding of the cost
  drivers associated with composite appli-cations to aerospace
  vehicles, (c) The availability of experienced engineers, scientists,
  and technicians, (d) The offeror's understanding and experience
  in automotive composites including access to the automotive
  composites processing equipment and development performed by
  the automotive industry, (e) The offeror's aerospace experience
  base that could be brought to the program which would have
  bearing on the technical issues associated with automotive
  com-posites processes and which could reduce the risk of transitioning
  between the automotive processes and the aerospace applications
  (i.e., experience with chopped fiber preforms, exper-ience
  with spraying of chopped carbon fibers, resin infiltration
  techniques, etc.), (f) The offeror's ability to form a team
  of aerospace companies who manufacture military aircraft, and
  (g) The organization, clarity, and thoroughness of the proposed
  SOW. Cost and/or price, which includes consideration of proposed
  budgets and funding profiles, is a substantial factor, but
  ranked as the second order of priority. No other evaluation
  criteria will be used. The technical and cost information will
  be evaluated at the same time. The Air Force reserves the right
  to select for award of a contract, grant, cooperative agreement,
  or other transaction any, all, part, or none of the proposals
  received. Award of a cooperative agreement, in lieu of a contract,
  will be considered and will be subject to the mutual agreement
  of the parties. F--POINTS OF CONTACT: (1) Technical Contact
  Point: Dr. John D. Russell, Wright-Patterson Air Force Base
  OH 45433-7750, 937/255-1471, e-mail russeljd@ml.wpafb.af.mil.
  (2) An Ombudsman has been appointed to hear concern from offerors
  and potential offerors during the proposal development phase
  of this acquisition. The purpose of the Ombudsman is not to
  diminish the authority of the Contracting Officer, but to communicate
  contractor concerns, issues, disagreements and recommendations
  to the appropriate government personnel. All potential offerors
  should use established channels to voice concerns before resorting
  to use of the Ombudsman. When requested, the Ombudsman will
  maintain strict confidentiality as to the source of the concern.
  The Ombudsman does not participate in the evaluation of proposals
  or in the selection decision. Interested parties should direct
  all routine communication concerning this acquisition to Mr.
  Mike Grommon, Contract Negotiator, WL/MLKN, Bldg 7, 2530 C
  St, Wright-Patterson AFB OH 45433-7607, telephone 937/255-5051.
  The Ombudsman should only be con-tacted with issues or problems
  that have been previously brought to the attention of the contract-ing
  officer and could not be satisfactorily resolved at that level.
  These serious concerns only may be directed to the Ombudsman,
  Mr. Daniel L. Kugel, ASC/SY Bldg 52, 2475 K St, Ste 1, Wright-Patterson
  AFB OH 45433-7642, e-mail kugeldl@sy.wpafb.af.mil, phone 937/255-3855.
CITE: (I-341 SN009595)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Contracts Management Section, National Institute of Dental
  Research, NIH, 45 Center Drive, Room 4AN-44D, Bethesda, Maryland
  20892
SUBJECT: A--CONTRIBUTION OF AMALGAM RESTORATION TO TOTAL BODY
  BURDEN OF MERCURY IN CHILDREN
SOL RFP NIH-NIDR-11-97-4
POC Marilyn R. Zuckerman, Contracting Officer, (301) 594-5569.
DESC: This is a notice of intent to issue RFP NIH-NIDR-11-97-4
  on a sole-source basis to New England Research Institute (NERI),
  Watertown, Massachusetts 02172. The proposed two-year study
  will determine the contribution that dental amalgam restorations
  make to the total body burden of mercury in children. The kinetics
  of Mercury will be studied in children enrolled in a clinical
  trial on the health effects of dental amalgam, conducted through
  the New England/Forsyth Dental Center Children's Amalgam Trial
  Consortium. Negotiations will be conducted on a sole-source
  basis under authority of 41 U.S.C. 253(c)(1), as set forth
  in FAR 6.302-1. See Note 22.
CITE: (M-341 SN009618)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Contracts Management Section, National Institute of Dental
  Research, NIH, 45 Center Drive, Room 4AN-44D, Bethesda, Maryland
  20892
SUBJECT: A--INFLUENCE OF DENTAL AMALGAMS ON MERCURY AND ANTIBIOTIC
  RESISTENT BACTERIA
SOL RFP NIH-NIDR-11-97-6
POC Marilyn R. Zuckerman, Contracting Officer, (301) 594-5569
DESC: This is a notice of intent to issue RFP NIH-NIDR-11-97-6
  on a sole-source basis to University of Washington, Seattle,
  Washington 98195. The proposed four-year study will determine
  whether exposure to mercury vapor from dental amalgam selects
  for acquisition of mercury resistant bacteria, as well as for
  bacteria that exhibit multi-drug resistance. The study will
  be performed on the population of children enrolled in the
  University of Washington/Casa Pia Children's Amalgam Trial.
  Negotiations will be conducted on a sole-source basis under
  authority of 41 U.S. C. 253(c) (1), as set forth in FAR 6.302-1.
  See Note 22.
CITE: (M-341 SN009619)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: DIRECTOR, USAMRAA, MCMR-AAA, BLDG 820, FORT DETRICK,
  FREDERICK MD 21702-5014
SUBJECT: A--A--PRE-FORMULATION STUDIES AND FORMULATION OF INVESTIGATIONAL
  NEW DRUG
SOL DAMD17-97-R-0001
DUE 123196
POC Contract Specialist Nancy G. Mohler (301) 619-7424 (301)
  619-2937 FAX Contracting Officer Patricia M. McAllister (301)
  619-7360 (Site Code DAMD17) (Site Code DAMD17)
DESC: The U.S. Army Medical Research and Materiel Command (USAMRMC)
  has as one of its responsibilities the development of new drugs
  to protect or treat soldiers confronted with threats on the
  modern battlefield or exposed to endemic diseases during deploymnt.
  Preformulation studies and formulation development are needed
  in the early stage of drug development. During the clinical
  study phases, production and delivery of clinical batches of
  formulated products are required. A contractor is needed (1)
  to deterine the essential physical and chemical properties
  of candidate drugs with the ultimate goal of designing an optimal
  dosage form or drug delivery system, (2) to design, formulate,
  test, and produce clinical batches of solid oral, parenteral,
  or other dosage forms to support phase I, II and III clinical
  trials. All studies and productions must be in compliance with
  the current Good Manufacturing Practice (cGMP) Reglations and
  be performed in an FDA-licensed facility. The contractor should
  be sufficiently flexible so as to be able to study more than
  one candidate drug and drug formulations simultaneously. The
  contractor must also be able to respond rapidly to changin
  priorities. The Army expects to award a 5 year contract. RFP
  DAMD17-97-R-0001 to be issued on/or about 06 January 1997.
  Only written requests will be accepted. Proposals will be due
  approximately 45 days after issue date. This CBD announcement
  amends and replaces the original announcement issued 18 November
  1996. Contractors who have requested copies of the RFP as a
  result of the previous announcement ned not resubmit their
  requests.
CITE: (I-341 SN009657)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: DIRECTOR, USAMRAA, MCMR-AAA, BLDG 820, FORT DETRICK,
  FREDERICK MD 21702-5014
SUBJECT: A--REQUEST FOR PROPOSALS
SOL CBD700-0000-0001
POC Contracting Officer Craig D. Lebo (301) 619-2036 (Site Code
  DAMD17)
DESC: The Department of Defense is soliciting proposals to: (1)
  determine the feasibility of epidemiological studies in human
  subjects, including those thought to be near Kamisayah, Iraq
  during the first two weeks of March, 1991 and, (2) conduct
  animal stuies, designed to assess the possible long-term or
  delayed clinical effects of low level or subclinical exposures
  to chemical warfare agents. Low level exposures are defined
  as measurable exposures to chemical agents which are insufficient
  to cause acute sins or symptoms. The proposals should address
  defining appropriate design and methodological considerations
  as well as defining appropriate parameters for exposure and
  measurement of possible clinical effects of low-level nerve
  agent exposure. The focus of these proposals should be the
  assessment of possible health effects due to exposure to low
  levels of chemical warfare nerve agents, such as sarin. In
  addition, parmeters of particular interest include clinically
  significant behavioral, neurological, or electrophysiological
  sequelae to such exposures. For the feasibility of epidemiologic
  studies a determination should be made as to whether data are,
  or are likely to ecome, available and sufficient to estimate
  the likelihood that such exposures to the test chemicals have
  long-term clinical effects or delayed sequelae. For the animal
  studies proponents should have the capability to conduct pilot
  investigations with appropriate nerve agents and species. Proponents
  should also know that the results of these studies will become
  matters of public record. There is currently aproximnately
  $2.0M available for this effort and it is anticipated that
  at least two (2) awards for research projects will be made.
  Research projects are customarily in the two to four year duration.
  Proposals should be submitted in accordance with Broad Aency
  Announcement 95-1 copies of which are available by faxing a
  request to (301) 619-2937. Proposals should be sent to: Commander,
  U.S. Army Medical Research and Materiel Command, ATTN: MCMR-AAA,
  Fort Detrick, Frederick, MD 21702-5012. Proposals should be
  received NLT 19 February 1997.
CITE: (I-341 SN009658)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Contracts Management Section, National Institute of Dental
  Research, NIH, 45 Center Drive, Room 4AN-44D, Bethesda, Maryland
  20892.
SUBJECT: A--IMMUNE FUNCTION IN CHILDREN FOLLOWING RESTORATION
  OF CARIOUS LESIONS WITH DENTAL AMALGAM
SOL RFP NIH-NIDR-11-97-5
POC Marilyn R. Zuckerman, Contracting Officer, (301) 594-5569.
DESC: This is a notice of intent to issue RFP NIH-NIDR-11-97-5
  on a sole-source basis to New England Research Institute (NERI),
  Watertown, Massachusetts 02172. The proposed three-year study
  will conduct a screen of immune function in children following
  restoration of carious lesions with dental amalgam. The study
  will be performed on the population of children enrolled in
  a clinical trial on the health effects of dental amalgam conducted
  through the New England/Forsyth Dental Center Children's Amalgam
  Trial Consortium. The screen will involve both functional and
  population assays of B-, T-, and NK- cell populations in a
  subset of children enrolled into each arm of the clinical trial.
  Negotiations will be conducted on a sole-source basis under
  authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1.
  See Note 22.
CITE: (M-341 SN009672)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Office of Naval Research, 800 North Quincy Street, Arlington,
  VA 22217-5660
SUBJECT: A -- UNIVERSITY RESEARCH INITIATIVE PROGRAM FOR COMBAT
  READINESS
SOL N00014-
POC Dr. Donald E. Polk, ONR 353, (703)696-0558.
DESC: BAA 97-006. The Office of Naval Research (ONR), serving
  as executive agent for the Department of Defense (DOD), is
  seeking proposals to accelerate, within the university community,
  certain research activities affecting combat readiness. As
  part of DOD's University Research Initiative program, proposals
  are sought from qualified institutions of higher education
  (IHE) with strong capabilities in the following six areas of
  research related to combat readiness: chemical and biological
  warfare, target acquisition and identification, anti-submarine
  warfare, combat medicine, biodeterioration, and command, control,
  and communications. While identifying projects which offer
  potential advancement and improvement in combat readiness,
  proposals must stipulate the specific savings in research or
  other federal expenditures that will accrue from accelerated
  research covered in the proposed projects. It is anticipated
  that one or more awards (grant(s) and/or cooperative agreement(s)
  will result from this solicitation, not to exceed about $9.7
  Million in total federal funding. The performance period for
  the proposed effort should not exceed 5 years with a start
  date of 30 June 1997. The awardee(s) will be required to contribute
  at least three times the amount provided in federal funds as
  cost sharing or matching (refer to OMB Circular A-110 for definition
  of cost sharing or matching). This is a Broad Agency Announcement
  (BAA) as contemplated in the Federal Acquisition Regulation
  6.102(d)(2). Before preparing proposals, qualified IHEs may
  contact the ONR POC. Proposals submitted in response to this
  announcement must be sent to Office of Naval Research, ONR
  353 (BAA-Combat Readiness), Room 804-15, 800 N. Quincy Street,
  Arlington, Virginia 22217-5660 and must be received at ONR
  no later than 4:00 p.m. local time on 18 February 1997. Offerors
  MUST state in their proposal that it is submitted in response
  to this specific BAA. All proposals should be accompanied by
  a completed certification package which can be accessed through
  the ONR Home Page (http://www.ONR.NAVY.MIL) at "How To Submit
  a Proposal." For grant or cooperative agreement proposals the
  certification package is entitled "Certification Document."
  The selection decision will be based on scientific and peer
  review utilizing the following criteria: (1) overall scientific
  and technical merit of the proposed research, including demonstration
  of the savings in federal funds that will accrue from acceptance
  of the proposal, (2) potential contribution to combat readiness,
  (3) offeror's demonstrated capabilities, related experience,
  and facilities which relate to these 6 identified areas of
  interest in combat readiness research, (4) qualifications,
  capabilities, and experience of the proposed key personnel
  and team leader, and (5) realism of the proposed costs and
  benefit to DOD of the proposed cost sharing or matching.
CITE: (I-341 SN009698)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: DLA Administrative Support Center (DASC), Office of Contracting
  (DASC-CP), 8725 John J. Kingman Rd., Suite 0119, Ft. Belvoir,
  VA 22060-6220
SUBJECT: A - SOURCES SOUGHT FOR AUTOMATIC TRANSLATION OF DIVERSE
  DATABASE
SOL N/A
POC Contracting Officer, Bill Bartelmes, (703) 696-2522, Contract
  Specialist, Karl Wenger, (814) 532-4628
DESC: Automated Database Translation System Description:  The
  National Drug Intelligence Center (NDIC) is seeking information
  from vendors on an available system for the automatic translation
  of diverse database information. Listed below are some of the
  features we think the system should include:  Data server for
  secure dial-up or network access; can access and incorporate
  diverse data sources such as NADDIS, NCIC and database formats
  such as Oracle Sybase, DBII and Access; ability to join data
  from multiple locations to include data tags for audit and
  access control; ability to incorporate new data sources; maintain
  a level of trust to permit access from multiple agencies; data
  queries via internal and external secure methods; data queries
  based on access privileges; multiple, platform independent,
  commerical-off-the-shelf user interfaces; query responses provided
  in native user format; audit capability of users accessing
  the system. Vendors capable of demonstrating this capability
  should send a detailed explanation and the name of the contract
  person to Program Management Unit National Drug Intelligence
  Center, 319 Washington Street, Johnstown, PA 15901-1622, Questions
  pertaining to this request for information should be sent by
  facsimile to NDIC, Attention: TSD/Program Management Unit/Translator
  at (814) 532-4686.***** MMMM 
CITE: (W-341 SN009534)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal
  Drive, Arlington, VA 22245-
SUBJECT: A -- AMENDMENT TO SYNOPSIS NO. 10 - PROTOTYPE ADVANCED
  SOURCES TECHNOLOGY ARRAY (PASTA)
SOL N/A
POC Jennifer Schrock, 02-22, 703-602-0727.
DESC: Synopsis No. 12. This is a amendment to Synopsis No. 10
  which appeared in the CBD Issue dated 27 November 1996. "The
  draft Statement of Work (SOW) for Prototype Advanced Source
  Technology Array (PASTA) was uploaded onto the SPAWAR Bulletin
  Board on 20 November 1996. Synopsis No. 10 requested that potential
  sources provide the Government with comments on the draft SOW
  as well as evidence of their relevant capabilities by 13 December
  1996. The deadline for submission of the requested information
  has been extended to 17 January 1997. All other information
  in the synopsis remains the same.
CITE: (I-341 SN009690)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: US Env. Protection Agency, CMD-RTP MD-33 (NCCM-LH), Research
  Triangle Park, NC 27711
SUBJECT: B -- SUPPORT FOR MARKET BASED AIR POLLUTION CONTROL
  PROGRAM
SOL D700014M1
POC Lenora Hilliard, Contract Specialist, (919) 541-4392/Janice
  F. White, Contracting Officer, (919) 541-4392.
DESC: The Environmental Protection Agency has a requirement for
  a wide range of analyses to be performed in accordance with
  Titles I, IV, VIII, and IX of the Clean Air Act Amendments
  of November 15, 1990, in support of the development and implementation
  of the Agency's Acid Rain Program. In order to accomplish this
  requirement, the EPA has a need for a contractor to perform
  various activities, inclusive of, but not limited to the following;
  data collection and development, maintaining and developing
  computerized data bases, technical and policy analysis, information
  development and dissemination, and training. Some of the analyses
  will include, but not be limited to; economic or regulatory
  impact, benefit/cost, cost effectiveness, statistical, and
  data analyses for market-based programs. For information purposes,
  the incumbent is: Perrin Quarles and Associates Inc. (68D20158).
  This contract will expire September 30, 1997. EPA anticipates
  awarding a cost-plus-fixed-fee level of effort contract for
  this requirement. The anticipated level of effort is 20,000
  hours per year for a total of 100,000 hours for five years.
  This requirement will be a 100% small business setaside and
  the Standard Industrial Code is 8748 (not to exceed $5.0 million
  in average annual receipts over three years). The RFP is expected
  to be released around January 3, 1997. A copy of the source
  list will be provided at the time the solicitation is issued.
  The solicitation will be issued on a diskette in Wordperfect
  6.1 format. Only one copy of the solicitation on diskette will
  be issued to a corporate entity (regardless of geographic location).
  The Government does not intend to use FAR Part 12 for this
  acquisition. Only written requests will be considered. Telephone
  and telefax requests will not be accepted.
CITE: (I-341 SN009587)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: US Env. Protection Agency, CMD-RTP MD-33 (NCCM-LH), Research
  Triangle Park, NC 27711
SUBJECT: B -- ADVISORY AND ASSISTANCE SUPPORT FOR MARKET BASED
  AIR POLLUTION CONTROL PROGRAMS
SOL D700015M1
POC Lenora Hilliard, Contract Specialist, (919) 541-4392/Janice
  F. White, Contracting Officer, (919) 541-4392.
DESC: The Environmental Protection Agency has a requirement for
  a wide range of analyses to be performed in accordance with
  Titles I, IV, VIII, and IX of the Clean Air Act Amendments
  of November 15, 1990, in support of the development and implementation
  of the Agency's Acid Rain Program. In order to accomplish this
  requirement, the EPA has a need for a contractor(s) to perform
  various activities, inclusive of but not limited to the following;
  data collection and development, technical and policy analysis,
  information development and dissemination, and training. Some
  of the analyses will include, but not be limited to; economic
  or regulatory impact, benefit/cost, cost effectiveness, statistical,
  and data analyses for market-based programs. For information
  purposes, the incumbents are: ICF Incorporated (68D30005) and
  Cadmus Group Inc. (68D20168). These contracts will expire September
  30, 1997. EPA anticipates awarding approximately 3 indefinite
  quantity contracts for this effort in accordance with FAR Part
  16.504. Each of the multiple awardees will be provided a fair
  opportunity to be considered for each task order in excess
  of $25,000. Individual task orders may be awarded on a completion
  or a term form basis. The total requirement is estimated to
  be $28M. (A separate solicitation will be issued as a small
  business setaside portion of this solicitation). The incumbent
  small business setaside portion is Perrin Quarles Associates
  Inc. (68D20158). The solicitation will be available on or about
  1/3/97. Proposals will be due approximately 30 days after the
  RFP issuance date. Interested parties may obtain a copy of
  the solicitation on diskette by submitting a written request
  to the contact point and address listed above. The solicitation
  will be issued on a diskette in Wordperfect 6.1 format. Only
  one diskette shall be issued to a corporate entity, regardless
  of the number of requests from one or more different geographic
  locations. A copy of the preliminary source list will be mailed
  with the solicitation. A separate request is not required.
  All responsible sources may submit a proposal which shall be
  considered by the Agency. The Government does not intend to
  use FAR Part 12 for this acquisition. Telephone and telefax
  requests will not be honored.
CITE: (I-341 SN009588)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Carderock Division Naval Surface Warfare Center, Ship
  Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083
SUBJECT: B -- VALIDATION OF COMPUTATIONAL METHOD TO COMPUTE FLOWFIELD
  IN CENTRIFUGAL COMPRESSOR
SOL N65540-97-RQ-63NR
DUE 121696
POC Catherine Guerra, Purchasing Agent, (215) 897-7898.
DESC: Naval Surface Warfare Center, Carderock Division, Philadelphia
  intends to acquire, on a sole source basis, the services of
  Clarkson University to validate the computational method used
  in measuring the performance of the fleet air conditioning
  systems. No telephone requests for the solicitation package
  will be accepted. You may fax your request to (215) 897-7162.
  See Numbered Note(s): 1, 22.
CITE: (I-341 SN009594)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential
  Sources Sought
OFFADD: Department of Commerce, Mountain Administrative Support
  Center, Procurement Division, MC3, 325 Broadway, Boulder, CO
  80303-3328
SUBJECT: B -- DESIGN AND CONSTRUCT A THERMAL DIFFUSIVITY APPARATUS,
  RHEOMETER FOR NEUTRON AND LIGHT SCATTERING AND UPGRADING AN
  EXISTING COUETTE CELL
SOL NB838000704211
DUE 010697
POC Jacqueline Wright  (303) 497-5282
DESC: Text  The National Institute of Standards and Technology
  (NIST) Physical and Chemical Properties Division of the Chemical
  Science and Technical Laboratory (CSTL) requires a contractor
  to design and construct a thermal diffusivity apparatus, a
  rheometer for neutron and light scattering, and to upgrade
  an existing Couette cell.  The contractor is required to have
  a sound background in the physics of complex liquids such a
  colloidal suspensions and complex organic fluids.  A knowledge
  of radiation scattering, e.g., light and neutron scattering
  is mandatory, as is an understanding of nonNewtonian behavior
  in complex liquids. The contractor must demonstrate research
  expertise in each of these areas; a) a theoretical background
  of the molecular structure of complex fluids; b) experimental
  expertise in light scattering, neutron scattering, and rheometry;
  c) a theoretical knowledge of systems in equilibrium and under
  shear; d) experience in apparatus development, electronics,
  and computer interfacing; e) particular experimental expertise
  on the measurements of complex fluids, gels, suspensions, colloids
  and polymers; e) experimental expertise on the measurement
  of the properties of nonNewtonian fluids; and g) considerable
  machining skills.  The contractor should be in the vicinity
  of the NIST Boulder, CO laboratories where the equipment resides
  and also be familiar with the small angle neutron scattering
  facilities at NIST Gaithersburg, MD.  Dr. Gerald Straty has
  been identified as a leading expert in this field with over
  30 years experience, has published over 50 papers on these
  topics, and has the proven expertise to design, and construct
  a shearing cell, modify the rheometer and to upgrade the neutron
  facilities.  This contract will be let throughout the remaining
  FY97 with two option years, contingent on the availability
  of funds.  It is the intent of the government to negotiate
  on a sole source basis under the authority of FAR 6.302 and
  41 U.S.C. 253(c)(1) with Dr. Straty.
CITE: (I-341 SN009525)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: SOUTHWESTNAVFACENGCOM (Code 532), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: C -- R-A-E FOR A-E SVCS FOR VARIOUS PROJS INVOLVING
  ARCH, STRUCTURAL & CIVIL ENGR RENOV & REPAIR AT FACILITIES
  IN AZ, NM, CLARK COUNTY, NV, MONO, IMPERIAL, RIVERSIDE, SAN
  BERNARDINO & CAMP PEN, CA
SOL N68711-97-C-8501
DUE 011496
POC Maria Macam/Contract Specialist, (619) 532-3282 Katherine
  G. Luhmann/Contracting Officer, (619) 532-2796.
DESC: The original synopsis for this project advertised on 18
  November 1996 was advertised under section "D" vice section
  "C". We hereby re-advertise this project with a revised receipt
  date of 14 January 1997. Firm Fixed Price Architect-Engineer
  services are required for Design, and for the preparation of
  Drawings and Specifications, for the purpose of bidding and
  construction of the renovation and repair of facilities located
  at various Naval/Marine Corps activities within the areas of
  Arizona and New Mexico, in Clark County, Nevada, in Imperial,
  Mono, Riverside and San Bernardino Counties, California, and
  at Camp Pendleton, California. The term of the contract will
  be 365 calendar days from the date of the contract award, or
  until the $2,000,000 is reached. The Government has the option
  to extend this contract for an additional 365 calendar days
  or until an additonal $2,000,000 is reached. The A-E fee for
  any single delivery order shall not exceed $500,000. Projects
  to be incorporated by delivery order into this contract shall
  be for the preparation of Designs, Drawings and Specifications
  for repairs and minor construction of various projects. The
  lead discipline shall be an Architect supported by all required
  supporting Engineering disciplines. The estimated start date
  is February, 1997. The estimated completion date is February,
  1998. If the Government exercises the option to extend the
  contract, the total amount of the contract shall not exceed
  $4,000,000. A-E selection criteria will include (in order of
  importance): (1) Recent Specialized Experience of the firm
  (including consultants) in the preparation of Designs, Drawings
  and Specifications for repairs and minor construction for various
  facilities at several locations. This work will include design
  and preparation of contract documents for interior/exterior
  renovations/alterations, repair and minor construction projects,
  including site surveys, site investigations, interior design,
  cost estimating and economic analyses required to develop and
  define actual costs of construction projects, including special
  costs for fire protection and life safety systems, utilities,
  seismic reinforcement, and geotechnical engineering requirements.
  This work will require the ability to coordinate various engineering
  disciplines and the various aspects of phasing construction
  to accommodate occupied/unoccupied facilities. Projects may
  also require the identification and removal of asbestos and
  lead-based paint. Do not list more than a total of ten (10)
  projects in Block 8. Indicate which consultants from the proposed
  team, if any, participated in the preparation of designs, drawings
  and specifications for each of the projects listed. (2) Professional
  Qualifications of the staff and consultants to be associated
  with the design of facilities requiring repair and minor construction.
  Experience should reflect the design and preparation of contract
  documents for interior/exterior renovations/alterations, repair
  and minor construction projects, including site surveys, site
  investigations, interior design, cost estimating and economic
  analysis required to develop and define actual costs of construction
  projects, including special costs for fire protection and life
  safety systems, utilities, seismic reinforcement and geotechnical
  engineering requirements. The ability to coordinate various
  engineering disciplines and the various aspects of phasing
  construction to accommodate occupied/unoccupied facilities.
  Experience with the identification and removal of asbestos
  and lead-based paint. List only the team members who will actually
  perform major tasks under this contract. Qualifications should
  address each individual's specific contribution to the efforts
  contemplated by this contract. (3) Past performance on contracts
  with government agencies and private industry in terms of cost
  control, quality of work and compliance with performance schedules.
  Indicate by briefly describing internal quality assurance and
  cost control procedures and indicate team members who are responsible
  for monitoring these processes. List recent awards, commendations
  and other performance evaluations (do not submit copies). (4)
  Location in the general geographic area of the project and
  knowledge of the locality of the project, provided that the
  application of this criterion leaves an appropriate number
  of firms given the nature and size of this project. (5) Capacity
  to accomplish the work in the required time. Indicate the firms
  present workload and the availability of the project team (including
  consultants) for the specified contract performance period
  and indicate specialized equipment available and prior security
  clearances. (6) List the small or disadvantaged or woman-owned
  business firms used as primary consultants or as subconsultants.
  If a large business concern is selected for this contract,
  they will be required to submit a subcontracting plan that
  should reflect a minimum 5% Small Disadvantaged business of
  the amount to be subcontracted out. Those firms which meet
  the requirements described in this announcement and wish to
  be considered, must submit one copy each of a SF 254 and a
  SF 255 for the firm and a SF 254 for each consultant listed
  in block 6 of the firms SF 255. One copy of the submittal package
  is to be received in this office no later than 3:00 P.M. Pacific
  time on the due date indicated above. Should the due date fall
  on a weekend or holiday, the submittal package will be due
  the first workday there after. Submittals received after this
  date and time will not be considered. Additional information
  requested of applying firms: indicate solicitation number in
  block 2b, CEC (Contractor Establishment code) and/or DUNs number
  (for the address listed in block 3) and TIN number in block
  3, telefax number (if any) in block 3a and discuss why the
  firm is especially qualified based on the selection criteria
  in block 10 of the SF 255. For firms applying with multiple
  offices, indicate the office which completed each of the projects
  listed in block 8 and list which office is under contract for
  any contracts listed in block 9. Use block 10 of the SF 255
  to provide any additional information desired. Personal interviews
  may not be scheduled prior to selection of the most highly
  qualified firm. SF 255's shall not exceed 30 printed pages
  (double sided is two pages/organizational charts and photographs
  excluded, exception: photographs with text will be considered
  as a page). All information must be included on the SF 255
  (cover letter, other attachments and pages in excess of the
  30 page limit will not be included in the evaluation process).
  Firms not providing the requested information in the format
  (i.e. listing more than a total of 10 projects in block 8,
  not providing a brief description of the quality control plan,
  not listing which office of multiple office firms completed
  projects listed in block 8, etc.) directed by this synopsis
  may be negatively evaluated under selection criteria (3). Firms,
  their subsidiaries or affiliates, which design or prepare specification
  for a construction contract or procurement of supplies cannot
  provide the construction or supplies. this limitation also
  applies to subsidiaries and affiliates of the firm. This is
  not a request for proposal. Telegraphic and facsimile SF 255's
  will not be accepted. Site visits will not be arranged during
  the submittal period. See numbered notes: 24.
CITE: (I-341 SN009543)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Eng. El-Desouky, Central Department Chief (CDC) of Administration,
  Stores & Purchases, ARENTO, Cairo, An Action for the USAID
  program
SUBJECT: C -- NETWORK OPERATIONS CENTER, TELECOMMUNICATION SECTOR
  SUPPORT (TSS) PROJECT, ARENTO, EGYPT
SOL N/A
POC Contact Person: Mr. John D. Von Bergen, Project Manager,
  GTE, Tel. 20-2-365-4340, Fax 20-2-365-4346. Mr. C. Wayne Ray,
  Contracts Manager, GTE, Tel. 20-2-365-4340, Fax 20-2-365-4346.
DESC: Eng. Ali El-Desouky, Central Department Chief (CDC) of
  Administration, Stores and Purchases, ARENTO, 9th Floor, Opera
  Exchange, Ataba Square, Cairo, Egypt. The Arab Republic of
  Egypt National Telecommunications Organization (ARENTO), a
  Public Sector Organization under the Ministry of Transport
  and Communications, Government of Egypt, (Cairo, Egypt) is
  contemplating the addition of an integrated Telecommunications
  Management Network (TMN) Operations Center (NOC) and invites
  expressions of interest and submission of prequalification
  questionnaires, for the purpose of shortlisting, from U.S.
  system integration firms who can demonstrate extensive experience
  and capability to bid for a Host Country Design/Build Contract
  to Design, Engineer, Furnish, Install, Maintain, and provide
  Personnel Training for a NOC. To be qualified, a contractor
  or joint venture must be able to demonstrate experience with
  projects of similar complexity (a totally integrated mixture
  of facilities, hardware, and software) and magnitude. The ARENTO
  Public Switched Telephone Network (PSTN) is composed of many
  different switch types, mainly the Siemens EWSD, AT&T 5ESS,
  Ericsson AXE-10, and Alcatel E10B and OCB283. Surveillance
  & Control of the existing switches is provided for by Centralized
  Operations & Maintenance centers (COM centers) by switch type.
  The NOC shall interface to the existing COM centers via a CCITT
  TMN standard interface for surveillance of the ARENTO switches.
  The NOC shall interface via a CCITT TMN standard interface
  to sub-network controllers of the transmission equipment for
  Transmission Surveillance. The NOC shall be located in an ARENTO
  building, newly constructed for the NOC, adjacent to the Mohandseen
  Exchange in Cairo. The NOC project shall be composed of and
  integrate the following equipments, applications and subsystems:
  1. Computer Hardware 2. Computer Software, a. Transmission
  Surveillance, b. Switch Alarm Surveillance, c. Switch Traffic
  Surveillance, d. Network Planning, e. Centralized Trunk Testing,
  f. Inventory & Maintenance Management, g. Facilities Management,
  h. Security (System Administration), 3. Network Video-wall,
  A/V & Presentation, 4. Data Communications Network, 5. Facilities,
  a. PABX, b. Standby Engine/Generator & ATS AC Power, c. UPS,
  Grounding, and Distribution, d. Heating, Ventilation and Air
  Conditioning, e. Fire Detection, f. Security (Physical), g.
  Furniture/Furnishings/Fixtures/Finishing. A fixed price Design/Build
  Host Country Contract with ARENTO is contemplated. Financing
  of this procurement will be made by both USAID in US Dollars
  and ARENTO in Egyptian pounds. The U.S. Dollar portion will
  be paid through a Direct Letter of Commitment (D/LCOM), under
  USAID Project No. 263-0223. Egyptian Pounds funding by ARENTO
  will be made via a Letter of Credit issued by an Egyptian Bank.
  Firms submitting replies must furnish information adequate
  to: (a) Demonstrate capability, based upon technical expertise,
  management capability, workload capacity and financial resources
  to enter into a Design/Build contract, including engineering,
  design, installation, commissioning, maintenance and training
  of Host Country nationals, (b) Confirm all computer hardware,
  software, and related telecommunications equipment which they
  will provide conforms to AID requirements for "nationality",
  "source", "origin" and "componentry" as set forth in AID Handbook
  11, Chapter 2 and which, in conformity with project requirements,
  will be AID Geographic Code 000 (USA) with regard to source/origin
  of the commodities and nationality of the supplier. (c) Demonstrate
  previous experience and existing capability to furnish the
  necessary hardware, software and system integration. (d) Confirm
  the capability and capacity to establish and maintain a strong
  local dealer organization to support the installation through
  the warranty period and life of the equipment. It is a requirement
  that the firms must comply with AID geographic code 000 (USA)
  for nationality and source regulations. Firms who believe they
  qualify in accordance with (a), (b), (c), and (d) should request
  in writing (FAX acceptable) a detailed description of the NOC
  including discussion of software requirements and systems integration
  along with the pre- qualification questionnaire from the Contact
  Point and return the completed questionnaire and information
  in response to (a), (b), (c), and (d) by 12:00 Noon, Cairo
  time, January 30, 1997 to the following address: C/O Eng. Ali
  El-Desouky, Central Department Chief (CDC) of Administration,
  Stores and Purchases, ARENTO, 9th Floor, Opera Exchange, Ataba
  Square, Cairo, Egypt. Pre- qualification questionnaires submitted
  after 12:00 Noon, Cairo time, January 30, 1997 may be returned
  unopened. Failure to fully complete the questionnaires or supply
  the required information may result in disqualification of
  the firm. If a joint venture seeks pre-qualification, information
  must be submitted for all firms in the joint venture. A Request
  for Technical Proposal (RFTP) will be issued on or about March
  1,1997 to the Short Listed firms who have met the pre-qualification
  requirements. Procurement of the NOC shall follow a two step
  process. A Pre-bid Conference will be held on March 15, 1997,
  at 15000 Conference Center Drive, Chantilly, VA (near Washington
  Dulles Airport). An in-country Pre-Bid Conference and Site
  Visit will be held April 1-3, 1997 in Cairo & Alexandria, Egypt.
  Written questions will be received until May 1, 1997. Anticipated
  Due Date technical Bid: June 1, 1997. It is contemplated that
  after the technical proposals have been evaluated, those firms
  whose technical proposals have been deemed fully acceptable
  will receive an Invitation For Bid (IFB), request for priced
  Bid on or about August 1, 1997 with a Due Date for priced Bids
  on or about September 1, 1997. Anticipated Award Date on or
  about October 1, 1997. It is the intention of ARENTO to award
  a contract to the lowest responsive and responsible bidder.
  A one year warranty and maintenance period will be included
  in the contract. GTE will be ARENTO's Engineer and Construction
  Management Consultant and shall act as the agent for ARENTO
  in the award and administration of the Design/Build contract.
  GTE is providing overall direction and management for this
  project. The Government of the Arab Republic of Egypt and the
  Agency for International Development encourage and welcome
  in this activity the participation, to, the fullest extent
  possible, of minorities and women both as individuals and as
  members of contracting or sub-contracting firms. In this respect,
  it is anticipated that the prime contractor will make every
  practicable use of such personnel and firms. "This CBD notice
  can be viewed and downloaded using the Agency Gopher. The Gopher
  address is GOPHER.INFO.USAID.GOV. Select USAID Procurement
  and Business Opportunities from the Gopher menu. Logon on using
  the user identification of "anonymous" and the password is
  your e-mail address. It is the responsibility of the recipient
  of this announcement 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-341 SN009608)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Space and Naval Warfare Systems Command, 2451 Crystal
  Drive, Arlington, VA 22245-
SUBJECT: C -- TECHNICAL SERVICES AND ASSOCIATED MANAGEMENT SUPPORT
  FOR THE ON- GOING MAINTENANCE OF SPAWAR'S INFORMATION SYSTEMS
  DEVELOPED BY USI
SOL N00039-97-R-0044(S)
POC Laura Eubanks, 02-11, 703-602-0740.
DESC: Synopsis No. 4. The Space and Naval Warfare Systems Command
  (SPAWAR) intends to issue an indefinite delivery task order
  contract to obtain technical services and associated management
  support for the on-going maintenance of SPAWAR's IS (Information
  Systems) developed by USI under previous contracts . The ordering
  period will be for one year with a one year option with a maximum
  ceiling of $2,250,000. --Quantity: 1 lot. SPAWAR plans to award
  a sole sources contracts to : Universal Systems Inc. of 14585
  Avion Parkway, Chantilly, VA 20151 See Numbered Note(s): 22.
CITE: (I-341 SN009707)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. Department of Labor, ETA, Division of Acquisition
  and Assistance, 200 Constitution Avenue, N.W., Room S-4203,
  Washington, D.C. 20210
SUBJECT: C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION
  SERVICES FOR A NEW PHYSICAL FITNESS CENTER AT THE GRAFTON JOB
  CORPS CENTER.
SOL JC-04-97
DUE 011097
POC Kenneth S. Graves, Contract Specialist (202) 219-8706.
DESC: This synopsis is being published as a correction to the
  announcement that appeared in CBD Issue No. PSA- on Friday,
  December 6, 1996. Note that the deadline date for submission
  of SF-254's and SF-255's for this project is January 10, 1997.
  All other information contained in the previous announcement
  remains unchanged. See Numbered Note(s): 1.
CITE: (I-341 SN009738)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. Department of Labor, ETA, Division of Acquisition
  and Assistance, 200 Constitution Avenue, N.W., Room S-4203,
  Washington, D.C. 20210
SUBJECT: C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION
  SERVICES FOR MISCELLANEOUS UPGRADING OF EXISTING FACILITIES
  AND SYSTEMS AT THE LOS ANGELES JOB CORPS CENTER
SOL JC-05-97
DUE 011097
POC Kenneth S. Graves, Contract Specialist (202) 219-8706.
DESC: This synopsis is being published as a correction to the
  announcement that appeared in CBD Issue No. PSA- on Friday,
  December 6, 1996. Note that the deadline date for submission
  of SF-254's and SF-255's for this project is January 10, 1997.
  All other information contained in the previous announcement
  remains unchanged. See Numbered Note(s): 1.
CITE: (I-341 SN009739)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: VA Medical Center 1601 Brenner Ave. Salisbury, NC 28144
SUBJECT: C -- OPEN-ENDED A/E SERVICES FOR MECHANICAL
SOL N/A
DUE 122396
POC Jolette M. Cole
DESC: A/E services are required for mechanical discipline services
  to provide a master contract for open-ended services as required
  by VAMC, Salisbury, NC. Work shall include but not limited
  to necessary site work, verification of as-built drawings,
  analysis of utility systems, necessary detail drawings and
  reproduction expenses, accurate cost estimates and construction
  period services. Design submissions to be scheduled at 25%,
  75% and 99%. Updated as-built drawings are to be submitted
  on mylar and on Autocad V.12 compatible high density diskettes.
  Services are to be provided during a one year period beginning
  with date of contract award. Contract will include two one
  year renewal options, but total cost of the contract will not
  exceed $450,000. The dollar limit of individual orders issued
  under the contract will not exceed $75,000. This is not a request
  for proposal and solicitation documents are not available.
  Interested firms are to submit SF 254 & sf 255 by COB 12/23/96.
  Selection to be based on recent specialized experience, professional
  capacity to accomplish work and professional qualifications
  of staff. The area of consideration is limited to North and
  South Carolina. SIC code is 8712. This procurement is set-aside
  for small business. To qualify as a small business, a firms
  average annual receipts for each of the three preceding fiscal
  years does not exceed $2,500,000.00
CITE: (I-341 SN009546)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: 7180 HIGHLAND DRIVE, PITTSBURGH, PA 15206
SUBJECT: C -- A/E SERVICES TO DESIGN PROJ. TO RENOVATE WARDS
  IN BLDG. 4
SOL RFP 646A5-12-97
DUE 010897
POC germaine talbot
DESC: Provide professional A/E design services of a licensed
  professional engineer to provide all labor and materials to
  design the project "Renovation for Wards in Bldg. 4", RFP 646A5-12-97.
  Design will include refurbishment of ward halls, walls, showers/bathrooms
  and HVAC systems in accordance with the following: Ward 4-4E,
  HVAC and shower/bathrooms; Ward 4-3E, Refurbishment of interior,
  HVAC, and shower/bathrooms; Ward 4-3W, Refurbishment of interior
  and HVAC; Ward 4-2E, Refurbishment of interior and HVAC; Ward
  4-2W, HVAC; Ward 4-1E, Refurbishment of interior, HVAC, and
  shower/bathrooms; Ward 4-1W, HVAC and shower/bathrooms; all
  four Lobbies, Refurbishment of interior and HVAC. Work will
  include preliminary design development drawings and final design
  drawings, preparation of contract specifications and drawings
  using the standard VA specifications and design criteria for
  mental health wards. A/E will also review asbestos abatement
  drawings that will be completed by a VA retained CIH for the
  abatement of asbestos that will be encountered during construction.
  A/E will be responsible for reviewing the asbestos specs and
  drawings to ensure that no conflicts occur between A/E design
  and the CIH's specs and drawings. Include design of a tie-in
  to the existing ECC system of the HVAC system in Bldg. 15,
  Boiler Plant. Final design documents will be provided to the
  VA using CADD capability that is compatible with the autocad
  system currently in place at the VA and a hard copy. Work will
  include, but not be limited to, the design of replacement ceilings
  and walls, as needed, painting, blueboard and hardcoat plaster
  and HVAC system replacement. A/E will also provide construction
  period services which include review of submittals, periodic
  construction review, design development meetings, pre-bid and
  pre-construction meetings and site visits as required by the
  VA. A/E should also anticipate miscellaneous minor improvements
  to improve patient environment during the course of project
  design and review. HVAC system design will include energy efficient
  features needed to reduce costs for HVAC in Bldg 4 and maintain
  comfort levels indicated in design criteria. A/E shall also
  provide detailed cost estimates. A/E firms shall be within
  a 100 mile radius of the VA Pittsburgh Healthcare System, 7180
  Highland Dr., Pittsburgh, PA 15206. Estimated construction
  cost range: $1 million to $5 million. SIC is 8712. A/E will
  be evaluated based upon the following criteria: 1. Professional
  qualifications of firm's staff to be assigned to accomplish
  the project, 2. Professional capacity of A/E firm to accomplish
  the project, 3. Past experience on like or similar projects,
  4. Present workload as it relates to the capability of the
  firm to accomplish project in a timely manner, 5. Previous
  experience working in a hospital setting, 6. Location of firm.
  All interested and responsible firms shall submit two copies
  of SF 252 and SF 254 on or before the close of business 1/8/97
  to the attention of the contracting officer. Subject to the
  availability of funds.
CITE: (I-341 SN009589)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: U.S. ARMY ENGINEER DIVISION, BUILDING 230, ATTN: CEPOD-ET-MA,
  FT SHAFTER HI 96858-5440
SUBJECT: C--ARCHITECT-ENGINEER SERVICES CONTRACT FOR DESIGN OF
  BARRACKS RENOVATION PROJECTS, VARIOUS LOCATIONS, OAHU, HAWAII
SOL DACA83-97-R-0005
DUE 010897
POC Harold Nakaoka, Technical Manager, (808) 438-0021 (Site Code
  XXCA83)
DESC: Architect-Engineer Services Contract for Design of Barracks
  Renovation Projects, Various Locations, Oahu, Hawaii. 1. CONTRACT
  INFORMATION: Architect-Engineer services procured in accordance
  with PL 92-582 (Brooks A-E Act) and FAR Part 36, are require
  for the design of Barracks Renovation Projects, Various Locations,
  Oahu, Hawaii. Project authorizations and funding are not presently
  available. Multiple selections resulting in award of separate
  contracts will be made from this announcement. Award of conracts
  shall be not later than one year after the date of selection
  approval. The estimated cost of construction is between $1,000,000
  and $5,000,000. Estimated performance period is 120 days for
  each contract. The contract is anticipated to be awarded in
  June 1997. This announcement is open to all businesses regardless
  of size. 2. PROJECT INFORMATION: Work includes the following
  A-E services: preparation of plans specifications, design analysis,
  and cost estimates for the renovation/repair/alteration of
  existing barracks to modernize them to current space standards
  and improve the quality of life. Renovation work may include
  the repair, replacement, or installatio of new electric, plumbing,
  HVAC, and/or site improvements. The following disciplines are
  required: architectural, structural, mechanical, electrical,
  and civil. Drawings must be accomplished by CADD and may require
  design in metric units. 3. SELECTION CRITERIA: See Note 24
  for general selection process. The PRIMARY selection criteria
  in descending order of importance are: (a) professional qualificationsof
  the firm's staff/consultants to be assigned to the projects;
  (b) specialized experience of the firm in the design of repair,
  renovation, alteration, or upgrade of barracks; (c) the firm's
  past performance on DoD and private sector contracts (cost
  contro, quality of work, compliance with schedule); (d) capacity
  of the firm to accomplish work in the required time (size of
  firm, workload, etc.); (e) knowledge of the locality of the
  projects; and (f) demonstrated success in prescribing the use
  of recovered materials and achieving waste reduction and energy
  efficiency in facility design. The SECONDARY selection criteria
  in descending order of importance are: (a) ocation of the firm;
  (b) volume of recent DoD work; and (c) participation of SB,
  SDB, historically black colleges and universities, and minority
  institutions in the proposed contract team, measured as a percentage
  of the estimated effort. Offerer must provde adequate documentation
  in blocks 7g and 10 of the Standard Form 255, Architect-Engineer
  and Related Services Questionnaire for Specific Project, to
  illustrate the extent of participation of the above-mentioned
  groups in terms of the percentage of the total anticipated
  contract effort. The selected firm, if a large business firm,
  must comply with FAR 52-219-9 regarding the requirement for
  a subcontrcting plan on that part of the work it intends to
  subcontract. The subcontracting goals for this contract are
  that a minimum of 50% of the contractor's intended subcontract
  amount be placed with small business (SB), which includes small
  disadvantaged businsses (SDB), and 30% be placed with SDB.
  The subcontracting plan is not required with this submittal
  but the successful large business firm must submit an acceptable
  plan before any award can be made. 4. SUBMISSION REQUIREMENTS:
  Firms desiring consideration must submit a Standard Form 255
  no later than 4:00 p.m., Hawaiian Standard Time, by the due
  date shown above or within thirty (30) calendar days from ate
  of this announcement, whichever is later. Should the due date
  fall on a weekend or holiday, the submittal package will be
  due the first workday thereafter. All responding firms must
  also include completed Standard Form 254 for themselves and
  their subcnsultants, if not already on file with the Pacific
  Ocean Division. Submittals will be sent to the address shown
  above. Small and disadvantaged firms are encouraged to participate
  as prime contractors or as members of joint ventures with other
  small businesses. All interested contractors are reminded that
  the successful contractor will be expected to place subcontracts
  to the maximum possible extent with smll and disadvantaged
  firms in accordance with the provisions of Public Law 95-507.
  For further information regarding this proposed acquisition,
  telephone (808) 438-0021. Request for Proposal No. DACA83-97-R-0005
  shall be utilized to solicit a proposal fromthe firm selected.
  This is not a request for a proposal.
CITE: (I-341 SN009641)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: USAED, SACRAMENTO, ATTN: A-E NEGOTIATIONS SECTION, 1325
  J STREET ROOM 1079, SACRAMENTO CA 95814-2922
SUBJECT: C--INDEFINITE DELIVERY CONTRACT TO PERFORM GEOTECHNICAL
  INVESTIGATIONS FOR MILITARY INSTALLATIONS AND CIVIL WORKS PROJECTS
  WITHIN THE SACRAMENTO DISTRICT.
SOL DACW05-97-R-0008
DUE 011197
POC Mr. Ken Parkinson, Unit Leader, A-E Negotiations Unit (916)557-7470.
  Contracting Officer Judith Grant. (Site Code DACA05)
DESC: 1. CONTRACT INFORMATION: A-E services may be required for
  military installations within the Sacramento District s area
  of responsibility (CA, AZ, NV, UT) and for civil works locations
  within the geographical area serviced by the Sacramento District
  -CA, OR, NV, UT, AZ, WY, CO and Support for Others locations
  within the U.S. A specific scope for work and services required
  will be issued with each task order. The end result of these
  studies/projects will be maps and plans, and in addition, the
  contracto shall provide electronic data in and/or compatible
  with vectorized Autocad (latest versions). This work will include
  all architectural-engineering (A-E) and related services necessary
  to complete the taskings. A firm-fixed price indefinite delivery,
  indefinite quantity contract will be negotiated and is anticipated
  to be awarded in May 1997. The contract will be for a one year
  period not-to-exceed $1,000,000 for the bse year and two one-year
  options not-to-exceed $1,000,000 each. The option may be exercised
  at the discretion of the Government. Task Orders will be limited
  to the contract maximum. This announcement is open to all firms
  regardless of size. All interested rchitect-Engineers are reminded
  that in accordance with the provisions of PL 95-507, they will
  be expected to place subcontracts to the maximum practicable
  extent consistent with the efficient performance of the contract
  with small and small disadvantaged businesses. If a large business
  is selected, it must comply with FAR 52- 219.9 regarding the
  requirement for a subcontracting plan on that part of the work
  t plans to subcontract. The following subcontracting goals
  are the minimal acceptable goals to be included in the subcontracting
  plan. Of the subcontracted work, 55% to small business, 8.5%
  to small disadvantaged business (subset of small business),
  and 3.% to woman-owned small businesses (subset of small business).
  The firm selected for this contract will be required to submit
  a detailed subcontracting plan at a later date. If the selected
  firm submits a plan with lesser goals, it must submit written
  rationale of why the above goals were not met. A detailed plan
  is not required to be submitted with the SF 255; however, the
  plans to do so should be specifed in Block 10 of the SF 255.
  2. PROJECT INFORMATION: Task orders to be issued under this
  contract will use ASTM standards for soil classifications and
  Department of the Army criteria for geotechnical description
  of rock and rock masses. Work may include a foundation exploration,
  inspection and interpretation; b) rock, soil or material sampling;
  c) geologic mapping of existing surface conditions and/or exposed
  foundation conditions; d) seismo-tectonic analyses (fault activity
  and liquifaction studies) with emphasis on Quaternary geology
  for structures and facilities; e) photogeologic interpretation
  and imagery analysis; f) hydrogeologic inestigatins and interpretation
  which may include monitoring wells and production water wells;
  g) geotechnical engineering for dams, levees, and structures;
  h) geophysical explorations and interpretation; i) preparation
  of reports of finding, conclusions and recommedations; and
  j) preparation of maps, plates and drawings using CADD systems
  compatible with Autodesk or Intergraph formats. Firms should
  indicate personnel and subcontractors selected to work on the
  contract, and state their areas of responsibility and relationships
  with the proposed management structure. Firms should also indicate
  all applicable subcontractors selected to work on the contract.
  3. SELECTION CITERIA: See Note 24 for general selection process.
  The selection criteria are listed below in descending order
  of importance. Criteria a through d are primary. Criteria e
  through g are secondary and will only be used as tie-breakers
  among technically equalfirms. a. Specialized experience and
  technical competence and complexity in (1) geotechnical jobs
  performed in each of the categories listed in project information
  section above. b. Past performance on DOD and other contracts
  with respect to cost control, quality of work and compliance
  with performance schedules. c. Qualified professional personnel
  which are certified, registered and highly trained as: gelogists,
  hydrogeologists, seismologists, geotechnical engineers, civil
  engineers, CADD technicians and draftsmen. The evaluation will
  consider education, training, registration, overall relevant
  experience and longevity with the firm. d. Capacity to accompish
  multiple simultaneous task orders at different locations. e.
  Volume of DoD contract awards in the last 12 months as described
  below. f. Location of the firm in the general geographical
  area of the Sacramento District s area of responsibility. g.
  Extent of participation of small business, small disadvantaged
  business, woman owned small business, historically black colleges
  and universities or minoriy institutions in the proposed contract
  team, measured as a percentage of the total estimated effort.
  4. SUBMISSION REQUIREMENTS: See note 24 for general submission
  requirements. Interested Architect-Engineer firms having the
  capabilities to perform this wrk are invited to submit ONE
  (1) completed SF 255 (11/92 edition) US Government Architect-Engineer
  and Related Services Questionnaire for Specific Project for
  themselves and ONE (1) completed of SF 254 (11/92 edition)
  for themselves and one for each of their subcontractors to
  the office shown above, ATTN: A-E Negotiations Unit. In block
  7 of the SF 255 provide resumes for all key team members, whether
  with te prime firm or a subcontractor; list specific project
  experience for key team members; and indicate the team members
  role on each listed project (project manager, architect, design
  engineer, etc.) In block 9 of the SF 255, responding firms
  must indicate te number and amount of fees awarded on DoD (Army,
  Navy, and Air Force) contracts during the 12 months prior to
  this notice, including change orders and supplemental agreements
  for the submitting office only. In block 10 of the SF 255,
  provide the quality management plan and organization chart
  for the proposed team. A task specific quality control plan
  must be prepared and approved by the government asa condition
  of contract award, but is not required with this submission.
  Responses received by the close of business (4:30 pm) on the
  closing date will be considered for selection. If the closing
  date is a Saturday, Sunday or Federal Holiday, the deadline
  s the close of business on the next business day. No other
  notification will be made and no further action is required.
  Solicitation packages are not provided for A-E contracts. This
  is not a request for proposals. All responsible sources may
  submit the required SF 255 and SF 254 which shall be considered
  by the agency. See Numbered Notes 24 and 26.
CITE: (I-341 SN009664)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: U.S. Army Engineer District, Savannah, P.O. Box 889,
  Savannah, Georgia 31402-0889
SUBJECT: C -- DESIGN OF AIR FORCE HOUSING COMMUNITY PLANS
SOL N/A
POC Dennis Lindemeier (Project Manager) 912/652-5623 Ophelia
  Kendricks (Contract Specialist) 912/652-5072.
DESC: C - Design of Air Force Housing Community Plans -- POC
  Dennis H. Lindemeier at 912/652-5623. 1. CONTRACT INFORMATION:
  The Savannah District U.S. Army Corps of Engineers, requires
  the services of Architect-Engineer firms for use on projects
  at various Air Force Major Command bases world-wide to be administered
  by Savannah District. Several contracts may involve at least
  one base outside the Continental United States. Contract award
  procedure: A list of at least three most highly qualified and
  technically equal firms will be selected using the primary
  criteria listed below. The firms will be ranked in order for
  negotiation using the secondary criteria listed below. When
  a directive for the first project of this type is received,
  negotiations shall begin with the top ranked firm. When a directive
  is received for a subsequent project, or if negotiation with
  a firm is unsuccessful, negotiations shall begin with the next
  ranked firm that has not been offered a contract for negotiation.
  If the list of ranked firms is exhausted, the negotiation cycle
  shall begin with the top ranked firm. This procedure will be
  used until 10 December 1997. This announcement is open to all
  firms regardless of size. Large business offerors that require
  subcontractors must identify subcontracting opportunities with
  small business, woman owned and small disadvantaged business
  subcontract plan in accordance with FAR 52.219.9 and DFARS
  219.704/705 as part of the Request for Proposal package. The
  following subcontracting goals are the minimum acceptable goals
  to be included in the subcontracting plan: OF THE SUBCONTRACTED
  WORK, 60% to SMALL BUSINESS, 5% to WOMAN-OWNED BUSINESS (A
  COMPOSITE OF SMALL BUSINESS), 10% to SMALL DISADVANTAGED BUSINESS
  (A COMPOSITE OF SMALL BUSINESS). Large business firms that
  intend to do subcontracting must convey their intent to meet
  the minimum subcontracting goals on SF 255, Block 6. Written
  justification must be provided if the minimum goals cannot
  be provided. For additional information concerning SUBCONTRACTING
  PLAN requirements, please contact Ms. Ophelia Kendricks, Contract
  Specialist at 912/652-5072. 2. PROJECT INFORMATION: These contracts
  will be for the purpose of updating existing Housing Community
  Plans (HCPs), or for the creation of an initial/basic Housing
  Community Plan. This work may include the development of new
  /revisions to existing site plans, unit plans, cost estimates,
  as well as the creation of an HCP data base and Condition Assessment
  Matrices. The A-E will be required to submit a Design Quality
  Assurance Plan concurrently with their fee proposal, information
  on what is to be contained in this plan will be furnished upon
  notification of selection. Firms responding to this announcement
  are requested not to transmit this plan with the SF 255. 3.
  SELECTION CRITERIA: See Note 24 for general selection process.
  The selected criteria are listed below in descending order
  of importance. Criteria a-d are primary. criteria e-f are secondary
  and will be used only as a "tie-breaker" among technically
  equal firms. a. Specialized experience and technical competence
  in (1) Preparation of Housing Community Plans and/or updates
  for the Air Force. (2) Preparation of similar housing plans
  for other DoD agencies. (3) Preparation of large scale housing
  development plans for other governmental agencies or private
  clients. b. Past performance on DoD and other contracts with
  respect to cost control , quality of work and compliance with
  performance schedules. c. Capacity to accomplish multiple bases
  simultaneously and provide staff in the following disciplines:
  architect, landscape architect/planner, civil, structural,
  mechanical, electrical engineers, and cost estimating. d. Professional
  qualification of key management and professional staff members.
  e. Extent of participation in SB, SDB, WOB, HBCU, or MI as
  prime contractor, subcontractor, or joint venture partner.
  f. Volume of DoD contract awards in the last 12 months as described
  in Note 24. 4. SUBMISSION REQUIREMENTS: Interested firms having
  capabilities to perform this work must submit ONE (1) copy
  of SF 255 (11/92 edition) for PRIME and ONE (1) copy of SF
  254 for PRIME and ALL CONSULTANT'S to the following address:
  U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-EA, 100
  W. Oglethorpe, Savannah, GA 31401-3640 thirty calendar days
  from this announcement to be considered for selection. If the
  30th day is a Saturday, Sunday, or Federal holiday, the deadline
  is the close of business of the next business day, any submittals
  submitted after this date cannot be considered. NO FAXED SUBMITTALS
  WILL BE ACCEPTED. THE FIRM'S ACASS NUMBER MUST BE LISTED IN
  BLOCK 3b of SF 255. FOR ACASS information, call 503/326-3459.
  Firms are instructed to disregard the "To Be Utilized" statement
  in Block 4 of SF 255. DEPTH OF PRIME and SUBCONTRACTOR personnel
  in EACH discipline must be SHOWN in Block 4 of SF 255 and SF
  254 to CLEARLY identify the number of PERSONNEL in each firm
  and DISCIPLINE. Cover letters and extraneous material (Brochures
  etc.) ARE NOT desired and WILL NOT be considered. PHONE CALLS
  are DISCOURAGED unless ABSOLUTELY necessary. PERSONAL VISITS
  for the purpose of discussing this announcement WILL NOT BE
  SCHEDULED. THIS IS NOT A REQUEST FOR A PROPOSAL.
CITE: (I-341 SN009688)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 SERVICE FOR 136 AW, HENSLEY FIELD, DALLAS
  TX 75211-9570
SOL N/A
POC Contact Point: Emily Gregg, (405) 734-9759 Contract Specialist
  or Contracting Officer Cathy D. Summers (405) 734-9759.
DESC: The 38 Logistics Squadron/LGCX intends to procure on a
  sole source basis local telephone service for 136 AW, Hensley
  Field, Dallas TX. The intended contractor is SOUTHWESTERN BELL
  TELEPHONE COMPANY. SOUTHWESTERN BELL TELEPHONE COMPANY 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 136 AW, Hensley Field, Dallas TX. 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). SOUTHWESTERN BELL TELEPHONE
  COMPANY is the only local exchange carrier (LEC) who has the
  approval of the Texas Public Utilities 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 DCA200-96-H-0041.
  Note 22.
CITE: (I-341 SN009693)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 SERVICE FOR THE 28 CS/SCS, ELLSWORTH AFB,
  SD 57706
SOL N/A
POC Contact Point: Jackie Catrow (405) 734-9759, Contract Specialist
  or Contracting Officer, Cathy D. Summers (405) 734-9759.
DESC: The 38 Logistics Squadron/LGCX intends to procure on a
  sole source basis local telephone service for Ellsworth AFB,
  SD. 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 Ellsworth AFB, SD. 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 South Dakota Public Utilities 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-0003.
  Note 22.
CITE: (I-341 SN009694)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: D -- FULL-SPECTRUM BANYAN VINES NETWORK ADMINISTRATION,
  COMMUNICATIONS, ENGINEERING AND MANAGEMENT SUPPORT
SOL N68936-97-R-0065
POC JIM McCORMICK, CONTRACT SPECIALIST, (619)939-7953.
DESC: The Naval Air Warfare Center, Weapons Division, China Lake,
  intends to procure, on a competitive basis, network support
  services to provide full-spectrum Banyan Vines Network Administration,
  Communications Engineering and Management support for a period
  of one base year to begin approximately 1 April 1997 and two
  option years to begin 1 April 1998 and 1 April 1999, respectively.
CITE: (I-341 SN009703)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: US POSTAL SERVICE 475 L'Enfant Plaza, SW Room 4541 Washington
  DC 20260-6238
SUBJECT: D -- WORLD WIDE WEB DEVELOPMENT
SOL N/A
POC Deanna J. Middleton, Purchasing Specialist, 202-268-6035.
DESC: The U.S. Postal Service is seeking sources that provide
  professional services in World Wide Web development. The contractor
  must be able to create static and interactive web presences
  using the latest web development tools including JAVA, Active-X,
  database, and multi-media. The contractor will develop and
  execute web solutions. Activities would include page organization
  and composition, HTML and/or PDF coding, graphics development,
  interactive code development, testing and implementation, and
  project management. The USPS may require single, specifically
  defined activities such as conversion of text in electronic
  or paperform to HTML or PDF, the creation of a given set of
  graphic images, or the creation of a form or set of forms with
  associated database. Deliverables will be developed to run
  on Sun UNIX Solaris 2.5 and Microsoft NT. Interested parties
  should write to the above address, fax to 202-268-3677, or
  email to dmiddlet@email.usps.gov by December 13, 1996. Please
  reference World Wide Web when responding. A prequalification
  questionaire will be sent to interested parties. No solicitation
  available. No telephone calls.
CITE: (I-341 SN009714)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE
  27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301
SUBJECT: F--TESTING OF ELECTROCHEMICAL TECHNOLOGIES FOR TREATING
  TOTAL TOXIC ORGANICS PRESENT IN IWTP INFLUENT WASTESTREAMS
SOL N47408-97-Q-1342
DUE 122096
POC Purchasing Agent, ELAIN COHRAN, 805-982-5052
DESC: Naval Facilities Engineering Command Contracts Office intends
  to solicit, negotiate, and award a contract to Sonoma Research
  Company, P.O. Box 116, Vineburg CA 95487-0116 for testing Electrochemical
  Semiconductor Doped Electrodes Technologies for treting total
  toxic organics present in IWTP influent wastestreams on a sole
  source basis with only one responsible source and no other
  supplies or services will satisfy agency requirements for this
  technology. This procurement is considered a Commercial Itemand
  processed under the Simplified Acquisition Procedures (SAP).
  This synopsis is for ten calendar days. This is a notice of
  intent and is NOT a request for competitive proposals. However,
  all proposals received within the ten calendar days after date
  of publication of this synopsis will be considered by the Government.
  The responses received will be solely considered for the purpose
  of determining whether to conduct a copetitive procurement.
  The responses received will NOT be considered as automatic
  participants of this procurement. Responses received after
  the ten calendar days after publication will not be considered.
  A determination by the Government not to compete thi proposed
  contract based upon responses to this notice is solely within
  the discretion of the Government.
CITE: (I-341 SN009631)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE
  27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301
SUBJECT: F--TESTING OF A NEAR-FIELD ACOUSTICAL PROCESSOR REACTOR
  (RANGE 40-500 KHZ AND 1.0 MHZ) FOR TREATING TOTAL TOXIC ORGANICS
  PRESENT IN NAVY IWTP INFLUENT WASTESTREAMS
SOL N47408-97-Q-1343
DUE 122096
POC Purchasing Agent, ELAINE CRAHAN, 805-982-5052
DESC: Naval Facilities Engineering Command Contracts Office inteds
  to solicit, negotiate, and award a contract to W.M.Keck Laboratories,
  Dr. Michael R. Hoffmann, Principal Investigator, California
  Institute of Technology, Pasadena CA 91125 for testing of Nar-Field
  Acoustical Processor Reactor (range 40-500 kHz and 1.0 mHz)
  for treating total toxic organics present in the Navy IWTP
  wastestreams on a sole source basis with only one responsible
  source and no other supplies or services will satisfy agency
  requiements for this technology. This procurement is considered
  a Commercial Item and processed under the Simplified Acquisition
  Procedures (SAP). This synopsis is for ten calendar days. This
  is a notice of intent and is NOT a request for competitive
  proposals. However, all proposals received within the ten calendar
  days after date of publication of this synopsis will be considered
  by the Government. The responses reeived will be solely considered
  for the purpose of determining whether to conduct a competitive
  procurement. The responses received will NOT be considered
  as automatic participants of this procurement. Responses received
  after the ten calendar days after pblication will not be considered.
  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.
CITE: (I-341 SN009632)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE
  27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301
SUBJECT: F--TESTING OF ELECTROCHEMICAL SEMICONDUCTOR DUPED ELECTRODES
  TECHNOLOGIES FOR TREATING TOTAL TOXIC ORGANICS PRESENT IN IWTP
  INFLUENT WASTESTREAMS
SOL N47408-97-Q-1344
DUE 122096
POC Purchasing Agent, ELAINE CRAHAN, 805-982-5052
DESC: Naval Facilities Engineering Command Contracts Office intends
  to solicit, negotiate, and award a contract to Sonoma Research
  Company, P.O. Box 116, Vineburg CA 95487-0116 for testing Electrochemical
  Semiconductor Doped Electrodes Technologies for treting total
  toxic organics present in IWTP influent wastestreams on a sole
  source basis with only one responsible source and no other
  supplies or services will satisfy agency requirements for this
  technology. This procurement is considered a Commercial Itemand
  processed under the Simplified Acquisition Procedures (SAP).
  This synopsis is for ten calendar days. This is a notice of
  intent and is NOT a request for competitive proposals. However,
  all proposals received within the ten calendar days after the
  date of publication of this synopsis will be considered by
  the Government. The responses received will be solely considered
  for the purpose of determining whether to conduct  competitive
  procurement. The responses received will NOT be considered
  as automatic participants of this procurement. Responses received
  after the ten calendar days after the publication date will
  not be considered. A determination by the Government not t
  compete this proposed contract based upon responses to this
  notice is solely within the discretion of the Government.
CITE: (I-341 SN009633)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--FORMER WELDON SPRING ORDNANCE WORKS, OU1 - SOILS
  & PIPELINE REMEDIAL ACTION, ST. CHARLES COUNTY, ST. LOUIS,
  MISSOURI
SOL DACA41-97-R-0004
DUE 021297
POC Contract Specialist Gale A. Ross 816-426-6488 (Site Code
  DACW41)
DESC: (THIS SOLICITATION WILL BE A COMPETITIVE REQUEST FOR PROPOSALS.
  THE GOVERNMENT CAN MAKE AWARD BASED ON INITIAL OFFER.) The
  Former Weldon Spring Ordnance Works (WSOW), an approximate
  17,000 acre National Priorities List (NPL) site, is a former
  explosies production facility which manufactured trinitrotoluene
  (TNT) and dinitroltoluene (DNT) in the 1940s. The majority
  of the areas subject to remedial action are within an approximate
  1,650 acre area referred to as the Weldon Spring Training Area
  (WSTA). Th WSOW is located about thirty (30) miles west of
  St. Louis, MO. Work to be performed as part of the remedial
  action will include but not be limited to: excavation of soil
  contaminated with TNT, DNT, lead (Pb), polychlorinated biphenyls
  (PCBs), polynuclear aromatic hydrocarbons (PAHs), and asbestos
  containing material (ACM); excavation of a steel band wrapped
  TNT contaminated wooden pipeline; debanding, chipping, andon-site
  rotary kiln incineration of the wooden pipeline; on-site rotary
  kiln incineration of soil contaminated with TNT/DNT; stabilization
  ofsoil and ash that has failed the Toxicity Characteristic
  Leaching Procedure test (TCLP) for Pb; placement of stabilzed
  soil and ash into a temporary storage facility (TSF); debris
  removal; reinforced concrete foundation removal; ACM management;
  conducting a trial burn in compliance with the substantive
  requirements of the Resource Conservation and Recovery Act
  (RCRA) and the Missouri Department of Natural Resources (MDNR);
  clearing and grubbing operations; utilities clearance and hook-ups;
  water treatment operation; haul road construction and maintenance;
  air monitoring; site security; fabrication of a temporary storage
  facility (TSF); on-site analytical services; verification soil
  sampling; water run-off monitoring; backfilling/regrading,
  and; reseeding. The approxmate quantities of material subject
  to remedial actions are as follows: 5,100 cu yds of TNT/DNT/Pb
  co-contaminated soil; 8,900 cu yds of Pb only contaminated
  soil; 13,300 cu yds TNT/DNT contaminated soil; 200 cu yds of
  discrete ACM; 2,500 cu yds of debris; 70 cu yds of PAH and/or
  PCB contaminated soil; and 83,000 linear ft of TNT contaminated
  wooden pipeline. Solicitations will be issued on or about 27
  December1996. Proposals are due NLT 4:00 p.m. on or about 12
  February 1997. Estimated cost of proposed procurement: Between
  $10,000,000.00 and $25,000,000.00. Estimated time of completion:
  730 calendar days. Cost of plans and specifications: Full Scale:
  $120.00 pe set; Half Scale: $80.00 per set (NON-REFUNDABLE).
  PLANS AND SPECIFICATIONS WILL NOT BE ISSUED UNTIL PAYMENT HAS
  BEEN RECEIVED IN THIS OFFICE. Make check payable to Corps of
  Engineers, Omaha District. Please provide a street address
  when requesting plans and specifications. SIC Code: 8744. THIS
  JOB DOES INCLUDE CPM PLANNING. THIS JOB INCLUDES THE AFFIRMATIVE
  ACTION PLAN FOR ST. LOUIS, MO, US DEPT OF CMMERCE ECONOMIC
  AREA. Questions of a technical nature should be addressed to
  Dan Mroz, Project Engineer, at (816) 426-2845, ext. 3027. Questions
  of an administrative nature may be addressed to Debbie Hunt
  at (816) 426-6484.
CITE: (I-341 SN009651)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Sierra National Forest, 1600 Tollhouse
  Road, Clovis, CA 93611-0532
SUBJECT: F -- HERBICIDE APPLICATION
SOL IFB R5-16-97-07
DUE 021797
POC Thad Waterbury, Contracting Officer, (209) 532-3671 Ext.247.
DESC: Domingo Hand Herbicide Application on the Stanislaus National
  Forest. Estimated quanity is 400 acres located on the Calaveras
  Ranger District. Request the solicitation package from the
  Southern Sierra Province, Stanislaus National Forest, 19777
  Greenley Road, Sonora, CA 95370-5909.
CITE: (I-341 SN009755)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Sierra National Forest, 1600 Tollhouse
  Road, Clovis, CA 93611-0532
SUBJECT: F -- HERBICIDE APPLICATION
SOL IFB R5-16-97-08
DUE 020197
POC Thad Waterbury, Contracting Officer, (209) 532-3671 Ext.247.
DESC: Application of Glyphosate on 2,500 acres on the Groveland
  Ranger District, Stanislaus National Forest. Request solicitation
  package from the Southern Sierra Province, Stanislaus National
  Forest, 19777 Greenley Road, Sonora, CA 95370-5909.
CITE: (I-341 SN009756)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Sierra National Forest, 1600 Tollhouse
  Road, Clovis, CA 93611-0532
SUBJECT: F -- MECHANICAL THINNING
SOL RFQ 15-97-10
DUE 020397
POC Patrick J. Gallegos, Contracting Officer, (209) 297-0706
  Ext. 4830.
DESC: Mechanical Thinning and Shreading of Slash on a 120 acres
  of second growth mixed conifer (Shar or equilvant) on the Hot
  Springs Ranger District, Sequoia National Forest.
CITE: (I-341 SN009757)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services--Potential
  Sources Sought
OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE
  27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301
SUBJECT: F--SOURCES SOUGHT IN OPTIMIZING DRIVABILITY AND EMISSION
  PERFORMANCE OF CONVERTED COMPRESSD NATURAL GAS VEHICLES
SOL N47408-97-R-2303 SOURCES SOUGHT ONLY
DUE 121996
POC Contract Specialist, PAULETTE K. PETERSON, 805-982-5081
DESC: The Naval Facilities Engineering Service Center (NFESC)
  is seeking sources in improving converted Compress Natural
  Gas (CNG) vehicle emissions and operating performance. The
  object of the project is two fold: (1) to determine the best
  operating condiion (setup) for many different types of light-duty
  converted CNG vehicles that result in lowest emissions with
  acceptable range, performance, and reliability and, (2) to
  verify installed conversion systems meet emission and performance
  requirements. The prject will be divided into two categories:
  (1) I/M 240 tests and repair on vehicles that have already
  been converted and, (2) FTP tests on vehicles that are to be
  converted both before and after conversion. A maxium of 30
  vehicles of ten different types will be tested. Vehicle emissions
  measurements of NMHCs, CO, NOx, and total HCs by prescribed
  Federal or State methods are required. Emission test results,
  interpetation of emissions results, and analysis of failures
  are required to be reported to NFESC at the conclusion of the
  project. Respondents must be capable of optimizing drivability
  and emissions performance of converted CNG vehicles. Respondents
  must have fcilities, equipment, and experienced personnel to
  perform vehicle I/M 240 and FTP emissions tests. Respondents
  must submit supporting documentation of capabilities to: DEPARTMENT
  OF THE NAVY, CBC CODE 272311 BLDG 41, 1000 23RD AVENUE, PORT
  HUENEME, CA 93043-4301. Deadline for receipt of response is
  December 19, 1996.
CITE: (I-341 SN009634)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: G--Social Services
OFFADD: FBOP, Community Corrections Contracting, 320 First Street,
  N.W., Wash., D.C. 20534
SUBJECT: G -- RESIDENTIAL COMMUNITY CORRECTIONS CENTER SERVICES
SOL RFP 200-377-MA
DUE 030497
POC Donald M. Comer, Contracting Officer, (202) 307-3070.
DESC: Community Corrections Center Services. Concerns having
  the ability for providing community residential corrections
  facility(s) services for male and female federal offenders.
  Interested offerors are requested to give written notification
  (including telephone number and a point of contact) to the
  contracting office listed in this notice. Services required
  to include care, custody, control accountability and treatement,
  to include furnishing of subsistence and medical and dental
  treatement. The services described shall be in accordance with
  the Bureau of Prisons' Statement of Work. Location of the facility
  shall be in the Greensboro, North Carolina area. Estimated
  total number of mandays are 10,800 mandays for the base period,
  and 5,400 mandays for each option year respecitvely. Estimated
  RFP issue date is o/a January 3, 1997. Contract base period
  is 2 years, with three one-year options to renew. A requirements
  contract is anticipated. All responsible sources may submit
  a proposal which shall be considered by this agency. No collect
  calls will be accepted. No telephone calls for solicitations
  will be accepted.
CITE: (I-341 SN009710)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FISC Norfolk Kings Bay Det, 930 USS Hunley Ave Rm 211,
  NAVSUBASE Kings Bay GA 31547-
SUBJECT: J -- CHROME ELECTROPLATING OF HYDRAULIC SYSTEM COMPONENTS
SOL N46450-97-R-0008
DUE 012297
POC Contact Calvin Howard, Contract Specialist, 912/673-2560,
  Facsimile Machine Number 912/673-2454.
DESC: Trident Refit Facility Kings Bay GA requires services to
  chrome electro-plate hydraulic fluid system accumulator cylinders.
  Period of performance is one year. Estimated quantity is 50
  each cylinders over a one year period. Requests for solicitation
  must be in writing and cite the RFP/RFQ number. Requests via
  facsimile machine will be honored. See Numbered Note(s): 1.
CITE: (I-341 SN009564)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO
SUBJECT: J -- MAINTENANCE & OVERHAUL OF WIRING HARNESS & ASSOCIATED
  DATA ITEMS IN SUPPORT OF THE OH-58D AIRCRAFT
SOL DAAJ09-97-R-0149
DUE 011297
POC Gina Raciti, Purchasing Agent, AMSAT-A-PNBC, (314) 263-0609
  or Ronald C. Kuschel, Contracting Officer, AMSAT-A-PNBC, (314)
  263-0620.
DESC: ATCOM proposes to acquire on an other than full and open
  competitive basis, overhaul of the Wiring Harness and associated
  data items in support of the OH-58 aircraft. This proposed
  acquisition is for an estimated one (1) year, with a four (4)
  year option. Output NSN: 6150-01-229-2562, Input NSNs: 6150-01-229-2562,
  6150-01-166-3561; Output P/N: 23009850, Input P/Ns: 23009850
  and 23004825; Min. Qty: 17 each, Max. Qty: 57 each, plus 3
  each Foreign Military Sale (FMS). The proposed procurement
  is intended for authorized Allison Maintenance Centers (Small
  Businesses) and is restricted due to technical data not being
  available to support a fully competitive solicitation. The
  overhaul data is Allison Publication No. 14W3 which is to be
  contractually processed as "Commercial Off-The-Shelf items".
  Allison Engine Co., Indianapolis, IN (Cage: 73342) is the original
  equipment manufacturer (OEM) and the publication number is
  only available to Allison & Allison licensed maintenance centers.
  This synopsis is for informational purposes only. All responsible
  sources may submit a proposal which shall be considered by
  the agency. See Numbered Note(s): 1.
CITE: (I-341 SN009603)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P. O. Box 1715,
  Baltimore, MD  21201-1715
SUBJECT: J -- FIRE PROTECTION IMPROVEMENTS, AJCC, FORT RITCHIE,
  MD
SOL DACA31-97-T-0032
DUE 121896
POC Marianne Stakem, 410-962-0972
DESC: Correction:  This action originally publicized in the Commerce
  Business Daily o/a 26 November 1996 is hereby amended to read:
   "This proposed procurement is unrestricted".
CITE: (I-341 SN009615)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: J--OPTICAL DISK DRIVE
SOL F09603-R-81610
DUE 012397
POC POC Point of Contact - Harry Bryan, Lykb, 912-926-7088
DESC: This planning PR is initiated to obtain a firm-fixed price
  requirement-type contract to repair components of the AN/USC-48
  Airborne Battlefield Command and Control Center (ABCCC). 
  Fax Nr 912-926-7572.  The approximate issue/response date will
  be 23 Dec 96. To:  Mountain Optech Inc, 4775 Walnut Ste A
  Boulder Co 80301.  No telephone requests. Only written or
  fazed requests received dirctly from the requestor are acceptable.
   All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered.  Authority:  10 U.S.C.
  2304(C)(1), Justification:  Supplies (or Services) required
  are available from only one or a limited number of responsible
  sources(s) and  no other type of supplies or services will
  satisfy agency requirements.  See Notes (s) 22.   
CITE: (W-341 SN009679)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: J -- MAINTENANCE OF VOICE RADIO/COMMUNICATION EQUIPMENT
SOL N0017496R0074
DUE 022097
POC Scott M. Anderson, Contract Specialist, Code 1141G, P:301-743-6663
  Fax:301-743-6546, EMAIL: SCOTTANDERSON@SUPPLY.IH.NAVY.MIL.
DESC: This procurement is for technical services to provide preventive
  maintenance, inspection, repair, removals and installations,
  emergency service, repair parts, and batteries for the existing
  voice radio/communications/pager equipment located at IH DIV
  NSWC, NSED in Indian Head MD, EODTC in Stump Neck MD, and NSWC
  White Oak Detachment. This procurement is for a base year and
  4 one year option periods. SIC Code for this procurement is
  4899. Please submit a request for a copy of the solicitation
  package to the above listed point of contact.
CITE: (I-341 SN009684)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (v), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 E. Main St., Suite 600, Norfolk, VA 23510-9102
SUBJECT: J -- DRYDOCK REPAIR USCGC KEY BISCAYNE (WPB-1339)
SOL DTCG80-97-B-3FA743
DUE 012497
POC Contact Mr. Douglas Landau, Contracting Officer, (757) 628-4638
DESC: Provide all labor, material and equipment necessary to
  perform drydock repairs including but not limited to the following
  minimum items: (1) Remove, Inspect, and Reinstall Propeller
  Shafts, (2) Overhaul, Renew, and Test Valves (3) Remove and
  Dispose of Diesel Fuel (up to 5,000 Gal.) (4) Clean and Inspect
  Diesel Fuel Tanks,(5) Upgrade Halon 1301 Extinguishing System
  (Shipalt No. 110-A-051), (6) Remove and Reinstall Rudders,
  (7) Overhaul Stabilizing Fins, (8) Hydroblast Sewage and Grey
  Water System Piping, (9) Blast and Preserve Forepeak Compartment,
  (10) Preserve Potable Water Tank(s) (11) Erect Mast Staging,
  (12) Provide Temporary Logistics, (13) Routine Drydocking,
  etc. Indefinite items include but are not limited to the following:
  (1) Welding Repairs, (2) Straighten Propeller Shaft, (3) Repair
  Propeller Shaft, (4) Repair Propeller Root Erosion, (5) Renew
  Rudder Bearings, (6) Preserve Underwater Body, (7) Preserve
  Sewage and Grey Water Collection and Holding Tank(s) (8) Renew
  Reference Electrode, Cathodic Anode, Capastic Fairing, (9)
  Provide Temporary Berthing, (10) Provide Temporary Messing,
  (11) Provide Additional Temporary Logistics, etc. Vessel's
  homeport is Corpus Christie, TX. The place of performance is
  not restricted. Vessel availability schedule is 31 MAR 97 for
  42 days. Vessel length is 110 Foot "C" Class Patrol Boat. All
  reference documents are available for viewing at 300 East Main
  Street, Suite 600, Norfolk, VA. A charge of $100.00 is required
  in the form of a certified check or money order made payable
  to the U.S. Coast Guard for requested drawings. All businesses
  large and small, are encouraged to submit bids for the subject
  requirements. Plans and specifications will be issued on or
  after 24 DEC 96. All responsible sources may submit a bid which
  shall be considered by the United States Coast Guard.
CITE: (I-341 SN009687)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: J -- MAINTENANCE
SOL N00140-97-R-G220
POC Sharon Phillips, Contract Negotiator, (215)697-9687.
DESC: FISC Norfolk DET Philadelphia intends to procure maintenance
  on Cisco equipment through full and open competitive procedures
  pursuant to FAR Part 12. The maintenance is required for all
  Cisco software and hardware supporting the computer LAN/WAN
  operations at the Naval Inventory Control Point (NAVICP), Philadelphia,
  PA. This equipment includes various Routers, A+ Chassis and
  Cisco 7000 Systems. The maintenance shall include preventive
  maintenance, remedial maintenance and on-call maintenance.
  The principal period of maintenance is 0900-2100, Monday through
  Friday. The contractor shall provide on-call maintenance service
  with response time during the PPM with a 1 hour response time
  by telephone technical support followed by 102 hour on-site
  response time, if necessary. Total turnaround for remedial
  repair shall be 4 hours with part in stock and 24 hours when
  part needs ordering. Should the Government require maintenance
  outside the designated PPM on an on-call basis, a 1 hour response
  time by telephone technical support is required followed by
  2 hour on-site response time, if necessary. The maintenance
  is required for the period 01 January 1997 through 30 September
  1997 with four (4) one year options. FISC Norfolk Det Philadelphia
  contemplates the award of a firm fixed price contract. For
  a full description of the maintenance required, requests for
  solicitation N00140-97-R-G220 should be made by letter or telegram
  directed to FISC Code 0343C, Fax (215) 697-9738. The proposed
  solicitation is expected to be issued approximately 15 days
  after date of publication of this notice. All responsible sources
  may submit a proposal which shall be considered by FISC Norfolk
  DET Philadelphia. SYN 045.
CITE: (I-341 SN009709)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: J -- INSPECTION/REPAIR OF BRADLEY FIGHTING VEHICLE SYSTEM
  (BFVS) TOW SUBSYSTEM (TSS) TOW SUBSYSTEM SUPPORT EQUIPMENT
  (TSS-SE), TOW2 SUBSYSTEM (T2SS) AND TOW2 SUBSYSTEM SUPPORT
  EQUIPMENT (T2TSS-SE)
SOL DAAH01-97-R-A043
DUE 011096
POC AMSMI-AC-CDDC, Denise L. Owens Contracting Officer, 205-842-7535.
DESC: Synopsis No. 5381-96 (MA) This is a sole source requirement
  to Hughes Technical Services Company, 1665 Hughes Way, P.O.
  Box 9399, Long Beach, CA 90810-1835, to acquire all supplies
  and services to effect inspection and repair of Bradley Fighting
  Vehicle System (BFVS), TOW Subsystem (TSS), TOW Support Equipment
  (TSS-SE), TOW2 Subsystem (T2SS) and TOW2 Subsystem Support
  Equipment (T2TSS-SE) depot level reparable items consisting
  of various NSNs and Part Numbers. See Numbered Note(s): 22.
CITE: (I-341 SN009741)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: HQ/ESC, Operational Contracting Division, Services Branch
  (PKOP) 104 Barksdale Street
SUBJECT: J -- ELEVATOR REPAIR AT HANSCOM AFB, MA
SOL F1965097T1310
DUE 122396
POC Janice E. Santiago, Contracting Specialist, 617-377-3361;
  Rhonda J. Chavez, Contracting Officer, 617-377-2236.
DESC: The Opertational Contracting Division, Services Branch
  intends to issue an request for quotation (RFQ) for the acquisition
  of a one time elevator repair service. Service to include removal
  and replacement of existing parts. Vendors who are interested
  in receiving a copy of the RFQ should respond in writing or
  fax within 15 days of this publication to ESC/PKOP, ATTN: Janice
  E. Santiago, 104 Barksdale Street, Hanscom AFB, MA 01731-1806.
  Voice 617-377-3361, FAX 617-377-4324. Anticipated RFQ date
  is on or about 23 Dec 1996. See Numbered Note(s): 1.
CITE: (I-341 SN009538)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN
  DRIVE, TEXARKANA TX 75507-5000
SUBJECT: J--SOURCES SOUGHT NOTICE FOR REPAIR OF THE COMPUTER
  NUMBERICALLY CONTROLLED (CNC) CONTROL SYSTEM OF LUCAS BORING
  DRILLING & MILLING MACHINE
SOL DAAC79-CBD7-0002
POC William L. Horton, Jr. Contract Specialist (903)334-2542
  Charlie D. Harris, Jr. Contracting Officer (903)334-2218 (Site
  Code DAAC79)
DESC: Red River Army Depot is seeking to identify potential sources
  to repair the CNC Control System of a LUCAS Model 542B-120
  Boring Drilling and Milling machine. Interested vendors must
  have capability to provide for the design of software for interfacin
  of the new control with the machine as well as provide installation
  of new axes motors and drives and new control cabinets. Vendor
  will be responsible for installation of other necessary equipment
  as well as for the start up testing and check-out of the mchine
  control system. This is not an invitation for bid or a request
  for proposal and is not to be construed as a commitment to
  issue an IFB, RFP, RFQ or contract. Interested vendors are
  requested to submit in writing or fax information regarding
  their qualifications to William Horton, Bldg 110, Red River
  Army Depot, Texarkana, TX, 75507-5000, no later than 17 December
  1996. Information may be datafaxed to (03-334-411.
CITE: (I-341 SN009655)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Department of Veterans Affairs, Chief, A&MMS (90C) Alvin
  C, York VA Medical Center Murfreesboro, TN 37129
SUBJECT: Q -- READJUSTMENT COUNSELING SERVICE
SOL 622-25-97
DUE 012297
POC Sherri-Lyn Teeters, Contracting Officer 615-893-1360 Ext
  3227
DESC: Provide readjustment counseling service to Veterans and
  Post Vietnam Era Veterans who served in the theaters of Armed
  Hostilities since May 7, 1975, such as existed in Lebanon,
  Grenada, Panama, Persian Gulf and Somalia. Counselors are needed
  in the following Georgia Counties: Floyd, Gilmer and Fannin.
  Bidding material available December 23, 1996. Bid opening January
  22, 1997. Request for solicitation must be on company letterhead
  requesting RFP # 622-25-97. Requests may be mailed to the address
  above or faxed to 615-904-8848.
CITE: (I-341 SN009572)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Department of Veterans Affairs Medical Center 4646 John
  R Detroit, Mi. 48201
SUBJECT: Q -- HOME OXYGEN
SOL IFB: 553-5-97
DUE 010797
POC Barbara A. Lupo, Contracting Officer
DESC: To provide home oxygen to benficiaries of the Department
  of Veterans Affairs for the lower peninsula of Michigan to
  include Ann Arbor, Battle Creek, Detroit and Saginaw Hospitals.
  Must meet JCAHO requirements. All request must be in writing
  by mail or faxed to 313-576-1990.
CITE: (I-341 SN009574)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015,
  1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000
SUBJECT: Q--MULTIPLE ANCILLARY HEALTHCARE SUPPORT SERVICES
SOL DADA10-97-R-0017
DUE 013097
POC Contract Specialist Joan R. O'Haver (210) 221-9679 (Site
  Code DADA10)
DESC: The U.S. Army Medical Command, Central Contracting Office
  has a requirement for the personal services of various Ancillary
  Health Care Support personnel within the Great Plains Regional
  Medical Command. The government intends to award multiple task
  oder requirements contracts as a result of this solicitation.
  Contracts awarded may be used by all Department of Defense
  Activities throughout the GPRMC as deemed appropriate. The
  only known requirements at this time are for the Darnall Army
  Community Hospial, Fort Hood, Texas which includes Optometrists,
  Optometry Technicians, Registered Pharmacists, Pharmacy Technicians,
  Medical Technologists, Radiology Technicians, Licensed Vocational
  Nurses and Nurse Assistants. The tentative issue date of Solicitation
  Number DADA10-97-R-0017 is 30 Dec 96 and the tentative closing
  date is 30 Jan 97. The contract period of performance is estimated
  to be for a base period of 1 Oct 97 hrough 30 Sep 98 with four
  1-year options. This requirement is being synopsized as full
  and open competition. Requests for Solicitation DADA10-97-R-0017
  must be in writing using company letterhead. All responsible
  sources may submit an offer which will be onsidered.
CITE: (I-341 SN009626)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015,
  1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000
SUBJECT: Q--COMMERCIAL MEDICAL REFERENCE LABORATORY SERVICES
SOL DADA10-97-R-0022
DUE 020797
POC Mrs. Moncada, Contract Specialist; Ms. Tolbert, Contracting
  Officer (210) 221-9351/9373 (Site Code DADA10)
DESC: The contractor must provide commercial medical reference
  laboratory services to include all necessary qualified personnel,
  transportation, material, equipment, and supplies to perform
  and report supplemental laboratory testing procedures for the
  Depatment of Defense medical treatment facilities located within
  TRICARE Regions III and IV in the Continental United States.
  The contract(s) will be awarded for the basic performance period
  of 1 Jun through 30 Sep 97 with four 1-year options. Solicitation
  DAD10-97-R-0022 will be issued on or about 30 Dec 96 with a
  closing date approximately 30 days after the issue date. Request
  for this solicitation must be submitted in writing. All proposals
  received from
CITE: (I-341 SN009627)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015,
  1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000
SUBJECT: Q--PERSONAL SERVICE OPTOMETRISTS (2)
SOL DADA10-97-R-0019
DUE 122696
POC Contract Specialist Cheryl Hill (210) 221-9312 (Site Code
  DADA10)
DESC: This is a COMBINED SYNOPSIS/SOLICITATION for commercial
  items prepared in accordance with information in FAR subpart
  12.6 as supplemented with the additional information included
  in this notice. This announcement constitutes the only solicitation.
  PRPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL
  NOT BE ISSUED. (ii) Solicitation number is DADA10-97-R-0019
  and is issued as a Request for Proposal (RFP). (iii) This solicitation
  documents and incorporates provisions and clauses in effect
  throug Federal Acquisition Circular 90-42. (iv) The Standard
  Industrial Classification (SIC) code is 8042, with a small
  business size standard of $5.0 Million. This procurement is
  unrestricted and is being advertised as full and open competition.
  (v) The contractor(s) shall provide the personal services of
  two Licensed Optometrists at Darnall Army Community Hospital,
  Fort Hood, Texas and its associated clinics for theperiod 1
  Jan 97 thru 30 Sep 97. CLIN Item 0001- 1500 hours. CLIN 0002-
  1500 hours. Duty hours average 40 hours per week consisting
  of an average of five eight work-hour days plus a 60 minute
  break, Sunday through Saturday between the hours of 7:00 a.m.
  and11:00 p.m. Hours may include Federal Holidays. Optometrist
  must be a graduate of an accredited College of Optometry, maintain
  a valid, full and unrestricted optometrist license in the state
  of Texas and have a minimum of one year post-licensure experience.
  The government will provide a schedule of shifts to the contractor
  not later than the 13th of each month for the following month.
  The government will only py for actual hours worked. This is
  a personal services contract. Contractor employees are subject
  to supervision and direction of designated government officials,
  and will work within the same employer-employee relationship
  that exists for government emploees. The designated official
  supervisor is the Chief, Department of Ambulatory Care. Contractor
  employees are not required to carry malpractice insurance,
  and the government will not reimburse or otherwise pay for
  such insurance should any be purchased. The government will
  provide all facilities, equipment, materials, and supplies
  necessary to perform the health care services required by this
  contract. Qualiication documentation consists of one copy each
  of license, college diploma, and experience and shall be submitted
  with proposal. Optometrists shall provide specialized ocular
  diagnostic procedures that include, but not be restricted to,
  dilated retinal exmination, cycloplegic refraction, applanation
  tonometry, gonioscopy and visual field analysis by automated
  perimetry. All documentation and medical records remain the
  property of the government. A general physical examination
  is required at the contractor's expense prior to performing
  services. 10 calendar days prior to performance of services
  the contractor shall provide to the COR a physical examinaion
  certificate containing the date the physical was completed
  and signed by the doctor who performed the physical. Physical
  shall document result of tests for HIV, Hepatitis B, serologic
  immunization to measles, mumps, rubella, and TB. The contractor
  shal provide the appropriate uniforms and name tags. Contract
  personnel shall comply with MFT's policies and procedures regarding
  safety, smoking, and eating areas. (viii) Clauses/provisions:
  Far Clause 52.212-1 "Instructors to Offerors-Commercial," is
  hereby included by reference. The following are addenda to
  FAR Clause 52.212-1: Paragraph (c) Period for acceptance of
  offers; The offeror agrees to hold prices n their proposal
  firm for 60 calendar days from the date specified for receipt
  of offers. Award may be made to a single offeror proposing
  two optometrists or two separate offerors. Offerors are advised
  that awards may be made without discussions. Award wil be made
  to the responsible offeror(s) whose proposal is responsive
  to the terms of the RFP and is most advantageous to the government.
  Each offeror is required to provide past performance information
  for same/similar services, to include 2 most recent contract
  numbers, points of contact/current telephone numbers, type
  service provided. (ix) Far provision 52.212-2 Evaluation-Commercial
  Items applies tothis solicitation and the following evaluation
  criteria (arranged in their order of importance) shall be used
  to evaluate offers: Qualifications, Cost, Past Performance.
  (x) FAR provision 52.212-3 Offeror Representations and Certifications-Commercial
  Items shall be completed and submitted with the proposal. (xi)
  FAR clause 52.212-4, Contract Terms and Conditions-Commercial
  Items, hereby applies to this solicitation. (xii) FAR clause
  52.212-5 Contract Terms and Conditions Required to Implement
  Statutes or Executive Orders-Commercial Items applies to this
  acquisition with the following addenda: Paragraph (b) the following
  FAR clauses are hereby incorporate by reference: 52.203-6,
  52.222-26, 52.222-35, 52.222- 36, 52.222-37. Paragraph (c)
  the following clauses are incorporated by reference: 52.222-41
  and 52.222-42 (Optometrist equivalent rate $20.22/hour). DFAR
  clause 252.212-7001, Contract Terms and Conditins Required
  to Implement Statutes or Executive Orders Applicable to Defense
  Acquisitions of Commercial Items applies to this acquisition
  with the following agenda: Paragraph (b) - the following DFAR
  clause are applicable and are incorporated by reference: 252.233-7000.
  DFARS provision 252.212-7000, Offeror Representations and Certifications-Commercial
  Items is incorporated by reference (offerors must completeand
  return this provision with their proposal). All clauses can
  be obtained in full text at URL: //www.medcom.amedd.army.mil/medcom/mcaa.
  (xvi) Proposal must be received not later than 26 Dec 96, 4:00
  p.m. CST and must be mailed to Central Contracting, MEDOM,
  ATTN: MCAA-CC, Bldg 2015, 1105 Beebe Loop, Ste 39, Fort Sam
  Houston, Tx 78234-6000. Oral or FAX offers are not acceptable.
  For information regarding this solicitation contact Cheryl
  Hill (210) 221-9312.
CITE: (I-341 SN009628)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Social Security Administration, Office of Acquisition
  and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696
SUBJECT: Q -- MEDICAL CONSULTANT SERVICES -- PEDIATRIC ORTHOPEDIC
SOL SSA-RFP-97-2932
POC Christine Nagengast Tel: (410) 965-9520
DESC: The Social Security Administration (SSA) intends to procure
  the services of a Medical Consultant in the specialty of Pediatric
  Orthopedics.  Consultation services shall be oral or written
  from the review of SSA disability case files.  There will be
  no contact with patients.  Competitive pricing will be solicited
  and accepted.  The period of performance shall be one year
  from 06/01/97 or date of award, with provisions for the inclusion
  of three one-year option periods.  SSA-RFP-97-2932 is scheduled
  for release on or about 01/06/97 with proposals due on or about
  02/06/97.  Only written requests for solicitation SSA-RFP-97-2932
  will be accepted 15 days from date of this publication.  Requests
  can be faxed to (410) 966-9310, or mailed to the address listed
  above.  No telephone requests will be honored.  This requirement
  is a 100% small business set-aside.  Proposals received from
  other than small business will be deemed unacceptable and given
  no further consideration.   This solicitation will be available
  for download in electronic form on the SSA Acquisition Data
  and Information Exchange Bulletin Board System. For access,
  dial (410) 966-4889 within the Baltimore, MD area or 1-800-SSA-SHELL
  for other access.  Set your modem to 8 data bits, no parity,
  1 stop bit (8-N-1), full duplex and VT-100 or ANSI terminal
  emulation.  Further instructions are available on line.   For
  technical assistance, call the SYSOP at (410) 965-8086.  The
  solicitation will also be available for downloading from SSA's
  Acquisition Information Home Page at http://www.ssa.gov/oag/oag1.htm.
  Please note that the solicitation version on the bulletin board
  will not include the SF-33, Solicitation, Offer and Award.
LINKURL: http://www.ssa.gov/oag/oag1.htm. Please
LINKDESC: 
CITE: (I-341 SN009681)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DOD/OSD/RE&F Contracting Office, Pentagon Building 2E271,
  Washington Headquarters Services, Washington, DC 20301-1155
SUBJECT: R- - MESSANGER MAIL SERVICE
SOL MDA946-97-Q-3169
DUE 011097
POC Contact Cheryl Harris (703)693-7797/Contracting Officer,
  Nancy J. Judd
DESC:  Contractor shall provide all labor, materials, equipment,
  transportation,  and supervision required for daily and/or
  on-call messenger/mail service  for the Leased Facilities
  Division.  Issuance of solicitation will be on or  about 13
  December 1996.  NO TELEPHONE REQUESTS, BUT REQUESTS BY FACISIMILE
  (703) 614-4289, WILL BE HONORED.  SEE NUMBERED NOTE  NUMBER
  1.*****                 
CITE: (W-340 SN009389)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box
  25047, Denver, CO 80225-0047
SUBJECT: R-VETERINARIAN SERVICES
SOL 1422-N660-R97-3005
DUE 012997
POC Marty Coffey, 303/236-9439 or Barbara Bellio, 303/236-9438
DESC: The Bureau of Land Management, (BLM), Carson City Nevada
  District Office has a requirement for routine veterinary services
  on an as-needed basis at the Palomino Valley Corrals, Sparks,
  Nevada.  The veterinarian must be available at the site within
  four (4) hours of notification.  Veterinarian must be licensed
  in the state of Nevada and be skilled in handling and treating
  large animals.  The contract is structured with a base year
  plus two options years.  All responsible sources may submit
  an offer which will be considered.  The solicitation will be
  issued on or about December 24, 1996.  A pre-proposal conference/site
  visit will be held on January 15, 1997.  Fax requests accepted
  at (303)236-9470.  See note 1.   
CITE: (W-340 SN009392)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NAS Corpus Christi, Supply Department, Purchase Division
  - Contracts Code 1941, 11001 D Street Suite 143, Corpus Christi
  TX 78419
SUBJECT: R -- R --PROVIDE VESSEL & BOAT CREW FOR GOMEX 97-1 EXERCISE
SOL N00216-97-Q-0044
DUE 010797
POC Contact Grace Garcia, AC512-939-2091/Contracting Officer,
  Lino Vera, AC512-939-2400. Facsimile AC512-939-2394.
DESC: Provide vessel and boat crew necessary to plant, load,
  recover, and off load approximately 61 mines and one OSBH (Over
  the Side Body), diving equipment for 8 divers including RHIB
  (Rib Boat) from Corpus Christi approximately 40 nm East and
  40 nm South of Padre/Mustang Island and stay at sea for 12
  days. For the period 16 January-28 January 1997. Specifications
  to be provided on RFQ. See Numbered Note(s): 1.
CITE: (I-341 SN009565)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: R -- EMULATOR SUPPORT SERVICES
SOL N0017497R0005
DUE 022097
POC Scott M. Anderson, Contract Specialist, Code 1141G, P:301-743-6663
  Fax:301-743-6546, Email: SCOTTANDERSON@SUPPLY.IH.NAVY.MIL.
DESC: The procurement is for technical services in support of
  shore site emulation equipment. This equipment currently consists
  primarily of emulators of the AN/UYA-4 and AN/UYQ-21 families
  of display consoles and associated NTDS peripheral equipment.
  Support to be provided will consist of engineering services,
  maintenance and repair services, and logistic support services.
  A limited manufacturing capability will also be required for
  the purpose of equipment upgrades and prototypes. This procurement
  is anticipated to be a multiple award CPFF type contract for
  a base year and 4 one year option periods. SIC Code is 8711
  for this procurement. Please submit a request for a copy of
  the solicitation package to the above listed point of contact.
CITE: (I-341 SN009593)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO 63120
SUBJECT: R -- TECHNICAL DATA (DRAWINGS) FOR THE CH-47D & MH47E
  AIRCRAFT
SOL DAAJ09-97-Q-0301
DUE 012097
POC Frederick L. Thompson, AMSAT-A-PLAA, Contract Specialist,
  314-263- 3200, Detra Battle-Blue, Contracting Officer, 314-263-0565.
DESC: Effort is for engineering support to provide technical
  drawings for the CH-47D & MH-47E aircrafts. This effort is
  sole source to Boeing Defense and Space Group, Helicopter Division.
  No other contractor has complete access to the type of data
  that is required to update and maintain the H-47 series aircraft
  configuration. Firms that can accomplish the above requirement
  are encouraged to identify themselves to permit participation
  in current and future solicitations. SEE NOTE 22
CITE: (I-341 SN009600)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO
SUBJECT: R -- TECHNICAL DATA (DRAWINGS) FOR THE T55-L-712, T53-L-703
  AND T53-L-13B TURBINE ENGINES
SOL DAAJ09-97-R-0318
DUE 012797
POC Frederick L. Thompson, AMSAT-A-PLAA, Contract Specialist,
  314-263- 3200, Detra Battle-Blue, Contracting Officer, 314-263-0565.
DESC: Effort is for engineering support to provide technical
  drawings for the T55-L-712, T53-L-703 and T53-L-13B Turbine
  Engines. This effort is a sole source to Allied Signal, Inc.,
  Allied Signal Engines, 111 South 34th Street, Phoenix, AZ 85034.
  NO other contractor has complete access to the type of data
  that is required to update and maintain the T-55 and T-53 engine
  configurations. Firms that can accomplish the above requirement
  are encouraged to identify themselves to permit participation
  in current and future solicitations. SEE NOTE 22
CITE: (I-341 SN009601)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, Naval Sea Systems Command, SEA 0264A,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT
  SERVICES
SOL N00024-97-R-6405
POC Mike Shaffer, Contract Specialist, (703)602-7703
DESC: The announcement originally appearing on 04 November 1996,
  and updated on 22 November 1996 in the Commerce Business Daily
  under this heading is hereby indefinitely suspended.
CITE: (I-341 SN009616)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: EPA, ADP Placement Section (3803F), 401 M St. SW, Washington,
  DC 20460-0001
SUBJECT: R--TECHNICAL AND ANALYTICAL SUPPORT FOR THE OFFICE OF
  POLICY ANALYSIS
SOL W700156B3
DUE 122196
POC Jean Mills, 202-260-6302
DESC: The Office of Policy Planning and Evaluation (OPPE), Global
   Climate Change Division and the Office of Policy Analysis
  have a requirement for a sole source extension of existing
  contract no. 68-W3-0024 with TRI, Inc. 3202 Tower Oaks Blvd.,
  Rockville, Maryland 20852 to provide analytic support in evaluating
  the domestic and international implications of changes in
  the global climate, stratospheric ozone level, and related
  environmental, energy, forestry, agriculture, human health,
  economic and other related societal issues, and to provide
  analytical support and data for the Environmental Protection
  Agencys efforts in the climate change program.  The project
  includes designing and administering means of collecting and
  disseminating information through development of data bases,
  models, reports, expert meetings, conferences, colloquia,
  and other means of data gathering. This cost-plus-fixed fee/level
  of effort contract will be extended for six months.  The potential
  number of man-hours is estimated at 8,500.  Telephone requests
  will not be honored.  This is for informational purposes only.

EMAIL MILLS.JEAN@EPAMAIL.EPA.GOV
EMAILDESC: 
CITE: (W-341 SN009678)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Fleet and Industrial Supply Center Norfolk Detachment
  Washington, Washington Navy Yard, Bldg. 200, 4TH Floor, 901
  M Street, S.E., Washington, DC
SUBJECT: R -- OPERATIONS, MAINTENANCE, AND INTEGRATION OF DATABASES
SOL N00600-97-R-2546
POC For additional information, contact Mark Jefferson, Code
  O2W1.3G, at (202) 433-0955. Contracting Officer, Barbara Prentiss.
  (202) 433-0955.
DESC: The Fleet and Industrial Supply Center, Detachment Washington
  DC, intends to negotiate a two-party contract with Information
  Spectrum, Incorporated (ISI) for the purchase of database operations,
  maintenance and integration services associated with the Navy
  Visibility and Maintenance of Operating and Support Cost (VAMOSC)
  program. Annual labor utilization is estimated at 40,128 hours.
  A one year contract with two option periods of one year each,
  along with an optional, six-month extension (FAR 52.217-08
  "Option to Extend Services,") is anticipated. A Justification
  and Approval for Other Than Full and Open Competition, Only
  One Responsible Source, has been prepared.  This notice of
  intent IS NOT a request for competitive proposals.  All responsible
  sources may submit a proposal or Statement of Capabilities
  to the contact person listed in block 11.  SEE NOTE 22.
CITE: (I-341 SN009680)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Health Resources and Services Administration, 5600 Fishers
  Lane, Parklawn Building, Room 13A-19, Rockville, MD 20857
SUBJECT: R -- DATA COLLECTION FOR THE ALZHEIMER'S DEMONTRATION
  GRANT PROGRAM
SOL HRSA-BPHC-97-B22038
DUE 122496
POC Alexandra B. Garcia
DESC: The purpose of this procurement is to monitor for accuracy,
  completeness and quality, the collection of all program data
  from the 15 Alzheimer's Demonstration Grant Program State grantees.
  The contractor shall serve as a consultant for the HRSA/BPHC
  evaluation strategy; answer specific questions about data collection;
  distribute information/decisions to all grantees; communicate
  monthly with the program director and keep her apprised of
  all pertinent information; submit quarterly report. According
  to the Simplified Acquisition Procedures in Part 13 of the
  Federal Acquisition Regulations, the Health Resources and Services
  Administration intends to negotiate on a sole source basis
  with the Life Span Institute, University of Kansas, 1052 Dole
  Bldg., Lawrence, Kansas 66045. The Life Span Institute, University
  of Kansas is deemed the only responsible source capable of
  providing the required work and services. The period of performance
  is three months. A Justification for Other than Full and Open
  Competition is on file. The award shall be made using simplified
  acquisition procedures. See Note(s): 22.
CITE: (I-341 SN009691)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: R -- SCIENCE, ENGINEERING, AND TECHNICAL ASSISTANCE
  (SETA)
SOL N0017497R0008
DUE 022097
POC Scott M. Anderson, Contract Specialist, Code 1141G, Ph:301-743-6663
  Fax:301-743-6546, Email: SCOTTANDERSON@SUPPLY.IH.NAVY.MIL.
DESC: This procurement is for support services in planning, monitoring,
  evaluation, assessment, and documentation of Information Technology
  Office Programs. The procurement is for one base year and 4
  one year option periods. SIC Code for this procurement is 8742.
  Please submit a request for a copy of the solicitation package
  to the above listed point of contact.
CITE: (I-341 SN009695)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: R-- PROVIDE PERSONNEL, EQUIPMENT, TOOLS
SOL F09650-97-R-0103
DUE 012397
POC POC Point of Contact - Jana Burnam, Pkos, 912-926-3985
DESC:  Provide personnel, equipment, tools, materials, supervision,
  and other items and services necessary to perform all housing
  management tasks and functions.  Note, this is an A-76 Cost
  Comparison Study.  Contract term will be one basic year with
  4 annual options and a 1- 6 month short option.  Anticipated
  award date:  19 Jan 98.  Fax # (912) 926-3590.  The approximate
  issue/response date will be 23 Dec 96.  No telephone requests.
   Only written or faxed requests received directly from the
  requestor are acceptable.  All responsible sources solicited
  may submit a bid, proposal, or quotation which shall be considered.
   See Note (s) 1.                                         

CITE: (W-341 SN009717)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North
        Charleston, SC 29419-9022
SUBJECT: R--TECHNICAL, ENGINEERING AND MANAGEMENT SUPPORT SERVICES
SOL N65236-97-R-0305
DUE 012297
POC Point of Contact - Donna Murphy, Code 1113DM, 803-743-6486,
        Contracting Officer, Joliene L. Bowers
DESC: Solicitation will be issued to procure technical, engineering
        and management support services including the design,
  development,       integration, installation, test and evaluation,
  certification,       maintenance, modification, and logistic
  support of a wide variety of       electronic equipment, systems
  and subsystems.  Electronic systems       include radar, sonar,
  navigation, telemetry, oceanographic,       hydrographic, meteorological,
  mission electronic, and other systems.        Services are
  required for a period of one year, with four one-year     
   options.  Contract performance will be on an indefinite delivery,
        indefinite quantity, cost plus fixed fee basis.  Services
  will be       performed at various locations throughout the
  United States.        Contractor will be required to have a
  facility with a Secret Security       clearance in Charleston,
  SC.  Award to be evaluated on a price and       other factors
  basis.  SIC Code is 8711.  Size Standard is $20.0M.  All  
      responsible sources may submit a proposal which, if timely
  received,       shall be considered.  Only written requests
  for copies of the       solicitation will be accepted via mail
  or fax at (803)743-1064.        Request shall include the solicitation
  number N65236-97-R-0305 and       your company's name, telephone
  number and mailing address.  Requests       should be submitted
  to the attention of Donna Murphy at NISE East,       Code 1113DM.
   See Note #26.
EMAILADD: stonej@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-341 SN009721)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North
        Charleston, SC 29419-9022
SUBJECT: R--AIR TRAFFIC CONTROL, ATC & LANDING SYSTEMS (ATCALS)
        ELECTRONICS MAINTENANCE AND AVIATION METEOROLOGY FORECASTING
  AND       OBSERVATION SUPPORT SERVICES FOR DOD AVIATION SUPPORT
  FACILITIES       WORLDWIDE
SOL N65236-97-R-0300
DUE 012497
POC Point of Contact - Donna Murphy, Code 1113DM, 803-743-6486,
        Contracting Officer, Joliene L. Bowers
DESC: Solicitation will be issued to procure Air Traffic Control,
  ATC       & Landing Systems (ATCALS) Electronics Maintenance
  and Aviation       Meteorology Forecasting and Observation
  support services for       Department of Defense (DOD) aviation
  support facilities worldwide.        Services include management,
  operations and maintenance of systems and       equipment at
  selected DOD aviation facilities and at aviation       facilities
  that support the National Science Foundation.  Services are
        required for a period of one year, with four one-year
  options.        Contract performance will be on an indefinite
  delivery, indefinite       quantity, cost plus fixed fee basis.
   Services will be performed       predominately in Antarctica.
   Other sites to be determined.  Contract       will be required
  to have a facility in Charleston, SC.  Award to be       evaluated
  on a price and other factors basis.  SIC Code is 4581.  Size
        Standard is $5.0M.  All responsible sources may submit
  a proposal       which, if timely received, shall be considered.
   Only written requests       for copies of the solicitation
  will be accepted via mail or fax at       (803)743-1064.  Request
  shall include the solicitation number       N65236-97-R-0300
  and your company's name, telephone number, and       mailing
  address.  Requests should be made to the attention of Donna
        Murphy at NISE East, Code 1113DM.  See Note #26.
EMAILADD: stonej@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-341 SN009722)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North
        Charleston, SC 29419-9022
SUBJECT: R--ENGINEERING AND TECHNICAL SUPPORT SERVICES
SOL N65236-97-R-0313
DUE 011097
POC Point of Contact - Patricia Godwin, Code 1113PG,       803-743-4991,
  Contracting Officer, Joliene L. Bowers
DESC: Solicitation will be issued to procure Engineering & Technical
        Support Services for performance of Electromagnetic Surveys
  in support       of the Navy Shore Environment Effect, E3 Program.
   Services shall       include analysis, survey, installation
  and testing assignments;       review/update of instructions
  and standards; development of analysis       programs and input
  files; development of training plans and course       material.
   These tasks shall be conducted at Navy, Marine Corps, Coast
        Guard and other Government activities including ships,
  aircraft,       submarines and shore stations worldwide.  Surveys
  will also be       conducted at sites with remote and harsh
  environments.  Services are       required for a period of
  one year, with four one-year options.        Contract performance
  will be on an Indefinite Quantity/Time & Material       basis.
   Contractor will be required to have a facility in Charleston,
        SC with a Secret Security Clearance.  Award to be evaluated
  on a price       and other factors basis.  SIC Code is 8711.
   Size Standard is $20.0M.        All responsible sources may
  submit a proposal which will be accepted       via mail or
  fax at (803)743-1064.  Requests shall include the       solicitation
  number N65236-97-R-0313 and your company's name, telephone
        number and mailing address.  Requests should be submitted
  to the       attention of Patricia W. Godwin at NISE East,
  Code 1113PG.
EMAILADD: stonej@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-341 SN009723)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715,
  Baltimore, MD  21201-1715
SUBJECT: R -- PARK ATTENDANT SERVICES, JENNINGS RANDOLPH LAKE,
  ELK GARDEN, WVA
SOL DACW31-97-T-0050
DUE 012897
POC Denise Mellinger, 410-962-3471
DESC: This procurement is 100% set-aside for Small Business Concerns.
  Provide Park Attendant Services, Jennings Randolph Lake, Elk
  Garden, West Virginia.  Contract performance is 1 January 1997
  or contract award through 31 December 1997.  Base Year plus
  two (2) option years. Request for solicitation document should
  be made in writing to Mrs. Denise Mellinger, Department of
  the Army, Baltimore District, Corps of Engineers, ATTN: CENAB-CT-C,
  P. O. Box 1715, Baltimore, Maryland 21203-1715.  Issuance o/a
  27 December 1996. All responsible sources may sumit an offer
  which will be considered.
CITE: (I-341 SN009748)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USDA, Rural Development, 4440 NW 25th Place, PO Box 147010,
  Gainesville, Florida 32614-7010
SUBJECT: R -- LEGAL SERVICES FOR FORECLOSURES AND DEFENSE OF
  BANKRUPTCY
SOL RFP 09-00-7-001P
DUE 012497
POC Contact: Sara Grant, Contract Specialist, (352)338-2426,
  or Elaine Larison, Contracting Officer, (202)245-5544.
DESC: USDA, Rural Development intends to procure Legal and Related
  Services for Foreclosure and Bankruptcy cases for Single Family
  Housing properties for Pasco, Manatee, Hillsborough, and Pinellas
  counties in the State of Florida.  This requirement is 100%
  Small Business Set-Aside.  The contract period will be one
  (1) Base Year with four (4) One-Year Option Periods.  The Base
  Year is estimated at approximately thirty (30) cases and approximately
  twenty (20) cases for each of the One-Year Option Periods.
   The solicitation will be released on or about December 27,
  1996.  Requests for the solicitation must be in writing and
  submitted to the Sara Grant, Contract Specialist. See numbered
  Note 1.
CITE: (I-341 SN009752)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USDA, Rural Development, 4440 NW 25th Place, PO Box 147010,
  Gainesville, Florida 32614-7010
SUBJECT: R -- LEGAL SERVICES FOR FORECLOSURES AND DEFENSE OF
  BANKRUPTCY
SOL RFP 09-00-7-002P
DUE 012497
POC Contact: Sara Grant, Contract Specialist, (352)338-2426,
  or Elaine Larison, Contracting Officer, (202)245-5544.
DESC: USDA, Rural Development intends to procure Legal and Related
  Services for Foreclosure and Bankruptcy cases for Single Family
  Housing properties for Hamilton, Suwannee, Nassau, Duval, Bradford,
  Clay, St. Johns, Putnam and Flagler counties in the State of
  Florida.  This requirement is 100% Small Business Set-Aside.
   The contract period will be one (1) Base Year with four (4)
  One-Year Option Periods.  The Base Year is estimated at approximately
  thirty (30) cases and approximately twenty (20) cases for each
  of the One-Year Option Periods.  The solicitation will be released
  on or about December 27, 1996.  Requests for the solicitation
  must be in writing and submitted to the Sara Grant, Contract
  Specialist. See numbered Note 1.
CITE: (I-341 SN009753)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: VA Medical Center 1601 Brenner Ave. Salisbury, NC 28144
SUBJECT: R -- EDUCATIONAL/VOCATIONAL/EMPLOYMENT PLACEMENT COUNSELING
SOL rfp 659-13-97
DUE 012497
POC Jolette M. Cole
DESC: The Department of Veterans Affairs Regional Office, Winston-Salem,
  NC is seeking qualified counselors (satisfactory completion
  in an accredited educational institution of 2 full academic
  years of graduate study directly related to counseling psychology;
  as least one year of professional experience with demonstrated
  knowledge, skills and abilities for educational, vocational,
  or rehabilitation counseling) to provide vocational/educational/employment
  placement counseling to eligible persons referred by VARO personnel.
  The contract will be for one base year and two one-year renewal
  options. Contractors may bid on a single service or combination
  of services. As a result of this notice the VA may award, one,
  multiple or no contracts, as it deems in the best interest
  of the Government. Written requests for a solicitation package
  should be sent to attention of Jolette Cole, VAMC, 1601 Brenner
  Ave., Salisbury, NC 28144. Faxed requests may be sent to 704-638-3495.
  Telephone requests will not be honored. The solicitation will
  be available o/a 12/23/96; proposals will be due o/a 1/24/97
CITE: (I-341 SN009573)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Department of Veteran Affairs Medical Center, Contracting
  Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199
SUBJECT: R -- DESIGN AND PERFORM CUSTOMER SATISFACTION SURVEY
SOL 586-30-97
DUE 012297
POC Susan Newton, Contracting Officer
DESC: Design and Perform a Customer Satisfaction Survey for the
  Department of Veterans Affairs Medical Centers located in Alexandria,
  LA and Houston, TX for the period 02-01-97 through 07-31-97.
  SIC Code 8748 applies. SOLICITATION TO RELEASE ON OR ABOUT
  12-23-96. Requests must be in writing. NO TELEPHONE REQUESTS
  WILL BE HONORED. FAX # is: 601-364-1346. SUBJECT TO THE AVAILABILITY
  OF FUNDING.
CITE: (I-341 SN009704)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: U.S. Dept. of Commerce, National Oceanic & Atmospheric
  Administration, Western Administrative Support Center, Acquisition
  Management Division, Procurement Branch, WC33, 7600 Sand Point
  Way NE, Seattle, WA  98115-0070
SUBJECT: S -- NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT
  WITH THE UNVIERSITY OF WASINGTON SCHOOL OF FISHERIES.
SOL WASC7-664
DUE 122096
POC Randall Brown, telephone (206) 526-6226, fax (206) 526-6025.
DESC: Notice of intent to negotiate a sole-source contract with
  the University of Washington School of Fisheries (UW) to provide
  fresh water in Seabeck, Washington.  The National Marine Fisheries
  Service (NMFS) requires fresh, untreated water (non-chlorinated)
  for incubating and rearing salmon stocks at its fish hatchery
  in Seabeck. Contractor will provide fresh water on an as-needed
  basis for a period of one year to the NMFS.  NMFS requires
  approximately 3.5 million gallons during period of this contract.
   Sources responding to this notice must do so within 15 days
  from the date of this publication. This is a small purchase
  action.  All responsible sources may submit a proposal which
  shall be considered by the agency.
CITE: (I-340 SN009394)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: USDA Forest Service, Fremont N.F. 524 North G Street,
  Lakeview OR 97630
SUBJECT: S--TREE PLANTING
SOL SOL R602-97-0558
DUE 020697
POC Contact, Sonya Hickman, Procurement Technician (541) 947-6228
DESC: Project consists of an estimated 500 acres of hand tree
  planting on the Silver Lake Ranger District of the Fremont
  National Forest in Lake County, Oregon. State of Oregon Farm/Forest
  Contractor License and a valid Farm Labor Contractor Certificate
  of Registration will be required. See Numbered Notes 1 and
  3.
CITE: (I-341 SN009542)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration, PBS, Room 120 Federal
  Bldg, 115 4th Ave SE, Aberdeen, SD 57401
SUBJECT: S--CUSTODIAL AND RELATED SERVICES
SOL GS-08P-97-VL-C-0007
DUE 012197
POC Contracting Officer, Brenda Haar, (605) 226-7301.
DESC: Custodial services to be performed in the Post Office area
  at the Federal Building/U.S. Post Office/Courthouse, 225 South
  Pierre Street, Pierre, South Dakota. Solicitation packages
  will be available January 2, 1997, with a bid opening of January
  21, 1997. Contract performance period is March 1, 1997, through
  February 28, 1998, with two option years. Requests for solicitation
  packages must be made in writing to the above Contracting Officer.
  Fax requests will be accepted/fax number (605) 226-7305. The
  solicitation is 100% set-aside for small business.
CITE: (M-341 SN009620)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7,
  Alameda, CA 94501-5100
SUBJECT: S-TEMPORARY MESSING FOR USCGC POLAR STAR
SOL DTCG85-97-Q-625238
DUE 122396
POC Contact Alison Schnitzer, Contracting Officer, (510) 437-3378
DESC: Provide temporary messing for the 110-person crew of the
  USCGC POLAR STAR, for a period of 21 days.  The contractor
  shall provide a combination of on-board catering, and off-ship
  messing in a commercial restaurant, within a 30-minute one-way
  commute from the vessel.  The following meals will be catered
  on board (estimated amounts):  Breakfast (Sunday thru Saturday)
  for up to 60 people, Lunch (Monday thru Friday) for up to 110
  people, Lunch (Saturday/Sunday) for up to 50 people, Dinner
  (Sunday thru Saturday) for up to 60 people.  The following
  meals shall be provided off-ship in a commercial restaurant:
   Breakfast (Tuesday thru Friday) for up to 80 people, Dinner
  (Monday thru Friday) for up to 80 people--USCGC POLAR STAR
  is located at Cascade General Portland Shipyard, in Portland,
  Oregon--Services to begin on or about 06 January 1997.  The
  proposed contract listed here is open to small businesses only--Specifications
  will be issued on or after 19 December 1996.  All responsible
  sources may submit a bid which shall be considered by the United
  States Coast Guard.  For Women-owned and Disadvantaged Business
  Enterprises:  The Department of Transportation (DOT) Minority,
  Office of Small  and Disadvantaged business Utilization has
  programs to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working  captial
  assistance for transportation-related contracts.  Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
   The maximum line of credit is $500,000.  For further information
  and applicable forms concerning the STLP, call the OSDBU at
  (800) 532-1169.  For information concerning the acquisition,
  contact the contracting official listed above.  
LINK n/a
LINKDESC: 
EMAIL alisonschnitzer.mlcp @internet.uscg.mil 
EMAILDESC: 
  Contracting Officer
CITE: (W-341 SN009671)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration, PBS, Service Contracts
  (GPMF-S), 1500 E Bannister Rd., Rm 2201, Kansas City, MO 64131-3088
SUBJECT: S-JANITORIAL SERVICE
SOL GS06P97GXC0016
DUE 013197
POC Larry Coleman, (816)926-7078, Theresa L. Wells, (816)926-7078
DESC: Modify Solicitation GS06P97GXC0016, issued December 4,
  1996, for Janitorial Services, 111 Winnebago, St. Louis, MO.
   Change Contracting Officer's name from Debra A. Harms to
  Theresa L. Wells.  
LINK http://cbdnet.access.gpo.gov
LINKDESC: 
CITE: (W-341 SN009682)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Veterans Affairs Medical Center, 50 Irving
  Street, N.W., Washington, DC 20422
SUBJECT: S -- CLEANING OF INDUCTION UNITS/FIRE SPRINKLER HEADS
SOL IFB 688-25-97
DUE 122696
POC Tyrone Lassiter, Contracting Officer, (202) 745-8467
DESC: Invitation for Bids No. 688-27-97 is a combined synopsis/solicitation
  for commercial items for the Veterans Affairs Medical Center
  (VAMC) in Washington, DC, prepared in accordance with the format
  in FAR Subpart 12.6, as supplemented with additional information
  in this notice (SIC 7349). This announcement constitutes the
  only solicitation; bids are being requested and a written solicitation
  will NOT be issued. Contractor shall furnish all labor, equipment,
  tools, parts and materials required for thorough cleaning of
  sprinkler heads, force flow heaters and steam convector units,
  as indicated in the schedule of equipment, located at the VAMC,
  50 Irving Street, NW, Washington, DC. Contract performance
  period will be for a one year from the date of award and is
  subject to the availability of funds. Contract may be amended
  for two (2) one year options in accordance with the clause
  at 52.217-9, Option to Extend the Term of the Contract. Schedule
  of Equipment - (1) Induction Units, Force Flow Heaters, and
  Steam Convectors - 192 Units (1 Cleaning Per Year); (2) Induction
  Units, Force Flow Heaters, and Steam Convectors - 137 Units
  (2 Cleanings Per Year); (3) Induction Units, Force Flow Heaters,
  and Steam Convectors - 398 Units (4 Cleanings Per Year); (4)
  Fire Sprinklers - Estimated 3000 Sprinkler Heads (2 Cleanings
  Per Year). Bidders shall submit a price for the Base Year (12
  mos.), Option Year I (12 mos.) & Option Year II (12 mos.) and
  an Aggregate Total for all three years combined. Contractor
  shall use a HEPA Vacuum cleaner with filtration to 99.97% at
  0.3 microns to clean Fire Sprinklers, Carrier Weather Master
  Induction Units, Force Flow Heaters and Steam Convector Heating
  Units located at the VAMC. Cleaning of Carrier Weather Master
  Induction Units, Force Flow Heaters and Steam Convector heating
  Units shall be accomplished by removing all panels and top
  covers to expose units, coils, valves, air plenum nozzles for
  complete vacuum cleaning. The Induction Units - Condensate
  Drip Pans, shall be cleaned with a 1 to 10 ratio of bleach
  and water and a 1.5 inch stiff bristle scrub brush, to remove
  all minerals, dirt and dust buildup. The Contractor shall replace
  and position Condensate Drip Pan and Condensation defectors
  at each end of coil to insure proper drainage of condensate
  into Condensate Drain. Condensate Drain shall be checked by
  Contractor by pouring one (1) quart of tap water in drain pan
  noting if the water drains down the condensate drain. Wipe
  all surfaces down with damp cloth. Replace lint screens which
  have deteriorated due to corrosion. (Lint Screens will be furnished
  by the VAMC). Upon completion, the Contractor shall reassemble
  all units and clean up areas and began cleaning of all fire
  sprinkler heads with a soft bristle brush, plus vacuum clean
  each head. There are approximately three thousand (3000) sprinkler
  heads throughout the VA Medical Center. Sprinkler heads will
  be cleaned two (2) times a year (schedule to be coordinated
  with VA). **Caution: The Contractor shall exercise great caution
  when cleaning all sprinklers, as they shall be charged with
  water at the time of cleaning. All Medical Center Ward rooms
  are to be cleaned during normal working hours from 8:00 A.M.
  to 4:30 P.M., Monday through Friday, excluding Federal holidays.
  All Administrative and Admitting areas are to be cleaned after
  normal working hours from 5:00 P.M. to 8:00 P.M., Monday through
  Friday, excluding Federal holidays. Work performed after normal
  working hours will be coordinated with the Chief, Engineering
  Service or his/her designee. Contractor shall report all malfunctions,
  broken thermostats, or Induction Units, Force Flow Heaters
  or Convector Heaters to the Contracting Officer's Technical
  Representative (COTR). VAMC Engineering Staff will make repairs
  to leaking valves, condensate pans, air leaks or no supply
  of air, and thermostats that need calibrating. Contractor shall
  submit for approval of the Contracting Officer or his/her designee
  a proposed schedule of cleanings to meet the Induction Units,
  Force Flow Heaters, Steam Convector Heaters, and Fire Sprinkler
  Heads cleaning requirements. All Contractor personnel shall
  wear proper attire with the name of company and employees name
  visible; shall report to Engineering Service, Engineering Control
  Center, Mechanical Equipment Room # 1, prior to starting any
  work and after completing the service required. Contractors
  personnel must leave a completed V.A. Form 08-6131 Daily Log-formal
  Contract, signed by the Plant Operator to certify as to service
  performed, and submit the VA Form 08-6131 to Engineering Service
  Plant Operations 138G for payment authorization. One (1) Cleaning
  per year during the month of November for the following Induction
  Units, Force Flow Heaters, and Steam Convector Heaters. (1)
  First Floor Administrative Main Lobby and Main Kitchen Areas,
  Sections (A, B, D, and E)(99 units). (2) Second Floor Section
  (A) (18 Units); (3) Third Floor Section (A) (21 Units); (4)
  Fourth Floor, all sections (A, C and D) (54 Units). Total Units
  for one cleaning per year during the month of November: 192
  Units. Two (2) Cleanings per year during the months of November
  and May for the following Induction Units, Force Flow Heaters
  and Steam Convector Heaters. (1) Second Floor, all sections
  (D) (49 Units); (2) Third Floor, all sections (C and D) (88
  Units); Total Units to be cleaned Two (2) times per year during
  the months of November and May: 137 Units. Four (4) Cleanings
  per year during the months of November, January, April and
  August for the following Induction Units, Force Flow Heaters
  and Steam Convector Heaters. (1) Second Floor, all sections
  (B, C and E) (167 Units); (2) Third Floor, all sections (B
  and E) (114 Units); (3) Fourth Floor, all sections (B and E)
  (117 Units). Total Units to be cleaned Four (4) times per year
  during the months of November, January, April and August: 398
  Units. Two (2) cleanings per year during the months of November
  and June Fire Sprinkler Heads with a soft bristle brush, plus
  vacuum clean each head. There are approximately three thousand
  (3000) sprinkler heads throughout the VA Medical Center. Sprinkler
  heads shall be cleaned two (2) times a year, in November and
  June of the contract year. Daily Log: The work under this contract
  will be performed to the satisfaction of the Engineering Officer
  or his/her designate, who will inspect the work performed after
  each cleaning and will indicate his/her approval thereof on
  a signed VA Form 08-6131 Daily Log-Formal Contract, prior to
  the departure of the Contractor from the premises. The signed
  VA Form 08-6131 Daily Log-Formal Contract will be attached
  to the invoice submitted for payment for service rendered.
  Contractor's use of the premises: Due to the nature of the
  Medical Center and activities to be carried through in the
  areas where the work is to be performed, the Contractor shall
  be limited to work only in areas designated by the COTR. These
  areas will be coordinated on a schedule provided to the Contractor
  by the COTR. At all times, the Contractor shall arrange his/her
  work in such a manner as to provide himself/herself a safe
  and unobstructed working area and still allow the continuance
  of Medical Center activities and patient care. Cleaning and
  protection of existing facilities: Prior to starting the work,
  the Contractor shall use clean drop cloths and other suitable
  coverings to insure full protection to the areas in which the
  work is to be performed. all work shall be performed in a professional
  craftsman like manner and under the diligent supervision of
  the Contractor's thoroughly trained/ experienced service foreman.
  The work crew shall broom clean and vacuum the work areas at
  the completion of the job in each particular area. The Contractor
  shall be responsible for removing any Government property,
  i.e., books, papers, furniture and flowers susceptible to damage
  or those which infringe upon the cleaning operation. After
  all cleaning procedures have been completed, the Contractor
  shall return all Government property, i.e., books, papers,
  furniture and flowers to their original location and condition.
  These preparations shall be scheduled and coordinated through
  the Engineering Officer or his/her designee prior to the start
  of any cleaning operation. All lint, dust, dirt and residue,
  and other accumulation shall be gathered, contained and removed
  from each site by the Contractor and disposed of in accordance
  with local safety regulations governing such removal and disposal.
  Safety/Health Requirements: The Contractor shall abide by all
  Federal, State and local codes and regulations when performing
  work at the Washington, DC, VA Medical Center. The Washington,
  DC, VA Medical Center isolates patients suspected of or having
  active tuberculosis in rooms with negative pressure, at least
  six air exchanges per hour and all air vented to the outside.
  All persons who enter rooms identified with the "Special Respiratory
  Isolation" sign, must wear a NIOSH approved HEPA filter mask
  and have successfully completed a Respiratory Protection Program
  (29 CFR 1910.134), to be furnished by the Contractor. The Contractor
  shall use only explosion proof electrical equipment and appliances
  conforming to the latest edition of the National Electrical
  Code. Contractor shall use HEPA Vacuum Cleaners with filtration
  to 99.97% at 0.0 microns. The Contractor shall not transport
  to or use upon the government's premises any detergent, solvent,
  flammable, combustible or explosive characteristics, unless
  approval is obtained from the Contracting Officer or his/her
  designated representative. Solicitation documents and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular 90-42. This procurement is a total Small
  Business Set-aside. U.S. Department of Labor Employment Standards
  Administration Wage and Hour Division Determination No. 94-2103,
  Rev. No. 8 dated 12/8/95, applies to this acquisition. Payment
  will be made in arrears on certified invoices showing purchase
  order number assigned and contract number. Offerors must include
  a completed copy of the provision at 52.212-3, Offeror Representations
  and Certifications -- Commercial Items, with its bid. The following
  incorporated clauses and provisions are applicable to this
  acquisition: 52.212-1, Instructions to Offerors--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; 52.222-3,
  Convict Labor (E.O. 11755); 52.233-3, Protest After Award;
  52.203-6, Restrictions on Subcontractor Sales to the Government,
  with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal
  or Improper Activity; 52.217-5 Evaluation of Options; 52.217-9,
  Option to Extend the term of the Contract; 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; 52.232-33, Mandatory Information for Electronic
  Funds Transfer Payment; 52.232-34, Optional Information for
  Electronic Funds Transfer Payment. All bid prices for this
  procurement must be received on company letterhead, in a SEALED
  ENVELOPE -- noting bid response enclosed and Invitation for
  Bid No. 688-25-97, and shall be addressed to Tyrone Lassiter,
  Contracting Officer (90C), Room 1B112, VA Medical Center, 50
  Irving Street, NW, Washington, DC 20422. Bid opening is 4:00
  p.m. EST, December 26, 1996. FAXED bids will not be accepted.
CITE: (I-341 SN009754)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources
  Sought
OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN
  DRIVE, TEXARKANA TX 75507-5000
SUBJECT: S--BOILER PLANT STUDY
SOL DAAC79-CBD7-0001
POC Patton Tidwell Contract Specialist (903)334-3480 Rose Mary
  Spearman Contracting Officer (903)334-4141 (Site Code DAAC79)
DESC: Red River Army Depot, Texarkana, Texas is seeking to locate
  private commercial sources for cost comparison purposes under
  OMB Circular A-76 and Federal Acquisition Regulation (FAR)
  Subpart 7.3. The Government function under consideration is
  the boile plant operations at Red River Army Depot which is
  located approximately 15 miles west of Texarkana, TX. A solicitation
  package will be prepared and should be available in August
  1997 for distribution. Anyone interested in obtaining this
  solicitation packae or any other information regarding this
  commercial activities (CA) study should contact personnel in
  the Directorate of Contracting. Requests for information or
  for the solicitation package should be addressed to: Commander,
  Red River Army Depot, 100 Main Drive, Directorate of Contracting,
  Building 110, CA Study (Boiler Plant), Texarkana, TX, 75507-5000.
  Facsimile requests may be made to : Directorate of Contrating,
  CA Study (Boiler Plant), (903)334-4141 or (903)334-3480.
CITE: (I-341 SN009654)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Afftc/pkad Directorate Of Contracting, 5 S Wolfe Ave,
  Edwards Afb Ca 93524-1185
SUBJECT: T--AUDIO-VISUAL SERVICES
SOL F04700-97-R0006
POC Ricardo R. Mones, Contract Specialist, (805)277-3900 Ext
  2317, John C. Lemacks, Contracting Officer, (805)277-3900 Ext
  2253
DESC: CORRECTION:  This action (sources sought for Audio-Visual
  Services) was originally publicized in the CBD dated 11/21/96
  as SIC CODE 7335 with a Size Standard of $3.5.  The SIC CODE
  assigned was incorrect and should have read SIC CODE 7812 with
  a Size Standard of $21.5.  All interested small business must
  submit evidence of technical capability and past performance
  record on a similar project. 
LINK http://cpf.edwards.af.mil/contract/rfp.html
LINKDESC: 
EMAIL monesr%pk@mhs.elan.af.mil
EMAILDESC: 
CITE: (W-341 SN009625)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: US ARMY ENGINEERING & SUPPORT CENTER, ATTN: CEHNC-CT-P,
  4820 UNIVERSITY SQUARE, HUNTSVILLE AL 35816-1822
SUBJECT: U--MDS-DESIGNER PACKAGE AND MDS-PROGRAMMER PACKAGE TRAINING
  COURSES
SOL DACA87-97-R-0006
DUE 123096
POC Contract Specialist Laura Wilbourn (205) 895-1171 (Site Code
  DACA87)
DESC: The purpose of this amended announcement is to change the
  contract type to a requirements contract and to state the qualifications
  that each instructor must meet to qualify to teach the MDS
  courses: (a) one instructor shall be qualified in the computr
  languages used to develop the MDS. This MDS programmer/instructor
  shall have a complete working knowledge of the MDS program
  and have the ability to instruct in actual hands-on classroom
  environment; (b) one instructor shall possess a bachelors degree
  inarchitecture. This architecture/instructor shall have a thorough
  understanding of the MDS architectural and interior design
  features (including furniture) and be able to convey the hands-on
  working intricacies to students; (c) one instructor shall be
  qualified as a structural engineer. This structural engineer/instructor
  shall have a thorough understanding and working knowledge of
  the structural portion of MDS. his structural engineer/instructor
  shall have the ability to convey hands-on intricacies and basis
  of design to the students. This instructor is required to interact
  with other discipline specific exercises; (d) one instructor
  shall be qualified as a mechaical engineer with experience
  in the plumbing discipline. This mechanical engineer/instructor
  shall have a thorough understanding and working knowledge of
  the mechanical and plumbing portions of MDS. This instructor
  shall have the ability to convey hands-on intricacies and basis
  of design to the students. This instructor is required to interact
  with other discipline specific exercises; (e) one instructor
  hall be qualified as an electrical engineer with experience
  in the electrical discipline. This instructor shall have a
  thorough understanding and working knowledge of the electrical
  portion of MDS. This electrical engineer shall have the ability
  to convey ands-on intricacies and basis of design to the students.
  This instructor is required to interact with other discipline
  specific exercises; (f) one instructor shall be qualified as
  a cost estimator. This cost estimator/instructor shall have
  a thorough understanding and working knowledge of the cost
  estimating portion of MDS and MCACES. This instructor shall
  have the ability to convey hands-on intricacies of the Programmers
  Package" and "Cost-to-Date" estimating systems within MDS.
  This instructor is required to interact with other discipline
  specific exercises.
CITE: (I-341 SN009666)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Department of the Treasury, Internal Revenue Service,
  Midstates Procurement Operations Branch, 4050 Alpha Rd., Dallas,
  Texas 75244
SUBJECT: U -- EDUCATION AND TRAINING SERVICES
SOL N/A
POC Ila Krause, Contract Specialist, (972) 308-1992.
DESC: The Internal Revenue Service intends to issue a purchase
  order under the Simplified Acquisition (SA) process to Information
  Mapping, Inc., 300 Third Avenue, Waltham, MA 02154 for the
  course entitled "Developing Procedures, Policies & Documentation"
  with participants obtaining skills which can be applied to
  a wide variety of IRS-related topics including compliance documentation,
  administrative procedures, training materials and policy manuals.
  Classes to be held 2nd Quarter, Philadelphia, PA and Overland
  Park, KS, 3rd Quarter, Austin, TX and 4th Quarter, Atlanta,
  GA. Number of students is 20 (maximum) in each class. This
  procurement is a SOLE SOURCE and NO solicitation is available.
  Letters and telephone requests will not be accepted and are
  considered non-responsive to this CBD Announcement. However,
  contractors with this capacity may submit a PROPOSAL with PRICING
  to be considered by the Government no later than 15 DAYS after
  the date of this announcement.
CITE: (I-341 SN009702)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Naval Undersea Warfare Center, Division Keyport, 610
  Dowell Street, Keyport, WA
SUBJECT: U -- TRAINING/CIRRICULUM DEVELOPMENT
SOL N0025397Q0067
DUE 011597
POC Contact Point, Linda Kress, Fax 360/396-7036
DESC: NUWC Keyport requires technical support services for FMS
  training courses and technical support services for installation
  and test of in-service USN ASW Fire Control Systems Ordnance
  Alterations (ORDALTs) and field changes (Fcs).  No telephone
  requests for the solicitation package will be accepted.  Fax
  request will be accepted only.  Fax number (360)396-7036. 
  Simplified Acquisition Procedures shall be used for this procurement.
   A written request for quotation shall be issued on or about
  06 Jan 97.  Award whall be made on or about 15 Jan 97.  See
  Numbered Note 1 and 26
CITE: (I-341 SN009751)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland
  AFB, TX 78236-5253
SUBJECT: U -- MEMBERSHIP SERVICE FOR EDUCATION AND RESEARCH SUPPORT
SOL F41636-97Q0286
DUE 122796
POC Peggy S. Sells (210) 671-1763
DESC: Nonpersonsl services for membership service for education
  and research support.  The organization is Medical Leadership
  Council, an entity of The Advisory Board Company.  This is
  for 59th Medical Wing (Wilford Hall Medical Center), Lackland
  AFB, TX.  Period of membership is one year.  A firm fixed price
  purchase order is contemplated.  NOTE:  22 applies.  Membership
  includes access to the following:   a.  Educational and Research
  for Medical Leaders   1) Annual addresses to the medical
  staff on major changes in medical practice around the country.
     2) Visits to the campus which would include a mix of formal
  presentations, group discussions and tours of innovative physician
  group practice sites.   3) Attendance at an annual meeting
  of medical leaders from across the country hosted by the organization
  and focusing on the practice of medicine under managed care.
     4) Unlimited access to the Leadership Networking and Literature
  Search Service which is comprised of two types of research:
   Networking-Telephone introductions to physicians and other
  members of the health care profession with special information
  or expertise, and Document Retrieval-Customized searches for
  statistics, articles or other published information.  b.
   Managed Care Curriculum - A full curriculum for physicians
  on the practice of medicine under managed care .  Curriculum
  texts, audio tapes and video tapes must be available to members
  for group and self-instruction.  c.  Clinical Publishing
  - Access to published reports on the best demonstrated clinical
  practices in the United Stated for improving quality and reducing
  the cost of care.
EMAIL sellsp@lakgate1.lak.aetc.af.mil
EMAILDESC: 
CITE: (W-341 SN009761)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services--Potential Sources
  Sought
OFFADD: Internal Revenue Service, A/C PROCUREMENT M:P 7TH FLOOR,
  6009 OXON HILL ROAD, OXON HILL, MD 20745
SUBJECT: U--COMPUTER-BASED MANAGEMENT TRAINING
SOL CBD&&&96100001
DUE 121196
POC Contract Specialist, Gerald B. Kyler, FAX: 202-283-1514
DESC: The Internal Revenue Service (IRS) is seeking information
  from firms offering Computer-Based Training (CBT) courseware
  to address any/all of the leadership topics noted below. This
  information is being sought for the purpose of attaining an
  accurate nderstanding of the technology/capabilities currently
  available in the market in order to facilitate composition
  of a precise statement of work for an anticipated Request for
  Proposal on CBT courses for the agency. Course material needs
  to be highly interative, multimedia oriented, with the ability
  to generate pre and post assessments/tests and to compile performance
  summaries for both individuals and groups. The course topics
  to be addressed include: planning, scheduling, prioritizing,
  time management, communication skills, performance discussions,
  delegation, empowerment, managing diversity, leading in a changing
  environment, interest based problem solving, remot management,
  coaching, risk taking, decision making, team building, situational
  leadership. Please forward descriptive literature/brochures,
  including computer system specifications required to run product(s);
  firms may be contacted for samples or examplesof products at
  a later date. Do not send products now. Please annotate whether
  your firm is a large, small, or disadvantaged business under
  SIC 7322, size standard of $5 million in annual receipts. NOTE:
  This is for planning purposes ONLY. There is no Request for
  Proposals at this time. No oral communications shall be accepted.
  Questions and/or responses to the above may be mailed to the
  address above o faxed to Gerald Kyler at (202) 283-1514.
CITE: (I-341 SN009635)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 Ave., Ste 400, Denver, CO 80237-2881
SUBJECT: X -- NEW CONSTRUCTION LEASED, MESQUITE, NM
SOL 072976-97-A-0054
DUE 121396
POC John L. Brieck, Real Estate Specialist, (505) 875-0376.
DESC: The USPS is completing final site and building plans for
  a new leased building of approximately 4,319 gross square feet
  on a site of approximately 44,867 square feet. Offerors will
  be required to acquire the site, execute the lease with construction
  rider, and construct the specified building. Any award made
  under this solicitation will be made to the responsible offeror
  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 13, 1996 for a $50.00 NON-REFUNDABLE fee.
  Forward cashier's check or money order, made out to "USPS DISBURSING
  OFFICER", to the attention of Diana Esguerra, A&D Draft-Aid,
  Inc., P.O. Box 40877, Denver, CO 80204-0877, (303) 573-5757,
  (one check per solicitation). Please identify your request
  with the solicitation number. Offerors are encouraged to submit
  their proposals by one of the methods offered by the U. S.
  Postal Service (First Class, Priority Mail, or Express Mail).
  Submissions will not be returned
CITE: (I-341 SN009540)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 Ave., Suite 400, Denver, CO 80237-2881
SUBJECT: X -- NEW CONSTRUCTION LEASED, DEXTER, NM
SOL 072976-97-A-0055
DUE 012497
POC John L. Brieck, Real Estate Specialist, (505) 875-0376.
DESC: The USPS is completing final site and building plans for
  a new leased building of approximately 4,319 square feet on
  an uncontrolled site in a range from 40,000 to 45,000 net usable
  square feet. Offerors will be required to acquire the site,
  execute the lease with construction rider, and construct the
  specified building. Any award made under this solicitation
  will be made to the responsible offeror who provides the best
  overall value to the Postal Service, and provides the best
  location. This is NOT a sealed bid advertisement, and proposals
  will NOT be publicly opened. Solicitation packages will be
  available on or about December 13, 1996 for a $50.00 NON-REFUNDABLE
  fee. Forward cashier's check or money order, made out to "USPS
  DISBURSING OFFICER", to the attention of Diana Esguerra, A&D
  Draft-Aid, Inc., P.O.Box 40877, Denver, CO 80204-0877, (303)
  573-5757 (one check per solicitation). Please identify your
  request with the solicitation number. Offerors are encouraged
  to submit their proposal by one of the methods offered by the
  U. S. Postal Service (First Class, Priority Mail, or Express
  Mail). Submissions will not be returned
CITE: (I-341 SN009549)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer In Charge of Construction, 520 Turner Street,
  Pensacola, FL 32508-5225
SUBJECT: Y--REPLACE BOILER #3, BUILDING 2270, NTTC, CORRY STATION,
  PENSACOLA, FL
SOL N65114-95-B-2076
DUE 021397
POC Technical inquiries prior to bid opening must be submitted
  in writing to the address listed above, or faxed to (904) 452-4505,
  Attention: Karla Ishmael, Contract Specialist
DESC: The work includes the removal of an existing boiler, installation
  of a 500 hp firetube boiler and incidental related work.  There
  is a $55.00 Non-refundable fee per set of plans and specifications.
  Forward your written request and company check or money order
  (cash and personal checks will not be accepted) to Defense
  Automated Printing Service, 280 Hovey Road, Pensacola, FL 32508-1048,
  Attention: Tom Morris.  Planholders lists will be provided
  upon written request only and will be U.S. mailed, not faxed.
   You may pick up plans from the printing office at the Hovey
  Street address between 9:00 a.m. and 10:00 a.m. (no exceptions).
   Plans and specifications will be available approximately 30
  days prior to bid opening date.  Estimated Cost:  $100,000
  - $250,000
CITE: (I-340 SN009404)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer In Charge of Construction, 520 Turner Street,
  Pensacola, FL 32508-5225
SUBJECT: Y--INSTALL SUPERVISOR CONTROL DATA ACQUISITION (SCADA)
  SYSTEM AT CORRY WATER PLANT, BUILDING 2230, PENSACOLA, FL
SOL N65114-95-B-2082
DUE 021397
POC Technical inquiries prior to bid opening must be submitted
  in writing to the address listed above, or faxed to (904) 452-4505,
  Attention: Karla Ishmael, Contract Specialist
DESC: The work includes the expansion of the Ilex SCADA System
  to include the monitoring and control of the water plant pumps
  and chemical feed and incidental related work. There is a $65.00
  Non-refundable fee per set of plans and specifications. Forward
  your written request and company check or money order (cash
  and personal checks will not be accepted) to Defense Automated
  Printing Service, 280 Hovey Road, Pensacola, FL 32508-1048,
  Attention: Tom Morris.  Planholders lists will be provided
  upon written request only and will be U.S. mailed, not faxed.
   You may pick up plans from the printing office at the Hovey
  Street address between 9:00 a.m. and 10:00 a.m. (no exceptions).
   Plans and specifications will be available approximately 30
  days prior to bid opening date.  Estimated Cost:  $100,000
  - $250,000
CITE: (I-340 SN009405)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans
  La. 70160
SUBJECT: Y -- ATCHAFALAYA BASIN FLOODWAY, BAYOU SORREL LOCK,
  SOUTHEAST GUIDEWALL REPLACEMENT AND NEW DOLPHIN CONSTRUCTION,
  IBERVILLE PARISH, LA  ED-97-048
SOL DACW29-97-B-0038
DUE 022597
POC Contract Specialist, Sheila Enclade, (504) 862-1514
DESC: The work consists of demolishing and removing the existing
  southeast timber guidewall and pile cluster; furnishing, delivering,
  and driving new treated timber piles and new steel sheet piles;
  furnishing materials, delivering materials, and constructing
  new treated timber guidewall and new dolphin; furnishing materials,
  delivering materials and replacing timbers and components on
  the existing pipe guidewall; and furnishing materials, delivering
  materials and installing new electrical work.  $15.70 for plans
  and specification, $5.00 charge for specification only.  Unrestricted.
CITE: (I-341 SN009523)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans
  La. 70160
SUBJECT: Y -- MRGO, MAINTENANCE DREDGING, C/L STA. 2530+00 TO
  C/L STA. 3685+00, MI. 18.1 TO MI. (-)3.8, NON-CONTINUOUS, ST.
  BERNARD AND PLAQUEMINES PARISH, LA  ED-97-055
SOL DACW29-97-B-0039
DUE 012897
POC Colleen Hightower, Contract Specialist (504) 862-1450
DESC: The work consists of the removal and satisfactory disposal
  of all dredged material from the MRGO within the limits as
  specified herein and as shown on the contract drawings.  $12.55
  for plans and specification, $5.00 charge for specification
  only.  Unrestricted.
CITE: (I-341 SN009524)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31402
SUBJECT: Y -- SWITCHYARD EQUIPMENT AND LINE RELAYING REPLACEMENT
  - J. STROM THURMOND POWERHOUSE, SC
SOL DACW21-97-B-0018
DUE 012297
POC Gene Odom (Technical Questions) 912/652-5656 Julie Oliver
  (Contractual Questions) 912/652-5899.
DESC: Description of Work: Replace switchyard line protection
  relays, potential transformers, current transformers, surge
  arrestors, coupling capacitor potential devices and line carrier
  tuning equipment. Network Analysis System will be required.
  Estimated cost range of project is from $500,000 to $1,000,000.
  Charge for solicitation documents is $25. Make check payable
  to F&A Officer. Solicitation documents will be available December
  23, 1996 (approx.). In order to receive documents in a timely
  manner, requests should be received by December 13, 1996. This
  solicitation is issued on an unrestricted basis pursuant to
  the "Business Opportunity Development Reform Act of 1988" (Public
  Law 100-656). Only written requests for plans and specifications
  will be accepted. State area code, telephone number, street
  address and nine-digit zip code. Plans and specifications are
  available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West
  Oglethorpe Avenue, Savannah, Georgia 31401-3640.
CITE: (I-341 SN009596)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31402
SUBJECT: Y -- PENSTOCK FILL SYSTEM MODIFICATIONS - RICHARD B.
  RUSSELL DAM, GA
SOL DACW21-97-B-0017
DUE 012297
POC Gene Odom (Technical Questions) 912/652-5656 Julie Oliver
  (Contractual Questions) 912/652-5899.
DESC: Description of Work: Permanent closure of the eight existing
  penstock fill intakes on the upstream face of the dam; disassembly
  of the eight existing fill piping systems; fabrication of a
  header system including valving and powered operators which
  will interconnect all eight penstocks and permit filling any
  penstock from the header system. The work will include underwater
  activities which are expected to require diving services for
  the permanent closure of the upstream intakes. Network Analysis
  System will be required. Estimated cost range of project is
  from $5,000,000 to $1,000,000. Charge for solicitation documents
  is $25. Make check payable to F&A Officer. Solicitation documents
  will be available December 23, 1996 (approx.). In order to
  receive documents in a timely manner, requests should be received
  by December 13, 1996. This solicitation is issued on an unrestricted
  basis pursuant to the "Business Opportunity Development Reform
  Act of 1988" (Public Law 100-656). Only written requests for
  plans and specifications will be accepted. State area code,
  telephone number, street address and nine-digit zip code. Plans
  and specifications are available Monday through Friday, 8:30
  A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia
  31401-3640.
CITE: (I-341 SN009597)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31402
SUBJECT: Y -- REPAVE VARIOUS TERMINAL ROADS - MILITARY OCEAN
  TERMINAL, SUNNY POINT, NC
SOL DACA21-97-B-0016
DUE 020397
POC Gregory Hixson (Technical Questions) 912/652-5189 Linda Elliott
  (Contractual Questions) 912/652-5076.
DESC: Description of Work: Provide asphalt overlay and asphalt
  surface treatment to existing roads. Provide full and partial
  depth repairs and seal cracks as specified. Provide turnout
  widening, shoulder regrading, pavement marking, and herbicide
  treatment for roads. Network Analysis System will be required.
  Estimated cost range of project is from $500,000 to $1,000,000.
  Charge for solicitation documents is $25. Make check payable
  to F&A Officer. Solicitation documents will be available January
  2, 1997 (approx.). In order to receive documents in a timely
  manner, requests should be received by December 23, 1996. This
  solicitation is issued on an unrestricted basis pursuant to
  the "Business Opportunity Development Reform Act of 1988" (Public
  Law 100-656). Only written requests for plans and specifications
  will be accepted. State area code, telephone number, street
  address and nine-digit zip code. Plans and specifications are
  available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West
  Oglethorpe Avenue, Savannah, Georgia 31401-3640.
CITE: (I-341 SN009598)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Department of Transportation, Federal Aviation Admin.
  (FAA), Procurement Branch, AWP-55, P.O. BOX 92007, WWPC., Los
  Angeles, CA.  90009-2007
SUBJECT: Y -- A/C REFURBISHMENT AT FOUR HI-DESERT FAA SITES IN
  CALIFORNIA
SOL DTFA08-97-R-04619
POC Gregory M.S. Flowers (310) 725-7552
DESC: Public announcement of proposed procurement:  The Federal
  Aviation Administration (FAA), Western-Pacific Region, under
  the FAA Acquisition Management System (FAAAMS) hereby publicly
  announces its intention to contract for air conditioning system
  modifications at four (4) remote FAA sites in the Hi-Desert
  area of California.  The estimated dollar range for this procurement
  is between $75,000 to $125,000.  Work includes, but is no limited
  to, furnish and install fan-coil units, condensing units, ductwork
  and accessories, piping, controls, and electrical work.  The
  Standard Industrial Classification (SIC) code for this project
  is 1711.  All work is to be in strict accordance with project
  plans and specifications.  The FAA currently has Ten (10) local
  sources it intends to solicit for responses on this requirement.
   In addition to these local sources, the FAA shall supply copies
  of the aforementioned solicitation to the first Ten (10) written
  requests responding to this announcement, on a "first come"
  basis only.  Requests for solicitation package must identify
  the solicitation number and must be made in writing to the
  address above or via facsimile to (310) 536-8550; Attn: Gregory
  Flowers. VERBAL/TELEPHONIC REQUESTS WILL NOT BE HONORED.  Requests
  for solicitation received after the first Ten (10), regardless
  of method transmitted, will not be honored.  It is anticipated
  the Request for Offer, DTFA08-97-04619, will be issued on or
  about December 15, 1996 with responses due approximately 21
  calendar days after actual date of issuance.  The following
  notice below is for informational purposes for Minority, Women-Owned
  and Disadvantaged Business Enterprises: The Department of Transportation
  (DOT), Office of small and Disadvantaged Business Utilization
  (OSDBU), has a Program to assist minority, women-owned and
  disadvantaged business enterprises to acquire short-term working
  capital and bonding assistance for transportation-related contracts.
   This is applicable to any eligible prime or subcontract at
  any tier.  The DOT Bonding Assistance Program enables firms
  to apply for bid, payment, and performance bonds up to 1.0
  million per contract.  The DOT provides an 80 percent guaranty
  on the bond amount to a surety against losses.  Loans are also
  available under the DOT Short Term Lending Programs (STLP),
  at prime interest rates to provide accounts receivable financing.
   The maximum lines of credit is $500,000.  For further information
  regarding the bonding and lending programs, please call the
  DOT Office of Small and Disadvantaged Business Utilization
  at (800) 532-1169.  For information concerning the acquisition,
  contact the contracting official listed above.
CITE: (I-341 SN009623)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Department of Transportation, Federal Aviation Admin.
  (FAA), Procurement Branch, AWP-55, P.O. BOX 92007, WWPC., Los
  Angeles, CA.  90009-2007
SUBJECT: Y -- A/C REFURBISHMENT AT FOUR HI-DESERT FAA SITES IN
  CALIFORNIA
SOL DTFA08-97-R-04619
POC Gregory M.S. Flowers (310) 725-7552
DESC: Public announcement of proposed procurement:  The Federal
  Aviation Administration (FAA), Western-Pacific Region, under
  the FAA Acquisition Management System (FAAAMS) hereby publicly
  announces its intention to contract for air conditioning system
  modifications at four (4) remote FAA sites in the Hi-Desert
  area of California.  The estimated dollar range for this procurement
  is between $75,000 to $125,000.  Work includes, but is no limited
  to, furnish and install fan-coil units, condensing units, ductwork
  and accessories, piping, controls, and electrical work.  The
  Standard Industrial Classification (SIC) code for this project
  is 1711.  All work is to be in strict accordance with project
  plans and specifications.  The FAA currently has Ten (10) local
  sources it intends to solicit for responses on this requirement.
   In addition to these local sources, the FAA shall supply copies
  of the aforementioned solicitation to the first Ten (10) written
  requests responding to this announcement, on a "first come"
  basis only.  Requests for solicitation package must identify
  the solicitation number and must be made in writing to the
  address above or via facsimile to (310) 536-8550; Attn: Gregory
  Flowers. VERBAL/TELEPHONIC REQUESTS WILL NOT BE HONORED.  Requests
  for solicitation received after the first Ten (10), regardless
  of method transmitted, will not be honored.  It is anticipated
  the Request for Offer, DTFA08-97-04619, will be issued on or
  about December 15, 1996 with responses due approximately 21
  calendar days after actual date of issuance.  The following
  notice below is for informational purposes for Minority, Women-Owned
  and Disadvantaged Business Enterprises: The Department of Transportation
  (DOT), Office of small and Disadvantaged Business Utilization
  (OSDBU), has a Program to assist minority, women-owned and
  disadvantaged business enterprises to acquire short-term working
  capital and bonding assistance for transportation-related contracts.
   This is applicable to any eligible prime or subcontract at
  any tier.  The DOT Bonding Assistance Program enables firms
  to apply for bid, payment, and performance bonds up to 1.0
  million per contract.  The DOT provides an 80 percent guaranty
  on the bond amount to a surety against losses.  Loans are also
  available under the DOT Short Term Lending Programs (STLP),
  at prime interest rates to provide accounts receivable financing.
   The maximum lines of credit is $500,000.  For further information
  regarding the bonding and lending programs, please call the
  DOT Office of Small and Disadvantaged Business Utilization
  at (800) 532-1169.  For information concerning the acquisition,
  contact the contracting official listed above.
CITE: (I-341 SN009624)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--FC/MR&T, YAZOO BASIN, DESOTO COUNTY, MS, DEMONSTRATION
  EROSION CONTROL, BANK STABILIZATION, CANE-MUSSACUNA WATERSHED,
  MUSSACUNA CREEK BS-95-03
SOL DACW38-97-B-0018
DUE 020497
POC Contract Specialist CARLA KOESTLER (601) 631-7903 (Site Code
  CW38)
DESC: The work consists of furnishing all plant, labor, materials
  and equipment, and constructing the bank stabilization work
  (4,450 linear feet) in Desoto County, Mississippi. The principal
  features of the work include mobilization and demobilization,
  clering and grubbing, excavation and backfill, graded stone,
  erosion control, willow planting and environmental protection.
  The estimated value of the proposed work is between $250,000
  and $500,000. Issue date on or about 23 Dec 96. Bid opening
  date on or abot 4 Feb 97.
CITE: (I-341 SN009637)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS,
  P.O. BOX 4970, JACKSONVILLE, FL 32232-0019
SUBJECT: Y--CONTRACT NO. 1, 2ND BEACH RENOURISHMENT, SUNNY ISLES
  AND MIAMI BEACH, SHORE PROTECTION PROJECT, DADE COUNTY, FLORIDA
SOL DACW17-97-R-0005
DUE 010397
POC Contract Specialist Kathie Duke (904) 232-3713 (Site Code
  DACW17)
DESC: SOURCES SOUGHT: Due to an emergency situation in Dade County,
  Florida area, contractors are sought to do the following work:
  The project is the first contract for the second periodic nourishment
  of the Dade County Shore Protection project. The areas o be
  nourished are located at Miami Beach from monuments DNR-53
  to DNR-58 (approximately 450,000 cubic yards) in the vicinity
  of 44th Street and Sunny Isles from monuments DNR-7 to DNR-10
  (approximately 150,000 cubic yards). The work at Sunny Isles
  will bean optional bid item. The Miami Beach segment will be
  approximately 6,000 feet and have a 230-foot berm width with
  a foreshore slope of 1` vertical on 20 horizontal. The segment
  at Sunny Isles will be approximately 3,000 feet long and have
  a 70-foot berm width with a foreshore slope of 1 vertical on
  10 horizontal. A dune will be restored to project dimensions
  where necessary unless vegetation is present. The borrow are
  for this project is located offshore some 9,000 feet east-northeast
  from Sunny Isles. Due to hardbottom in the area, the borrow
  site shall be delineated with marker bouys which will be inspected
  by DERM. Specific pipeline corridors will be provided. Diver
  will be required to inspect placement of pipelines. Rocks are
  present in the borrow area and separation will be necessary.
  Rock separation cannot take place on the beach. A rock disposal
  area is provided for disposing of rocks in excess of 1" diameter.
  The rock disposal site is located directly offshore from the
  Miami Beach segment about 8,500 feet. Protection of the environment,
  especially the reefsystem, is of paramount importance. Dredging
  operations will have to be carried out in accordance with permit
  requirements. It is anticipated that this project may be constructed
  during the turtle nesting season and precautions will have
  to be taken. Separte Cost and Technical Proposals will be required.
  Technical proposal shall consist of: (1) A contract performance
  schedule showing the contractor's proposed start and completion
  time. (Work must be completed and ready for use by 15 April
  1997. Earlier completion is desired). (2) A Plant and equipment
  Schedule listing equipment capable of performing the proposed
  schedule; (3) An acceptable Subcontracting Plan. ue to the
  unusual and compelling urgency of this requirement, the Government
  intends to award within 1 week of the proposal due date and
  issue Notice to Proceed within 10 days of award. Tentatively,
  the solicitation will be issued on 23 December 1996 and poposals
  will be due on 3 January 1997. Contractor's who cannot comply
  with this schedule should not respond to this notice. Magnitude
  of construction is between $5,000,000 to $10,000,000. Invitation
  DACW17-97-R-0005 will be issued on or about 23 Dec 96 and opened
  on or about 03 Jan 97. THIS IS AN UNRESTRICTED ACQUISITION
  NOTE: Contracting information for the Jacksonville District
  is now available at ourweb site: http://www.saj.usace.army.mil/.
  SIC Code 1629.
CITE: (I-341 SN009653)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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-341 SN009732)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715,
  Baltimore, MD  21201-1715
SUBJECT: Y -- EAST MOUNT ZION LANDFILL, LANDFILL CAP CONSTRUCTION,
  SPRINGETTSBURY TOWNSHIP, YORK COUNTY, PA
SOL DACW31-97-B-0011
DUE 012897
POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638
DESC: This procurement is unrestricted. East Mount Zion Landfill,
  Landfill Cap Construction, Springettsbury Township, York County,
  PA. Estimated cost of construction is between $1,000,000.00
  and $5,000,000.00.  Estimated completion not later than 450
  calendar days. Project consists of the installation of a landfill
  cap, designed with proper gas venting and surface water control
  systems. The project also includes the construction of a leachate
  collection system and stormwater management system; refuse
  relocation, preconsolidation of relocated refuse, construction
  of an acess road; disposal of potentially hazardous wastes;
  installation of a security fence around the site and new landscaping
  at project completion.  Full Size plans and specs (13) $33.00
  p/set and Half Size plans and specs (13) $25.00 p/set.  Non-refundable.
   All responsible sources may submit a bid which shall be considered.
  Make company check or money order payable to FAO-USAED-Baltimore.
  (No cash accepted).  Issuance o/a 28 December 1996.
CITE: (I-341 SN009747)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities--Potential
  Sources Sought
OFFADD: U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT
  (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001,
  OR 109 ST. JOSEPH STREET MOBILE AL 36602
SUBJECT: Y--MARKET SURVEY FOR DIRECT DIGITAL CONTROL SYSTEM FOR
  HVAC EQUIPMENT
SOL JACKIE-6325-0001
POC Contact Ms. Jacalyn Jenkins, 334/441-5598; Contracting Officer,
  Edward M. Slana (Site Code W31XNJ)
DESC: The U.S. Army Corps of Engineers, Mobile, District, is
  conducting a market survey to identify sources and to increase
  competition acquisition opportunities for Direct Digital Controls
  (DDC) for Heating, Ventilation and Air Conditioning (HVAC)
  equipmet. This request is only a market survey, not a request
  to be placed on a solicitation mailing list. It is for INFORMATION
  ONLY and is not a Request for proposal (RFP) or announcement
  of a solicitation. The purpose of this Sources Sought request
  is to obtai information on potential manufacturers that would
  guarantee, for current software and future upgrades, full (100%)
  compatibility and interoperability with existing system components
  at Hurlburt Field, Florida. Direct Digital Controls for (HVAC)
  equipment is required for Military Construction Projects at
  Hurlburt Field, Florida. The DDC System shall be fully (100%)
  compatible with the existing base-wide for Hurlburt Feld which
  is a Network 8000 system manufactured by Barber-Colman/Siebe.
  This system utilities a proprietary data interface. Responses
  are required 14 days after publication of this notice. Responses
  should be addressed to U.S. Army Corps of Engineers, Mobie,
  ATTN: CESAM-CT (PLANS ROOM NO. 1000A) 109 St. Joseph Street,
  Mobile, AL 36628-0001 and will be directed to Ms. Jacalyn Jenkins,
  334-441-5598. Firms interested in being considered shall provide
  manufacturer's name, product data and written statement of
  compatibility. The written statement of compatibility shall
  include necessary backup information and support documentation.
  A list of projects in which etwork 8000 has been successfully
  interfaced with shall be provided. List shall include exact
  location of project and a point of contact with phones. The
  Government will not pay for any material provided in response
  to this synopsis nor return the data proided.
CITE: (I-341 SN009646)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities--Potential
  Sources Sought
OFFADD: U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS
  CENTER, P. O. BOX 2250, WINCHESTER VA 22604-1450
SUBJECT: Y--FY97 MCA PROGRAM, WAREHOUSE CONSTRUCTION, STATE OF
  QATAR
SOL DACA78-97-R-0013
DUE 041796
POC Contract Specialist Deborah McFarland (540) 665-3678 (Site
  Code DACA78)
DESC: This announcement is for the purpose of soliciting names
  of United States construction firms, or joint ventures between
  U.S. construction firms and Qatari construction firms, interested
  in submitting an offer on a project in the State of Qatar as
  desribed in the Project Scope below. In joint venture (JV)
  arrangements, the U.S. construction firm must be the controlling
  partner, with at least 51% vested financial interest in the
  joint venture. To be considered a U.S. construction firm, the
  firm must: Peform construction as a significant portion of
  its business; be incorporated and have its corporate headquarters
  in the U.S.; have paid corporate franchise and employment taxes
  in the U.S. for a minimum of two (2) years and shall have filed
  state and federal income tax declaration for a minimum of two
  (2) corporate years; have paid any applicable taxes determined
  to be due as a result of such filings; and employ .S. citizens
  in key management positions. PROJECT SCOPE: Construct various
  storage and related support facilities at two separate locations
  within the State of Qatar. Site 1 includes controlled humidity
  warehouses and other storage facilities, a communicatons center,
  a dining hall, a workshops building, latrines, various sunshades,
  expansion of a power plant, and related support facilities
  and utilities. Site 2 includes ammunition storage igloos, upload
  stalls, an ammunition inspection facility, guard towers, various
  sunshade structures, and related supporting facilities (access
  roads, fencing, lighting, etc.), and utilities. Construction
  type includes, bu is not limited to, pre-engineered metal buildings,
  cast-in-place reinforced concrete structures, and reinforced
  concrete frame (beam and post) with CMU block infill. Site
  1 is in the vicinity of the capital city of Doha, and Site
  2 is approximately 50 kilmeters southwest of Site 1. The solicitation
  may also include microwave antenna towers and supporting structures
  at selected sites, furniture and equipment procurement and
  installation, government furnished property installation, optional
  work, and a one to two-year provision for on-site operation
  and maintenance of completed construction. Performance guarantees
  will be required. Estimated construction value s between $50,000,000.00
  and $100,000,000.00. This project is the second of three phases.
  It is possible that at least one other contractor will be working
  on the site at the same time. ADDITIONAL REQUIREMENTS: All
  firms applying shall be licensed to do buiness in the State
  of Qatar or demonstrate the ability to be licensed at contract
  award, and will comply with the laws and regulations of the
  State of Qatar to become licensed. Construction contractors
  responding to this notice, and meeting all conditions of this
  notice will receive a Request for Proposal, subject to the
  approval of the State of Qatar. PLANS AND SPECIFICATIONS: The
  plans and specificaions will be available only to construction
  firms approved by the State of Qatar at no charge. There will
  be a charge for the specifications for interested suppliers
  and subcontractors. CONTRACT PROCEDURES: Contract award will
  be based upon a Best Value anlysis of all proposals; including,
  at a minimum, the evaluation of each offeror's price reasonableness,
  past performance, technical competence, and understanding of
  the scope of the project. Complete evaluation criteria and
  order of precedence will be conveyed within the RFP. The contract
  is to be awarded on a firm-fixed price basis only. Tentative
  date for issuance of Request for Proposal DACA78-97-R-0013
  is Februry 13, 1997. Tentative date for receipt of proposals
  is April 17, 1997. Tentative contract award date is June 16,
  1997. Tentative construction period is 24 months. The solicitation
  will address requirements for sequencing and early completion
  of various prmary facilities. Firms interested in receiving
  this solicitation should sent a written request, either to
  the address above, or by facsimile to Deborah McFarland, (540)
  665-4033. The request must state the name of the company, mailing
  and shipping addresses of the firm, telephone and fax numbers,
  point of contact, and should reference the RFP number. ALL
  REQUESTS MUST BE RECEIVED BY JANUARY 9, 199.
CITE: (I-341 SN009662)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 012897
POC Wendy Friedrich, (619) 725-3222/Contracting Officer, Catherine
   Jones, (619) 725-3222
DESC:   Presolicitation Notice.  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 tentatively scheduled
  for 2:00 PST,  January 28, 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 approximately December
  27, 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-341 SN009446)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA, Natural Resources Conservation Service, 100 Centennial
  Mall North, Room 152, Lincoln, NE 68508-3866
SUBJECT: Z - CONSTRUCTION OF ONE GRADE STABILIZATION STRUCTURE
  D-17, PAPPILLION CREEK WATERSHED, DOUGLAS COUNTY, NE.
SOL NRCS-1-NE-97
DUE 121996
POC Contact Point, Margaret J. Styles, (402)437-4045
DESC: APPROXIMATE QUANTITIES OF MAJOR WORK ITEMS: Water 180 -
  1000 gals.; Excavation, common 8,780 CuYds; Earth fill, class
  A compaction 55,260; Drain fill, foundation drain sys 465 CuYds;
  Drain fill, seepage protection filter sys 45 CuYds; Concrete
  (class 4000) 23.9 cuYds; Steel reinforcement 2,405 lbs; Salvaging
  and spreading topsoil 9,780 SqYds; Plastic pipe 8" dia. - 54
  LinFt; Diversions 800 LinFt; Reinforced concrete pipe 30" dia.
  - 54 LinFt; rock riprap, plunge pool 390 CuYds; rock riprap,
  back protection 76 CuYds; Seeding and mulching 8.8 acres; Fence
  690 LinFt. The performance time is 170 calendar days after
  the Notice to Proceed. Estimated price $100,000 to $250,000.
  A pre-solicitation notice will be issued for this solicitation.
  Bid packets are available. All responsible bidders may submit
  an offer which will be considered by the agency.
CITE: (I-341 SN009535)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Z -- EMERGENCY OFF-BASE WATER SUPPLY MAIN AT THE MARINE
  CORP BASE, CAMP PENDLETON, CA
SOL N68711-94-B-1491
DUE 012397
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  Lora Morrow, Contracting Officer, Katherine G. Luhmann/For
  Bid Results call 619-532-2355.
DESC: This solicitation was originally advertised in June 1995
  with a bid opening date of 20 July 1995 and was postponed indefinitely
  on 30 June 1995. We are now reactivating this project. DESCRIPTION
  OF WORK--The work includes the installation of an Emergency
  Off-Base Water Supply Main. The installation includes a 12-inch
  water main that connects between the City of Oceanside Morro
  Hills Resevoir and the Camp Pendleton water distribution system,
  chlorination system, air release/vacuum valves, system connections
  pressure reducting valve, and incidental related work complete
  and ready for use.--The estimated cost is between $500,000
  and $1,000,000.--Firm Fixed Price Contract.--Contract duration
  is 120 calendar days.--Bids will be considered from all responsible
  sources.--This project is unrestricted.--The Standard Industrial
  Code is 1623 and the annual size standard is $17 million.--It
  is recommended the subcontracting plan goals reflect a minimum
  goal of 5% for Small Disadvantaged Business subcontracting
  effort.--NOTE: Plans and specs will not be mailed to firms
  within a 20 mile radius of the issuing office.--A fee will
  be charged for all plans and specs. Please contact Plan Issue
  at (619) 532-2082 for the price of this solicitation.--Solicitation
  packages may be acquired in person from Plan Issue or by mail.--Telephone
  requests will not be accepted.--Requests for the solicitation
  package must be in writing stating solicitation number N68711-94-B-1491,
  complete name, address, area code and phone number and whether
  bidding as a prime/subcontractor/supplier. -Plan holders lists
  will not be faxed.--Mail requests to Southwest Division, Naval
  Facilities Engineering Command (Plan Issue), Building 132,
  1220 Pacific Highway, San Diego, CA 92132-5187 with a check
  payable to DEFENSE PRINTING SERVICE.--Fees are not refundable.--Submit
  one (1) check per project.--Solicitation packages are limited
  to two (2) sets per prime and one (1) per subcontractor/supplier.--Plans
  and specifications will be available on or about 23 DEC 1996.
CITE: (I-341 SN009567)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Federal Prison Camp, Allenwood, Regional Contracting
  Office, P.O. Box 1000, Montgomery, PA 17752
SUBJECT: Z -- ROAD AND PARKING LOT REPAVING
SOL IFB 428-0018
DUE 020497
POC G. F. Garceau, Regional Contract Specialist, 717-547-1641,
  extension 541
DESC: Synopsis: Contractor shall provide all materials, labor
  and expertise necessary to repave specified roads and parking
  lots, in accordance with the current Pennsylvania Department
  of Transportation specifications, located at the Federal Prison
  Camp located at Montgomery, Pennsylvania, Lycoming County.
  A firm fixed-price contract award is anticipated in spring
  1997 with a completion period of 60 calendar days. This solicitation
  is total set-a-side for Small Business. Estimated price magnitude
  is between $100,000 and $250,000. Security investigation/clearance
  is required. Request may be mailed to the above address or
  faxed to (717)547-6819. Solicitation number is IFB 428-0018
  will be made available on or about January 6, 1997. SIC is
  1611. See numbered note 1.
CITE: (I-341 SN009576)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Tennessee Valley Authority, Procurement,  WT 4B-K, 400
  West Summit Hill Drive, Knoxville, TN 37902
SUBJECT: Z--HALON SYSTEMS-INSPECTION & MAINTENANCE
SOL QG-192606
DUE 122396
POC Contracting Officer, Kathy F. Higley, 423-632-4825
DESC: Semi-annual inspection and maintenance for Halon Systems
  located in various TVA buildings in Chattanooga, TN.  Includes
  emergency work, installation, and outage maintenance upon TVA's
  request.  Work may require second shift, holiday, weekends,
  etc.
CITE: (I-341 SN009621)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DIRECTORATE OF CONTRACTING, QUICK CONTRACT BRANCH, 2174
  13 1/2 STREET, FORT CAMPBELL KY 42223-5358
SUBJECT: Z--CHILLER/CONDENSING UNIT AND COOLING TOWER REPLACEMENT,
  BUILDINGS 7157 AND 7179
SOL DAKF23-97-R-0203
DUE 020697
POC Contract Specialist Debbie Rapp (502) 798-9298 (Site Code
  DAKF23)
DESC: Contractor shall provide all labor, materials, and equipment
  to replace water cooled condensing units, cooling towers, pumps,
  and piping located at buildings 7157 and 7179, with new air-cooled
  condensing unit. Work shall include the following: (1) Deolition
  and removal of existing equipment (2) Installation of new equipment
  including refrigerant piping and supports, controls, concrete
  equipment pads, and (3) Startup and performance testing of
  new equipment and existing air handling unit evaporator coi.
  Total cooling capacity: 25 tons and electrical: 208/3/60. Forth
  coming contract will be firm-fixed price. The estimated range
  of this project is $25,000 to $100,000. This acquisition is
  issued pursuant to the "Business Opportunity Development Reform
  Act of 1988" and subsequent award will be subject to the Small
  Business Competitiveness Demonstration Program. Therefore,
  this solicitation is Unrestricted. For the purposeof determining
  Small Business size, SIC 1711, for this acquisition the average
  annual receipts of a concern and its affiliates for the preceding
  three fiscal years must not exceed $7 million. Only two (2)
  site visits will be scheduled when proposal is issud. All responsible
  sources may submit a proposal which will be considered by this
  agency.
CITE: (I-341 SN009649)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DIRECTORATE OF CONTRACTING, QUICK CONTRACT BRANCH, 2174
  13 1/2 STREET, FORT CAMPBELL KY 42223-5358
SUBJECT: Z--CHILLER/CONDENSING UNIT AND COOLING TOWER REPLACEMENT,
  BUILDING 7170
SOL DAKF23-97-R-0204
DUE 020697
POC Contract Specialist Debbie Rapp (502) 798-9298 (Site Code
  DAKF23)
DESC: Contractor shall provide all labor, materials, and equipment
  to replace water cooled condensing unit, cooling tower, pump,
  and piping located at building 7170, with new air-cooled condensing
  unit. Work shall include the following: (1) Demolition and
  emoval of existing equipment (2) Installation of new equipment
  including refrigerant piping and supports, controls, concrete
  equipment pad, and (3) Startup and performance testing of new
  equipment and existing air handling unit evaporator coil. Total
  coolig capacity: 50 tons and electrical: 208/3/60. Forth coming
  contract will be firm-fixed price. The estimated range of this
  project is $25,000 to $100,000. This acquisition is issued
  pursuant to the "Business Opportunity Development Reform Act
  of 1988" and subsequent award will be subject to the Small
  Business Competitiveness Demonstration Program. Therefore,
  this solicitation is Unrestricted. For the purpose of dtermining
  Small Business size, SIC 1711, for this acquisition the average
  annual receipts of a concern and its affiliates for the preceding
  three fiscal years must not exceed $7 million. ONly two (2)
  site visits will be scheduled when proposal is issued. Al responsible
  sources may submit a proposal which will be considered by this
  agency.
CITE: (I-341 SN009650)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--BASE BID: MAINTENANCE DREDGING, 8-FT PROECT, CUTS,1-4
  & 6, NEW PASS, FL; AND OPTION: MAINTENANCE DREDGING, 10-FT
  PROJECT, CUTS 1,2, & 3, LONGBOAT PASS, FLORIDA
SOL DACW17-97-B-0006
DUE 013097
POC Contract Specialist Bob Nichols (904) 232-3712 (Site Code
  DACW17)
DESC: MAINTENANCE DREDGING 8-FOOT PROJECT, NEW PASS, FLORIDA:
  Station 6+00 to Station 43+00 of Cuts 1 and 2 (Note that CUT
  2 limits are based on CUT 1 stationing) dredge to a depth of
  12 feet MLW required with an allowable overdepth of 2 feet;
  Station 11+0 to Station 16+90.57 of CUT 3 dredge to a depth
  of 8 feet MLW required with an allowable overdepth of 1 foot;
  Station 3+00 to Station 7+00 of CUT 4; and Station 12+00 to
  Station 30+00 of CUT 6 dredge to a depth of 8 feet MLW required
  with an allowable overepth of 1 foot. Optional Bid Item 1,
  MAINTENANCE DREDGING 10-FOOT PROJECT, LONGBOAT PASS, FLORIDA:
  Station 11+00 to Station 29+00 CUT 1 dredge to a depth of 14
  MLW required with an allowable overdepth of 2 feet; Station
  38+00 CUT 1 to Station 13+00 CUT 2 dredge to a depth of 14
  feet MLW required with an allowable overdepth of 2 feet; Station
  17+50 to Station 19+50 CUT 2 dredge to a depth of 10 feet MLW
  required wth allowable overdepth of 1 foot; and Station 1+50
  to Station 18+50 CUT 3 dredge to a depth of 12 feet MLW required
  with an allowable of 1 foot. All dredge material will be placed
  on the respective beach disposal area outlined in the project
  drawings. Methd of dredging is unrestricted. Magnitude of construction
  is between $1,000,000 to $5,000,000. Invitation DACW17-97-B-0006
  will be issued on or about 20 Dec 96 and opened on or about
  30 Jan 97. Cost of Plans and Specifications is $75.00. Checks
  should be made payable to FAO Jacksonville District, and sent
  to U.S. Army Corps of Engineers, Jacksonville, Florida. THIS
  ACQUISITION IS SET-ASIDE FOR SMALL BUSINESES. NOTE: Contracting
  information for the Jacksonville District is now available
  at our web site:
CITE: (I-341 SN009652)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN
  DRIVE, TEXARKANA TX 75507-5000
SUBJECT: Z--REPAIR WINDOWS/VENTILATION SYSTEM B-345/2
SOL DAAC79-97-B-0003
DUE 022497
POC Contract Specialist WILLIAM STONE (903) 334-4384 Contracting
  Officer CHARLIE D. HARRIS, JR. (903)334-2218 (Site Code DAAC79)
DESC: PRE-SOLICITATION NOTICE: The work to be done consists of
  furnishing all plant, facilities, labor, materials and equipment
  and performing all work in strict accordance with specifications
  and drawings for Repair Windows/Ventilation System, Building
  34/2. Project consists of replacing approximately 50 high bay
  windows and frames in Building 345/2 on the south and east
  side with fixed, single pane, tinted windows and a sufficient
  number of power ventilators. Approximately 164 windows on the
  north and wes side shall be replaced with weather proof thermal
  insulated panels. Ventilation system shall consist of utility
  type supply fans to deliver fresh air to the space and several
  wall exhaust fans located to assure air movement in all areas.
  Estimated cost is between $500,000 and $1,000,000. Completion
  time is 365 days. FOB destination. Solicitation packages for
  this project are available for a non-refundable cost of $2.00
  per set. Send money order or cashier's check payable to Defense
  Accounting Officer at the following address: Defense Accounting
  Office, Red River Army Depot, ATTN: DFAS-IN/EM-ASD, Texarkana,
  TX, 75507-5000. Please include your company name, address,
  teephone number an the name and number of the solicitation
  which you are requesting. Solicitation packages are also available
  for review, at no cost, in the Directorate of Contracting,
  Bldg 110 (east end), Red River Army Depot. All responsible
  sources may submit a bid which will be considered.
CITE: (I-341 SN009667)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, North Spring Street
  Field Office, 312 North Spring Street, Suite 526, Los Angeles,
  CA 90012
SUBJECT: Z--CARPET REPLACEMENT IN SEVERAL AREAS
SOL 9PXM-8-97-0007
DUE 012797
POC Emmett Ratonel, (213) 894-6958, Aaron Terrell, Contracting
  Officer Representative, (213) 894-6634, Michael R. Wirtz, Contracting
  Officer, (213) 894-3253.
DESC: Negotiated solicitation requesting bid offer to be opened
  012897 and anticipated award date of 013097. The contractor
  will begin work 5 days after award and to be completed in 30
  days. The contractor shall provide all the necessary labor,
  materials, equipment, supervision, and technical expertise
  to perform approximately 700 square yards of carpet replacement
  in several areas on the main floor located at the U.S. Court
  of Appeals, 125 South Grand Avenue, Pasadena, California 91105.
  NOTE: Drawings included in the specifications.
CITE: (M-341 SN009673)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: C1, 14, F210, OIC of NAVFAC Contracts, 1 Simonpietri
  Dr., NETC Newport, RI 02840
SUBJECT: Z -- BUILDING 80, MAIN ENTRANCE AND WEST SIDE, CONSTRUCT
  HANDICAPPED RAMPS, ENTRANCES AND UPGRADE LOWER LEVEL RESTROOMS
  NAVAL UNDERSEA WAREFARE CENTER, NEWPORT, RI
SOL N62472-97-B-7268
DUE 012897
POC Ms. East, Procurement Technician, 401-841-2543.
DESC: This is a Pre-Invitation Notice. The work includes but
  is not limited to, the building demolition of existing concrete,
  concrete block, brick, and windows at the west side of Building
  80 and the removal of existing glass & metal wall and doors
  at the front entrance of Building 80 for the construction of
  two Handicapped Accessible entrances, including ramps, railings,
  doors, concrete, steel, electrical work, lighting and any necessary
  appurtenances. The work also includes the renovation and upgrade
  of the restrooms in the lower level of the west side of Building
  80 to ADA Handicapped Accessibility Standards. The estimated
  cost range: $100,000 - $250,000. The SIC code is 1542 and the
  small business size standard is $17.0 million. The proposed
  contract (solicitation) will be issued as unrestricted and
  is subject to evaluation criteria set forth in DFAR 252.219-7008
  - Notice of Evaluation Preference for Small Disadvantage Business
  Concerns - Construction Acquisitions - Test Program (APR 1996).
  Written request for a solicitation package should be addressed
  to ROICC, NAVFAC Contracts, NETC, Bldg 1, Simonpietri Dr.,
  Newport, RI 02841-1712 or Fax (401) 841-1349. State your name,
  address and solicitation number.
CITE: (I-341 SN009705)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DOD/OSD/RE&F Contracting Office, Pentagon Building 2E271,
  Washington Headquarters Services, Washington, DC 20301-1155
SUBJECT: Z - - REPAIR PARKING LOTS ON THE PENTAGON RESERVATION
SOL MDA946-96-R-3127
DUE 011497
POC Point of Contact - Cheryl Harris, Contract SPECIALIST, 703
  -693-7797.
DESC:  Contractors interested in participating in a joint pilot
  project between DOD and EPA for Environmentally Preferable
  Products (EPPs) that pertain to road repairs, pavement markings
  and signs.  We are seeking Contractors that are committed to
  seeking, acquiring and using EPPs, capable of performing environmental
  performance evaluations of products used in the repair of
  roads and parking lots, and actually doing repairs to roads.
   Elements will be road and parking lot repair (including asphalt
  overlays, asphalt milling operations and the use of geotexile
  fabrics), installing and repairing traffic control signs,
  posts, storm drain systems and installing and removing pavement
  markings.  SEE NUMBERED NOTES NUMBER 1.         
CITE: (W-341 SN009720)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, PBS,Property Management-6PMT,1500
  E Bannist er, Rm 2135,Kansas City,MO 64131-3088
SUBJECT: Z--HVAC MODIFICATIONS
SOL GS-06P-97-GYC-0006
DUE 012897
POC Contact,Susan Johnson,816/926-5317,Contracting Officer,Susan
  V. Johnson,816 /926-5317
DESC: Invitation for Bid Notice for HVAC Modifications, U.S.
  Court and Customhous e, 1114 Market Street, St. Louis, Missouri.
   Job PCN RMO95831.  IFB o/a 12/26/96 .  Estimated Cost Range:
  $100,000 - $250,000.  Time for completion:  120 calenda r days
  after receipt of notice to proceed.  No document charge or
  deposit is req uired.  Project involves:  Replace all components
  of two (2) 15 ton and one (1) 25 ton Air Conditioning - Split
  System.  Existing systems consist of evaporative condensers.
  New system to be air-to-air condensers.  Systems include, but
  not l imited to the following:  compressors, condenser units,
  air-handling units, and all related controls.  Replace a 25
  ton chilled water system and air-handling un it.  The existing
  condenser is an indoor air-to-air type and is to remain in
  pla ce.  To order plans and specifications for this project,
  call 816-926-7881, and provide the necessary information. 
  All responsible sources may submit a bid whi ch will be considered
  by the agency.
CITE: (I-341 SN009729)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard
  AFB TX 76311-2739
SUBJECT: Z--CORRECT DRAINAGE - MFH
SOL F41612-97-B0004
POC Points of Contact - LGCC/John P Eberhart, Contract Specialist,
  817/676-2012; Contracting Officer, Colleen S Phipps, 817/676-5180.

DESC: Provide all necessary services and materials to correct
  drainage in various locations of Capehart, Bunker Hill, and
  Wherry housing areas by regrading the areas around houses,
  patios, and sidewalks, and cutting, filling, and seeding as
  necessary to provide suitable lawn surfaces. No asbestos present
  due to the nature of the work. All work will provide complete
  and usable facilities. Cost of project is between $100,000
  and $250,000. Performance time is 135 calendar days. Requests
  may be made by letter or FAX (817/676-7652). Telephone requests
  WILL NOT be considered. Estimated mailing date of solicitation:
  30 Dec 96. Bid opening is scheduled for 29 Jan 97. Acquisition
  shall be for full and open competition. Availability of this
  solicitation is limited to one copy per requestor. Copies will
  be furnished on a first-come, first-serve basis until the supply
  is exhausted.   
CITE: (W-341 SN009744)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 28th Contracting Squadron, 2704 George Drive, Suite 1,
  Ellsworth AFB, SD 57706-4910
SUBJECT: Z--UPGRADE THE COLLOCATED CLUBS
SOL F39601-97-B0005
DUE 020697
POC Lt. Fuller, 605-385-1749(FAX 1759)
DESC:  This project is to upgrade portions of the recreation
  club at Ellsworth AFB, SD.  Work includes installing walls
  and doors in the kitchen, install some openings in the block
  walls, and soundproofing.  Work must be completed within 60
  days.  The magnitude of this project is between $100,000.00
  and $250,000.00.  The standard industrial classification code
  is 1542.  A tentative issue date is 5 Jan 97.  This project
  is open to both large and small business.  All requests for
  the solicitation must be submitted in writing or faxed.  
EMAIL pakalskd@cons28.ellsworth.af.mil
EMAILDESC: 
  SD   57706-4910
CITE: (W-341 SN009746)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--SWITCH ASSEMBLY, AZI
SOL SP0760-97-Q-0204
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)David beckwith (614) 692-3455
DESC: PR-NO:  NPC96320000682 NSN 1005-00-565-3670, CAGE 05606
  Part No  114C2023 switch assembly, azimuth. CAGE 05606 part
  number 114C2023.
CITE: (I-341 SN009453)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--ADAPTER ASSEMBLY, HOUSING.
SOL SP0760-97-Q-0210
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)David beckwith (614) 692-3455
DESC: PR-NO:  YPC96324000459 NSN 1005-01-284-3935, CAGE 05606
  Part No  217F963 adapter assembly, housing. Lockheed Martin
  Corp.  P/N 217F963,  code 05606.  4 -EA Del to Richmond VA
  23297-5900 Del by 23 Aug 97.   Small business size is 500 employees.solicitation
  not available until 15  days after published in the CBD.  Specificatations,
  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 Lockheed
   martin.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
  will be 24 Feb 97.  All responsible sources  may submit offer
  which DCSC shall consider.
CITE: (I-341 SN009490)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Commander, Naval Sea Systems Command, SEA 0254, 2531
  Jefferson Davis Hwy, Arlington, VA  22242-5160
SUBJECT: 10--PHALANX CLOSE-IN WEAPON SYSTEM (CIWS)
SOL N00024-97-R-5477
POC S. Jones, (703)602-8000 Ext. 591; T. Duval, Contracting Officer,
  (703)602-8000 Ext. 594
DESC: The Naval Sea Systems Command (NAVSEA) has a requirement
  for up to seven (7) PHALANX MK 16 MOD 2 Baseline 2D Systems,
  five (5) Remote Control Panel MK 340 MOD 2, fifteen (15) High
  Order Language Computer (HOLC) ORDALT, seventeen (17) End-to-End
  Test(ETET) ORDALT Kits, forty (40) Block I Baseline Delta Kit,
  two (2) Maintenance Enclosure MK 157 MOD O Block 1 Conversion
  Kits and two (2) Installation Hardware Kits.  The Navy intends
  to award a Firm Fixed Price(FFP) contract to Hughes Missile
  Systems Company (HMSC), Tucson, Arizona for these requirements
  pursuant to 10 U.S.C. 2304(c) (1).  Those interested parties
  seeking subcontracting opportunities should contact HMSC directly.
    See Numbered Notes:  22.
CITE: (I-341 SN009528)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Commander, Naval Sea Systems Command, SEA 0261,  2531
  Jefferson Davis Hwy,  Arlington, VA  22242-5160
SUBJECT: 10--20 MK 46 TORPEDO NEARTIP KITS; 110 MK 46 MOD 5 TORPEDOES,
  AND D ONE OPTION FOR 72 MK 46 MOD 5 TORPEDOES
SOL N00024-96-R-6113
POC Mahindra Singh, Contract Negotiator, (703) 602-7707, ext.
  617
DESC: Revision: This proposed acquisition was originally published
  in the CBD Issue Number 1619 dated 19 June 1996 and 18 October
  1996. The procurement was for 20 MK 46 Neartip Kits and 20
  MK 626 Containers for a Foreign Military Sales to Saudi Arabia
  and one option for 72 MK 46 MOD 5 Torpedoes for another unidentified
  Foreign Military Sales country.  This acquisition is now revised
  to the following: 20 MK 46 Neartip Kits, 20 MK 626 Containers
  for Saudi Arabia, 118 MK 46 MOD 5 Torpedoes for Taiwan and
  one option for 72 MK 46 MOD 5 Torpedoes for Egypt.  Alliant
  Techsystems Inc. is the designer, developer and sole U.S. Manufacturer
  of the MK 46 MOD 5 Torpedoes, MK Neartip Kits and MK 626 Containers.
   No other firm has the prerequisite technical knowledge, Special
  Tooling, Test Equipment and familiarity to fabricate the MK
  46 MOD 5 Torpedo, Neartip Kit and 626 Container.  The remainder
  of this notice is unchanged. See Numbered Note(s):  22.
CITE: (I-341 SN009609)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 (WWF), Rock Island, IL
  61299-7630
SUBJECT: 10 -- M4A1 CARBINE, 5.56MM
SOL DAAE20-97R0032
DUE 013097
POC Contract Specialist: Lynn E. Burris (309) 782-3731, PCO:
  Brian W. Schmidt (309) 782-8490
DESC: 1005-01-382-0953, Part Number 12972700. Requirements are
  1,012 ea M4A1 Carbine, 5.56MM. For use of the M4A1 Carbine,
  5.56MM. FOB is Origin. The sole source contractor for this
  proposed action is: Colt's Manufacturing Company, Inc., P.
  O. Box 1868, Hartford, CT 06144-1868. Anyone requesting the
  solicitation package is notified of the following: Because
  of the terms of the license agreement with Colt's Manufacturing,
  the US Government does not have the right to use Colt's proprietary
  data for this non DOD procurement and therefore a TDP will
  not be made available. The aforementioned contractor is a small
  business. Published for subcontracting purposes only. Offers
  from concerns other than the above are not solicited. Statistical
  Process Control is required. ANSI/ISO/ASQC Q9001 or equivalent
  inspection criteria required. Estimated issue date of this
  solicitation is 123096. 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).
  Anyone requesting the solicitation package will receive the
  solicitation only. All ACALA solicitations are available for
  viewing/downloading, in addition to procurement history, via
  the AAIS. The AAIS can be accessed electronically, 24 hours
  a day, using a modem set to dial (309) 782-7648. Terminal emulation
  should be VT100, no parity, 8 data bits and 1 stop bit. Once
  connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD"
  prompt depress the "ENTER" key. If electronic means is not
  possible, procurement history will be provided telephonically
  at (309) 782-8094 on a limited basis. See Note(s): 22.
CITE: (I-341 SN009759)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164EJ,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 13 -- CONTAINER ASSEMBLY, M1134A3E1 FUZE
SOL N00164-97-Q-0042
DUE 011797
POC Contact point, Ms. Hilda Quillen, Procurement Technician,
  Code 1164EJ, 812/854-2422, Fax 812-854-5666 or Mr. Doug McDaniel,
  Contracting Officer
DESC: The Navy requires 3,300 each M1134A3E1 Fuze Container Assemblies
  manufactured in accordance with Marine Corps Drawing Number
  53711-7095674, -7095675, -7095676, -7095677, and -7095687.
  Specifications MIL-A-46050, MIL-C-5541B, QQ-A225/8 and Standards
  MIL-STD-100, ANSI Y14.5M-94, ASTM B241 and ASTM B221 apply.
  Predominant material of manufacture is aluminum alloy 6061-T6.
  Inspection and acceptance will be at destination with delivery
  terms FOB Crane. This procurement is being issued under Simplified
  Acquisition Procedures as a 100% Small Business set-aside;
  the applicable size standard is 500 employees or less. It is
  anticipated that a formal Request for Quotations will be issued.
  FAR Part 12 does not apply; see note 26. All responsible sources
  may submit a quote which will be considered by the agency.
  See Note(s): 26.
CITE: (I-341 SN009706)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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-341 SN009727)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 14 -- KIT, PMF PARTS
SOL DAAH01-97-R-A047
DUE 011097
POC AMSMI-AC-CDCB, Peggy Clayton Contract Specialist, 205/876-5242
  AMSMI-AC-CDCB, Jerelene Vickers Contracting Officer, 205 842-7630.
DESC: Synopsis No. 5382-96 (MA) NSN 1540-01-314-3585, Army P/N
  11468786, 961 each. Destinations to be furnished. Delivery
  schedule 220 days after contract award. Offerors must be approved
  and qualified. This proposed contract action is for supplies
  or services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources. Suggest
  that small business firms or others interested in subcontracting
  opportunities in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. RFP will be issued to Raytheon Co., Electronics Systems
  Div., 350 Lowell Street, Andover, 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 1450-01-314-3585, Awd Date 101796,
  Qty 243, Unit Price $315.24. 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 availthrough Internet. See Numbered
  Note(s): 22.
CITE: (I-341 SN009550)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 14 -- DESIGN, DEVELOPMENT, AND PRODUCTION OF MLRS IFCS
  TEST PROGRAM SETS
SOL DAAH01-97-R-0063
DUE 031497
POC Patricia B. Arnold, Contract Specialist, AMSMI-AC-CBC, (205)
  876-8848, James R. Ganoe, Contracting Officer, AMSMI-AC-CBC,
  (205) 876-4588, (PCB).
DESC: The U.S. Army Missile Command intends to acquire the design
  and development of Test Program Sets (TPSs) for the MLRS Improved
  Fire Control System (IFCS). Options are included for production,
  spares, and engineering services and will include a provision
  for potential Foreign Military Sales (FMS). This effort is
  anticipated to be sole source to RJO Enterprises, Inc., Lanham,
  MD. This effort requires knowledge, expertise, and experience
  necessary to develop the IFCS TPSs and integrate the IFCS TPSs
  hardware into the MLRS to support the current fielding schedule.
  The U.S. Army Missile Command's MLRS Acquisition Office anticipates
  release of solicitation DAAH01-97-R-0063 on or about 31 January
  1997. This requirement is synopsized for subcontracting possibilities;
  however, all responsible sources may submit an offer which
  will be considered. See number Note(s) 22.
CITE: (I-341 SN009711)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 14 -- RACK, ELECTRICAL
SOL DAAH01-97-R-A045
DUE 012497
POC AMSMI-AC-CDCB, Debbie Norman Contract Specialist, 205-842-7625
  AMSMI-AC-CDCB, Jerelene Vickers Contracting Officer, 205-842-7630.
DESC: Synopsis No. 5384-86 (MA) NSN 1430-01-237-5497, Army P/N
  11461877. 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 5, known quantity of 10, and
  a maximum quantity of 15. 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 Systems
  Div., 350 Lowell St., Andover, 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 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.
CITE: (I-341 SN009742)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 14 -- TARGET EXTRACOR
SOL DAAH01-97-R-A037
DUE 011096
POC AMSMI-AC-CDBA, Margaret King Contracting Officer, 205-842-7553.
DESC: Synopsis No. 5368-97 (MA) NSN 1430-01-054-2980, Army P/N
  11538751, 27 each. Destinations to be furnished. Delivery schedule
  220 days after contract award. Offerors must be approved and
  qualified. This proposed contract action is for supplies or
  services for which the Government intends to solicit and negotiate
  with only one, or a limited number of sources. Suggest that
  small business firms or others interested in subcontracting
  opportunities in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. RFP will be issued to Westinghouse Electric Corp.,
  Electronic System Group/ESG/, Intergrated Logistics Support
  Div., 111 Schilling Road Building 75, Cockyville Hunt Valley,
  MD 21030. 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 Number 205-876-9633. The most recent representative unit
  price and quantity relative to this acquisition is NSN 1430-01-054-2980,
  Awd Date 120693, Qty 38, Unit Price $5,831.20. 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 qualifications
  for future buys in accordance with MICOM Pamphlet 702-1 available
  through Internet. See Numbered Note(s): 22.
CITE: (I-341 SN009743)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 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--HOUSING
SOL SP0460-97-Q-B556
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 James Martin/BV418/804-279-4 949/FAX
  804-279-6078 or X4300/  contracting officer/Kim Hansen/804-279-3624
DESC: PR-NO:  YPG96325000325 NSN 1560-01-122-1285, housing, Northrop
   Corp, CAGE 76823 P/N 2-13465-9 Rev R. sources:  Aim Enterprises
  Inc,  CAGE 27128, Hill aerospace & defense, CAGE 55064, Pacific
  aerodyne,  CAGE 19129, aeroparts Mfg & repair, CAGE 15992 origin
  inspection  required. government first article testing required.
  1 lot - 2 each.   79 -EA Del to Kelly AFB TX 78241-5312 Del
  by 180 DARO. more than one  source. 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-340 SN009418)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 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, ACCESS
SOL SP0460-97-Q-D815
DUE 012097
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:  YPG96334000347 NSN 1560-00-915-6783, panel assembly,
   access Sikorsky Aircraft Corp CAGE 78286 P/N 65207-08009-082
  Rev P sources  bonded technology Inc CAGE 61161 Ellcott manufacturing
  Co CAGE 4R582 8 - EA Del to Richmond VA 23297-5900 Del 60 DARO
  see NOTE 22, intended  sources:  Sikorsky Aircraft, Ellcott
  Mfg and bonded technology Inc.   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
   government.  All responsible sources may submit offer which
  DGSC shall  consider.
CITE: (I-340 SN009422)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 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--SKIN ASSY
SOL SP0460-97-Q-D816
DUE 012097
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:  YPG96334000349 NSN 1560-00-915-6936, skin assy
  Sikorsky  Aircraft Corp CAGE 78286 P/N 65200-09004-082 12 -EA
  Del to New Cumberland  PA 17070-5001 Del 60 DARO see NOTE 22,
  intended source:  Sikorsky  Aircraft Corp.  Unrestricted and
  other than full and open.  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 government.  All responsible sources may submit
  offer which  DGSC shall consider.
CITE: (I-340 SN009423)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--MANIFOLD, FLUID, AIRCRAFT
SOL SP0460-97-Q-D805
DUE 011697
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Janice Adams/B
  T991/804-279-6360  contracting officer Steven Tuck/804279-6143
DESC: PR-NO:  YPG96338000550 NSN 1560-01-093-8121, manifold,
  fluid,  aircraft Sikorsky Aircraft CAGE 78286 P/N 70652-06254-043
  Rev "H" &  Atcom CAGE 81996 procurement package #70652-06254
  Rev "C" controlled  source approved sources:  aircraft engineering
  products Inc CAGE 70194 75 - EA Del to New Cumberland PA 17070-5001
  Del 210 DARO see NOTE 22, intended  source:  Sikorsky Aircraft
  and aircraft engineering.  Unrestricted.   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-340 SN009424)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--ELEVATOR, AIRCRAFT
SOL SP0460-97-R-0474
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, BA rbara
  STANSBURYBV417 (804)279-3416 KO Kimberly  Hansen (804)279-3624
  FAX (804)279-4300 OR 6078
DESC: PR-NO:  YPG95346000473 NSN 1560-00-485-9760, Tech data
  package  availability:  51 -EA Del to Stockton CA 95296 Del
  by 02 Sep 97 (183  DARO) 51 -EA Del to Norfolk VA 23511-3392
  Del by 02 Sep 97 (183 DARO) it  is anticipated that award will
  be made Bia a delivery order against an  existing basic ordering
  agreement. specifications plans or drawings  relating to the
  procurement described are not available and cannot be  furnished
  by the government. OEM Northrop Grumman CAGE 77646 PN 94224-503.
   alternate offerors must furnish a complete technical data
  package on the  approved and alternate item for evaluation.
CITE: (I-341 SN009429)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--DOOR
SOL SP0460-97-R-0475
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, BA rbara
  Stansbury BV417 (804)279-3416 KO Kimberly  Hansen (804)279-3624
  FAX (804)279-4300 OR 6078
DESC: PR-NO:  YPG96325000309 NSN 1560-00-832-0894, Tech data
  package  availability:  44 -EA Del to Jacksonville FL 32212-0097
  Del by 14 Oct 97  (225 DARO) mfr:  Grumman Aerospace CAGE 26512
  PN A51P12010-1 Rev K  specifications, plans or drawings relating
  to the procurement described are  not available and cannot
  be furnished by the government. alternate  offerors must submit
  a technical data package for the approved and  alternate item.
   A 100% quantity option is included.
CITE: (I-341 SN009431)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--CARRIAGE ASSEMBLY, DRIVE SCREW
SOL SP0460-97-Q-B542
DUE 122696
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:  YPG96200000355 NSN 1560-00-622-7518, window panel
  aircraft  Rockwell International Corp CAGE 43999 P/N L3051180-022
  Rev a.   Specifications, plans and drawings relating to the
  procurement described  are not avialable and cannot be furnished
  by the government. option to  extend term of contract 48 months.
  delivery schedule 150 days.  Other  than full and open comp
  more than one source intended sources cages,  43999, 18441,
  86175, 12035. 200-EA Del to Tinker AFB OK 73145-9013.   Del
  by 150 days.  All responsible sources may submit offer which
  DGSC shall  consider.
CITE: (I-341 SN009435)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--HOUSING ASSEMBLY, PYLON
SOL SP0460-97-Q-D813
DUE 012497
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:  YPG96338000508 NSN 1560-00-100-3964, housing assembly,
   pylon Sikorsky Aircraft Corp CAGE 78286 P/N 65205-09006-045
  25 -EA Del to  Cherry Point NC 28533-5001 Del 60 DARO 14 -EA
  Del to Richmond VA  23297-5900 Del 60 DARO see NOTE 22, intended
  source:  Sikorsky Aircraft  Corp.  Other than full and open
  and unrestricted.  Specifications,  plans or drawings relating
  to the procurement described are not available  and cannot
  be furnished by the government.  All responsible sources may
   submit offer which DGSC shall consider.
CITE: (I-341 SN009445)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 15 -- LAUNCHER ASSEMBLY
SOL DAAH01-97-T-0171
DUE 011097
POC AMSMI-AC-CDBB, Roberta Bodine Contracting Officer, 205-842-6113/FAX
  205-955-7737.
DESC: Synopsis No. 5406-96 (MA) THIS IS A COMBINED SYNOPSIS/SOLICITATION;
  Pron: D17T5006; Noun: Launcher Assembly; NSN 1560-01-359-0368,
  Army P/N 13376436, Qty: 1 each, First Article, 4 each. Production
  Quantity or 5 each - Production Quantity without first article;
  Packaging: A/A IAW MIL-P-45213E, Supplemented by MIL-P-116J;
  Inspection/Acceptance: source (Production Quantity), contract
  quality assurance at source; final inspection and acceptance
  at Destination (First Article); FOB Point: Destination; Inspection
  Requirement: 52.246-2, 52.246-16, 52.246-11 (MIL-I-45208);
  Delivery: 440 days first article or production quantity without
  first article, 175 days production quantity; destinations:
  XU Transportation Office, Red River Army Depot, Texarkana,
  TX 75507-5000; 5 each; Bar Code marking required. SIC Code:
  1999, Number of employees 500. Request ozone depleting substances
  tailoring and comments, certifications and representation,
  and Technical Data Package (TDP), Contract Technical Data Package
  List, Coded packaging data and First Article Clauses from address
  above, ATTN: AMSMI-AC-MOD, (FAX 205-876-9633). The proposed
  contract listed herein is 100% small business set aside. Offers
  from concerns other than small business concerns are not solicited.
  All responsible sources may submit a quotation which shall
  be considered by this agency. The most recent representative
  unit price and quantity relative to this acquisition is NSN
  1560-01-359-0368, Awd Date 25 Oct 96, Qty 11, Unit Price $5,581.52.
  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. Quotes should be submitted to Commander, U.S. Army
  Missile Command, Acquisition Center, AMSMI-AC-CDBB, Roberta
  Bodine, Redstone Arsenal, AL 35898-5280. (Reference) DAAH01-97-T-0171,
  Pron D17T5006. See Numbered Note(s): 22.
CITE: (I-341 SN009554)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO 63120
SUBJECT: 15 -- NON-RECURRING EFFORT ASSOCIATED WITH THE RETROFIT
  PORTION OF ENGINEERING CHANGE PROPOSAL (ECP) SA-H-60-0553,
  REPLACING UH-60 RCRAFT NICKEL CADMIUM BATTERY WITH A SEALED
  LEAD-ACID BATTERY
SOL DAAJ09-92-C-0004
POC Edward Mobley, Contract Specialist, (314) 260-2875 or John
  Whitaker, Contracting Officer, (314) 260-3048.
DESC: Applicable to the UH-60 BLACK HAWK Aircraft. This is for
  the non-recurring effort associated with retrofitting the UH-60
  Aircraft by replacing the Nickel Cadmium Battery with a Sealed
  Lead-acid Battery. Effort includes modification kit design,
  analysis and testing, preparation and validation and verification
  of installation drawings and instructions, and submittal of
  a retrofit kit drawing and installation package to be used
  for future competitive acquisition purposes. The intended source
  for this effort is Sikorsky Aircraft Corporation, Stratford,
  CT. See Numbered Note(s): 22.
CITE: (I-341 SN009605)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 -- MMA COVERS
SOL DAAJ09-97-R-0179
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: 1560-01-432-2694; P/N: 95-10002TXAT; QTY: Minimum
  quantity 28 each, Maximum quantity 250 each. A five year, firm
  fixed price indefinite-quantity contract is contemplated. All
  deliveries and subsequent deliveries will be FOB origin. All
  offerors must meet prequalification requirements in order to
  be eligible for award. 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 should
  identify themselves immediately to the Contracting Officer.
  Qualified source is Production Products Manufacturing and Sales,
  Inc., St. Louis, MO. See Numbered Note(s): 22.
CITE: (I-341 SN009606)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 15 -- BQM-147A EXDRONE SYSTEM UPGRADE
SOL N/A
POC Contact, Shawna Jetter, Phone (703)604-0903
DESC: The Naval Air Systems Command (NAVAIR) intends to amend
  Order 0003 under Basic Ordering Agreement (BOA) N00019-96-G-0044
  for the effort required for engineering development, logistics
  support, the integration of and the testing of improved payloads
  and flight capabilities for the EXDRONE Unmanned Aerial Vehicle
  (UAV) system. BAI is the designer, developer and sole producer
  of the EXDRONE and as such is the only source capable of fulfilling
  the Government's requirements. This synopsis is published for
  information purposes only. - NAVAIR Synopsis No. 40113-96.
CITE: (I-341 SN009689)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: 15--INSTALLATION KIT
SOL F09603-97-R-40432
DUE 012397
POC POC Point of Contact - Vicki Sykes, WR-ALC/LKKB, 912-926-9111
DESC: Item 0001, NSN 1560-01-166-9310GY P/N: 005-7000-39, Function:
  Enables drone to score missile hits.  Material: Various. 
  57 ea.  Opt 01 20 ea  Applicable to:  Bqm-34a drone.  Destn:
  Robins AFB GA  31098-1611.  Delivery:   14 Feb 97 57 ea. 
  Alternate delivery quantities:  Alt A To obtain a copy of soliciation
  package send a written request or a FAX (912) 926-7572.  The
  approximate issue/response date will be 23 Jan 97.  The anticipated
  award date will be 23 Dec 96.  Written procedure will be used
  for this solicitation.  To: Hayes Targets Pemco Aeroflex Inc.
   Leeds AL 35094-0707.  No telephone requests.  Only written
  or FAXed request received directly fromt he requestor are
  acceptable.  All responsible sources may submit a bid, proposal,
  or quotation which shall be considered. Authority:  10 U.S.C.
  2304(c)(1), Justification:  Supplies (or services) required
  are available from only one or a  limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. See note (s) 22, 26       
CITE: (W-341 SN009718)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 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--ROLLER, WINCH ASSY
SOL SP0460-97-Q-D814
DUE 011297
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:  YPG96326000415 NSN 1680-00-012-7380, roller, winch
  assy  Transtechnology crop CAGE 08484 P/N BL3861 82 -EA Del
  to New Cumberland  PA 17070-5001 Del 60 DARO 88 -EA Del to
  Cherry Point NC 28533-5001 Del 60  DARO see NOTE 22, intended
  source:  Breeze Eastern.  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 government. 
  All responsible  sources may submit offer which DGSC shall
  consider.
CITE: (I-340 SN009419)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 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--RAMP-BALL ASSEMBLY
SOL SP0460-97-R-0476
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, BA rbara
  Stansbury BV417 (804)279-3416 KO Kimberly  Hansen (804)279-3624
  FAX (804)279-6078 OR 4300
DESC: PR-NO:  YPG96326000901 NSN 1680-01-242-3704, 93 -EA Del
  to San  Diego CA 92132-5044 Del by 29 May 97 (87 DARO) 65 -EA
  Del to Jacksonville  FL 32212-0097 Del by 29 May 97 (87 DARO)
  mfr:  MOOG Torrance CAGE 0ZWK8  PN 2047526-2 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 technical data package on
  the  approve and alternate item for evaluation.  A 100% quantity
  option is  included.  All responsible sources may submit offer
  which DGSC shall  consider.
CITE: (I-340 SN009420)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 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--DRUM ASSY, WINCH
SOL SP0460-97-Q-D817
DUE 012097
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:  YPG96330000785 NSN 1680-00-027-6734, drum assy,
  winch  Transtechnology Corp Breeze Eastern Div CAGE 08484 P/N
  BL6231 33 -EA Del  to Richmond VA 23297-5900 Del 60 DARO see
  NOTE 22, intended source:   Breeze Eastern.  Unrestricted and
  other than full and open.   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 government.  All responsible sources may submit
   offer which DGSC shall consider.
CITE: (I-340 SN009421)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--BOX ASSEMBLY, FUEL SYSTEM TEST
SOL SP0460-97-R-0477
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, BA rbara
  Stansbury BV417 (804)279-3416 KO Kimberly  Hansen (804)279-3624
  FAX (804)279-4300 OR 6078
DESC: PR-NO:  FPG95297000421 NSN 1680-01-032-5877, 25 -EA Del
  to Kelly  AFB TX 78241-5312 Del by 31 Jul 97 (150 DARO) small
  purchase fialure under  SP0460-96-Q-LB05 OEM Grumman Aerospace
  CAGE 26512 PN 160D645725-3  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 technical data package on the approved
   and alternate item.
CITE: (I-341 SN009428)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--LINER, SWASHPLATE.
SOL SP0740-97-Q-0514
DUE 020597
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Connie Giggi/614-69 2-4719.
DESC: PR-NO:  NPC96299000779 NSN 1615-01-147-2988, CAGE 78286
  Part No  65124-11303-101 liner, swashplate. Sikorsky Aircraft
  CAGE 78286, part  number 65124-11303-101.  360 -EA Del to Cherry
  Point NC 28533-5001  delivery 300 days after date of award
  solicitation not available until 15  days afterpublished in
  the CBD.  Specifications, plans or drawings are not  available.
   This acquisition is for supplies for which the Gov't does
  not  possess complete, unrestrictive technical data; therefore,
  the Gov't  intends to solicit/contract with only approved sources
  under the authority  of 10 U.S.C.  2304(C)(1).  Approved sources
  are:  78386.  It is  anticipated that award will be made via
  a delivery order to an existing  basic ordering agreement.
   Automated Best Value Model (avbm) 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-341 SN009452)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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
SUBJECT: 16 -- PISTON, LINEAR ACTUA
SOL DAAJ09-97-Q-0325
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: 1650-00-956-9938, P/N: 100615; QTY: 201 Each, applicable
  to the UH-1 Helicopter. FOB Destination with delivery of 201
  each to Texarkana, TX by 27 Feb 97. 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
  following approved source, HR Textron, Inc. Firms that recognize
  and can produce the required item described above are encouraged
  to identify themselves to the Contracting Officer, and provide
  supporting evidence which will permit their participation in
  the current or future solicitations. All responsible sources
  are encouraged to submit a proposal which shall be considered
  by the Agency.
CITE: (I-341 SN009602)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Code 410, P.O. Box 215, Portsmouth, Virginia  23705-0215
SUBJECT: 19 -- APL-45, SSP 069-97, RAV
SOL N62678-97-R-0035
DUE 010897
POC Priscilla Tarr, Contract Specialist, (757) 396-5041 ext 456!
DESC: Miscellaneous repairs.  To qualify for an award under this
  solicitation, the offeror must execute a current NAVSEA Agreement
  for Boat Repair (ABR).  If not previously done, adequate time
  must exist to allow proper assessment of the contractor's data.
   The inspections dates are tentatively set for 15 January 1997
  through 16 January 1997 between 0800 and 1400 with the inspection
  to be held at the Norfolk Naval Shipyard, Portsmouth, VA. 
  The availability dates are tentatively set for 20 February
  1997 through 20 June 1997 with the work to be done at the contractor's
  plant.  The place of performance is unrestricted.
CITE: (I-341 SN009531)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Code 410, P.O. Box 215, Portsmouth, Virginia  23705-0215
SUBJECT: 19 -- USS LABOON (DDG-58), SSP 061-97, TAV
SOL N62678-97-R-0032
DUE 010997
POC Clarice Turner, Contract Specialist, (757) 396-7768 ext.
  420!
DESC: Open, gas free, clean and repair tanks.  To qualify for
  an award under this solicitation, the offeror must execute
  a current NAVSEA Agreement for Boat Repair (ABR).  If not previously
  done, adequate time must exist to allow proper assessment of
  the contractor's data.  The inspection dates are tentatively
  set for 12 December 1996 through 13 December 1996 with the
  inspection to be held at the U.S. Naval Base, Norfolk, VA.
   The availability dates are tentatively set for 13 January
  1997 through 28 February 1997 with the work to be done at the
  Norfolk Naval Shipyard, Portsmouth, VA.  The place of performance
  is restricted to the homeport area.
CITE: (I-341 SN009532)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: U.S. Dept. of Commerce, National Oceanic & Atmospheric
  Administration, Western Administrative Support Center, Acquisition
  Management Division, Procurement Branch, WC33, 7600 Sand Point
  Way NE, Seattle, WA  98115-0070
SUBJECT: 20 -- PURCHASE SIX (6) LAGRANGIAN DRIFTER BUOYS.
SOL WASC7-700
DUE 122096
POC Randall Brown, telephone (206) 526-6226, fax (206) 526-6025.
DESC: Notice of intent to negotiate a sole-source contract to
  Metocean Data Systems, Ltd. to purchase six (6) Lagrangian
  drifter buoys.  Metocean Data Systems Ltd. has designed and
  tested Lagrangian drifter buoys over a two-year period.  Lagrangian
  drifter buoys utilized an Ocean Color Monitor (OCM) and a temperature
  sensor not available on previous models of this buoy.  Buoys
  will be used to track parcels of water detecting changes in
  the concentration of phytoplankton biomass.  Six buoys must
  be delivered by 4/1/97.  This is a small purchase action with
  an estimated amount of less than $100,000.
CITE: (I-340 SN009393)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--TRAY, LOADER, UNLOADER
SOL SP0490-97-Q-V192
DUE 011397
POC Contact:  for copies of RFQ solicitations, please request
  by  FAX number 804-279-6010, for other information, pleas E
  contact the  buyer, Vickie Gordon/CK08/804-279-5388.
DESC: PR-NO:  YPG96324000262 NSN 2030-01-369-7912, tray, loader,
   unloader.  Federal EQUIP.CO. CAGE 60587, P/N TW0216.  3 -EA
  Del to  Richmond VA 23297-5900 Del by 180 days ARO.  Manufacturer:
   federal  equipment Co.  Part number:  TWO216 - specifications,
  plans or drawings  relating to the procurement described are
  not available and cannot be  furnished by the government. 
  Unrestricted.  All responsible sources may  submit offer which
  DGSC shall consider.
CITE: (I-340 SN009417)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--DOOR, METAL MARINE STRUCTURAL, LEFT-HAND EXTERIOR,
  WITH NO  FIXED LIGHT OR HASP ASSY
SOL SP0490-97-Q-V191
DUE 011397
POC Contact:  for copies of RFQ solicitations, please request
  by  FAX number 804-279-6010, for other information, pleas E
  contact the  buyer, Vickie Gordon/CK08/804-279-5388.
DESC: PR-NO:  YPG96310002356 NSN 2040-00-542-0208, door metal
  marine  structural, left-hand. I/A/W Dwg NR NAVSEA Dwg 6397261
  18 -EA Del to  Richmond VA 23297-5900 Del by 140 days ARO.
   Drawing number:  NAVSEA Dwg  6397261 - drawings, interim procurement
  descriptions and deviation lists  may be examined or obtained
  from Defense Supply Center Richmond unrestricted.   See NOTE
  22.  Solicitation will be made in writing.  All responsible
   sources may submit offer which DGSC shall consider.
CITE: (I-341 SN009437)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--WASHER, RUDDER CARRIER
SOL SP0490-97-Q-V193
DUE 011397
POC Contact:  for copies of RFQ solicitations, please request
  by  FAX number 804-279-6010, for other information, conta CT
  the buyer,  Vickie Gordon/CK08/804-279-5388.
DESC: PR-NO:  YPG96320000448 NSN 2040-01-087-5261, washer rudder
  carrier,  general dynammics Corp. E.B.DIV. CAGE 96169 P/N 87H510503-0004.
   3 -EA  Del to Richmond VA 23297-5900 Del by 300 days ARO.
   Manufacturer:   general dynamics/electric boat Div part number:
   87H510503-0004 -  specifications, plans or drawings relating
  to the procurement described are  not available and cannot
  be furnished by the government.  Unrestricted.   See NOTE 22.
   Solicitation will be made in writing.  All responsible  sources
  may submit offer which DGSC shall consider.
CITE: (I-341 SN009442)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--HATCH, MARINE BATH IRON WORKS CORP.CAGE 70876
SOL SP0490-97-Q-V194
DUE 011397
POC Contact:  for copies of RFQ solicitations, please request
  by  FAX number 804-279-6010, for other information, pleas E
  Call the buyer,  Vickie Gordon/CK08/804-279-5388.
DESC: PR-NO:  YPG96320000450 NSN 2040-01-357-9117, hatch, marine.
    Bath iron works Corp., CAGE 70876. P/N 8100-1252-0235 assy
  143.  4 - EA Del to Richmond VA 23297-5900 Del by 125 days
  ARO.  Manufacturer:   Bath iron works Corp.  Part number: 
  8100-1252-0235 assy 143 -  specifications, plans or drawings
  relating to the procurement describied  are not available and
  cannot be furnished by the government.   Unrestricted.  All
  responsible sources may submit offer which DGSC shall  consider.
CITE: (I-341 SN009443)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--UNIVERSAL JOINT ASSEMBLY, FINAL DRIVE (LEFT).  ON
  M108 AND  M109 HOWITZERS.
SOL SP0750-97-R-2264
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)  Carol Black (614) 6 92-1346
DESC: PR-NO:  YPC96218002639 NSN 2520-00-740-4047, CAGE 01227
  Part No  7404047 CAGE 77873 Part No 4-69584 universal joint
  assembly, final drive.   Rockford Powertrain Inc., P/N 4-69584
  or napco international Inc., P/N  7404047. technical data available
  at DCSC is not adequate for  solicitation.  54 -EA Del to New
  Cumberland PA 17070-5001 Del by 148  days after date of award.
   32 -EA Del to Lathrop CA 95330 Del by 148  days after date
  of award.  Solicitation not available until 15 days after 
  published in the CBD.  Specifications, plans or drawings are
  not available.   Proposed procurement contains a 100% option
  for increased quantities.   Automated Best Value Model (ABVM)
  applies.  While price may be a significant  factor in the evaluation
  of offers, the final contract award decision will  be based
  upon a combination of price and past performance as described
  in  the solicitation.  While price will be a significant factor
  in the  evaluation of offers, the final contract award price
  may be based upon a  combination of price and delivery as described
  in this solicitation.  All  responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-341 SN009455)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: USDA, Forest Service, SW Idaho/Nevada Acquisition Office,
  1750 Front Street, Boise, Idaho 83702
SUBJECT: 25 -- SUPPLY ONE (1) RUBBER HALF TRACK UNIT TO ADAPT
  TO A CASE-INTERNATIONAL, FARM TRACTOR, MODEL 7110, LUCKY PEAK
  NURSERY, BOISE NATIONAL FOREST
SOL SOL RFQ 02QR4-021-97
DUE 012297
POC Contracting Officer, Ronald R. Zimmerman,208-364-4130; Contact
  for Solicitation, Ethel Hill, 208-364-4128; Fax 208-364-4197
DESC: Supply one (1) rubber half track unit to adapt to a Case-International
  Farm Tractor, Model 7110. These tracks replace the rear wheels
  of a farm tractor. Tracks are required to have a positive drive
  rubber belt 20" wide, inside drive lugs that engages no less
  than 8 lugs at a time. Center point axle shall be maintained
  at 34" to 35" high and mount to a 4" axle with 10 bolt heavy
  duty wedge-lock hubs. Outside to outside of rubber tracks needs
  to be between 101" to 102" when mounted on tractor. Tracks
  to include an open center bogie wheel system, 20" double front
  and rear end idlers at least 6 per side with a 53.5" minimum.
  Unit shall include one set of adapter plates and one set of
  10 bolt heavy duty axle adapters. Deliver FOB to Lucky Peak
  Nursery by 2/15/97. Contact Richard Thatcher or Gary Hileman
  at 208-343-1977.
CITE: (I-341 SN009701)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 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--LOCK, FAN BLADE, AIRCRAFT GENERAL ELECTRIC CO
SOL SP0480-97-X-8409
DUE 122796
POC Contact:  for copies of the solicitation, contact the buyer:
    Crystal OBER804-279-3717.
DESC: PR-NO:  YPG96295001446 NSN 2840-01-198-7358, lock, fan
  blade,  aircraft General Electric Co CAGE 07482 P/N 1277M27G01
  15 -EA Del to New  Cumberland PA 17070-5001 Del by 60 DARO.
   15 -EA Del to Tracy CA  95376-5000 Del by 60 DARO.  42 -EA
  Del to Tinker AFB OK 73145-9013 Del  by 60 DARO.  Specifications,
  plans or drawings relating to the procurement  described are
  not available and cannot be furnished by the government.  
  All responsible sources may submit offer which DGSC shall consider.
CITE: (I-340 SN009412)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--CAGE ALLISON ENGINE CO INC
SOL SP0460-97-R-0459
DUE 022497
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 MIC helle
  Knox/BU910/804-279-5415. contracting officer  joy CE slaughter/804-279-6096.
DESC: PR-NO:  ARG96324041222 multiple NSNS and various part numbers
  1 - EA Del to (Call contracting office) Del by 31 Dec 96. 
  Specifications,  plans or drawings relating to the procurement
  described are not available  and cannot be furnished by the
  GOVT. drawings, interim procurement  descriptions and deviation
  lists may be examined or obtained from DSCR. only  one source-allison
  engine Co all responsible sources may submit offer which  DGSC
  shall consider.
CITE: (I-341 SN009433)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--BLADE, TURBINE ROTOR GENERAL ELECTRIC CO.
SOL SP0480-97-R-0471
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 hei DI
  Bradbury/BL470/804-279-5372, contractingofficer  Mar tha Gay/804-279-5232.
DESC: PR-NO:  YPG96313000344 NSN 2840-01-220-3928, GE (99207)
  P/N  5039T09P01 Rev J accpt sources:  Walbar Canada (37033)
  samsung aerosp  (1FX82), Canadian comm (98247) 3,460 -EA Del
  to Tracy CA 95376-5000 Del  within 175 days ARC 4,497 -EA Del
  to New Cumberland PA 17070-5001 Del  within 175 days ARC other
  than full and open FOB origin all responsible  sources may
  submit offer which DGSC shall consider.
CITE: (I-341 SN009439)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 ASSY ALLIEDSIGNAL INC
SOL SP0480-97-Q-J904
DUE 122796
POC Contact:  for copies of the solicitation, contact the buyer:
    Crystal OBER804-279-3717.
DESC: PR-NO:  YPG96318000321 NSN 2835-01-224-5834, housing assy,
   Alliedsignal Inc. CAGE 99193 P/N 3608899-5 adequate data for
  evaluation  of alternate offers is not available at the procurement
  agency.  The  offeror must provide a complete data package
  including data for the  approved and alternate part for evaluation.
   45 -EA Del to Cherry Point  NC 28533-5001 Del by 60 DARO.
   Specifications, plans or drawings are not  available for this
  procurement and cannot be furnished by the government.   All
  responsible sources may submit offer which DGSC shall consider.
CITE: (I-341 SN009441)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--TRANSDUCER, GAS TURBINE ENGINE SOURCE CONTROL ITEM
SOL SP0480-97-Q-J903
DUE 122796
POC Contact:  for copies of the solcitation, contact the buyer:
    Crystal OBER804-279-3717.
DESC: PR-NO:  YPG96320000452 NSN 2835-00-602-8050, transducer,
  gas  turbine engine source control item General Electric Co
  CAGE 07482 P/N  L21656P04 Rev M DTD 24NOV94 approved source:
   electro Corp CAGE 81692 P/N  EC726246 adequate data for evaluation
  of alternate offers is not available  at the procurement agency.
   The offeror must provide a complete data  package including
  data for the approved and alternate part for evaluation.  
  10 -EA Del to Tracy CA 95376-5000 Del by 60 DARO.  15 -EA Del
  to New  Cumberland PA 17070-5001 Del BY60 DARO.  See NOTES
  9, 22,  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-341 SN009444)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--PARTS KIT, ENGINE POPPET VALVE, EXHAUST.  KIT CONSISTS
  OF  (1) ONE VALVE AND (2) TWO LOCKS
SOL SP0750-97-Q-0428
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, Julia M. Lewis,  (614)692-1097.
DESC: PR-NO:  YPC96291000922 NSN 2815-00-074-1939, CAGE 7U177
  Part No  B5197176 CAGE 72582 Part No 5197176 CAGE 9R826 Part
  No 5197176 CAGE 92856  Part No e-1018k parts kit, valve, exhaust.
   Parts kit consists of (1)  one valve and (2) two locks per
  kit. used in detriot Diesel engine model  6V53T. detriot Diesel
  P/N 5197176, Eaton Corp. P/N E-1018-K and  krody-colyer P/N
  k-5197176 or FP Diesel P/N 5197176.  No additional  technical
  data available at DCSC for this solicitation.  7,742 -KT Del
   to Lathrop CA 95330 3,006 -KT Del to New Cumberland PA 17070-5001
   solicitation not available until 15 days after published in
  the CBD.   Specifications, plans or drawings are not available.this
  is an unrestricted  acquisition with a 10% preference for SDB
  concerns.  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, tye 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-341 SN009458)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--DETECTOR, METALLIC PARTICLE
SOL SP0480-97-R-0466
DUE 012497
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/PLBL579/804-279-5405. KO:  gwendo Lyn
  C. Pearson/279-4077.
DESC: PR-NO:  YPG96257000419 NSN 2995-01-221-2672, detector,
  metallic  particle source control item Sikorsky Acft Corp (CAGE
  78286) P/N  70351-08248-105 Rev "F" DTD 2 Mar 92 approved source
  Vickers Inc, (CAGE  97484) P/N G5033EA 200 -EA Del to Corpus
  Christi TX 78419 Del 148 days.   See NOTES 9, 22.  Option to
  Inc qty 100%.  Unrestricted.  More than  one soruce.  Trade
  Agreements Act (NOTE 12).  Anticipated award date is  03/19/97.
   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-340 SN009409)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--IGNITER PLUG, GAS TURBINE SOURCE CONTROL ITEM
SOL SP0480-97-R-0470
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 hei DI
  Bradbury/BL470/804-279-5372, contractingofficer  Mar tha Gay/804-279-5232.
DESC: PR-NO:  YPG96297000466 NSN 2925-01-082-4730, 741 -EA Del
  to New  Cumberland PA 17070-5001 Del within 130 days ARC. 
  706 -EA Del to Tracy  CA 95376-5000 Del within 130 days ARC.
   17 - EA Del to Sheppard AFB TX  76311-3544 Del within 130
  days ARC.  GE (99207) P/N 4066T34P01 Rev J  approved source:
   union Ind P/N 10-390875-1 100% option applies other  than
  full and open all responsible sources may submit offer which
  DGSC shall  consider.
CITE: (I-340 SN009414)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--COUPLING, DRIVE VICKERS INC
SOL SP0480-97-R-0467
DUE 012497
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/PLBL579/804-279-5405. KO:  gwendo Lyn
  C. Pearson/279-4077.
DESC: PR-NO:  YPG96234000738 NSN 2995-00-013-3692, coupling,
  drive  modification of previously announced procurement due
  to change in  government's requirements.  The solicitation
  no:  is now  SP0480-97-R-0467.  Option to Inc qty 100%.  Del
  130 days.  Unrestricted.   Only one source (NOTE 22).  Other
  than full & open comp (sole source).   Trade Agreements Act
  (NOTE 12).  Anticipated award date is 03/19/97.   The open/closing
  date is now 97 Jan 24.  Everything Else remains the same.
CITE: (I-341 SN009430)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--SHAFT ASSEMBLY, DRIV
SOL SP0480-97-Q-J856
DUE 012497
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    Cheri Warriner/PLBL372/804-279-3452 or write DSCR at TN:
   DSCR-JLP Richmond  VA 23297-5876. KO:  Roseanne phill IPS/279-3571.
DESC: PR-NO:  YPG96304000999 NSN 2995-00-113-2233, shaft assembly,
  driv  Alliedsignal, Inc (CAGE 59364) P/N 362884-1 25 -EA Del
  to Kelly AFB TX  78241-5312 Del 120 days.  Unrestricted.  Other
  than full and open comp  (sole source).  Incremental quantities:
   primary:  25 1ST alt:  35,  2ND alt:  39.  Solicitation will
  be made in writing and orally.   Specifications, plans or drawings
  relating to the procurement described are  not available and
  cannot be furnished by the Gov't.  All responsible  sources
  may submit offer which DGSC shall consider.
CITE: (I-341 SN009436)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--PARTS KIT, VALVE, CURE DATE
SOL SP0480-97-R-0465
DUE 012497
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/PLBL579/804-279-5405. KO:  gwendo Lyn
  C. Pearson/279-4077.
DESC: PR-NO:  YPG96317001301 NSN 2915-00-822-3555, parts kit,
  valve,  cure date Parker-Hannifin Corp (CAGE 92003) P/N 6-458-502
  Rev "F" DTD 5  Oct 81 25 -EA Del to New Cumberland PA 17070-5001
  Del 199 days.  25 -EA  Del to Tracy CA 95376-5000 Del 199 days.
   70 -EA Del to Jacksonville FL  32212-0097 Del 199 days.  Option
  to Inc qty 100%.  Unrestricted.  Other  than full & open comp
  (sole source).  Only one source (NOTE 22).  Trade  Agreements
  Act (NOTE 12).  Anticipated award date is 03/19/97.   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-341 SN009440)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 SP0750-97-Q-0417
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)  Jenifer Dewitt (614 ) 692-3958
DESC: PR-NO:  YPC96312001282 NSN 2910-00-499-0818, CAGE 84760
  Part No  DBMFC633-1LK CAGE 84760 Part No DBMFC633X1LK pump,
  fuel, metering and  distributing.  Stanadyne Automotive Corp
  (84760) P/N DBMFC6331LK.  100 - EA Del to New Cumberland PA
  17070-5001 Del by 120 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 avaialble.  This is an unrestricted
  acquisition with a  10% preference for SDB concerns.  Automated
  Best Value Model (ABVM)  applies.  While price may be a signficant
  factor in the evaluation of offers,  the final award decision
  will be based upon a combination of price and  past performance
  as described in the solicitation.  Delivery Evaluation  Factor
  (DEF) applies.  While price is a significant factor in the
   evaluation of offers, the final award decision will be based
  upon a  combiantion of price and past performance as described
  in this solicitation.   All responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-341 SN009488)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: U.S. Army Aviation & Troop Command, 4300 Goodfellow Boulevard,
  St. Louis, MO 63120
SUBJECT: 29 -- ELECTRIC ENGINE STARTER
SOL DAAK01-97-Q-0062
DUE 121696
POC Madeline J. Riehl, Contrating Officer/AMSAT-A-PMBA/314-263-0667
  Gigi Glasper, Contract Specialist/AMSAT-A-PMBA/314-263-0668.
DESC: This procurement is for an Electric Engine Starter, National
  Stock Number (NSN) 2920 00 00 0194 and Part Number (P/N) 1327A440.
  The quantity is 50 each and the procurement will be sole source
  to LUCAS CAV. The items will be shipped FOB Destination to
  New Cumberland Army Depot.
CITE: (I-341 SN009604)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 30--DRIVE UNIT, ANGLE
SOL DAAE0797RT192
DUE 020597
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Angie Huhn (810)
  574-7092
DESC: NSN:  3010013185670, qty:, FOB:  origin, opt:  none item
  name:   drive unit, Angle; part number:  12349762-1.  Indefinite
  quantity  contract - three (3) year. qty:  1; min. guaranteed
  qty see NOTE:   01.  All responsible Sou rces may submit an
  offer which will be considered.   The offer due date is on
  or about 020597 (see soliciation for actual offer  due date).
CITE: (I-340 SN009396)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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, ASSEMBLY, ON SIGHT UNIT TELESCOPE.
SOL SP0770-97-Q-MG45
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)  Saundra Gordon/pccr BA1/614-692-3414
DESC: PR-NO:  YPC96313000996 NSN 3020-01-012-6409, CAGE 21335
  Part No  CXL10A2550 CAGE 21335 Part No CXL10EXP19606 CAGE 27671
  Part No WB5-720605  CAGE 78118 Part No 9-1011 CAGE 82577 Part
  No 258120 "gear set, bevel,  matched. in accordance with Textron
  incorporated, Fafnir bearing Division  part number CXL10ESP19606
  and westcope incorporated part number WB5-720605. " 25 -EA
  Del to Richmond VA 23297-5900 Del 331 days after date of award.
    Solicitation not available until 15 days after published
  in the CBD.  This  acquisition is for supplies for which the
  government does not possess  complete, unrestrictive technical
  data; therefore, the government  intends to solicit and and
  contract with only approved sources under the  authority of
  10 U.S.C.2304(C)(1).  Approved sources are:  Westscope Inc.
  , MPB Corp., Hughes aircraft all responsible sources may submit
  offer  which DCSC shall consider.
CITE: (I-341 SN009489)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--WASHER, FLAT (BEARING, WASHER, THRUST) UNITED TECHNOLOGIES
   CORP. P & W AIRCRAFT (77445)
SOL SP0500-96-Q-TD01
DUE 120996
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Kay Nobel/PHHAA24/(215)697-2809 buyer:
   Kay  Nobel/PHHAA24/(215)697-2809
DESC: PR-NO:  YPI96250000592 NSN 3120-01-215-3478, 14,300 -EA
  Del to  Kelly AFB TX 78241-5444 Del by 24 Dec 96.  14,300 -EA
  Del to New  Cumberland PA 17070-5001 Del by 20 Nov 96.  RFQ
  due date:  96DEC09  specs/dwrgs are not required incremental
  bidding:  primary qty:  14300  1ST alt qty:  16000 2ND alt
  qty:  18000 deliveries to CONUS (excluding  Alaska).  Delivery
  schedule:  120 ADO.  Offers will be evaluated with a  10% preference
  for small disadvantaged business concerns.  To obtain a  copy
  of this solicitation please send FAX request to (215)697-6333.
CITE: (I-341 SN009466)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 PRATT AND WHITNEY ACFT
  GROUP  (77445)
SOL SP0500-96-Q-3012
DUE 120996
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Kay Nobel/PHHAA24/(215)697-2809 buyer:
   Kay  Nobel/PHHAA24/(215)697-2809
DESC: PR-NO:  YPI96262000766 NSN 3110-00-439-5477, for the TF33
  engine  design produced by Pratt & Whitney Acft under their
  design control P/N's  447228 OR 447229 OR 693010 manufacturing
  sources qualify with P&W  engineering OEM approval is required.
   100 -EA Del to Tinker AFB OK  73145-9013 Del by 08 Jun 97.
   RFQ due date:  96DEC09 specs/dwrgs are not  required.  Primary
  qty:  100 delivery schedule:  120 offers will be  evaluated
  with a 10% preference for small disadvantaged business concerns.
    To obtain a copy of this solicitation please send FAX request
  to  (215)697-6333.
CITE: (I-341 SN009468)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118
  SUSQUEHANNA BLVD, APG MD 21005-5001
SUBJECT: 34--CUTTING MACHINE, RETROFIT/UPDATE
SOL DAAD05-97-R-0504
DUE 122796
POC Contract Specialist Nada Manning (410) 278-0892 (Site Code
  DAAD05)
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Subpart 12.6,
  as supplemented with additional information included in this
  notice. This announcement constitutes the only solicitation;
  proposals re being requested and a written solicitation will
  not be issued. DAAD05-97-R-0504 is issued as a request for
  proposal. This solicitation document and incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular 90-41. The US. Army Garrison, Aberdeen Proving Ground,
  Directorate of Contracting, Aberdeen Proving Ground, MD 21005-
  5001 has a requirement to purchase 2 each Retrofit cutting
  machine updates to be installed in an existing, Government
  owned ESAB L-TEC model CM-250C shape cutting machine w/Vision
  2000 CNC microprocessor control system. Contractor shall install
  upgrades and provide on-site training as specified below. Contractor
  sall follow the following SPECIFICATIONS FOR THE VISION 2000
  CONTROL SYSTEM: Contractor shall provide a Nine inch monochrome
  graphic monitor; Real time cut path display, Machine operator
  shall be able to monitor machine progress during cutting operations;
  Eght position joystick, Controller shall provide multiple axis
  control while in manual mode; 1 Megabyte of RAM. Controller
  shall provide capability to process larger and technically
  complex cutting programs; Soft key menu, Controller shall provide
  dedicated function keys governing specific software functions
  during programming and machine operation; Program prompting,
  Controller shall provide user-frindly prompting allowing machine
  operator to enter data as requested by the controller in order
  to reduce errors based on missing or incomplete data entry;
  Graphics to Text Editor function, Controller shall allow machine
  operator to toggle between a graphic mode and a text mode in
  order to verify program parameters and data; Create/Edit Program
  (MDI), Controller shall provide capability for manual data
  entry while creating and/or editing programs; Program Scaling,
  Controller shall offer the capability to expand or reduce the
  size of previously programmed parts; Program mirror imaging
  and part rotation, Controller shall offer the capability to
  mirror image (revrse) and/or rotate preprogrammed shapes; English
  or Metric Programming, The controller shall be programmable
  in either the english standard or metric units of measure;
  Programmable Kerf and Feed rate, Controller shall offer the
  ability to preprogram kerf wdth and machine feed rate; 51 Shape
  Library, Controller shall offer a library with a minimum of
  51 preprogrammed shapes which the machine operator may edit
  and use as needed; Multi-tasking Capability, Controller shall
  offer capability of executing an assigned task while another
  is being programmed; RS-232 Interface, Controller shall offer
  a RS-232 Interface for connecting with a remote file server
  or netork; Built-in 3.5" Disk reader, Controller shall feature
  a 3.5" disk port for file entry, file storage, and system backup;
  Remnant Management, Controller shall offer plate remnant management
  capability, allowing machine operator to maximize use of scrap
  maerials in order to conserve resources; Interactive Parts
  Nesting, controller shall offer interactive parts nesting,
  allowing machine operator maximum control over parts cutting
  and materials layout; Diagnostics, The controller shall offer
  diagnostic software allowing the machine operator to quickly
  identify problems and take corrective action, minimizing downtime.
  SPECIFICATIONS FOR RETROFIT: Machine Drve and Interface Package.
  Cabinet, control package shall include a permanently mounted
  cabinet containing primary electronic equipment; Operator's
  Control Panel, Shall allow machine operator to directly control
  station select, on/off, and up/down functions Two Axis Drive
  Interface, The Controller package shall include a controller/drive
  interface controlling torch movement along two axis; Motor/Gearbox/Encoder
  Assemblies, New motor/gearbox/encoder configurations shall
  be provided, including all required cabling; Control Arm Mount,
  A mounting arm shall be provided to allow the controller to
  be securely mounted to the machine; Interface wiring and Interconnecting
  ables, All required cables and wiring are to be provided; Built-In
  Video- Path Tracing System, Built-in CCD Video Camera shall
  be for pattern tracing and the Video Path Tracing System shall
  provide the CCD video camera to interface directly into the
  controler, allowing the machine operator to digitally trace
  a pattern and load it into the controller as a part program;
  Solid State Integrated Circuit Technology, the Video Path Tracing
  system shall utilize solid state integrated circuit technology
  for enhanced reliability; Interconnecting cables, All required
  cables to interconnect components shall be provided; Oxy-fuel
  Torch Stations, Three oxy-fuel toch stations shall be provided,
  stations shall include vertical motorized slides for adjusting
  torch height, manual station clamping, and electronic torch
  ignitors; Oxweld torch and tips, Three oxweld torches/tips
  combinations shall be provided; Auto HeightControl, Three auto-height
  control units shall be provided; Controls shall include height
  sensor foot, station mounting bracket, and height control circuitry;
  Solenoid valves, All required solenoid valves shall be provided;
  Interconnecting cables and hoses, All interconnecting cables
  and hoses shall be provided. Contractor shall provide all labor,
  materials, supplies and equipment necessary for the complete
  retrfit of the machine(s) at the Aberdeen Test Center (Welding
  and Metal Working), Building 315, APG, MD 21005-5001. Contractor
  shall provide three days (24 hours) of training for up to five
  (5) Government personnel for two (2) machines within 90 days
  ARO. FOBDestination. The provision at 52.212-1, Instructions
  to Offerors-Commercial, applies to this acquisition. Award
  of this solicitation shall be made to the low priced technically
  acceptable offeror. In order to be considered acceptable, the
  offeror shall meet the requirement set forth above. An offeror
  shall meet all specifications for the compatibility of this
  system to be eligible for award. Evaluatin of offers shall
  be based among other factors, the total price quoted for the
  two retrofit updates. A written notice of award or acceptance
  of an offer, mailed or otherwise furnished to the successful
  offeror within the time for acceptance specified in th offer,
  shall result in a binding contract without further action by
  either party. Before the offer's specified expiration time,
  the Government may accept an offer whether or not there are
  negotiations after its receipt, unless a written notice of
  withdrawal is received prior to award. All offerors shall include
  a completed copy of the provision at 52.212-3, Offeror Representations
  and Certifications-Commercal Items, with its offer. The clause
  52.212-4, Contract Terms and Conditions-Commercial Items, applies
  to this acquisition. The clause at 52.212-5, Contract Terms
  and Conditions Required to Implement Statutes or Executive
  Orders-Commercial items, applies t this acquisition with the
  following additional FAR clauses: 52.203-6, Restrictions on
  Subcontractor Sales to the Government; 52.203-10, Price or
  Fee Adjustment for Illegal or Improper Activity; 52.219-8,
  Utilization of Small Business Concerns and Small Disadvantaged
  Business Concerns; 52.222-26, Equal Opportunity; 52.222-35,
  Affirmative Action for Special Disabled and Vietnam Era Veterans;
  52.222-3, Employment Reports of Special Disabled Handicapped
  Workers; 52.222-37, Employment Reports of Special Disabled
  Veterans and Veterans of the Vietnam Era. All offerors shall
  include with its proposal a completed copy of the clause 52.212-7000
  Offeror Represntations and Certifications-Commercial Items,
  with the following: 52.247-7023, Transportation of Supplies
  by Sea. 52.212-7001 Contract Terms and Conditions Required
  to Implement Statutes of Executive Order Applicable to Defense
  Acquisition of Commercial Items, with the following: 52.219-7006
  Notice of Evaluation Preference for Small Disadvantaged Business
  Concerns; 52.233-7000 Certificate of Claims and Reques for
  Adjustment or Relief. 52.225-7001, Buy American Act and Balance
  of Payments Program. 52.225-7012, Preference for Certain Domestic
  Commodities.52.247-7024, Notification of Transp of Supplies
  by Sea. 52.232-28 Electronic Funds Transfer Payment Methods.
  2.233-4052 HQ, AMC- Level Protest program procedures. Defense
  Priorities and Allocations System (DPAS) and assigned rating
  DO S10 applies to any resulting contract. Offers are due at
  the U.S. Army Garrison, Aberdeen Proving Ground, Directorate
  of Contracting, Building 4118, Room 130, ATTN: STEAP-PR-CT,
  Aberdeen Proving Ground, Maryland 21005-5001 by 4:00 PM Eastern
  Standard time on 27 Dec 1996. Date shall beused as a basis
  for submitting an offer. All responsible sources may submit
  an offer which shall be considered by this agency. Nada Manning,
  (410) 278-0892 is the point of contact for additional information.
  Note 1 applies.
CITE: (I-341 SN009644)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: Department of Treasury (DY), Bureau of Engraving and
  Printing, Office of Procurement, 14th & C Sts., S. W., 708-A,
  Washington, D. C. 20228
SUBJECT: 36 -- INK PUMP SYSTEM
SOL RFQ-48-022
POC Denise A. Kelly, Purchasing Agent, (202) 874-3138.
DESC: The Bureau of Engraving and Printing (BEP) intends to negotiate
  with Baldwin Graphics on a sole source basis for Ink-Agitator
  parts used on the Cope Pak Presses. Baldwin Graphics is the
  manufacturer and sole distributor for these parts. All responsible
  sources may submit a quote which shall be considered. Requests
  for RFQ-48-022 must be submitted in writing to the above address,
  or facsimile to (202) 874-3135. Quotes will be accepted fifteen
  (15) days after publication of this notice and a purchase order
  will be awarded based on price soon after receipt of quotes.
  No telephone requests will be accepted. All written requests
  shall include the firm's size status (i.e., Large, Small, Minority,
  or Women-Owned). This procurement is 100% set-aside for small
  business concerns. See Numbered Note(s) 1.
CITE: (I-341 SN009758)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE
  27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301
SUBJECT: 39--VARIOUS BALERS
SOL N47408-96-B-5024
DUE 012397
POC Contract Specialist, TRUDY DILIELLO, 805-982-5762
DESC: The Naval Facilities Engineering Command Contracts Office,
  Port Hueneme, CA has a requirement to purchase 2 each Baler,
  horizontal, hydraulically operated, manual tie, (size L-261
  X W- 65 X H-81), (similar or equal to MAX-PAK, Model HCE-4860)
  conformng to salient characteristics in Statement of Work;
  1 each Baler, horizontal, hydraulically operated, automatic
  cycling, with fluffer and cleated belt converyor w/pit baffling,
  (size L-349 X W-71 X H-89), (similar or equal to International
  Baler Corporatio, Model NA-1296 Baler with Model IB-6042-10-2B
  Fluffer and Model ICBC-48492-P Pit Conveyor) conforming to
  salient characteristics in Statement of Work. All the items
  include technical manuals and installation, training and a
  Standard Commercial Warranty of not less than 15 months. The
  solicitation will be issued on or about 23 December 1996 and
  bids will be due 30 days after release of the solicitation.
  Only writen requests submitted to the Department of the Navy,
  Naval Facilities Engineering Command Contracts Office, CBC,
  Code 272313, 1000 23rd Avenue, Port Hueneme, CA 93043-4301
  or facsimile transmission to (805)982-3015 will be honored.
  All responsible sources ay submit a bid which will be considered
  by the Agency, Attn: Trudy DiLiello, Code 272313. This requirement
  is a 100% small business set-aside and will result in a Firm
  Fixed Supply type contract. You may bid on all of the items
  or by total LOT.
CITE: (I-341 SN009630)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Carderock Division Naval Surface Warfare Center, Ship
  Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083
SUBJECT: 41 -- 10HP 1800 RPM MOTOR
SOL N65540-97-RQ-6397
DUE 121696
POC Catherine Guerra, Purchasing Agent, (215) 897-7898.
DESC: Naval Surface Warfare Center, Carderock Division, Philadelphia
  intends to acquire, on a sole source basis, six (6) motors
  from Rockwell Automation Reliance Electric. P/N 801628-507-02.
  These parts are for a retro-fit of refrigeration plants on
  various class ships. All responsible sources may submit an
  offer. No telephone requests for the solicitation package will
  be accepted. You may Fax your request to (215) 897-7162. See
  Numbered Note(s): 22.
CITE: (I-341 SN009584)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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-341 SN009728)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--FILTER, FLUID. ON M9 ACE.
SOL SP0750-97-Q-0416
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)  Jenifer Dewitt (614 ) 692-3958
DESC: PR-NO:  YPC96311001023 NSN 4330-01-375-1511, CAGE 19207
  Part No  12367734 CAGE 60047 Part No VD-00789-12W1 filter assembly.
  in accordance  with U.S. Army drawing 12367734.  39 -AY Del
  to Mechanicsburg PA  17055-0789 Del by 210 days after date
  of award.  Solicitation not  available until 15 days after
  published in the CBD.  Writtne requests for  drawings are to
  be submitted to Defense Supply Center Columbus, Attn:  dsccvtrd,
  P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)  692-2998
  or Call (614) 692-2344.  Requests should include the IFB/RFP/RFQ
   number, opening/closing date NSN YPC/ZPC or NPC number; buyer's
  name and  your complete name and address. federal, military
  and commercial  specifications cannot be provided by DSCC.
   This is an unrestricted  acquisition with a 10% preference
  for SDB concerns.  Automated Best Value  Model (ABVM) applies.
   While price may be a significant factor in the  evaluation
  of offers, the final award decision will be based upon a  combination
  of price and past performance as described in the solicitation.
    Delivery Evaluation Factor (DEF) applies while price is a
  signficant  factor in the evaluation of offers, the final award
  decision will be based  upon a combinatio of price and past
  performance as described in this  solicitation.  All responsible
  sources may submit offer which DCSC shall  consider.
CITE: (I-341 SN009487)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: 43 -- REPLACE PES VACUUM PUMPS
SOL F40650-96-B-0009
DUE 012197
POC Kimberly Williams, Contract Specialist, (615) 454-7841
DESC: The subject procurement is for the delivery and installation
  of two vacuum pump units for the PES Vacuum System. These pump
  units, factory mounted to two structural steel skids, consist
  of a vacuum pump, electric drive motor, speed reducing gear
  box (if required), flexible couplings, and instrumentation
  and controls required for operation of the system. Delivery
  shall be FOB Arnold Air Force Base, TN and is required within
  32 weeks after contract award. Any firm responding to this
  announcement should do so in writing and should indicate whether
  or not it is a small business and whether or not it is a small
  disadvantaged business.
CITE: (I-341 SN009562)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Contracting Officer (90C4), DVA Medical Center, Salem,
  Virginia 24153-5483
SUBJECT: 43 -- PROVIDE MEDICAL AIR COMPRESSORS
SOL 658-11-97
DUE 010897
POC Priscilla Zaebst (540) 983-1050
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Subpart 12.6,
  as supplemented with additional information included in this
  notice. This announcement constitutes a formal Request for
  Quotations (RFQ #658-11-97), and a written solicitation will
  NOT be issued. The solicitation document and incorporated clauses
  and provisions are those in effect through Federal Acquisition
  Circular 90-42. The Standard Industrial Classification (SIC)
  code for this acquisition is 3563. Contractor shall provide
  medical air compressors which will deliver medical compressed
  air for patient use only with all components factory packaged
  (prewired/prepiped) on a steel base. The quality of air shall
  be equal to or better than the quality of the intake air, without
  the use of purification equipment. Multiplex shall be such
  that the design load is provided with the largest single unit
  out of service; design piping, accessories and controls to
  withstand up to 150 PSIG. A duplexed, positive displacement,
  two-stage rotary screw air compressor capable of delivering
  100% oil-free air shall be supplied. The assembly shall be
  fully packaged including air compressors, main drive motors,
  oil cooler, intercooler/aftercooler (air cooled, not water
  cooled), regulation/control systems, and all mounted on a common
  base frame. All coolers shall be cross-flow, aluminum construction
  to achieve maximum cooling efficiency and shall be rated 250
  PSIG at 450 degrees F. operating conditions. The capacity shall
  be expressed in terms of free air delivery cubic feet per minute
  measured at the discharge pressure and related back to inlet
  conditions, and shall be rated at 150 SCFM at 100 PSIG discharge
  pressure and be suitable for use on 480 volts, 3 phase, 60
  Hz. The capacity and specific power shall be guaranteed per
  modified ASME PTC 9. Tolerances shall be within +/- 4% for
  free air delivery and +/- 5% for specific power consumption
  and shall meet Medical Air Standards as required in NFPA99--1996
  Edition. All gaskets shall be asbestos-free. The motor shall
  be of standard manufacture; NEMA Design B with Class B temperature
  rise and Class F insulation; be totally enclosed fan-cooled
  (TEFC) design; and be provided with automatic, fully enclosed,
  magnetic starter of type specified by Contractor's design requirements.
  Control panel shall be housed in an NEMA ICS-6, Type 12, listed,
  dustproof enclosure; prewired to include all specified electrical,
  electronic and electropneumatic devices. Wiring diagrams and
  operating descriptions shall be included in the cabinet. The
  control system shall be controlled by a Programmable Logic
  Controller (PLC) and provide: (1) circuit breaker for each
  control and motor circuit; (2) hand-off automatic selector
  switch for each compressor; (3) magnetic motor starter for
  each compressor; (4) panel with external visual lights (red
  for running/green for safe); and (5) audible (horn/ buzzer)
  signals which shall include compressor in operation (visual
  only). The compressor package shall have appropriate gauges
  and indicators, and all necessary automatic shut-off switches
  as required by NFPA99--1996 Edition. The receiver tank shall
  be welded steel, galvanized, and in compliance with ASME Section
  VIII, 125 PSIG working pressure stamped and certified. The
  receiver tank shall be equipped with safety relief valve set
  at 120 PSIG, motorized automatic drain system, sight glass,
  pressure gauge, and be provided with a 200 gal capacity to
  ensure practical on/off operation of compressors. The compressor
  shall be designed so that the installation is simplified and
  no special foundations are required other than those necessary
  to support the weight of the unit. The unit shall be delivered
  with all internal compressed air, water piping, and wiring
  complete with a 2-source hook-up for utilities, one for discharge
  and one for incoming electrical service, and shall be installed
  utilizing existing medical air dryers and filtration system.
  Descriptive literature on the medical air compressors shall
  be submitted with offer. Equipment will be delivered within
  forty-five (45) calendar days after contract award along with
  2 user's/operator's manuals and 2 service manuals with schematics
  and parts list at NO COST to the Government. The provision
  at FAR 52.212-1 Instructions to Offerors - -- Commercial Items,
  applies to this solicitation. All offerors are to include with
  their offer, a completed copy of provision 52.212-3 Offeror
  Representations and Certifications -- Commercial Items (a copy
  of this provision may be obtained by faxed request to 540-983-1065).
  The following FAR clauses apply to this acquisition: 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; as well as the following
  additional FAR clauses also cited in Clause 52.212-5: 52.222-26
  Equal Opportunity; 52.222-35 Affirmative Action for Special
  Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action
  for the Handicapped Workers; 52-222-37 Employment Reports on
  Special Disabled Veterans and Veterans of the Vietnam Era;
  52.222-3 Buy American Act -- Supplies; and 52.222-18 European
  Union Sanctions for End Products. The following VAAR provision
  is added by addendum: 852.219-70 Veteran-Owned Small Business.
  The period of acceptance is 30 calendar days. The offers are
  due on January 3, 1997, 2:00 PM, EST. The offer must be signed
  by an official authorized to bind the offeror's organization.
  All offers must be sent to: Contracting Officer (90C4), VA
  Medical Center, Bldg. 74, Room 212, 1970 Roanoke Blvd., Salem,
  VA 24153. Faxed bids WILL NOT be accepted.
CITE: (I-341 SN009697)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 44--COOLER, FLUID, INDUSTRIAL
SOL SP0770-97-Q-MG54
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)  Anita Luich (614) 6 92-1325
DESC: PR-NO:  YPC96290000804 NSN 4420-17-108-6414, CAGE H0006
  Part No  B13-2Z-05 CAGE H0006 Part No P130-2Z-L=800 cooler,
  fluid, industrial;  bloksma BV P/N B13-2Z-05 8 -EA Del to see
  Preface to Navy address Co Del  by 20 Oct 96.  PR-NO:  YPC96290000014
  NSN 4420-17-108-6414 1 -EA Del to  see Preface to Navy address
  code solicitation not available until 15 days  after published
  in the CBD.  Specifications, plans or drawings are not  available.
   This acquisition is for suppkies 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).  Approves
  sources are:   bloksma radiateuren abrieg.  Automated best
  valule model (ABVM) applies.   While price may be a significant
  factor in the evaluation of offers, the final  contract award
  decision will be based upon a combination of price and past
   performance, as described in the solicitation.  While price
  will be a  signifiicant factor in the evaluation of offers,
  the final contract award  price may 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-341 SN009457)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: 44 -- HEAT EXCHANGER - INSTALL A-PLANT FUEL SYSTEM NO.
  1
SOL F40650-97-Q-0011
DUE 010697
POC Kimberly Williams, Contract Specialist, (615) 454-7841
DESC: This procurement is for a heat exchanger assembly with
  heat exchanger, steam inlet temperature control valve, steam
  trap on outlet, and control console mounted on a 48-inch by
  96-inch carbon steel base with all required mounting supports,
  associated piping and wiring in place. Delivery shall be FOB
  Arnold Air Force Base, TN and is required within 90 days of
  contract award. Any firm responding to this announcement should
  do so in writing and should indicate whether or not it is a
  small business and whether or not it is a small disadvantaged
  business. See Note(s): 26.
CITE: (I-341 SN009541)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: 44 -- HEAT EXCHANGER - INSTALL A-PLANT FUEL SYSTEM NO.
  2
SOL F40650-97-Q-0012
DUE 010697
POC Kimberly Williams, Contract Specialist, (615) 454-7841
DESC: This procurement is for a heat exchanger assembly with
  heat exchanger, steam inlet temperature control valve, steam
  trap on outlet, and control console mounted on a 48-inch by
  96-inch carbon steel base with all required mounting supports,
  associated piping and wiring in place. Delivery shall be FOB
  Arnold Air Force Base, TN and is required within 90 days of
  contract award. Any firm responding to this announcement should
  do so in writing and should indicate whether or not it is a
  small business and whether or not it is a small disadvantaged
  business. See Note(s): 26.
CITE: (I-341 SN009544)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC.
SOL SP0770-97-Q-MG21
DUE 010897
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)  Anita Luich (614) 6 92-1325
DESC: PR-NO:  YPC96289001719 NSN 4720-00-515-0311, CAGE 50599
  Part No  R27779 CAGE 98441 Part No 3162516 hose assembly. polytetrafluoroethylene.
    Resistoflex P/N R27779; Parker-Hannifin P/N 3162516.  63
  -EA Del to  Mechanicsburg PA 17055-0789 Del by 16 Apr 97. 
  59 -EA Del to Tracy CA  95376-5000 Del by 16 Apr 97.  See NOTES
  9, 22, see NOTE 23.   Solicitation not available until 15 days
  after published specifications,  plans or drawings are not
  available.  This is an unrestricted acquisition  with a 10%
  preference for SDB concerns.  It is suggested that small  business
  firms or others interested in subcontracting opportunities
  make  direct contact with firm(S) listed.  This acquisition
  is for supplies for  which the government does not possess
  complete, unrestrictive technical  data; therefore, the government
  intends to solicit and contract with  only approved sources
  under the authority of 10 U.S.C. 2304(C)(1).   Approved sources
  are:  Parker Hannifin; Crane Resistoflex Automated Best  Value
  Model (ABVM) applies.  While price may be a significant factor
  in the  evaluation of offers, the final awrd decision will
  be based upon a  combination of price and past performance,
  as described in the solicitation.   Delivery Evaluation Factor
  (DEF) apply.  While price is a significant  factor in the evaluation
  of offers, the final award decision will be based  upon a combination
  of price and past performance as described in this  solicitation.
   All responsible sources may submit offer which DCSC shall
   consider.
CITE: (I-341 SN009456)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE ASSEMBLY, METAL END ITEM:  H-53 HELICOPTER,
  T-58  ENGINE.
SOL SP0770-97-R-6282
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 Ruth Smith,  614/692-4749.
DESC: PR-NO:  YPC96320000858 NSN 4710-00-556-6235, CAGE 21890
  Part No  4018T02G01 CAGE 41943 Part No 4018T02G01 CAGE 53787
  Part No 4018T02G01  CAGE 63259 Part No 4018T02G01 CAGE 99207
  Part No 4018T02G01 tube assembly,  metal.  GE P/N 4018T02G01.
   496 -EA Del to San Diego CA 92136-0000 Del  by 180 days after
  date of award.  809 -EA Del to Mechanicsburg PA  17055-0789
  Del by 180 days after date of award.  See NOTE 1.  Small  business
  size standard is 1000 employees.  Solicitation not available
   until 15 days after published in the CBD.  Specifications,
  plans or drawings  are not available.  Proposed procurement
  contains a 100 % option for  increased quantities.  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:  vala machine; D & a electronics; boniface tool.   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-341 SN009459)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--COUPLING HALF, QUICK DISCONNECT.
SOL SP0770-97-Q-MG13
DUE 012597
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
  Anna Austin/(614)  692-2486
DESC: PR-NO:  FPC96320000876 NSN 4730-01-083-7426, CAGE S4883
  Part No  16VP031-6 CAGE 20881 Part No 16VP031-6 CAGE 81755
  Part No 16VP041-7 CAGE  92003 Part No 2770211-102 CAGE 96736
  Part No 18-5900-1 coupling half,  quick disconnect. TAT Aero
  equip Industries P/N 16VP031-6; TAT  engineering Corp. P/N
  16VP031-6; Lockheed Martin P/N 16VP031-6; Sweeney  engineering
  P/N 18-5900-1; Parker-Hannifin P/N 2770211-102.  40 -EA Del
   to Tracy CA 95376-5000 Del by 250 days ADO.  118 -EA Del to
  Hill AFB UT  84056-5734 Del by 250 days ado.solicitation not
  available until 15 days  after published in the CBD. Automated
  Best Value Model (ABVM) and Delivery  Evaluation Factor (DEF)
  apply.  While price is a significant factor in the  evaluation
  of price, delivery, and past performance as described in the
   solicitation.  All responsible sources may submit offer which
  DCSC shall  consider.
CITE: (I-341 SN009482)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONME
SOL SP0770-97-Q-MG24
DUE 012697
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)  Anita Luich (614) 6 92-1325
DESC: PR-NO:  YPC96291001051 NSN 4720-01-177-1708, CAGE 1DY25
  Part No  83G1039-10 CAGE 66195 Part No 82G1039-10 CAGE 66195
  Part No 83G1039-10  CAGE 68692 Part No 83G1039-10 100 -EA Del
  to Mechanicsburg PA 17055-0789  Del by 30 Dec 96.  See NOTE
  23.  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 sourcws  under the authority of 10 U.S.C.2304(C)
  (1).  Approved sources are:   flex enterprises; solar turbines;
  inhalation Plastics.  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 evlauation of offers, the final
  award decision will be based  upon a combinatiion of price
  and past performance as described in this  solicitation.  All
  responsible sources may submit offer which DCSC shall  consider.
CITE: (I-341 SN009483)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE, OXYGEN GENERATOR.
SOL SP0740-97-Q-0538
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)  Marcella Moore 614/ 692-1295
DESC: PR-NO:  YPC96295002022 NSN 4720-01-169-6129, CAGE 30941
  Part No  325D950-1 CAGE 51998 Part No 14072-3 hose, oxygen
  generator. universal  propulsion Co., Inc. P/N 14072-3; East/West
  Industries, Inc. P/N  325D950-1.  19 -EA Del to Tracy CA 95376-5000
  Del 180 days after award.   12 -EA Del to Mechanicsburg PA
  17055-0789 Del 180 days after award.   Solicitation not available
  until 15 days after published in the CBD.   Specifications,
  plans or drawings are not available.  This is an  unrestricted
  acquisition with a 10% preference for SDB concerns.   Delivery
  evaluaiton 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-341 SN009484)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--COUPLING HALF, QUICK DISCONNECT. MIL SPEC TITLED
  "COUPLING  ASSEMBLIES, QUICK DISCONNECT,
SOL SP0740-97-Q-0534
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)  Mark Strahl 614/692 -1354
DESC: PR-NO:  YPC96298001217 NSN 4730-00-755-7237, CAGE 83533
  Part No  MS22068-4 CAGE 96906 Part No MS22068-4 CAGE 99251
  Part No MS22068-4 CAGE  99251 Part No 3270001-0101 coupling
  half, quick disconnect. IAW MIL-C-  21049, P/N MS22068-4. 
  157 -EA Del to New Cumberland PA 17070-5001 Del  180 days after
  award.  104 -EA Del to Jacksonville FL 32212-0097 Del 180 
  days after award.  84 -EA Del to Tracy CA 95376-5000 Del 180
  days after  award.  Solicitation not available until 15 days
  after published in the CBD.   Written requests for drawings
  are to be submitted to Defense Supply Center  Columbus, Attn:
  DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000 by  FAX (614)692-2998
  or Call (614)692-2344.  Requests should include the  IFB/RFP/RFQ
  number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's
   name and your complete name and address.  Federal, military
  and  commercial specifications cannot be provided by DSCC.
   Automated Best  Value Model (ABVM) applies.  While price may
  be a significant factor in the  evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance, as described in the solicitation.   Delivery
  Evaluation Factor (DEF) applies.  While price is a significant
   factor in the evaluaiton of offers, the final award decision
  will be based  upon a combination of price and past performance
  as described in this  solicitation.  All responsible sources
  may submit offer which DCSC shall  consider.
CITE: (I-341 SN009485)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONME
SOL SP0740-97-Q-0515
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)  Connie Giggi/614-69 2-4719.
DESC: PR-NO:  YPC96303000808 NSN 4720-01-379-2009, CAGE 78286
  Part No  SS43D03C057000 hose assembly, nonmetallic.  Sikorsky
  Aircraft P/N  SS43D03C057000.  193 -EA Del to Mechanicsburg
  PA 17055-0789 delivery 400  days after date of award 165 -EA
  Del to San Diego CA 92136-0000 delivery  400 days after date
  of award 66 -EA Del to Tracy CA 95376-5000 delivery  400 days
  after date of award solicitation not available until 15 days
   after published in the CBD.  Specifications, plans or drawings
  are not  available.  This acquisition is for supplies for which
  the Gov't does not  possess complete, unrestrictive technical
  data; therefore, the Gov't  intends to solicit/contract with
  only approved sources under the authority  of 10 U.S.C.  2304(C)(1).
   Approved sources are:  78286.  It is  anticipated that award
  will be made via a delivery order to an existing  basic ordering
  agreement.  Automated Best Value Model (avbm) 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-341 SN009486)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Carderock Division Naval Surface Warfare Center, Ship
  Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083
SUBJECT: 47 -- ANAMET INC. FLEXIBLE HOSE
SOL N65540-97-Q-608T
DUE 010397
POC Linda Stiemke, Purchasing Agent, (215) 897-8402.
DESC: Naval Surface Warfare Center, Carderock Division (NSWCCD),
  intends to procure, on a sole source basis from Anamet Inc.,
  40 flexible hoses, Anamet Inc. Part No. 105443-0264, and 20
  flexible hoses, Anamet Inc. Part No. 212205-0160. Request for
  solicitation may be sent via facsimile to (215) 897-7059.
CITE: (I-341 SN009699)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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, GLOBE
SOL SP0770-97-Q-ME59
DUE 012697
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 Connie S. Greene  614-692-2455
DESC: PR-NO:  YPC96206001047 NSN 4820-01-180-4847, CAGE 80064
  Part No  803-138623-0412 valve, globe I/A/W Navy drawing 80064
  803-1385623, P/N  803-1385623-0412 26 -EA Del to Tracy CA 95376-5000
  Del by 180 days after  date of award solicitation not available
  until 15 days after published in  the CBD.  Written requests
  for drawings are to be submitted to Defense  Supply Center
  Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH  43216-5000,
  by FAX (614) 692-2998 or Call (614) 692-2344.  Requests should
   include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC
  or NPC  number; buyer's name and your complete name and address.
   Federal,  military and commercial specifications cannot be
  provided by DSCC.  This  is an unrestricted acquisition with
  a 10% preference for SDB concerns.   Automated Best Value Model
  (ABVM) applies.  While price may be a significant  factor in
  the evaluation of offers, the final award decision will be
  based  upon a combination of price and past performance, as
  described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a 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-341 SN009454)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Tennessee Valley Authority, Procurement, 1101 Market
  Street, Chattanooga, TN 37402
SUBJECT: 48--PROVIDE AND DELIVER NEW DOWNSTREAM GATE SEAT SEALS
  AND LOWER FILLER SEALS FOR EACH OF THE 3 DRUM GATES AT NORRIS
  DAM, LOCATED NEAR NORRIS, TN
SOL FM-193458
DUE 123196
POC Contracting Officer, William C. Bratton, 423-751-7240
DESC: Provide and deliver new downstream gate seat seals and
  lower filler seals for each of the 3 drum gates at Norris Dam,
  located near Norris, Tennessee.  There will be approximately
  300 feet of new downstream gate seals required along with the
  associated sealing materials and hardware.  The downstream
  seals are to be fabricated from phosphor bronze A per ASTM
  B103 and formed per required TVA specifications and drawings.
   There will be 6 lower filler seals required. These seals will
  be cast from aluminum bronze per ASTM B-148 and machined per
  TVA specifications and drawings.
CITE: (I-341 SN009610)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 49--HARNESS SET
SOL SP0450-97-Q-M040
DUE 012697
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, PA trick
  Finegan, AJ222, 804-279-6659 and  contracting off icer Judith
  C. Suter, 804-279-3214.
DESC: PR-NO:  YPG96278002183 NSN 4920-01-106-5644, harness set.
   Lockheed Corp., lockh eed-georgia Co. Div., CAGE 98897, P/N
   3402462-1.  5 -EA Del to granite City IL 62040-1801 Del 60
  DARO.   Specifications, plans or drawings relating to the procur
  ement described  are not available and cannot be furnishe D
  by the Gov't. unrestricted,  No. the final contract awa Rd
  decision may be based upon a combination of  price, PA St performance
  and other evaluation factors as described in the  solicitation.
  other than full and open comp, yes.  Solicitation will be 
  made in writing.  All responsible sources may submit offer
  which DGSC shall  consider.
CITE: (I-340 SN009410)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 49--LINK, ENGINE MOUNT
SOL SP0450-97-Q-M039
DUE 012697
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, Pat Rick
  Finegan, AJ222, 804-279-6659 and  contracting offi CER, Judith
  Suter, 804-279-3214.
DESC: PR-NO:  YPG96291000550 NSN 4920-00-924-5819, link, engine
  Mount,  Lord Corp., ME cica-descriptive data proprietary chanical
  products Div,  CAGE 76005, P/N LM-303-155.  35 -EA Del to San
  Diego CA 92132-5044 Del  267 DARO.  Specifications, plans or
  drawings relating to the procur ement  described are not available
  and cannot be furnishe D by the Gov't.  unrestricted, yes.
  the final contract AW Ard decision may be based upon a  combination
  price, past performance and other evaluation factors as  described
  in solicitation. other than full and open comp, yes. solici
   tation will be made in writing.  All responsible sources may
  submit offer  which DGSC shall consider.
CITE: (I-340 SN009411)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, NONMETALLIC SPECIAL SHAPED SECTION U S ARMY
  TANK  AUTOMOTIVE COMMAND (19207)
SOL SP0500-97-Q-F226
DUE 011097
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Barbara Hinton/LCC22/(215)697-38 63
  buyer:  B. J.  Hinton/PLLCC22/(215)697-3863
DESC: PR-NO:  RPI96320000967 NSN 5330-01-099-6331, 400 -EA Del
  to New  Cumberland PA 17070-5001 Del by 07 Aug 97.  RFQ due
  date:  97JAN10 specs:   US Army tank command P/N 12282911 primary
  qty:  400 deliveries to CONUS  (excluding Alaska).  Delivery
  schedule:  100 days ADO.  NOTE one(1)  does apply.  Set a-side
  standard is:  3053 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:  aerofab Co,
  INC.(01685), midwest  fiberglass fabricators(6A252).  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.
CITE: (I-341 SN009467)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--DIAL, SCALE EXCEPTION TO SUPPORT DWG 7633936:  NOTE
  4  FINISH
SOL SP0500-97-Q-9835
DUE 012797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jeanne P. hand/VBC82/215-697-035 9
  buyer:  Jeanne  P. hand/VBC82/215-697-0359
DESC: PR-NO:  YPI96310003048 NSN 5355-00-756-3757, 1,075 -EA
  Del to New  Cumberland PA 17070-5001 Del by 10 Dec 96.  525
  -EA Del to Tracy CA  95376-5000 Del by 10 Dec 96.  RFQ due
  date:  97JAN27 specs:  IAW Dwg NR  19200 7633933, excptn see
  NOTE 4 incremental bidding:  primary qty:   150 1ST alt qty:
   275 2ND alt qty:  525 tentative delivery schedule:   90 days
  NOTES 1 and 9 apply 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.  To obtain a
  copy of this solicitation please send FAX  request to 215-697-6333
  or X1462 or X2978.
CITE: (I-341 SN009469)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--NUT, SELF-LOCKING, DOUBLE HEXAGON SOURCE CONTROL
  DOCUMENT
SOL SP0500-97-Q-F395
DUE 011597
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Deborah Hankin/JCA53/X0506 buyer: 
  Deborah  hannkin/JCA53/X0506
DESC: PR-NO:  YPI96323001735 NSN 5310-00-688-2069, .443 thickness
  .070  width across flats .375 steel 40,000 -EA Del to New Cumberland
  PA  17070-5001 Del by 15 Jan 97.  See NOTES 9, 22, RFQ due
  date 97 Jan 15  specs:  source control document predominant
  mater:  Teledyne Industries  Inc.  Primary quantity:  40000
  delivery schedule:  required -165 days  or better 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:  SPS Technologies,
  INC.(56878) 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 decribed
   in section M of this solicitation.  Other NOTES:  to abtain
  a copy of this  solicitation please send FAX request to (215)
  697-6333ORX1462ORX2978.   Specs/Dwgs are not required.
CITE: (I-341 SN009470)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--GASKET, SEAL SOURCE CONTROL DOCUMENT
SOL SP0500-97-Q-F234
DUE 011097
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Barbara Hinton/LCC22/(215)697-38 63
  buyer:  B. J.  Hinton/PLLCC22/(215)697-3863
DESC: PR-NO:  YPI96325000754 NSN 5330-01-175-9232, 1,250 -EA
  Del to New  Cumberland PA 17070-5001 Del by 09 Mar 97.  RFQ
  due date:  97JAN10 specs:   gasket, seal general elec P/N5050M62
  primary qty:  1250 deliveries to  CONUS (excluding Alaska).
   Delivery schedule:  100 days ADO.  Offers  will be evaluated
  with a 10% preference for small disadvantaged business  concerns.
   This contract action is for supplies for which the government
   does not possess complete, unrestrictive technical data; therefore
  the  government intends to solicit and contract with only approved
  sources  under the authority of 10 U.S.C. 2304(C)(1).  Approved
  sources are:   pressure science(15284), PARKER-HANNIFIN(83259),
  and Amer United  seal(95272).  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.  To  obtain
  a copy of this solicitation please send FAX request to  (215)697-6333.****
  all responsible sources may submit offer which DISC shall 
  consider.
CITE: (I-341 SN009519)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis,MO 63120
SUBJECT: 53 -- NUT, PLAIN ROUND
SOL DAAJ09-97-R-0178
DUE 012097
POC Jack Heilman, Contract Specialist, 314-263-0741, ATTN: AMSAT-A-PLBB,
  or Beverly Ratliff, Contracting Officer, 314-263-0769.
DESC: NSN: 5310-01-350-1347, FSCM/PN: 81996/70311411102-5, IAW
  TDP 7-311411102-5, Rev F. Applicable to the AH-64 Aircraft.
  FOB Destination to New Cumberland Army Depot. Required delivery
  with First Article Testing is 55 each 408 DACA and 50 each
  per month thereafter, First Article Test Report due 240 DACA.
  Required delivery without First Article testing is 55 each
  300 DACA and 50 each month thereafter until completion. The
  Government intends to issue a Indefinite Delivery Indefinitie
  Quantity, Firm Fixed Price Type Contract with five consecutive
  ordering periods. The minimum quantity is 155 each and the
  maximum quantity is 394 each. Delivery will be FOB Destination
  for the first ordering period and FOB Origin for the subsequent
  ordering periods. The Government is only required to buy the
  minimum quantity. This is a Flight Safety Part. The proposed
  contract is set-aside 100% for small business concerns. This
  procurement requires prequalification. All responsible sources
  may submit a proposal which shall be considered by the agnecy.
  Justification for other than full and open competition is FAR
  6.302-1, Only One Source or Only a Limited Number of Responsible
  Sources. This proposed contract action is for supplies for
  which the Government does not have specifications and drawings
  to permit full and open competition. Approved sources are:
  The Purdy Corporation, Manchester, CT; Helm and Sons, Inc.,
  Phoenix, AZ; Apex Manufacturing, N. Hollywood, CA; W and G
  Machine, Inc., Hamden, CT. The time required for approval of
  new supplies is such that award and delivery cannot be delayed
  pending approval of a new source. Firms are encouraged to seek
  source approval in order to compete for future solicitations
  IAW the instructions contained in Section L of the solicitation.
  Information on meeting of qualifications may also be obtained
  from ATCOM, ATTN: AMSAT-R-EB. Subject to availability of funds.
  No telephone requests will be accepted. You may fax your request
  ATTN: AMSAT-A-PLBB, Jack Heilman Contract Specialist on 314-263-9012.
  Number Notes 23 and 26 apply.
CITE: (I-341 SN009686)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials--Potential
  Sources Sought
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 56--NUCLEAR SOIL DENSITY/MOISTURE TESTE
POC POC:  Walter romatowski (810) 574-7168
DESC: In connection with the following previously published a
  nnouncement,  TACOM is also interested in any existing N on-nuclear,
  non-destructive  methods. the procurement is for an item which
  measures (1) the density  and moisture content of soils and
  base materials; and (2) the densit Y of  asphaltic concrete
  and which meets commercial item description A-A-52316  requirements.
  nuclear soil densit Y/moisture (nsdm) tester. information 
  and potential Sou rces are sought regarding a procurement for
  nsdm tester  S. the procurement is projected to involve commercial
  P ractices for the  operating, handling, storing, transpor
  ting, and disposing of nsdm  testers. copies of a market interest
  survey and a commercial item  description for T HE tester,
  A-A-52316, dated 8 Dec 95. interested  partie S should contact
  Mr. Walter romatowski at (810) 574-716 8 NLT 20  December 1996.
  see NOTE:  N/A.  All responsible sources may submit an  offer
  which will be considered.
CITE: (I-340 SN009397)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: 58--REMOTE CONTROL UNIT
SOL F09603-97-Q-50944 01
POC POC Point of Contact - Shirley Sealey, Lnkc, 912-926-7443
DESC: Solicitation number F09603-97-Q-50944 is hereby being amended
  to change the  solicitation number to F09603-97-R-50944. 
  The buyer has changed from Janie Shenett/LNKC, 912-926-7486,
  to Shirley Sealey/LNKC, 912-926-7443.  
CITE: (W-341 SN009719)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: NIPPON TELEGRAPH AND TELEPHONE CORPORATION International
   Procurement Office; Tokyo Opera City Tower 26F 20-2 Nishi-Shinjuku
  3-chome Shinjuku-ku,  Tokyo 163-14 Japan
SUBJECT: 58--  (A) HANDY BAR CODE TERMINAL   (B) BAR CODE LABEL
  PRINTER   (C) OTHER PRODUCTS  REQUIRED FOR OPERATION
SOL IPO. 08-413
DUE 011097
POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810
  also NTT America,  Inc., Pacific and Western Division , 415/940-6565:
DESC: This public notice is to request suppliers to provide NTT
  with general referential information on similar products or
  technology prior to procurement of the intended product (mentioned
  below) by NTT.  This public notice is also to request that
  any suppliers wishing to participate as a subcontractor in
  the procurement program of this product should declare their
  intentions to that effect.  This public notice is not intended
  to guarantee public notification of procurement of the product.
     (1) Name: (a)Handy bar code terminal  (b)Bar code label
  printer  (c)Other products required for operation   (2) Overview:
  (a)Handy bar code terminal ~A compact terminal that is capable
  of reading bar codes.  (b)Bar code label printer ~A printer
  that is capable of printing bar code labels.  (c)Other products
  required for operation ~Bar code labels, printer ribbons,toner
  and other items required for the use of bar codes.  (3) Contents
  of RFI: NTT requests the supply of the following information
  on similar products, or on technology relating to the product
  mentioned. All supplied information will be regarded as non-secret
  information and may be disclosed to third parties in the form
  of, for example, inclusion in the corresponding PROCUREMENT
  DOCUMENTATION, or may become available to third parties. In
  any case, NTT will not assume any responsibilities for the
  management or possible disclosure or use of the supplied information.
   (i) Technical information(including product catalogues, etc.)
  (a) Handy bar code terminal   ~Main features   ~List of main
  functions   ~Physical specifications(appearance, external dimensions,
  weight and other specifications)   ~Electrical specifications
  (power supply voltage, frequency, power consumption, countermeasures
  for lightning stroke, countermeasures for electromagnetic wave
   and other specifications)   ~Environmental  condition specifications(operation
  temperature, operation humidity, shock resistance, water resistance
  and other specifications)   ~Performance(readable length, reading
  time, number of ANK characters and lines that can be displayed,
  number of Japanese kanji characters and lines that can be displayed,
  maximum continuous operation time, and other specifications)
    ~Ease of operation   ~Reliability(MTBF and other specifications)
  ~Interface(peripheral equipment to be connected, interface
  specifications and other specifications)   ~Others(built-in
  program development language and other specifications) (b)
  Bar code label printer  ~Main features   ~List of main functions
    ~Physical specifications(appearance, external dimensions,
  weight, media that can be used for printing and other specifications)
    ~Electrical specifications(power supply voltage, frequency,
  power consumption, countermeasures for lightning stroke , countermeasures
  for electromagnetic wave  and other specifications)  ~Environmental
  condition specifications(operation temperature, operation humidity,
  shock resistance, vibration resistance, durability, noise level
  and other specifications)   ~Performance(printing speed and
  other specifications)   ~Ease of operation   ~Reliability (durability
  of main parts and other specifications)  ~Interface(peripheral
  equipment to be connected, interface specifications and other
  specifications) ~Others(control commands,  media that can be
  used for printing and other specifications)   (c) Other products
  required for operation  ~Products   ~Main features   ~List
  of functions  (ii) Prices  ~Unit prices  ~Prices of options
    ~Maintenance prices   (iii) Standard delivery lead times
  after ordering          (iv) Sales Records  (v) Others  ~Development
  and production organization(organization for addition/modification
  of functions, and the time required)    ~After-sales service
  organization(organization that handles product malfunctions
  and the time required, and methods of providing maintenance
  manuals)   ~Future development plans   ~Submit information
  other than that above if it is believed that the information
  will facilitate the work conducted by NTT.   (4) Request for
  Declaration of the Intention of Participating as a Subcontractor:
  Any suppliers wishing to participate as a subcontractor in
  the product procurement program of NTT, are requested to supply
  NTT with the information listed below.  After preparing a list
  of supplied information, NTT will provide the list to suppliers
  who wish to be provided with it, to those who have responded
  to the request for supply of the information listed and to
  those who have purchased the PROCUREMENT DOCUMENTATION relating
  to procurement of the product.  NTT, however, will undertake
  no responsibilities for any outcomes arising from supply of
  the list, (i)Name of supplier, (ii)Place of contact (Address,
  name of the person in charge, telephone number, and facsimile
  number).      (5) Deadline of submission of materials and comments:
  3:00 PM, January 10, 1997 (Mail must arrive no later than the
  above date).  (6) Language: Japanese or English*****
LINKURL: http://wwwipo.nttinfo.ntt.co.jp
LINKDESC: 
CITE: (D-340 SN009402)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: Afftc/pkab Directorate Of Contracting, 5 S Wolfe Ave,
  Edwards Afb Ca 93524-1185 Fax 805-258-9638
SUBJECT: 58--GROUND REPRODUCTION RECORDING EQUIPMENT
SOL F04611-97R0026
POC Tamia True, Contractor Negotiator, (805) 277-3900 x2263,
  John Adair, Contracting Officer, (805) 277-3900 x2230
DESC: THIS IS NOT A SOLICITATION.  The purpose of this notice
  is to identify interested capable sources for MARS-IIL Basic
  Platform to include rackmount chasis, embedded 486 processor,
  DLT-4000 drive, single board computer PCB operator's manual,
  2-channel PCM/1553 PCB operator's manual, 2-channel PCM/1553
  PCB, and a tape dubbing kit to include DLT-4000 drive, interconnect
  cable and software upgrade to support the Embedded Global Positioning
  System (GPS) Inertial Navigation Unit (INU).  The equipment
  must be 100% compatible with the MARS-II airborne units that
  will be installed in the F-16 aircraft in support of this program.
   All sources interested in responding to this market research
  notice are required to provide an evidence of their ability
  to meet the above noted criteria.  Those responding shall also
  include their business size and type.  SIC code is 3669, size
  standard is 750 employees.  Responses are to be sent to Tamia
  A. True at the above address, no later than 21 Jan 97.  Depending
  on the responses received from this publicaton, the acquisition
  may be set aside for small business concerns, reserved for
  the 8(a) program, etc.  Note 22 applies.  Telephone requests
  to be placed on the mailing list will not be honored.   
LINK http://cpf.edwards.af.mil/contract/rfp.html
LINKDESC: 
EMAIL truet%pk@mhs.elan.af.mil
EMAILDESC: 
CITE: (W-341 SN009617)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 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--CLAMP
SOL SP0450-97-Q-L010
DUE 012497
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.hat tie
  Heiskill/AT230/DSCR-JDPA/804-279-3031  contracting officer:
   B.SMITH/DSCR-JDPA/804-279-3031
DESC: PR-NO:  YPG96249000427 NSN 5975-00-919-2125, clamp, Fairchild
   Weston sys Inc space & defense sys Div part number 1079-471
  or Rexnord Inc,  part number 7C1-14-W specifications, plans
  or drawings relating to the  procurement described are not
  available and cannot be furnished by the  GOVT.  2823 - EA
  Del by 152 days to Kelly AFB TX 78241-5312 all  responsible
  sources may submit offer which DGSC shall consider.
CITE: (I-340 SN009407)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 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--GEARBOX ASSEMBLY
SOL SP0450-97-R-0359
DUE 012497
POC Contact:  359 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.hat tie
  Heiskill/AT230/DSCR-JDPA/804-279-3031  contracting officer:
   Bobbie Smith/DSCR-JDPA/804-279-3031.
DESC: PR-NO:  YPG96249000436 NSN 5975-01-277-3512, IMO Industries
  Inc.,  part number C-81815-1 specifications, plans or drawings
  relating to the  procurement described are not available and
  cannot be furnished by the  GOVT.  This procurement contains
  a 100% option to increase quantity.  14 -  EA Del by 91 days
  to Richmond, VA 23297-5900 all responsible sources may  submit
  offer which DGSC shall consider.
CITE: (I-340 SN009408)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--CABLE ASSEMBLY, RADI
SOL SP0451-96-Q-WF71
DUE 011097
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  for copies of  RFQ solicitations. contact:  Brenda Noe/BB936/804-279-3006,
  or  contracting officer:  Frances R. Harrison.
DESC: PR-NO:  YPG96150000472 NSN 5995-01-209-4179, cable assembly,
  radi.   Flexco microwave Inc.  CAGE 52214 P/N F342-AC-1247-A0
  P/N 138C986H02.   Partial data available 77 -EA Del to McClellan
  AFB CA 95652-1621 Del by  204 days ARO.  See NOTES 22 qualifying
  activity:  Flexco microwave.   Manufacturer:  Flexco microwave
  Inc.  Part number:  F342-AC-1247-A0 and  138C986H02.  Specifications,
  plans or drawings relating to the procurement  described are
  not available and cannot be furnished by the government.  
  Unrestricted.  Automated Best Value Model apply.  The final
  contract  award decision may be based upon a combination of
  price, past performance  and other evaluation factors as described
  in the solicitation.  Intended  sources:  Flexco microwave
  Inc.  Delivery days 204 ARO.  Solicitations  will be made in
  writing.  All responsible sources may submit offer which DGSC
   shall consider.
CITE: (I-341 SN009434)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT BREAKER
SOL SP0930-97-R-A010
DUE 122396
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:  YPE96282000237 NSN 5925-01-091-9400, CAGE 96906
  Part No  MS25244-P-5 @POLE quantity 1 @MAXIMUM continuous load
  current rating per  pole 5.0 amperes AC and 5.0 amperes DC
  single location @OPERATING voltage  type and rating per pole
  in V olts 120.0 AC and 30.0 DC single location  @FREQUENCY
  in Hertz 400.0 single location @BODY style 7A single pole type
   12,268 -EA Del to Lathrop CA 95330 Del by 23 Oct 96.  Solicitation
   number SP093097RA010 is hereby cancelled in it's entirety.
CITE: (I-341 SN009460)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RADOME
SOL SP0970-97-Q-A102
DUE 011097
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96226000248 NSN 5985-01-192-6985, CAGE 12115
  Part No  7804-1035-1 CAGE 13214 Part No 8012-1-12 CAGE 67270
  Part No CW-1207/TPQ-43  CAGE 80058 Part No CW-1207/TPQ-43 2
  -EA Del to Mechanicsburg PA  17055-0789 delivery schedule:
   3 each IN 120 days.  Various increments  solicited:  1--2,
  3--4.  Threshold PR quantity:  3 EA.  Standard size:   750.
   Unrestricted (sole source/single source) (no preference).
   Other  than full and open competition:  part numbered item.
  products offered  clause applies.  Issue date:  30 Dec 96;
  closing date:  10 Jan 97.   All responsible sources may submit
  offer which DESC shall consider.
CITE: (I-341 SN009461)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
SOL SP0900-96-T-V023
DUE 010497
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:  YPE96239000125 NSN 5985-01-107-1988, CAGE 11556
  Part No  16VE022-2 CAGE 13691 Part No S65-5366-116L CAGE 33493
  Part No A0817-F16  CAGE 81755 Part No 16VE022-2 CAGE 85226
  Part No 16VE022-2 22 -EA Del to  Mechanicsburg PA 17055-0789
  Del by 26 Dec 96.  48 -EA Del to Lathrop CA  95330 delivery
  schedule:  142 EA. within 120 days.  Various increments  solicited:
   1--150.  Threshold PR quantity:  142 EA.  Standard size: 
   750.  Unrestricted (sole source/single source) (no preference).
   Other  than full and open competition:  part numbered item.
  products offered  clause applies.  Issue date:  27 Dec 96;
  closing date:  04 Jan 97.   All responsible sources may submit
  offer which DESC shall consider.
CITE: (I-341 SN009462)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY ASSEMBLY DESC FORM 239 DTD 10 JUL 91 APPLIES
SOL SP0900-96-T-V652
DUE 010497
POC Contact:  7OR 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. 7
DESC: PR-NO:  YPE96249000070 NSN 5945-01-296-8558, CAGE 0V9L6
  Part No  13E0196H01 CAGE 14304 Part No 10231-0196 CAGE 97942
  Part No 13E0196H01  individual relay quantity 8 relays relay
  type single pole double throw  mounted on chassis 9 -EA Del
  to Mechanicsburg PA 17055-0789 Del by 26 Sep  96.  10 -EA Del
  to Lathrop CA 95330 Del by 26 Sep 96.  Full and open  competition:
   complete, unrestricted data package available.  Solicited
   various increments from:  1 to 100 PR qty; 19 EA delivery
  schedule:   200 days standard size:  750 set-aside type:  unrestricted
  with  preferential consideration for SDB.  All responsible
  sources may submit  offer which DESC shall consider.
CITE: (I-341 SN009463)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT BREAKER
SOL SP0900-97-T-1190
DUE 011397
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96289000244 NSN 5925-01-317-1828, CAGE 81640
  Part No  SM600BA5N12 17 -EA Del to Lathrop CA 95330 Del by
  10 Aug 97.  16 -EA  Del to Mechanicsburg PA 17055-0789 Del
  by 10 Aug 97.  Other than full and  open competition:  part
  numbered item products offered clause applies.   Solicited
  various increments from; 66 to 200 PR qty:  66 EA delivery
   schedule:  66 EA with 120 days 33 every 30 days thereafter.
   Standard  size:  750 set-aside type:  unrestricted (sole source/single
  source) (no  preference) all responsible sources may submit
  offer which DESC shall  consider.
CITE: (I-341 SN009504)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Naval Air Warfare Center Training Systems Division, 12350
  Research Parkway, Orlando, FL  32826-3224
SUBJECT: 59 -- CATHODE RAY TUBES WITH ZONE LENSES FOR DEVICE
  2F161
SOL N61339-97-Q-0250
DUE 012097
POC Contracting Officer, Jeanne Morrison, 407/380-4052
DESC: No known NSN items, no specifications available.  The government
  intends to negotiate on a Sole Source basis with Trident International,
  Orlando, FL.  Parts to be procured are various Trident Int'l
  components to be used as spare parts.  The components must
  interface with existing equipment and operate mechanically
  and electrically in the same manner as the part to be replaced.
  Requested Del 90 days. Only written requests for Quotation
  will be honored and should contain Contractor Establishment
  Code.  Small Purchase procedures apply.  All responsible sources
  may submit a quotation which shall be considered by this agency.
   See Note 22.
CITE: (I-341 SN009533)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59 -- FILTER, RADIO FREQUENCY
SOL DAAH01-97-R-A050
DUE 121596
POC AMSMI-AC-CDDB, Judy Hobbs Contract Specialist, 205-842-6126
  AMSMI-AC-CDDB, Susie Pitman Contracting Officer, 205-876-8039.
DESC: Synopsis No. 5387-96 (MA) NSN 5999-01-345-4444, Army P/N
  E80018-1, 59 each. Destinations to be furnished. Delivery schedule
  190 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
  opportunities in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source. A technical data package which defines all engineering
  and quality requirements is not available. RFP will be issued
  to GEC/UK/AEROSPACE Incorporated, 110 Algonquin Parkway, Whippany,
  NJ 07981-1640. All responsible sources may submit a bid, proposal,
  or quotation which shall be considered by this agency. Request
  solicitation package from address above, ATTN: AMSMI-AC-MOD,
  FAX 205-876-9633. The most recent representative unit price
  and quantity relative to this acquisition is NSN 5999-01-345-4444,
  Awd Date 110896, Qty 41, Unit Price $1,888. 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-341 SN009551)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY
SOL DAAH01-97-R-A049
DUE 011097
POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250.
DESC: Synopsis No. 5388-96 (MA) NSN 5998-01-394-7466, Army P/N
  350088-301. This item has been identified as having a potential
  for significant quantity fluctuation due to the Army's changing
  supply demands. As such, an Incremental Quantity Program solicitation
  will be issued utilizing Incremental Quantity Program provisions
  to reflect a minimum quantity of 390 known quantity of 405
  and a maximum quantity of 450. In addition, this requirement
  will have option quantities for the base year FY 97, ranging
  from 90 - 130 each, out years FY 98 and FY 99, ranging from
  15 - 30 each, and FY 00 ranging from 70 - 115 each. Delivery
  schedule 220 days after contract award. Offerors must be approved
  and qualified. This proposed contract action is for supplies
  or services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources. Suggest
  that small business firms or others interested in subcontracting
  opportunties in connection with this procurement, make contact
  with the firm(s) listed. The Government does not possess sufficient
  documentation to acquire this item from other than the qualified
  source-- A technical data package which defines all engineering
  and quality requirements is not available. RFP will be issued
  to Northrop Corporation, Electronics Division, 2301 West 120th
  Street, P.O. Box 5032, Hawthorne, CA 90250. 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. The most recent representative
  unit price and quantity relative to this acquisition is NSN
  5998-01-394-7466, Awd Date 110995, Qty 5, Unit Price $970.00.
  The Government provides this price history without assuming
  the responsibility for any resulting conclusions or interpretations
  that may be made. The price history is provided for informational
  purposes only and should not be relied upon as a basis for
  offer/bid. Adequate drawings, specifications or other technical
  data are not available for this procurement and will not be
  furnished. Ptoential 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-341 SN009552)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY
SOL DAAH01-97-R-A051
DUE 011096
POC AMSMI-AC-CDDA, Reba Atkins Contracting Officer, 205-842-6220.
DESC: Synopsis No. 5389-96 (MA) NSN 5999-01-165-6533, Army P/N
  1D49452-1. This item has been identified as having a potential
  for significant quantity fluctuation due to the Army's changing
  supply demands. As such, an Incremental Quantity Program solicitation
  will be issued utilizing Incremental Quantity Program provisions
  to reflect a minimum quantity of 20, known quantity of 28,
  and a maximum quantity of 45. In addition this requirement
  will have option quantities for base year FY 97 and out year
  FY 98, ranging from 5 - 10 each.Destinations be furnished.
  Delivery schedule 220 days after contract award. Offerors must
  be approved and qualified. This proposed contract action is
  for supplies or services for which the Government intends to
  solicit and negotiate with only one, or a limited number of
  sources. Suggest that small business firms or others interested
  in subcontracting opportunties in connection with this procurement,
  make contact with the firm(s) listed. The Government does not
  possess sufficient documentation to acquire this item from
  other than the qualified source-- a technical data package
  which defines all engineering and quality requirements is not
  avialable. RFP will be issued to McDonnell Douglas Corporation,
  Defense and Electronics Systems, 5301 Bolsa Avenue, Huntington
  Beach, CA 92647. All responsible sources may submit a bid,
  proposal, or quotation which shall be considered by this agency.
  Request solicitation package from address above, ATTN: AMSMI-AC-MOD,
  FAX 205-876-9633. The most recent representative unit price
  and quantity relative to this acquisition is NSN 5999-01-165-6533,
  Awd Date 063095, Qty 6, Unit Price $7,136.00. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer/bid.
  Adequate drawings, specifications or other technical data are
  not available for this requirement and will not be furnished.
  Potential offerors are encourage to pursue qualification for
  future buys in accordance with MICOM Pamphlet available through
  Internet. See Numbered Note(s): 22.
CITE: (I-341 SN009553)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FQJ), Rock Island , IL
  61299-7630
SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY
SOL DAAE20-97T0059
DUE 012797
POC Contract Specialist: Marilyn Williamson (309) 782-5108, PCO:
  John E. Holmgren (309) 782-4836
DESC: Solicitation DAAE20-97T0059 previously published 120696
  is hereby cancelled.
CITE: (I-341 SN009581)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118
  SUSQUEHANNA BLVD, APG MD 21005-5001
SUBJECT: 59--THERMAL SWITCHES
SOL DAAD05-97-R-0502
DUE 111296
POC Contract Specialist Susan Houck 410 278-0893 (Site Code DAAD05)
DESC: The U.S. Army Garrison Aberdeen Proving Ground has a requirement
  for high temperature thermostatic switches, approximately 710
  each. The switches are proprietary items, developed and manufactured
  by Control Products, Inc., East Hanover, NJ 07936. FOBdestination,
  Aberdeen Proving Ground, MD. Negotiations are being conducted
  solely with Control Products, Inc., which is the only known
  producer of these items. See Note 22.
CITE: (I-341 SN009645)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: 59--NETWORK HYBRID CKT
SOL F09603-97-R-50950
DUE 012397
POC POC Point of Contact - Brenda White, Lnkb, 912-926-2607
DESC: Item 0001 NSN 5962-01-205-6556EW P/N:  150-27615-005,
  Dim:  1.000" L X 0.170" H X 0.750" W; Matl:  IAW-M-38510; Func:
   Voltage Reg.  68 ea.  Fax No:  912-926-7572.  The approximate
   issue/response date will be 23 Dec 96.  To:  Northrop Crumman
  Corp, Rolling Meadows Il 60008-1098. No telephone requests
  only written or faxed requests received directly from the
  requestor or acceptable.  All possible sources solicited must
  submit a bid, proposal, or quotation which shall be considered.
   Authority: 10 U.S.C. 2304(C)(1), Justification:  Supplies
  (or Services) required are available from only one or a limited
  number of responsible sources no other type of supplies or
  services will satisfy agency requirements. See Note (s) 22,
  26    
CITE: (W-341 SN009677)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army CECOM, Logistics and Engineering Operations Directorate,
  Ft. Monmouth, New Jersey 07703-5000
SUBJECT: 59 -- TEMPEST LAPTOP COMPUTER MARKET SURVEY INFORMATION
SOL N/A
DUE 121296
POC Ms. Grace Rosa, Ft. Monmouth, N.J. 07703-5007, (908)532-0503.
DESC: Description: NSN: 7021-01-372-1174. This is a market survey
  to determine the existence of sources for the procurement of
  TEMPEST Laptop Computers for the Digital Communications Satellite
  Subsystem (DCSS) Universal Terminal Emulator (UTE). The TEMPEST
  Laptop Computer is a Portable ruggedized Computer Terminal.
  It requires an 80386SX microprocessor, 8MB of RAM, a 120 MB
  removable hard disk drive, 3.5" floppy disk drive, and a broad
  range of I/O ports including RS-232C, RS-422 parallel, and
  Small Computer Systems Interface (SCSI). Power Input: 100-240
  Vac, 47-63/400 Hz, 75 W; Power Output, External Power Supply:
  10-30 Vdc, 60W; Power Converter, Internal DC/DC: 10 to 28 Vdc
  input. The UTEPlus softwarewill operate on Microsoft Disk Operating
  System (MS-DOS) 6.22 or higher, however, supporting Terestrial
  Critical Control Circuit (TCCC), Critical Control Circuit (CCC),
  and Link Orderwire (LOW) transmissions necessitates a TEMPEST
  configuration for the DCSS UTE application. TEMPEST Standard:
  NACISM 5100A, NATO AMSG720B. The tecchnical Data required for
  the TEMPEST computer is proprietary. No level 3 drawings are
  available. To obtain further information, each prospective
  offeror must indicate so by writing to: HQ USA CECOM, AMSEL-LC-COM-S-DI,
  Attn: Ms. Grace Rosa, Ft. Monmouth, N.J. 07703-5007. All inquiries
  must be received by December 18, 1996.
CITE: (I-341 SN009712)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: 59--ELECTRON TUBE
SOL F09604-97-Q-00142
DUE 012397
POC POC Point of Contact - Melanie Moreland, WR-ALC/LRKA, (912)
  926-1721 
DESC: Item 0001 - NSN 5960--- P/N: 4CW150,000E, Option 3: Repair/Refurbishment
  of 1 ea Electron Tube 12 ea.  Destn:  Robins AFB GA  31098-2122,
  Delivery:  28 Feb 97 12 ea Item 0002 - NSN 5960--- P/N: 4CW150,000E,
  Option 3:  Repair/Refurbishment of 1 ea Electron Tube 1 ea.
   Destn:  Robins AFB GA  31098-2122, Delivery:  28 Feb 97 1
  ea Item 0003 - NSN 5960--- P/N: 4CW150,000E, Option 3:  Repair/Refurbishment
  of 1 ea Electron Tube 1 ea.  Destn:  Robins AFB GA  31098-2122.
   Delivery: 28 Feb 97 1 ea Item 0004 - NSN 5960--- P/N: 4CW150,000E,
  Option 3:  Repair/Refurbishment of 1 ea Electron Tube 1 ea.
   Destn:  Robins AFB GA  31098-2122, Delivery:  28 Feb 97 1
  ea Items 0005-0013 will be solicited for the addional repair/refurbishment
  of 1 each per CLIN.  Line Item 0014 will be data.  The approximate
  issue/response date will be  23 Jan 97.  The anticipated award
  date will be 23 Dec 96.  Written procedure will be  used for
  this solicitation.  To:  Varian Associates Inc., San Carlos
  CA  94070-2603. No telephone request.  Only written or FAXed
  request received directly from the requestor are acceptable.
   All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered.   Authority:  10
  U.S.C. 2304(C)(1),  Justification:  Supplies (or services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See note (s) Notes 22 and
  26 .   
CITE: (W-341 SN009734)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 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--CONTACTOR, MAGNETIC
SOL SP0430-97-Q-P316
DUE 011397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitation,
   contact the buyer:  Jean Lanthrip/ZZ783/8 04-279-4479. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96296000428 NSN 6110-01-213-6244:  contactor,
  magnetic  Eaton Corp.  Power control operations CAGE 27192.
   P/N 6957ED33-7AQ.   DSCR does not currently have an approved
  technical data package available  for this NSN.  Please do
  not submit request to DSCR-VABA.  9 -EA Del to  Jacksonville
  FL 32212-0097 Del by 60 days.  6 -EA Del to Norfolk VA  23511-3392
  Del by 60 days.  Other than full and open comp.  Total  quantity
  shipped:  15.  Option to Inc qty:  N.  Option to ext term of
   contract:  N.  Unrestricted:  Y.  The final contract award
  decision  may be based upon a combination of price, past performance
  and other  evaluation factors as described in the solicitation.
   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-340 SN009413)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 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--SWITCHING UNIT, POWER
SOL SP0430-97-Q-P315
DUE 011397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copy of RFQ so
  licitation, contact  the buyer:  Jean Lanthrip/ZZ783/804 -279-4479.
  Judith H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96320001014 NSN 6110-01-276-2665:  switching
  unit,  power.  Opl applies.  Critical item application.  Origin
  inspection  required.  Critical application item.  I/A/W spec
  NR MIL spec  dod-s17773b.  Basic DTD 83 Sep 14.  Amend NR 03
  DTD 93 Sep 07.  Type  number P/N ABT-4A3-400-D.:  11 -EA Del
  to Richmond VA 23297-5900 Del by  60 days.  Other than full
  and open comp.  See NOTE 23.  Total quantity  shipped:  11.
   Option OT Inc qty:  N.  Option OT ext term of contract:  
  N.  The final contract award decision may be based upon a combination
  of  price, past performance and other evaluation factors as
  described in the  solicitation.  Specifications, plans or drawings
  relating to the  procurement described are not available and
  cannot be furnished by the  government.  Solicitations will
  be made:  in writing:  Y.  Orally:  Y.   All responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-340 SN009416)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: 45CONS/LGCSAL, 1201 Minuteman St MS 7200, Patrick AFB
  FL 32925-3237
SUBJECT: 61 -- GENERATORS
SOL F08650-97-R-0002
DUE 011697
POC Linda Krager, Contract Specialist (407) 494-9512/Jimmy McDaniel,
  Contracting Officer (407) 494-4292.
DESC: The government has a requirement for 10 portable diesel
  generators. Two generator sets are to be 100 KW, 60 HZ, highway
  towable, trailer mounted, 120/208 VAC, 277/480 VAC, dual walled
  fuel tank with 12-hour capacity, and elecronic governor. Three
  generator sets are to be 175 KW, 60 HZ, highway towable trailer
  mounted, 120/208 VAC, dual walled fuel tank with 12-hour capacity,
  and electronic governor. Three generator sets are to be 40
  KW, 60 HZ, highway towable trailer mounted, 120/208 VAC, 277/480
  VAC, dual walled fuel tank with 12-hour capacity. The last
  two generator sets are to be 60 KW, 60 HZ, highway towable,
  trailer mounted, 120/208 VAC, 277/480 VAC, dual walled fuel
  tank with 12-hour capacity, and electronic governor. This acquisition
  is unrestricted. The applicable SIC code and size standard
  are 3621/1000 employees. Solicitation issue date of 23 Dec
  96 and proposal due date of 16 Jan 97 are tentative. Requests
  for the solicitation must be faxed to (407) 494-2983 or mailed
  to 45 CONS/LGCSAL, 1201 Minuteman St M/S 7200, Patrick AFB
  FL 32925-3237. Phone calls will not be accepted. All responsible
  sources may submit a bid which shall be considered by the 45th
  Space Wing.
CITE: (I-341 SN009578)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 63--Alarm and Signal, and Security Detection Systems
OFFADD: USA CBDCOM, AMSCB-PC E4455, 5101 HOADLEY ROAD, ABERDEEN
  PROVING GROUND MD 21010-5423
SUBJECT: 63--JOINT SERVICE LIGHTWEIGHT STANDOFF CHEMICAL AGENT
  DETECTOR (JSLSCAD)
SOL DAAM01-96-R-0079
DUE 022897
POC Contract Specialist Angela K. Sawyer (410) 671-4436 (Site
  Code DAAM01)
DESC: The U.S. Army Chemical and Biological Defense Command (CBDCOM)
  is seeking proposals from industry for the Engineering and
  Manufacturing Development (EMD) of the JSLSCAD. The JSLSCAD
  is a lightweight, passive, standoff, chemical agent detector
  capableof providing on-the-move, 360 degree coverage from a
  variety of tactical and reconnaissance platforms at distances
  up to 5 kilometers. It is a second generation chemical agent
  vapor detector that improves upon the capabilities of the M21
  Remote Sensing Cheical Agent Alarm (RSCAAL) first generation
  system. JSLSCAD will increase troop protection and maneuver
  unit combat capabilities. It will provide early warning enhancing
  contamination avoidance. It will give extra time for soldiers
  to don full protective equipment, Mission Oriented Protective
  Posture (MOPP) gear, when avoidance is not possible. Its standoff
  detection can identify chemical environments and thus pemit
  soldiers to fight without the limitations of MOPP gear. This
  contract effort will include the EMD effort plus three options.
  The EMD portion consists of the development, testing and integration
  of JSLSCAD on aerial and surface platforms. The JSLSCAD wil
  use a modular design that can be integrated into various platforms
  to meet Joint Service chemical agent standoff detection requirements.
  Potential uses include: the US Army Nuclear, Biological and
  Chemical Reconnaissance System (NBCRS) Light Armored Vehicle
  (LAV), the US Marine Corps Light NBCRS-HMMWV, the US Army NBCRS-FOX
  and the US Army Unmanned Aerial Vehicle. Option One is an effort
  to refurbish apprximately 30 test units to support joint service
  fielding schedules. Option Two is to produce an initial production
  quantity of up to 100 units. Option Three is for full-scale
  production up to 1,200 units. It is anticipated that the EMD
  portion of the effor will be cost-reimbursable and the options
  will be firm-fixed price, both offering cost incentives.The
  contemplated period of performance for the EMD effort is 43
  months. Delivery for the option quantities will be as follows:
  Option 1 in 11 months after option exercise, Option 2 in 30
  months after option exercise including FAT, Option 3 in 43
  months after option exercise including FAT. Delivery of prodution
  units will be FOB Origin. Funds for this procurement are not
  currently available but will be provided prior to the award
  of any resulting contract. Prospective contractors interested
  in receiving a copy of the RFP may fax requests to 410-612-7128
  and hould refer to RFP DAAM01-96-R-0079. Offerors who requested
  the Draft RFP will automatically receive the final RFP and
  do not need to request it. The RFP is expected to be available
  in early 1997. Proposals will be due approximately 45 days
  from the date of the issuance of the RFP. The contract will
  be unclassified.
CITE: (I-341 SN009668)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Tohoku Hospital, Attn.: Mr. Okouchi Nippon Telegraph
  and Telephone Corporation +81-22-236-5717
SUBJECT: 65--DIAGNOSTIC X-RAY TV RADIOGRAPHIC UNIT
SOL KANPO 08-160(Kokusai 1)
DUE 013197
POC Point of Contact - NTT America, Inc., Head Office, 212/661-0810
  also NTT America, Inc., Pacific and Western Division , 415/940-6565:
  Contracting Office   Tohoku Hospital, Attn.: Mr. Okouchi Nippon
  Telegraph and Telephone Corporation +81-22-236-5717
DESC: Products outline; The main object is medical examination
  and  the TV set should suited to gastro entero graphy.  Quantity;
  2 sets.  Delivery date; March 14, 1997.  Delivery site; NTT
  Tohoku Hospital.  Type of tender; Open.  THIS NOTICE IS FOR
  INFORMATION ONLY.  TENDERDOCUMENTATION IDENTIFIES THE ADDITIONAL
  INFORMATION CONCERNING THE DETAILS ON THE PRODUCT AND QUALIFICATION
  FOR PROCUREMENT.TENDER DOCUMENTATION is available for $30(Excluding
  sales tax. Please check sales/use tax at your nearest local
  office.) at NTT America, Inc.NTT only accepts proposals that
  follow the direction of  TENDER DOCUMENTATION, which includes
  APPLICATION FORMS.The language used for application shall be
  Japanese or English.
LINKURL: http://wwwipo.nttinfo.ntt.co.jp
LINKDESC: 
CITE: (D-340 SN009401)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: NIH, National Heart, Lung, and Blood Institute, COB,
  6701 Rockledge Dr MSC 7902, RKL2 Rm 6016, Bethesda, MD 20892-7902
SUBJECT: 65 -- MOBILE CARDIOILOGY IMAGING TABLE MODEL S4011
SOL NHLBI-PS-SP-97-348
DUE 122396
POC Deborah Coulter, Purchasing Agent, (301)-435-0368 Fax # (301)480-3345.
DESC: The National Heart, Lung, and Blood Institute intends to
  purchase a Mobile Cardiology Fluoroscopy Table, Model S4011,
  manufactured by Beta Medical Products, Inc., or equivalent.
  Standards features include: 80"x 24" four way floating top,
  carbon fiber composite top with radiolucent equivalency of
  7MM aluminum, longitudinal travel of 37" lateral travel of
  16", accessory rails mounted on both sides of table, vertical
  height range 31.5" - 41.5", casters 4" double wheel, two floor
  brakes for immobilizing table waterproof foot switch for height
  adjustment, maximum patient weight 400lbs, electrical power
  220/115, 10 amps, 50/60Hz, and certified to UL-544 and UL-187.
  The Standard Industrial Classification (SIC) code 3821, Size
  Standard 500 employees will be used for this requirement. Vendors
  capable of furnishing the government the equipment specified
  in this synopsis should submit a quotation to the below address.
  The quotation shall include the itemized price, the period
  of delivery, prompt payment disocunt terms, taxpayer identification
  number (TIN), Dun & Branstreet Number (DUNs), and descriptive
  literature of the equivalent product quoted identifying all
  of the specifications. The quotation must reference "Request
  for Quotation (RFQ) number NHLBI-PS-SP-97-348. Quotations will
  be due fifteen (15) calendar days from the publication date
  of this synopsis. All responsible sources may submit a quotation,
  which if timely received shall be considered by the agency.
  Quotations must be submitted in writing to the National Heart,
  Lung, and Blood Institute, Contracts Operations Branch, Procurement
  Section, Building RKL2, Room 6143, 6701 Rockledge Drive, Bethesda,
  MD 20817-7902, Attention: Ms: Deborah Coulter. FAX quotations
  will only be accepted if dated and signed by and authorized
  representative. FAX Number (301) 480-3345.
CITE: (I-341 SN009599)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65 -- P
SOL M5-1-97
DUE 021397
POC Deborah Koval, Contracting Officer, 708--786-4946
DESC: Solicitation M5-1-97 is a Sealed Bid for the establishment
  of a National Contract for Glyburide Tablets. Only offers from
  contractors and/or suppliers that have an affirmative FDA Quality
  Assurance Evaluation will be accepted. If other than the manufacturer,
  bidder must submit with their bid, a copy of the signed agreement
  between the vendor and the manufacturer covering the entire
  contract period. Solicitation is for one base year and four
  one-year option periods. Distribution to VA and other eligible
  facilities will be through the VA Pharmaceutical Prime Vendor
  program. Numbered Note 12 (Trade Agreement Act) applies. This
  solicitation will be issued on or about 01/13/97 and will be
  due on 02/13/97. Request for solicitation must be in writing
  and may be received through facsimile at (708) 786-4975, Attn.:
  Deborah Koval, Contracting Officer.
CITE: (I-341 SN009696)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 66--TRANSMITTER, TEMPERA
SOL DAAE0797RT202
DUE 020597
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Tom Godden (810)
  574-7298
DESC: NSN:  6685011122334, qty:  703, FOB:  destination, opt:
   100%  item:  transmitter, temperature. electrical resistance
  U nit type  protective. tube material steel. corrosion res
  isting. overall style  desginator F1. transmitter, 24V D C
  distance across wrenching surface  flate 0.620 inches nominal
  overall length 2.630 inches nominal. thread  Len gth 0.250
  inches mominal. operating temp range -0.0 to 300.0 deg  Fahrenheit.
  PN:  12300128. NOTE:  TDP will only be available on cd-r  see
  NOTE:  none.  All responsible S ources may submit an offer
  which will  be considered.  T HE offer due date is on or about
  020597 (see soliciatio N  for actual offer due date).
CITE: (I-340 SN009395)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 66 -- OPTICAL COMPONENT ASSEMBLY
SOL DAAH01-97-R-A036
DUE 011097
POC AMSMI-AC-CDDC, Denise Owens Contracting Officer, 205-842-7535.
DESC: Synopsis No. 5365-96 (MA) NSN 6650-01-350-2453, Army P/N
  13314267. 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 2, known quantity of 6, and
  a maximum quantity of 8. Plus options for base year and two
  program years. Destinations to be furnished. Delivery schedule
  200 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 Hughes Technical Service Company
  1665 Hughes Way, Long Beach, CA 90810-0399. 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 Number 205-876-9633.
  The most recent representative unit price and quantity relative
  to this acquisition is NSN 6650-01-350-2453, Awd Date 092895,
  Qty 10, Unit Price $53,718.19. 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. Aduquate 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-341 SN009555)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: AFFTC/PKAB, Directorate of Contracting, 5 S Wolfe Ave,
  Edwards AFB CA 93524-1185
SUBJECT: 66 -- ENCODERS AND DECODERS TO SUPPORT F-16 AIRCRAFT
SOL F04700-97T1234
POC Tamia True, Contract Negotiator, (805) 277-3900 x2263 John
  Adair, Contracting Officer, (805) 277-3900 x2230.
DESC: The Government intends to procure the following equipment
  from Merlin Engineering Work, Palo Alto, CA: Video encoder,
  rack mounted, P/N ME-981G, 2 each; dual 1553 interface card
  for the ME-981G, P/N 981-1553RAB/1553RAB, 2 each; video decoder,
  rack mounted, P/N ME-991, 2 each; and dual 1553 interface card
  for the ME-991, P/N 991-1553RAB/1553/RAB, 2 each. All equipment
  must be 100% compatible with the Merlin/Aydin Vector units
  already installed in the F-16 aircraft. The procedure to be
  used in awarding this contract is written quotation and the
  anticipated award date is 31 Dec 1996. Merlin Engineering was
  selected as the source of this equipment because of their ability
  to provide 100% compatible equipment. Note 22 applies. Telephone
  requests to be placed on the mailing list will not be honored.
CITE: (I-341 SN009583)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 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--AUTOMATED PRESSURE CONTROL SYSTEM
SOL DACW39-97-Q-0016
DUE 122396
POC Mallorie O. Irwin, Purchasing Agent, (601)634-4116
DESC: The USAE Waterways Experiment Station (WES) proposes to
  award a contract to Advanced Pressure Products, Ithaca, NY
  under authority 10 U.S.C.2304(c)(1)for the purchase of an automated
  pressure control system for a visco-elastic concrete properties
  laboratory.  The system must be commercially available.  The
  automated pressure control system must be capable of controlling
  and independently pressurizing or depressurizing 12 different
  experimental stations to different hydraulic pressures or pressure
  ramps for separate creep/relaxation conditions from two independent
  controllers.  The system shall be capable of operating with
  either or both controllers under a Windows NT-based data acquisition
  and control program capable of running on pentium or pentium
  pro personal computers (PC).  Each station must include a motorized,
  piston-driven pressure generator for precise control of pressure
  with 12-bit control over motor speed and pressurization rate,
  two automated on-off motorized high-pressure valves, and a
  high-pressure transducer.  The controllers must provide computer-driven,
  multiple fail-safe mechanisms against overpressure with automatic
  fluid refilling and automatic priming for each pressure generator
  with full manual-override control.  The controllers must be
  capable of interfacing with the PC through an RS-232 port.
   Data must be capable of being collected in a variety of user-selected
  formats for transfer to other computers.  The maximum pressure
  for each generator is 5000 psi with a system resolution of
  +/- psi.  The controller software must operate under Windows
  NT 4.0 and provide multiple-slope pressure ramps and long-term
  constant pressure meeting resolution specifications for constant-stress
  creep experimentation.  Automatic pressurization functions
  must be capable of being modified while an experiment is underway.
   The software must also provide control for stress relaxation
  experimentation.  The PCs shall be provided separately and
  are not included in this contract.  Required delivery time
  is 12 weeks after receipt of notice of award.  In the event
  no other sources are found, the U.S. Government intends to
  award a contract to Advanced Pressure Products.  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 SN009745)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 68--INSECTICIDE, D-TRANS ALLETHRIN-RESMETHRIN
SOL SP0450-97-Q-N264
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations, phone or writ
  E  Attn: DSCR-JDPC Richmond VA 23297-5312/sue croll/AC4 21/804-279-4352/
  FAX:   804-279-3058.
DESC: PR-NO:  YPG96297000770 NSN 6840-01-067-2137, insecticide,
  d-trans  allethrinremesthrin; EPA registration/labeling required;
  unit aerosol  can contains 11 0Z net wt; IAW CID NR CID a-a
  340A; delivery schedule 45  ARO days; unrestricted; ABVM applies
  - the final contract award  decision may be based upon a combination
  of price, past performance and  other evaluation factors as
  described in the solicitation. anticipated  award date is February
  1997.  All responsible sources may submit offer which  DGSC
  shall consider.
CITE: (I-340 SN009415)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 68--INSECTICIDE, COMBAT CLOROX CO.  CAGE 93098
SOL SP0450-97-Q-N226
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations, phone or writ
  E  DSCR Attn: DSCR-JDPC Richmond VA 23297-5312/sue crol L/AC421/804-279-4352/
   FAX:  804-279-3058.
DESC: PR-NO:  YPG96312000835 NSN 6840-01-180-0167, insecticide,
  combat;  clorox Co P/N 51910 superbail roach control/small;
  unit pkg contains 144  bait stations; EPA registration/labeling
  is required; specifications,  plans or drawings relating to
  the procurement described are not available  and cannot be
  furnished by the government; delivery schedule is 30 days 
  ARO; unrestricted; ABVM applies - the final contract award
  decision may be  based upon a comibination of price, past performance
  and other evaluation  factors as described in the solicitation.
  the solicitation will be made in  writing. anticipated award
  date is February 1997.  All responsible  sources may submit
  offer which DGSC shall consider.
CITE: (I-341 SN009438)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: DIRECTORATE OF CONTRACTING, ATTN: ATZL-GCC, 600 THOMAS
  AVENUE, BLDG 198, FT LEAVENWORTH KS 66027-1389
SUBJECT: 68--CALCIUM QICKLIME
SOL DABT19-97-B-0003
DUE 020597
POC Contract Specialist LINDA FREDENDALL (913) 684-1625 (Site
  Code DABT19)
DESC: Calcium Quicklime, pebble bulk, 1/2". This is a Requirements
  contract with no guaranteed minimum for the period 1 May 1997,
  or date of contract award, whichever is later, thru 30 April
  1998. FOB destination, Fort Leavenworth, KS. This acquisition
  is nrestricted. The size standard for a small business concern
  is Not To Exceed 500 employees. This is a Firm Fixed Unit Price
  contract. The Standard Industrial Code for this acquisition
  is 6810. Invitation For Bids to be issued on or about 5 Jan
  97. All requsts for the IFB should be in writing and reference
  DABT19-97-B-0003. Contractor shall indicate their Taxpayer
  Identification Number and if they are a women-owned, minority
  business concern, or a small or large business firm. There
  is a charge for solicitation documents. A certified check made
  payable to the "U.S. Treasury" in the amount of $20.00 shall
  accompany the
CITE: (I-341 SN009647)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commandant (G-ACS4/CM), U.S. Coast Guard Headquarters,
  2100 Second Street  SW., Washington, DC  20593-0001
SUBJECT: 70--PORTS AND WATERWAYS SAFETY SYSTEM
SOL N/A
DUE 121996
POC Point of Contact - Contracting Officer: Catherine Martindale
  (202) 267-2507
DESC: VTS TECHNICAL SYMPOSIUM ANNOUNCEMENT: All prospective VTS
   Technical Symposium Speakers. The U.S. Coast Guard is hereby
  announcing the intent to host a  Vessel Traffic Services (VTS)
  Technical Symposium. The Symposium is in support of the Ports
   and Waterways Safety Systems (PAWSS), the goal of which will
  be to improve waterway safety,  and to support the expressed
  needs of the ports users, local communities, and other stakeholders.
   Further information on PAWSS is detailed in the CBD announcement
  entitled "The Coast Guard  Establishes A New Project Ports
  and Waterways Safety System." Companies having existing off-
  the-shelf open architecture VTS systems are invited to speak
  at the Symposium to be held in the  Washington, DC area on
  12 February 1997. The Symposium will be a presentation-based
  open  forum to provide the government with an understanding
  of VTS system technologies available to  meet near-term port
  and waterways safety requirements. The Symposium will serve
  as a market  survey to determine commercial VTS system availability
  and may be followed by on-site visits  to view the systems
  described during the Symposium. Briefings should be no more
  than 25  minutes in length. The following information should
  be presented: 1. Brief description of VTS  system's functions;
  2 Discussion of the system's use of Off the Shelf products;
  3. Discussion of  the system's open architecture; 4. Discussion
  of where system(s) is installed. Prospective  speakers should
  respond with a letter expressing interest by 19 December 1996
  to allow the  Coast Guard to finalize the Symposium program
  agenda. We also encourage all other interested  parties who
  wish to attend to notify the Coast Guard by 19 December 1996.
  Invited speakers will  be notified by 10 January 1997. Should
  you have any questions about the symposium, call or fax  them
  to Mr. Robert Perris at (202)-267-2220. Email RPerris@comdt.uscg.mil
  or Mr. Gene  Lockhart at (202) 267-2813. Email ELockhart@comdt.uscg.mil.
  Fax number is (202) 267-4018.
CITE: (I-341 SN009425)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commandant (G-ACS4/CM), U.S. Coast Guard Headquarters,
  2100 Second Street  SW., Washington, DC  20593-0001
SUBJECT: 70--PORTS AND WATERWAYS SAFETY SYSTEM
SOL N/A
DUE 121996
POC Point of Contact - Contracting Officer: Catherine Martindale
  (202) 267-2507
DESC: THE COAST GUARD ESTABLISHES A NEW PROJECT 'PORTS AND  WATERWAYS
  SAFETY SYSTEM". The United States Coast Guard announces a new
  project  titled "Ports and Waterways Safety System (PAWSS.
  The Congressional FY97 Appropriation  terminated the VTS 2000
  project and directed the Coast Guard to begin an analysis of
  future  VTS requirements with an emphasis on commercial off-the-shelf
  technology. PAWSS will  improve waterway safety and support
  enhancement of waterways management and efficiency.  The Coast
  Guard's focus has shifted from the acquisition of Vessel Traffic
  Systems (VTS) to the  integration of the VTSs as one of a series
  of waterway safety and management tools. The Coast  Guard will
  communicate project objectives and progress to the maximum
  extent practicable  utilizing a PAWSS home page (http://www.dot.gov/dotinfo/uscg/hq/g-m/mov/.htm).
  which will  be available in the middle of December. The Coast
  Guard intends to maximize the use of  streamlined acquisition
  procedures in support of the PAWSS project. The following are
  the  anticipated project milestones: December 1996 Commerce
  development of National Baseline  Requirements (In discussions
  with port stakeholders determine minimum waterway safety and
   management requirements which will serve as the basis for
  developing the specification.);  Technology Symposiums: (The
  symposiums will serve as a market survey to determine the 
  availability of commercial off-the-shelf VTS open architecture
  systems.) USCG Sponsored  Symposium-February 1997, Radio Technical
  Commission for Maritime Services (RTCM)-April  1997; July 1997
  OCD/Pre-qualification; September 1997 Report to Congress; and
  1st Quarter  FY98 Solicitation Release: (subject to the availability
  of funding). Should you have any  questions fax or email them
  to Mr. Mike Sollosi, Msollosi@comdt.uscg.mil or Ms. Catherine
   Martindale, Cmartindale@comdtuscg.mil. Fax number is 202-267-4018.
CITE: (I-341 SN009426)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: 70 -- TIME CODE READER CARD
SOL F40650-Q-97-0014
DUE 012397
POC Sue Tate, Contract Specialist, (615) 454-7801
DESC: The subject procurement is for the delivery of 10 each
  time code reader cards. These cards are VME-based 6U for IRIG-B
  modulated carrier. KSI Model TAPEPRO-VME-D8-PR1-BINP2 or equal.
  Delivery shall be FOB Arnold Air Force Base TN and will be
  required 30 days after contract award. Any firm responding
  to this announcement should do so in writing and should indicate
  whether or not it is a small business and whether or ot it
  is a small disadvantaged business.
CITE: (I-341 SN009590)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL
  61299-5000
SUBJECT: 70--EMONITORSE SOFTWARE UPGRADE FROM WINDOWS SINGLE
  USER TO MULTI-USER
SOL DAAA08-97-Q-0090
DUE 121596
POC Purchasing Agent Ms. Judy McPhail (309) 782-8586 (Site Code
  DAAA08)
DESC: Rock Island Arsenal intends to negotiate on an other than
  full and open competition basis with Entek IRD International,
  Suite 210, 3041 Woodcreek Drive, Downers Grove, Il 60515, for
  1 ea Emonitor-SE for windows upgrade from Emonitor-SE for windows
  Sigle User to Multi-user LAN. Includes 2 Load/unload Stations
  and unlimited analysis stations. Vendors believing they can
  supply the above software at a competitive cost, shall submit
  a written response within 7 days of the publication date of
  this notice tht clearly shows the ability to meet the Government's
  needs to Rock Island Arsenal, ATTN: SIORI-CTA/Judy McPhail,
  Rock Island, Il 61299-5000. Responses must include at a minimum
  - brand, product number, complete specifications, customer
  support policy, purchase costs, pricing data, discounts, GSA
  contract number if any. Verbal communications will not be considered.
  All responses from responsible sources will be fully onsidered.
  Home Page Access: http://www.RIA.ARMY.MIL/
CITE: (I-341 SN009663)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Bureau of the Census, Procurement Office, Room 1541,
  FB#3, Washington, (Suitland, MD) DC 20233
SUBJECT: 70 -- REQUEST FOR INFORMATION ON UNIX BASED COMPUTER
  WORKSTATION REPAIR & MAINTENANCE
SOL RFI-97-004-RT
POC Frances Toole, (301) 457-1831
DESC: The Bureau of  the Census is seeking information that may
  lead to a future acquisition for services to repair and maintain
  a wide range of UNIX based stand-alone and networked computer
  workstations and related peripheral equipment (laser printers,
  inkjet printers, disk arrays, tape drives etc)  including but
  not limited to those manufactured by SUN, Silicon Graphics,
  Hewlett Packard, Digital Equipment, etc.  This equipment is
  located at the Bureau of the Census headquarters, located at
  4700 Silver Hill Road , Suitland, Maryland 20233 federal office
  buildings 3 and 4, Suitland House, Iverson Mall,  Silver Hill
  Executive Plaza and Washington Plaza (located approximately
  10 miles from headquarters).  It is the desire of the Government
  to obtain information about firms having the capability to
  provide maintenance services all workstations and related equipment,
  under one prime contract.  The contractor will be responsible
  for providing on-site all aspects of repair and maintenance
  including but not limited to: problem diagnosis and repair
  of computer workstations, peripheral hardware and printers
  on a best effort basis. The vendor is expected to apply sound
  professional judgement and recommended manufacturers procedures
  when diagnosing problems and to consult the designated contracting
  officers technical representative (COTR) when the estimated
  expenses to repair the item suggest that a complete replacement
  or other alternative might be more cost effective.  All parts
  and supplies shall be provided by the contractor.   All technicians
  shall possess certification attesting to completion of a structured
  or accredited computer maintenance training program and possess
  skill in using a variety of diagnostic software and electronic
  diagnostic and testing devices. A minimum of three years experience
  assembling, diagnosing, troubleshooting, installing, repairing
  and testing computer workstations and related peripherals is
  also required.  All personnel shall be subject to all Bureau
  of the Census security regulations and procedures.  The vendor
  shall utilize only United States citizens or individuals with
  legal work permit status to perform services under this contract.
   The vendor shall be located in the Washington, D.C. metropolitan
  area (50 mile radius). Interested vendors are requested to
  provide information regarding their ability to perform the
  above described services to Bureau of the Census, Procurement
  Branch, Attn:  Mrs. Frances Toole, Room 1541-3, Washington,
  D.C.  20233.  NO FORMAL SOLICITATION IS AVAILABLE.
CITE: (I-341 SN009674)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Defense Information Systems Agency, NCRCO, 701 South
  Court House Road, Arlington, VA 22204-2199
SUBJECT: 70--PURCHASE OF PCXWARE/XWINDOWS 4.0 SUITE
SOL DCA100-97-Q-0030
DUE 010797
POC Sharon Bogans, Contract Specialist, (703) 607-6899, or Mark
  Bogart, Contracting Officer, (703) 607-6920
DESC: The Defense Information Systems Agency intends to issue
  a competitive specific make and model request for quotation
  (RFQ) for PCXWare/XWindows 10 pack (14 each).  This requirement
  is specific make and model because PCXWare is required in order
  for the GCCS-T clients to operate on NT platforms.  Request
  for quotation will be issued o/a 26 December 1996.  No verbal
  requests for this RFQ will be accepted.  All requests must
  be in writing and must reference the RFQ number in this notice.
   Fax requests to Defense Information Systems Agency, Attn:
   Sharon Bogans/DN1, at (703) 607-4340/4341 or send requests
  to Defense Information Systems Agency, National Capital Region
  Contracting Office, Attn:  Sharon Bogans, Code DN1, 701 South
  Court House Road, Arlington, VA 22204-2199.  Specific Make
  and Model by authority of 10 U.S.C. 2304(c)(1).   
CITE: (W-341 SN009676)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: DISA-DITCO/DTS42, 2300 East Drive, Bldg 3600, Scott AFB,
  IL 62225-5406
SUBJECT: 70--SOFTWARE LICENSE RENEWAL/MAINTENANCE
DUE 122096
POC Darlene Cutler, 618-256-9697
DESC: The Defense Information Technology Contracting Organization,
  Computer Technology Division, Procurement Branch (DITCO-DTS42),
  Scott AFB, IL, intends to issue a sole source purchase order
  to Allen Systems Groups, Inc., 750 11th Street South, Naples,
  FL  33940 for the acquisition of license renewal and upgrade
  maintnenance of JCL Prep software from a Group C-5870 single
  CPU to a Group J 5995-8670M Single CPU Amdahl, located at the
  Defense Megacenter Columbus.  The period of performance for
  the software license order is 20 Dec 96 through  19 Dec 97.
   The  statutory authority for other than full and open competition
  40 U.S.C. 759 (g), as amended, specific make and model.  Companies
  who can provide the above listed proprietary Allen Systems
  Group, Inc. software product must indicate their interest within
  15 days of this advertisement. Oral communications are not
  acceptable.  Facsimile number is (618) 256-9414.  Estimated
  datae of award is 20 Dec 96.  No quotations/proposals received
  in response to this notice since this synopsis cannot be considered
  a Request for Quotation/Proposals.  All responsible sources
  will be considered for evaluating the determination to issue
  a sole source purchase order.  SIC Code 7372.   
CITE: (W-341 SN009716)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 71--COT, FOLDING, ALUMINUM FRAME NO. OF STITCHES PER
  INCH-8 TO  10, 1/32 IN. DIA
SOL SP0451-97-R-0148
DUE 123196
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:  Jeff West, DSCR-JBPC,  804-279-3929, contractin G officerlynn
  C. McCormick, 804-279-4230
DESC: PR-NO:  ARG96262052001; cots, folding, aluminum NSN  7105-00-935-0422,
  100% small business set-aside; technical data pkg is  available
  from DSCR-VABA, FAX requests for data are accepted on  804-279-4946;
  telephonic requests accepted on 804-279-3356.  DSCR  intends
  to award an indefinite quantity contract with a base year and
  four,  one-year options. estimate qtys per year:  110,000 to
  direct locations;  20,000 EA to Tracy, ca and 20,000 each to
  Mechanicsburg, PA; guaranteed  quantity per year is 30,000
  each; maximum qty is 150,000 EA. min  delivery order qty is
  1 each; max delivery order qty is 475 each or qty not  to exceed
  $25,000 per order.  All responsible sources may submit offer
  which  DGSC shall consider.
CITE: (I-341 SN009432)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: 42d Contracting Squadron/LGCS, 50 LeMay Plaza South,
  Bldg 804, Maxwell AFB, AL  36112-6334  Attn:/Mary E. Peters
SUBJECT: 71-FURNITURE/TOYS FOR CHILD DEVELOPMENT CENTER
SOL F0160097Q1023
DUE 010397
POC Mary E. Peters tel: 334/953/3529/Gladys I. McBride, 334/953/3514
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in FAR Subpart
  12.6, as supplemented, with the additional information included
  in this notice.  This announcement constitutes the only solicitation;
  a written solicitation will not be issued.  Solicitation number
  is F0160097Q1023; award will be made using the simplified acquisition
  procedures.  This solicitation document and incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular 90-42.  This acquisition is unrestricted.  The standard
  industrial classification is 2531 and the small business standard
  is $5M.   This acquisition is for funiture/toys for the Child
  Development Center, Maxwell AFB AL.  The solicitation line
  items are as follows:  Line item 0001:  Mat, rest; 4 section
  rest mat, 10 ounce vinyl laminated nylon fabric covering, size
  is 24" x 48" x 1".  Qty: 200 each; Mfg: Community Playthings
  JM65, or equal.  Line item 0002:  Easel, hardwood; holds two
  18" rolls of paper 9" in diameter; size is 46"H x 23"W x 29"D;
  Qty: 4 each; Mfg: Holbrook 03155(A), or equal. Line item 0003:
   Chair, rocking; solid form with vinyl covering; color is pastel
  green; size is child size; Qty: 5 each; Mfg: Children's Factory
  CF321-209P, or equal.  Line item 0004:  Toddler kitchen set;
  four units include: a three-shelf refrigerator, removable sink
  pan which features 2 simulated faucet and a storage cabinet
  below, toddler stove constructed of high grade birch with 4
  simulated burners, knobs that swivel and a large storage space
  below, the dutch cabinet has roomy shelves, large counter and
  storage area below, shelf unit attaches to base; Qty: 4 each;
  Mfg: Childcraft G200964, or equal.  Line item 0005:  Double
  easel desk art side, features 2 full size easels with built
  in clips, 2 plastic trays for paint cups and brushes, and 5
  storage compartments; desk side features work and study space
  for 2 plus additional overhead, 3 compartment storage shelf
  made of high quality birch veneer with wipe clean melamine
  desktop; size is 51 1/2" x 45 1/2" x 33 1/2", 170 lbs; Qty:
  5 each; Mfg: Childcraft G200782, or equal.  Iine item 0006:
  Dress up storage unit, made of sturdy birch using rabbet and
  dado construction, features 6 cubbies which hold the standard
  sized storage tray; has top and botton storage areas, 5 double
  hooks for hanging things, a 36" plexiglass mirror mounted to
  one end, rolls anywhere on nonmarring casters; size is 47 3/4"
  x 13" x 42"; Qty: 5 each; Mfg: Childcraft G332114, or equal.
   Line item 0007:  One piece polyethylene seat riveted to frame
  steel legs, no back opening; color is sand; size is 13 1/2";
  Qty: 34 each; Mfg: Childcraft G231860, or equal.  Line item
  0008:  Bucket seat stacking chairs, one piece polyethylene
  seat riveted to frame steel legs, no opening in back; frame
  and legs are heavy gauge tubular steel with durable baked enamel
  finish, legs are nonmarring, self-adjusting glides; color is
  sand; size is 11 1/2"; Qty: 150 each; Mfg: Childcraft G231829,
  or equal.  Line item 0009:  High chair, adjustable to six positions
  for use as a high chair or youth chair; removable wrap around
  tray adjusts with one hand and features raised armrests groove;
  tilt away design for spills, padded seat removes for easy cleaning,
  footrest is adjustable, folds flat; Qty:  16 each; Mfg: Childcraft
  G333161, or equal.  Line item 0010:  Bucket set stacking chair,
  one piece seat polyethylene, riveted to frame, steel legs,
  no opening in back, legs are nonmarring, selfadjusting glides,
  color is sand; size is 9 1/2"; Qty: 56 each; Mfg: Childcraft
  G231787, or equal.  Line item 0011:  Wagon for six, 62" long,
  29" wide; seats are 22" high, railing is 30" high, Four 20"
  diameter bicycle wheels; Qty: 2 each; Mfg: Community Playthings
  JB60, or equal.  Line item 0012:  Tricycle, two seater; Qty:
  2 each; Mfg: Community Playthings JR2014, or equal.  Line item
  0013:  Chair, "Me Do It", 6 1/2" short legs and wide bottoms
  accommodates the knee first then turn ritual typical of beginner
  sitters; birch plywood sides, seat and back of solid maple;
  Qty: 30 each; Mfg: Community Playthings JJ506, or equal.  Line
  item 0014:  Nursery gym, modular play system, wooden components,
  carpeted stairs and ramp; Qty: 3 each; Mfg: Community PlaythingsJG760,
  or equal.  Line item 0015:  Table, round, laminate tops, screw-in
  wooden legs; table tops are 1 1/8" thick, surfaced with longwearing
  pressure-laminated plastic, maple grain design, non-warping;
  color is maple grain design; size is 36" diameter, 14" high;
  Qty: 2 each; Mfg: Community Playthings JA8714, or equal.  Line
  Item 0016:  Table round, laminate tops, screw-in wooden legs;
  table tops are 1 1/8" thick, surfaced with longwearing pressure-laminated
  plastic, maple grain design, non-warping; color is maple grain
  design; size is 48" diameter, 14" high; Qty: 4 each; Mfg: Community
  Playthings JA8414, or equal.  Delivery is to be made to Equipment
  Management Officer, 455 S. Kelly Street, Building 1154, Maxwell
  AFB AL 36112-6518. Delivery is desired between 7 and 11 April
  1997.  Inspection and acceptance is at Maxwell AFB AL.  Offer
  shall specify FOB, Maxwell AFB AL.  The provisions at FAR 52.212-1,
  Instruction of Offeror--Commercial Items (Oct 95) and FAR 52.212-4,
  Contract Terms and Conditions--Commercial Items (Aug 96) apply
  to this acquisition.  There is no addenda to those provisions.
   The provision at FAR 52.212-5, Contract Terms and Conditions
  Required to Implement Statutes or Executive Orders--Commercial
  Items (Aug 96) applies to this acquisition.  The following
  FAR clauses cited within that provision are also applicable:
  FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative
  Action for Handicapped Workers, FAR 52.222-37, Employment Reports
  on Special Disabled Veterans and Veterans of the Vietnam Era.
  The provision at DFAR 252.212-7001, Contract Terms and Conditions
  Required to Implement Statutes or Executive Orders, Applicable
  to Defense Acquisitions of Commercial Items applies to this
  acquisition. The following DFAR clause cited within that provision
  is also applicable: DFAR 252.225-7001, Buy American Act and
  Balance of Payments Program.  The Defense Priorities and Allocations
  System (DPAS) is C9E. The vendor responding to this acquisition
  should provide this office with the following:  a price quote
  on company letterhead for each requested item, stated unit
  price, extended price, FOB, prompt payment terms, correct remittance
  address, and completed copy of FAR 52.212-3 (Jun 96), Offeror
  Representations and Certifications--Commercial Items. A company
  not in possession of FAR 52.212-3 may contact this office,
  and a copy will be faxed to you.  Offers must be in writing
  and accompanied by completed Representations and Certifications
  or they will be rejected.  Facsimile offers will be accepted;
   oral offers will not be accepted.  Award will be made in the
  aggregate to the offeror who submits the lowest priced, acceptable
  proposal.  For information regarding this solicitation, contact
  Mary Peters, 42 CONS/LGCS, 50 LeMay Plaza South, Maxwell AFB
  AL 36112-6334; phone: 334-953-3529; fax: 334-953-6792.  Offers
  are due by 3:00 PM CST, 3 January 1997.  Offers received after
  that time will not be accepted.  Please reference the solicitation
  number on your proposal.
CITE: (I-341 SN009611)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: 42d Contracting Squadron/LGCS, 50 LeMay Plaza South,
  Bldg 804, Maxwell AFB, AL  36112-6334  Attn:/Mary E. Peters
SUBJECT: 71-FURNITURE/TOYS FOR CHILD DEVELOPMENT CENTER
SOL F0160097Q1024
DUE 010397
POC Mary E. Peters tel: 334/953-3529/Gladys I. McBride, 334-953-3514
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in FAR Supbart
  12.6, as supplemented, with additional information included
  in this notice.  This announcement constitutes the only solicitation;
  a written solicitation will not be issued.  Solicitation number
  is F0160097Q1024; award will be made using the simplified acquisition
  procedures.  This solicitation document and incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular 90-42.  This acquisition is 100% set aside for small
  businesses.  The standard industrial classification is 2531
  and the small business standard is $5M.  This acquisition is
  for furniture/toys for the Child Development Center, Maxwell
  AFB AL.  The solicitation line items are as follows:  Line
  item 0001:  Shelf, storage; 2 levels, 5 cubicles; color is
  summer green; size is 30.5"H x 16"D x 46/5"W; Qty: 10 each;
  Mfg: Stevens T204, or equal.  Line item 0002:  Shelf, storage;
  2 levels, 5 cubicles; color is light oak; size is 30.25"H x
  16"D x 46.5"W; Qty: 10 each; Mfg: Stevens T204, or equal. Line
  item 0003:  Shelf, storage; 2 levels, 5 cubicles; color is
  cherry; size is 22.75"H x 16"D x 46.5W. Qty: 16 each; Mfg:
  Stevens T202, or equal.  Line item 0004:  Shelf, storage; 2
  levels, 5 cubicles; color is astro green; size is 22.75"H x
  16"D x 46.5"W; Qty: 8 each; Mfg: Stevens T202, or equal.  Line
  item 0005:  Shelf, storage; 2 levels, 5 cubicles; color is
  royal blue; size is 22.75"H x 16"D x 46.5"W; Qty: 24 each;
  Mfg: Stevens T202, or equal.  Line item 0006:  Shelf, storage;
  2 levels, 5 cubicles; color is sun yellow; size is 22.75"H
  x 16"D x 46.5"W; Qty: 16 each; Mfg: Stevens T202, or equal.
   Line item 0007: Shelf, storage; 2 levels, 5 cubicles; color
  is light oak; size is 22.75"H x 16"D x 46.5"W; Qty: 16 each;
  Mfg: Stevens T202, or equal. Line item 0008:  Shelf, storage;
  2 levels, 5 cubicles; color is sun yellow; size is 30.25"H
  x 16"D x 46.5"W; Qty: 10 each; Mfg: Stevens T204, or equal.
   Line item 0009:  Range, simulated raised burners and cooking
  grill; color is pearl; size is 26"H x 16"D x 23"W; Qty: 5 each;
  Mfg: Stevens T140, or equal.  Line item 0010:  Sink/Dishwasher;
  integral sink, backsplash and cutting board; color is pearl;
  size is 26"H x 16"D x 23"W; Qty: 5 each; Mfg: Stevens T144,
  or equal.  Line item 0011:  Refrigerator, simulated ice and
  water dispenser; color is pearl; size is 33"H x 16"D x 23"W;
  Qty: 5 each; Mfg: Stevens T148, or equal.  Line item 0012:
   Shelf, storage; 2 levels, 5 cubicles; color is royal blue;
  size is 30.25"H x 16"D x 46.5"W; Qty: 10 each; Mfg: Stevens
  T204, or equal.  Line item 0013:  Storage, tall, with lock;
  5 adjustable storage compartments; color is light oak; size
  is 72"H x 24"D x 30"W; Qty: 4 each; Mfg: Stevens T264, or equal.
   Line item 0014: Bench, durable laminated surface; hardwood
  with rounded corners and smooth edges; color is yellow; size
  is 13.75"H x 16"D x 46.5"W; Qty: 4 each; Mfg: Stevens TM414,
  or equal.  Line item 0015:  Display, book; sturdy floor unit
  featuring four display levels; color is light oak; size is
  30.5"H x 16"D x 46.5"W; Qty: 17 each; Mfg: Stevens T130, or
  equal.  Line item 0016: Station, computer, double; designed
  for two systems setups or printer and computer station; color
  is light oak; size is 23"H x 30"D x 46.5"W; Qty: 5 each; Mfg:
  Stevens T322, or equal. Delivery is to be made to Equipment
  Management Officer, 455 S. Kelly Street, Building 1154, Maxwell
  AFB AL 36112-6518.  Delivery is desired between 7 and 11 April
  1997.  Inspection and acceptance is at Maxwell AFB AL.  Offer
  shall specify FOB, Maxwell AFB AL.  The provisions at FAR 52.212-1,
  Instruction to Offeror--Commercial Items (Oct 95), and FAR
  52.212-4, Contract Terms and Conditions--Commercial Items (Aug
  96) apply to this acquisition.  There is no addenda to those
  provisions. The provision at FAR 52.212-5, Contract Terms and
  Conditions Required to Implement Statutes or Executive Orders--Commercial
  Items (Aug 96) applies to this acquisition.  The following
  FAR clauses cited within that provision are also applicable:
  FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative
  Action for Handicapped Workers, FAR 52.222-37, Employment Reports
  on Special Disabled Veterans and Veterans of the Vietnam Era.
   The provision at DFAR 252.212-7001, Contract Terms and Conditions
  Required to Implement Statutes or Executive Orders, Applicable
  to Defense Acquisitons of Commercial Items applies to this
  acquisition.  The following DFAR clause cited within that provision
  is also applicable: DFAR 252.225-7001, Buy American Act and
  Balance of Payments Program.  The Defense Priorities and Allocations
  Systems (DPAS)is C9E.  The vendor requesting responding to
  this acquisition should provide this office with the following:
  a price quote on company letterhead for each requested item,
  stated unit price, extended price, FOB, prompt payment terms,
  correct remittance address, and a completed copy of FAR 52.212-3
  (Jun 96) Offeror Representations and Certifications--Commercial
  Items.  A company not in possession of FAR 52.212-3 may contact
  this office, and a copy will be faxed to you. Offers must be
  in writing and accompanied by completed representations and
  certifications, or they will be rejected.  Facsimile offers
  will be accepted;  oral offers will not be accepted.  Award
  will be made in the aggregate to the offeror who submits the
  lowest priced, acceptable proposal.  For information regarding
  this solicitation, contact Mary Peters, 42 CONS/LGCS, 50 LeMay
  Plaza South, Maxwell AFB AL 36112-6334; phone: 334/953/3529;
   fax: 334/953/6792.  Offers are due by 3:00 PM CST, 3 January
  1997.  Offers received after that time will not be accepted.
   Please reference the solicitation number on your proposal.
CITE: (I-341 SN009612)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: 385 Millington Ave. Pensacola, FL 32508-5014
SUBJECT: 72 -- SHEETS AND TOWELS
SOL N00204-97-Q-0608
DUE 121996
POC Ann Callender, Procurement Analyst, 904-452-9918.
DESC: Correction to synopsis published on 11/29/96 to add the
  following weight specifications to the towel requirements:
  LI(5) WASHCLOTHS 1.17 pound or above; LI(6) BATHMATS 7 pound
  or above; LI(7)BATH TOWELS 10.5 pound or above; LI(8) HAND
  TOWELS 3.05 pound or above. The closing is extended to 12/19/96.
  Facsimile responses are acceptable FAX #(904)452-9627.
CITE: (I-341 SN009708)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 73 -- OPENER, CAN, HAND
SOL DAAK01-97-Q-0047
DUE 012096
POC Roberta Curtis, Contract Specialist, (314) 263-2492 or Pamela
  Weinhoff, Contracting Officer, (314) 263-2121.
DESC: Opener, Can, Hand, NSN: 7330-01-245-0201, Part Number 5-13-3971,
  Qty: 7901 each in accordance with Natick Drawing Package 5-13-3971
  (4 drawings), F.O.B Destination with deliveries to New Cumberland,
  PA, Texarkana, TX, and Stockton, CA. This procurement is set
  aside for small businesses. Item was previously purchased from
  The Smith W.H. Hardware Co.
CITE: (I-341 SN009607)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: U.S. Department of Commerce, National Technical Information
  Service, 5285 Port Royal Road, Rm 203A, Forbes Building, Springfield,
  VA  22161
SUBJECT: 76 -- ANSI STANDARDS AND SPECIFICATIONS
POC Anita Tolliver, Contract Specialist, #703/487-4720
DESC: The National Technical Information Service (NTIS) intends
  to negotiate on a sole source basis under Simplified Acquisition
  Procedures with the American National Standards Institute (ANSI)
  for the following publications:  ANSI/ISO 8632.1:  1992 (Fips
  Pub 128-2A); ANSI/ISO 8632:  1992/Amd.1:  1994 (Fips Pub 128-2A-A1);
  ANSI/ISO 8632:  1992 Amd.2:  1995 (Fips Pub 129-2A-A2); ANSI/ISO
  8632.2:  1992 (Fips Pub 128-2B); ANSI/ISO 8632.3:  1992 (Fips
  Pub 128-2C); and ANSI/ISO 8632.4:  1992.  All interested offerors
  may identify their interest in writing indicating their capability
  to fulfill this requirement which shall include pricing for
  each publication.  Fax your response to #703/487-4006.  Telephone
  requests will not be honored.  This notice of intent is not
  a request for competitive proposals. However, all sources providing
  their capability statement with pricing within forty-five (45)
  days after the date of this publication in the Commerce Business
  Daily will be considered by the Government.  See Numbered Note
  22.
CITE: (I-341 SN009614)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 83--NYLON DUCK CLOTH, FAB-6900
SOL 1PI-B-1925-97
DUE 010697
POC Contract Specialist, THORNTON, LULA, 202/508-3947
DESC: The synopsis for solicitation is hereby modified to changed
  the response date to 01/06/97 at 1400 Hours local time and
  change the Period of Performance to Two Years. The option year
  is deleted. All
CITE: (I-341 SN009656)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: ASC, Weapons, Air Base and Range PSO, Contracting Division
  (ASC/VXK), 314 Choctawhatchee Ave, Ste 103, Eglin AFB FL 32542-5717
SUBJECT: 83 -- TEXTILES, LEATHER, FURS, APPAREL AND SHOE FINDS,
  TENTS AND FLAGS
SOL F08626-97-R-107
POC Contact Mr. Dennis Fields, Contracts Specialist, (904) 882-4685,
  ext 336 or Mr. Jeffrey D. Cox, Contracting Officer, (904) 882-4685,
  ext 316, FAX number 904-882-9381.
DESC: The Aeronautical Systems Center, Weapons, Air Base and
  Range, Product Support Office, Contracting Division (ASC/VXK),
  in support of the Air Base System Division (ASC/VXO), intends
  to issue a solicitation for the purpose of providing the production
  of the Small Shelter System of the Bare Base's New Family of
  Portable Shelters. The Government contemplates the award of
  three contracts as a result of this commercial item Request
  For Proposal to the responsible offerors whose offer conforming
  to the solicitation will be most advantageous to the Government,
  price, performance and other factors considered. Two (2) of
  the contracts awarded will be awarded on the basis of unrestricted
  competition while the other shall be set-aside for Small Business
  if technically acceptable within the competitive range. Upon
  completion of Government testing a production down select decision
  shall be made to one of the three competing contractor's proposed
  system which provides the Best Value to the government. The
  following are specific performance characteristics of interest.
  a. Basic shelter system shall consist of the shelter and utilities
  interfaces integrated with a high efficiency, adequately sized,
  environment friendly HVAC and attendant air distribution, heat
  load and infiltration loss reduction measures. High overall
  shelter R-value is desirable to reduce HVAC loads and increase
  efficiency. b. The shelter system must optimize weight per
  shipping volume and packed volume, to erected volume ratio.
  Specifically, the shelter subsystem (cladding, support, connectors,
  utility interfaces, insulation, etc.) should weight no more
  than 1,275 lbs. The environmental control unit subsystem should
  weight no more than 690 lbs. c. The elapsed time from 463L
  pallet packed configuration to fully erected and functioning
  shelter system must be optimized. d. Shelter system shall require
  minimum maintenance at the organizational level and must be
  available 95% of the time or better. e. A minimum 20 year operational
  life is required with two erection/strike down cycles per year
  required. f. Shelter system shall be transportable by C-130,
  C-141 and larger aircraft using 463L cargo handling system
  (pallet). g. The shelter must be weather resistant and operational
  in temperature ranges from -25 degrees to +125 degrees Fahrenheit.
  Extreme cold weather heating measures will be provided by the
  government. h. Be able to withstand, and remain operational
  in sustained winds of 50 mph with gusts to 65 mph. i. Power
  requirements shall be optimized. j. Not allow more than 10
  lbs/sq. ft. snow accumulation and be able to support that load.
  Responses to this synopsis must be received within (16) working
  days from date of this publication. No telephone requests.
  For Contracting information or firms having applicable interest,
  capability, and background should submit a request for a solicitation
  to ASC/VXK, Bldg 40, Attn: Mr. Dennis D. Fields, Sr., 314 W
  Choctawhatchee Ave. Ste 103, Eglin AFB FL 32542-5717. Questions
  regarding this solicitation should be directed to Mr. Dennis
  Fields, Contract Specialist, at (904) 882-4685, ext 336. Collect
  calls will not be accepted. Numbered Note 26.
CITE: (I-341 SN009736)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia--Potential
  Sources Sought
OFFADD: U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION DIRECTORATE,
  ATTN AMSSC-AD, NATICK MA 01760-5011
SUBJECT: 84--SECOND GENERATION, EXTENDED COLD WEATHER CLOTHING
  SYSTEM (2GECWCS)
SOL W13G07-CBD7-0010
POC Contract Specialist ROBERT HOXIE (508) 233-4125 (Site Code
  DAAK60)
DESC: US Army Soldier Systems Command intends to release a Draft
  Requirements Package for Second Generation, Extended Cold Weather
  Clothing System (2GECWCS), for industry review and comment.
  This package includes the Statement of Work, Proposed PerformanceSpecifications
  for Parka, Optional Parka Hood, Trousers,( Cold/Wet Weather,
  Camouflage) and Draft Performance Specifications for Cloth,
  Waterproof and Moisture Vapor Permeable (MIL-PRF- 44187). Firms
  desiring a copy of the Draft may submit their request inwriting
  via facsimile to (508) 233-5286 or by E-Mail to rhoxie@natick-emh2.army.mil.
  Firms may submit comments on this Draft Package to the above
  address up until 18 December 1996. THIS NOTICE IS NOT A REQUEST
  FOR PROPOSALS. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME.
CITE: (I-341 SN009648)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 88--Live Animals
OFFADD: DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118
  SUSQUEHANNA BLVD, APG MD 21005-5001
SUBJECT: 88--RABBITS
SOL DAAD05-96-B-0023
DUE 122796
POC Contract Specialist Robert E. Keen (410) 278-0876 (Site Code
  DAAD05)
DESC: The U.S Army Garrison Aberdeen Proving Ground, Directorate
  of Contracting has a requirement to purchase annually an estimated
  700 Rabbits, New Zealand White, SPF Elites of various sizes
  and sex on a requirements basis for a base period and two one-yer
  options. FOB Aberdeen Proving Ground, Maryland. All shipments
  shall be received within 10 days of individual delivery orders
  being placed. No telephone requests, only written or facsimile
  requests will be accepted. Fax number is 410 278 0898 or 0900.
CITE: (I-341 SN009643)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: DEPARTMENT OF THE ARMY, HEADQUARTERS FORT DIX, ATTN AFZT-DOC
  (BLDG 5418), FORT DIX NJ 08640-6150
SUBJECT: 89--NON-ALCOHOLIC BEVERAGES
SOL DAKF29-97-B-0014
DUE 012397
POC Purchasing Agent Dave Dennison (609) 562-2093 (Site Code
  DAKF29)
DESC: Contractor to supply Bag-in-a-Box beverage base liquid
  non-carbonated (post mixed) cola, diet cola, sprite and root
  beer as required together with Contractor furnished CO2 containers
  at Fort Dix NJ and McGuire Air Force, NJ during the period
  1 May 197 thru 30 Apr 1998. An option year under the contract,
  if exercised shall be for the period 1 May 1998 thru 30 Apr
  1999. This procurement is unrestricted. All responsible sources
  may submit a bid which will be considered. The bid opening
  date is approximat only. Request for solicitation must be fax
  or in writing, fax number 609-562- 6933. When requesting the
  solicitation please provide the following information: solicitation
  number, DUNS Number, CAGE Code, telphone number, fax number,
  point of contact, business size (small or large), disadvantage,
  women owned, and Federal Tax ID number.
CITE: (I-341 SN009639)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)--Potential Sources Sought
OFFADD: Defense Personnel Support Center, 2800 S. 20th Street,
  Phila., PA 19145-5099
SUBJECT: 89 -- REQUEST FOR INFORMATION (RFI), PRIME VENDOR FOOD
  AND BEVERAGE SUPPORT-EUROPEAN REGION
SOL SP0300-97-I-1797
POC Contact: Gordon F. Ferguson, Contracting Officer at (215)
  737-7522 or Richard Faso, Project Manager at (215) 737-4211
  or LTC Vernon Taylor, USA Chief of Overseas Prime Vendor at
  (215) 737-3331.
DESC: This Request for Information (RFI) is not a formal Request
  for Proposal, and the Government will not pay for any information
  received under, or associated with this RFI. The Defense Personnel
  Support Center's Subsistence Prime Vendor Program is interested
  in your comments regarding a Prime Vendor for food and beverage
  support on behalf of the U.S. Armed Forces in the European
  Region. The Government intends to establish a Prime Vendor
  program throughout continental Europe, the United Kingdom,
  the Azores, Greenland, the Mediterranean Basin, and the Persian
  Gulf. These areas may be divided into independent "zones" or
  consolidated into a single "zone". Important elements of a
  European Prime Vendor Support Program include go to war requirements
  (surge) and support to U.S. Naval Ships. There is also the
  possibility of distributing fresh fruit and vegetables (FF&V)
  to military Commissary stores and troop feeding facilities.
  The FF&V would not be purchased by Prime Vendor. The current
  level of U.S. Military personnel in the European theater is
  approximately 100,000 and it is our best estimate at this time
  that the annual estimated dollar value for this program will
  be $100,000,000. Contracts will be firm fixed price, indefinite
  quantity. We anticipate a long-term arrangement. At this point
  we are considering the following operational scenarios: The
  Prime Vendor owning and managing the inventory consisting of
  U.S. products, providing direct delivery from their own distribution
  facility to the customer. In addition, the Prime Vendor will
  be responsible for establishing a European distribution facility.
  In another potential scenario, Government facilities would
  be made available, on a lease basis, as distribution centers,
  for use by Prime Vendor. Still another possible scenario is
  a U.S. based Prime Vendor providing products to a European
  based distribution facility for shipment to the customer. Aside
  from the above, the Government will entertain other methodologies,
  so you are encouraged to submit any that you have in mind.
  The Prime Vendor may ship supplies on privately contracted
  U.S. Flag ocean carriers or Government provided ocean carriers.
  Again, feel free to suggest other methods as well. Under any
  scenario, the Government will require delivery to the end-user
  (customer) within 48 to 72 hours after an order is placed.
  It is anticipated that a Subsistence Prime Vendor Interpreter
  (SPVI), Electronic Data Interchange (EDI) ordering system will
  be used. A Fill Rate of at least 98% will be requried. We are
  aware of the lack of detailed information contained herin;
  however, we appreciate your best estimates of the facilities
  (number of locations and size in square feet and cubic feet),
  as well as the overall cost required to perform the mission.
  If a Request for Proposals (RFP) results, Best Value Source
  Selection procedures will be the method of evaluation. DPSC
  will select the successful awardee(s) based on an intergrated
  assessment of a technical and a business proposal. In this
  acquisition, technical is more important than price. Proposals
  will be required to demonstrate a complete understanding of
  the requirement and provide a detailed plan of execution. Written
  comments, suggestions and ideas regarding the European Prime
  Vendor Acquisition Project, that contain propritary information,
  will be treated as confidential, and for Government use only.
  Please provide your responses by close of business January
  7, 1997 to the following address: DPSC, 2800 South 20th Street,
  Philadelphia, PA 19145; Attn: DPSC-HFOE, Gordon F. Ferguson.
CITE: (I-341 SN009713)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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-341 SN009730)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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-0049
DUE 020397
POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D.
  Frankel, Contracting Officer, (703) 767-8524
DESC: Bituminous coal delivery to U. S. Penitentiary, Marion,
  IL, estimated quantity 4,000 net tons.  Delivery period is
  01 May 97 through 30 Apr 98.  This solicitation is unrestricted.
   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-341 SN009731)

[Commerce Business Daily: Posted December 05, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: USDA, APHIS, Field Servicing Office, Butler Square West,
  5th Floor, 100 North 6th St., Minneapolis, MN 55403
SUBJECT: 99--DOSIMETRIC LABELS
SOL 49-M-APHIS-97
DUE 122096
POC poc: Jeanne Lewis is the Contracting Officer and can be reached
  at 612/370-2109 
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;
  proposals are being requested and a written solicitation will
  not be issued.  The solicitation incorporates provisions and
  clauses in effect through FAR circulat 90-42.  Industrial classification
  is 3844. The following FAR clauses apply 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.  The USDA, Animal and Plant Health
  Inspection Service (APHIS), International Services (IS) intends
  to acquire 120 boxes of Dosimetric Labels, Sterin 125GY indicators.
   Definite delivery contract.  Delivery date is December 30,
  1996.  A fixed price contract. F.O.B. Destination to Brownsville,
  Texas.  The entire label shall be no more than 7/8" x 3" self
  adhesive (pressure sensitive) label on face of label.  Dosimetric
  Indicator: No larger than 3/8" x 16" rectangular box.  Written
  on label, NOT IRRADICATED the "NOT" is integrated in the dosimetric
  indicator.  After irradiation, the final indicator will have
  a written change after exposure to 12.5 Krad gamma radiation.
   Irradiation at 12.5 Krad causes the "NOT" to disappear completely
  the label then reads IRRADIATED.  Bid samples - Bidders shall
  submit 25 labels for evaluation on or before the time set for
  the bid opening to the following address: USDA, APHIS, IS,
  Attn: Lupa Rocha, 54 East Fronton Street, Brownsville, TX 
  78520.  Companies that do not submit bid samples on or before
  the bid opening date will be considered to be non-responsive
  and their bid will be rejected.  Packing for domestic shipment
  shall be in a manner that will insure acceptance by common
  carriers and safe deliveries at destination.  Packing Slip
  - Each shipment shall include a packing slip attached to the
  outside of one box and enclosed in a protective plastic pouch
  and one packing slip in one of the shipment boxes.  The packing
  slip shall identify the contract number and quantity shipped.
   Packaging -  The labels shall  be bulk packaged in packages
  of 500 labels per container with 10 containers per case.  Cartons
  and internal packages shall be capable of withstanding handling
  in transit overseas and storage.  The bid shall be written
  and contain (1) the commodity, (2) quantity, (3) Unit of Issue,
  (4) Unit price; and (5) Total Price.  All bids shall be signed.
   Faxed bids are acceptable to Area Code (612) 370-2106, hard
  copy of bid must be mailed to the Minneapolis, Minnesota address
  listed above.  All responsible sources may submit a bid which
  will be considered. 
EMAIL jlewis@aphis.usda.gov
EMAILDESC: 
CITE: (W-340 SN009390)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Contracting Office, P O Box 1609, Oceanside, CA 92051-1609
SUBJECT: 99 -- PROVIDE ON-SITE SERVICE/MAINTENANCE FOR FITNESS
  EQUIPMENT
SOL M00681-97-Q-0859
DUE 120696
POC Gloria Muchemore, Contracting Officer, 619-725-3233.
DESC: The Government intends to procure the following under the
  simplified acquisition procedures. Furnish services, labor,
  material and travel required to provide on-site/per call maintenance
  coverage and parts on Government owned fitness equipment located
  in thirteen fitness centers throughout Marine Corps Base, Camp
  Pendleton, California. Preventive maintenance shall be conducted
  on an average of every other month for each piece of equipment.
  All maintenance shall be performed by a certified engineer
  authorized by specific manufacturer to provide maintenance
  on this type of equipment. Some of the brand names of this
  equipment are: Cybex Fitness, Icarian Fitness, Bodymasters
  Fitness, Paramount Fitness, Hammer Strength Corp, Lamb Bodybuilding
  Machines,Universal Fitness, Nautilus Fitness, Trackmaster Fitness,
  Lifemaster Fitness and Nordic Track Fitness. For the period
  of 01 January 1997 through 30 September 1997 with one year
  option. Request for quoptation will be available 19 December
  1996. This is a small business small purchase set-aside. The
  anticipated award date is on or about 31 December 1996. All
  responsible sources may submit a quotation, if received in
  a timely manner, shall be considered by the agency. You may
  request a copy of the RFQ by fax 619-725-8445.
CITE: (I-341 SN009566)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: USA CBDCOM, AMSCB-PC E4455, 5101 HOADLEY ROAD, ABERDEEN
  PROVING GROUND MD 21010-5423
SUBJECT: 99--BIOLOGICAL DETECTORS
SOL DAAM01-97-R-0008
DUE 022897
POC Contract Specialist Clare F. Fogler (410) 671-4399 (Site
  Code DAAM01)
DESC: The U.S. Army Chemical and Biological Defense Command (CBDCOM)
  intends to negotiate with the Environmental Technologies Group
  (ETG) in Baltimore, MD, on a non-competitive basis (per FAR
  6.302-1) for a new firm-fixed-priced production contract to
  obtan 28 biological detectors (BDs) in FY97, with an option
  for an additional 30 BDs in FY98. This total amount of 58 BDs
  represents the entire quantity projected for the U.S. Army's
  needs. This proposed production contract is for highly specialized
  equipment hich has taken over nine years for ETG to develop
  and successfully test and incorporates state-of-the-art design
  concepts for immunoassays, micro- sensors, and micro-fluid
  transport. The primary use of the BD will be as a component
  of the Biological Integrated Detection System (BIDS). It will
  be used to identify a liquid sample of suspected biological
  material when triggered by other BIDS components. As the develper
  of the BD, ETG possesses unique experience and corporate knowledge.
  ETG is the only contractor that has the necessary hardware
  and software expertise required to produce and deliver BDs
  which meet the U.S. Army's requirements without substantial
  dupliction of cost and within the schedule constraints of the
  BIDS program. Opportunities for competitive subcontracting
  will be present in the areas of subassembly and reagent production.
  See Note 22.
CITE: (I-341 SN009661)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: 99 -- ADDITIONAL FUNDS FOR AN EXISTING TASK
SOL N0017496M0459
DUE 122796
POC Carolyn Anderson, Purchasing Agent, 301-743-6545, DAWN TOLSON,
  Contracting Officer.
DESC: This is for additional funds for an existing task with
  the sole source, AOT Maryland Inc. under purchase order N00174-96-M-0459.
  Direct all requests or questions to the attention of Carolyn
  Anderson, Code 1142C by fax on (301) 743-6632.
CITE: (I-341 SN009740)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 -- ELECTRO-OPTICAL/INFRARED (EO/IR) SYSTEMS
POC Beth Patterson, Contract Specialist, AMSMI-AC-CFG, 205-876-4202,
  Bruce J. Metzger, Contracting Officer, AMSMI-AC-CFG, 205-876-4202.
CNT DAAH01-97-D-A001
AMT $9,413,935.00
LINE N/A
DTD 112796
TO DBA Systems, Inc., 1200 South Woody Burke Road Melbourne,
  FL 39202-0550
CITE: (I-341 SN009536)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard
  AFB TX 76311-2739
SUBJECT: A--REPAIR WHERRY HOUSING, PHASE I
POC Points of Contact:  LGCC/Marcy Fragomeli, Contract Specialist,
  817/676-5181; Contracting Officer, Colleen S Phipps, 817/676-5180.
CNT F41612-97-C0002
AMT $1,729,103.00
LINE 0001-008 & Deductive
DTD 120496
TO Bill Strong Enterprises Inc, PO Box 2489, Mission KS 66201
CITE: (W-341 SN009760)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: USAISC CONTRACTING OFFICE, ATTN ASQH-C, BUILDING 61801
  ROOM 2430, FORT HUACHUCA AZ 85613-5000
SUBJECT: D--ADMINISTRATIVE TELEPHONE SERVICES FOR DMATS-ST. LOUIS,
  MO.
POC Contracting Officer GARY SCIBONA (520) 533-0455 (Site Code
  DAEA32)
CNT DAAB07-97-C-0001
AMT $473,791
DTD 110796
TO ETC INC, 2224 NORTHWEST 50TH ST, SUITE 275, OKLAHOMA CITY,
  OK 73112
CITE: (I-341 SN009659)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: CECOM ACQUISITION CENTER, ATTN: AMSEL-AC-CC-E-CD-B, BLDG
  61801 RM 2408, FT HUACHUCA AZ 85613
SUBJECT: D--O&M OF ADMINISTRATIVE TELEPHONE SERVICES, FT. A.P.
  HILL, VA
POC Contracting Officer GARY SCIBONA (520) 533-0455 (Site Code
  DAEA32)
CNT DAAB07-97-C-0002
AMT $165,232
DTD 120596
TO CORDEV INC, SUITE 200, 105 N VIRGINIA AVENUE, FALLS CHURCH,
  VA 220464306
CITE: (I-341 SN009660)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: US Env. Protection Agency, CMD-RTP MD-33 (NCCM-CB), Research
  Triangle Park, NC 27711
SUBJECT: H -- CHEMICAL ANALYTICAL SERVICES FOR LOW CONCENTRATION
  ORGANICS 14 DAY TURNAROUND
POC Chris Baker, Contract Specialist, (919) 541-2519/Hollis Powell,
  Contracting Officer, (919) 541-2519.
CNT D500685R1/68D70004
AMT $3,780,000.00
LINE N/A
DTD 112596
TO PDP Analytical Services, 1680 Lake Front Circle, Suite B,
  The Woodlands, TX 77380
CITE: (I-341 SN009577)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: 15th Contracting Squadron; 90 G Street; Hickam AFB, HI
  96853-5230
SUBJECT: J -- J--OPERATION AND MAINTENANC OF COMMUNICATION-ELECTRONIC
  EQUIPMENT, OKINAWA, JAPAN
POC Sharon K. Miyazawa, Contract Specialist, (808)449-6860 X603;
  Carol J. Allison, Contracting Officer, (808)449-6860 X103.
CNT F64605 97 C0001
AMT $610,352.00
LINE 0001 THRU 0010
DTD 120596
TO GTE Hawaiian Telephone Company Incorporated 1177 Bishop St.
  Honolulu HI 96813-2808
CITE: (I-341 SN009568)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: USACML&MPCEN&FM, Directorate of Contracting, Attn: ATZN-DC,
  Transportation Road, Bldg. 241-C, Fort Mcclellan, AL  36205-5000
SUBJECT: J -- MAINTENANCE SERVICE AGREEMENT FOR THE CITATION
  LABORATORY INFORMATION SYSTEM (LIS)
POC Sharon Bloodworth, Contract Specialist, Fort McClellan, AL
  (205)848-5126
CNT DABT02-97-P-0137
AMT $19,259.00
DTD 120696
TO Citation Computer Systems Incorporated, 424 South Woods Mill,
  Suite 200, St Louis MO  63017-0000
EMAIL bloodwos@mcclellan-emh1.army.mil
EMAILDESC: 
CITE: (W-341 SN009622)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: VA Medical Center, Contract Office, 2215 Fuller Road,
  Ann Arbor, MI 48105
SUBJECT: J -- PREVENTIVE MAINTENANCE/REPAIR OF PHILIPS SCANNING
  ELECTRON MICROSCOPE
POC Mary B. Jones, (313) 930-5588
CNT V506P-2890
AMT $26,700
LINE 1
DTD 100196
TO Philips Electronic Instruments Company, 85 McKee Drive, Mahwah,
  NJ 07430
CITE: (I-341 SN009700)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Military Sealift Command, Atlantic, Military
  Ocean Terminal, Bayonne, NJ 07002-5399
SUBJECT: J -- REGULAR OVERHAL
POC Alex Kairis, Contract Specialist, 201-823-6681.
CNT Contract No. N62381-97-C-0200 - - 06 Dec 96 - - Solicitation
  No. N62381-96-R-0227 - - USNS Saturn (T-AFS 10)
AMT $3,117,055.00
LINE N/A
DTD 120696
TO Norfolk Shipbldg. and Drydock, 750 W. Berkley Avenue, Norfolk,
  VA 23523
CITE: (I-341 SN009735)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P. O. Box 1715,
  Baltimore, MD 21201-1715
SUBJECT: M -- OPERATION AND MAINTENANCE, REPAIR AND PERFORMANCE
  EVALUATION SERVICES AT ENVIRONMENTAL RESTORATION PROJECT SITES
CNT DACW31-96-D-0094
AMT $5,000,000.00
DTD 093096
TO Groundwater & Environmental Services, Inc., 1340 Campus Parkway,
  Wall, NJ  07719
CITE: (I-341 SN009749)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P. O. Box 1715,
  Baltimore, MD 21201-1715
SUBJECT: M -- OPERATION AND MAINTENANCE, REPAIR AND PERFORMANCE
  EVALUATION SERVICES AT ENVIRONMENTAL RESTORATION PROJECT SITES
CNT DACW31-96-D-0089
AMT $5,000,000.00
DTD 093096
TO Engineering Technologies Associates, 3458 Ellicott Center
  Drive, Ellicott City, MD 21043
CITE: (I-341 SN009750)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: GSA, PBS, Property Development (WPCA),Procurement Br,
  Room 2634,7th & D Stre ets, SW,Washington,DC 20407
SUBJECT: R-CM INDEFINITE QUANTITY
POC Contact,Ronald Noll,202/708-4900,Contracting Officer,David
  E. Wardrop,202/7 08-4900
CNT GS-11P-96-AQD-0005
AMT $25000
DTD 120596
TO McDevitt Street Bovis, In,7475 Wisconsin Avenue,Bethesda,MD
  20814
CITE: (I-340 SN009403)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: US ARMY ENGINEERING & SUPPORT CENTER, ATTN: CEHNC-CT-P,
  4820 UNIVERSITY SQUARE, HUNTSVILLE AL 35816-1822
SUBJECT: R--ENGINEERING MANAGEMENT SUPPORT FOR A RUSSIAN CHEMICAL
  WEAPONS DESTRUCTION FACILITY
POC Contract Specialist Emily Durham (205) 895-1554 (Site Code
  DACA87)
CNT DACA87-97-D-0008
AMT $0
DTD 120396
TO THE RALPH M PARSONS COMPANY OF DELAWARE, 100 WEST WALNUT STREET,
  PASADENA, CA 91124
CITE: (I-341 SN009665)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: DIRECTORATE OF CONTRACTING, CONTRACTING DIV. BLDG 116,
  FORT RUCKER AL 36362-5030
SUBJECT: S--CUSTODIAL SERVICES, FORT RUCKER, AL, 1 JANUARY 1997
  THROUGH 30 SEPTEMBER 1997 WITH TWO OPTION YEARS
POC Contracting Officer SYLVIA J. MOODY (334) 255-1067 (Site
  Code DABT01)
CNT DABT01-97-D-0002
AMT $468,406
LINE 0001 THRU 0008
DTD 112796
TO H&R SERVICES INC, 2227 DRAKE AVENUE, SUITE 9, HUNTSVILLE,
  AL 25805
CITE: (I-341 SN009629)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: USDA Forest Service, P.O. Box 25127, Lakewood, CO 80225
SUBJECT: S--CASS WATER/WASTEWATER SERVICES
POC Contact Marilyn Whalon, 303/275-5260, Contracting Officer,
  Sharon K. Miner
CNT 53-82X9-7-015SM
AMT S35,810.81
LINE 1.1 BASE YEAR
DTD 112796
TO Benny Huggins, P.O. Box 327, Dover, AR 72837
CITE: (I-341 SN009692)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: T -- TECHNICAL MANUAL UPDATES
POC Contact, Sherry Bonaiuto, Phone (703)604-2000
CNT N00019-95-G-0134 / 0003 (Synopsis no. 30184-96)
AMT $66,846
LINE N/A
DTD 120696
TO Chrysler Technologies Airborne Systems, Inc., 7500 Maehr Road,
  Waco, Texas 76715 
CITE: (I-341 SN009592)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans
  La 70160
SUBJECT: Y -- JEAN LAFITTE NATIONAL HISTORICAL PARK AND PRESERVE,
  LAKE SALVADORE SHORELINE RESTORATION PROJECT AT BAYOU SEGNETTE,
  JEFFERSON PARISH, LA
CNT DACW29-97-C-0013
AMT $610,000.00
LINE Items 0001 and 0002
DTD 120496
TO Bertucci Contracting Corp.; P.O. Box 10582; Jefferson, LA
  70181
CITE: (I-341 SN009522)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH
  17th STREET OMAHA, NE 68102-4978
SUBJECT: Y -- HOUSING REVITALIZATION OF GENERAL FLAG OFFICERS
  QUARTERS (GFOQ) AT FORT CARSON, COLORADO
POC Contracting Division at: (402) 221-4266.
CNT DACA45-97-C-0010, IFB NO. DACA45-96-B-0080
AMT $362,000.00
LINE N/A
DTD 120496
TO Selco, Inc., 225 Stevens Ave. Suite 206, Solana Beach, California
  92075
CITE: (I-341 SN009582)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, 4101
  JEFFERSON PLAZA NE, ALBUQUERQUE NM 87109-3435
SUBJECT: Y--BLUFF IV FLOOD CONTROL, EL PASO COUNTY, EL PASO,
  TEXAS
POC Contract Specialist Tina L. Sishc (505) 342-3457 (Site Code
  DACA47)
CNT DACW47-97-C-0004 DACW47-96-B-0025
AMT $8,039,584
DTD 120596
TO MOORE & COWART CONTRACTORS, 3100 PRINCETON DRIVE NE, ALBUQUERQUE,
  NM 87107
CITE: (I-341 SN009636)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX
  3755, SEATTLE WA 98124-3755
SUBJECT: Y--726 AIR CONTROL SQUADRON OPNS COMPLEX (PHASE 2) MTN.
  HOME AFB, ID
POC Contracting Officer Cheryl A. Anderson (206) 764-6575 (Site
  Code DACA67)
CNT DACA67-97-C-0008
AMT $3,425,000
DTD 120396
TO SUNDANCE CONSTRUCTION MANAGEMENT INC, 5421 KENDALL STREET,
  BOISE, ID 83706
CITE: (I-341 SN009669)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDI, Bureau of Reclamation, Attention:  UC-453, 125
  South State Street, Room 6107, Salt Lake City, Utah, 84138-1102.
SUBJECT: Y--BYPASS PIPE EXTENSION - RIDGWAY DAM
POC Contact C. T. Walsh, (801) 524-3760, Contract Specialist,
  or Mike C. Ward, (801) 524-3761, Contracting Officer
CNT 1425-97-CC-40-20460
AMT $268,330
DTD 120696
TO Nordic Industries, Inc., 1437 Furneaux Road, Marysville CA
   95901
CITE: (I-341 SN009675)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 47th Contracting Squadron, 171 Alabama Avenue, Laughlin
  AFB TX 78843-5102
SUBJECT: Z-INSTALL GEODESIC DOMES
POC Contact Juanita Vasquez, 210-298-5115/Contracting Officer
CNT F41685-97-C0002
AMT $165,000.00
DTD 112196
TO Art Cuevas Contruction, 433 Kitty Hawk Drive, Universal City
  TX 78148
CITE: (I-340 SN009406)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OIC, NAVFAC Contracts, Building 11, Naval Air Station,
  South Weymouth, MA
SUBJECT: Z -- ALTERATIONS AND REPAIRS TO VARIOUS FACILITIES AT
  THE NAVAL AIR STATION, SOUTH WEYMOUTH, MA
POC Mr. Scott Nirk, Contracting Officer, 617-682-2666.
CNT N62472-96-D-1798
AMT $15,000.00
LINE N/A
DTD 120396
TO Bay State Contracting Company Inc. 38 Washington Street, P.
  O. Box 345 N. Pembroke, MA 02358
CITE: (I-341 SN009575)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Windsor FSO, 6 Griffin Rd N, Windsor, CT 06006-300
SUBJECT: Z -- BUILDING RENOVATIONS, MAIN POST OFFICE, LEWISTON,
  MAINE
POC Carmine Antonellis, Project Manager (617) 654-5944
CNT 082530-97-B-0052
AMT $399,000
LINE 082530
DTD 120696
TO Zachau Construction Inc, PO Box 700, New Gloucester, ME 04260-0700
CITE: (I-341 SN009591)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DEPARTMENT OF THE ARMY, HEADQUARTERS FORT DIX, ATTN AFZT-DOC
  (BLDG 5418), FORT DIX NJ 08640-6150
SUBJECT: Z--12 STATE JOB ORDER CONTRACT
POC Contract Administrator ROSA ORTIZ (609) 562-2691 (Site Code
  DAKF29)
CNT DAKF29-97-D-0015
AMT $306,000
DTD 120596
TO VOLMAR CONSTRUCTION INC, 4400 SECOND AVENUE, BROOKLYN, NY
  11232
CITE: (I-341 SN009640)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY ENGR DIST, HONOLULU, CORPS OF ENGINEERS, BLDG.
  200, ATTN: CEPOD-CT-C, FORT SHAFTER HI 96858-5440
SUBJECT: Z--FY96 OMAF PKG F-2, MAINTAIN/REPAIR PAX TERMINAL,
  BUILDING 2028, HICKAM AIR FORCE BASE, OAHU, HAWAII
POC Jennifer Ko, Contract Specialist, (808) 438-8580, Kurtis
  T. Kikkawa, (808) 438-5864 (Site Code XXCA83)
CNT DACA83-97-C-0008 /DACA83-96-B-0028
AMT $2,327,206
DTD 120496
TO KATO CORPORATION, E 55 LINCOLN ROAD STE 102, SPOKANE, WA 99208
CITE: (I-341 SN009642)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 10--PIN ASSEMBLY, FIRING.
SOL SP0750-96-X-5527
CNT SP0750-97-M-6206
AMT $39,895.00
LINE 0001
DTD 120696
TO Ame Intl Inc 125 baywood Ave P.O.Box 522378 longwood FL 32752
CITE: (I-341 SN009473)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Commander, U.S. Army Missile Command, Redstone Arsenal,
  AL 35898-5280
SUBJECT: 10 -- AVENGER FIRE UNITS FOR FOREIGN MILITARY SALES
  (FMS)
POC Connie Goodwin, Contract Specialist, AMSMI-AC-CAD,(205)876-2838,
  John R. Bailey, Contracting Officer, AMSMI-AC-CAD,(205)876-2682
  (PCA).
CNT DAAH01-97-C-0081
AMT $63,127,735.00
LINE N/A
DTD 120296
TO Boeing Defense and Space Group, Missile and Space Division,
  499 Boeing Blvd, P.O. Box 240002, Huntsville, AL 35829-6402.
CITE: (I-341 SN009685)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 11--Nuclear Ordnance
OFFADD: NASA Langley Research Center, Bid Distribution Office,
  MS 126, Hampton, Virginia 23681-0001
SUBJECT: 11 -- RELIANCE CONSOLIDATED MODELS (RECOM); DESIGN AND/OR
  FABRICATION OF AEROSPACE MODEL SYSTEMS AND DEVELOPMENTAL TEST
  HARDWARE
POC Charlotte T. Hardy, Contract Specialist, 757-864-2526.
CNT NAS1-97030
AMT $90,000,000.00
LINE N/A
DTD 120296
TO Advanced Technologies, Inc. 875 Middle Ground Boulevard Newport
  News, VA 23606
CITE: (I-341 SN009569)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 11--Nuclear Ordnance
OFFADD: NASA Langley Research Center, Bid Distribution Office,
  MS 126, Hampton, Virginia 23681-0001
SUBJECT: 11 -- RELIANCE CONSOLIDATED MODELS (RECOM); DESIGN AND/OR
  FABRICATION OF AEROSPACE MODEL SYSTEMS AND DEVELOPMENTAL TEST
  HARDWARE
POC Charlotte T. Hardy, Contract Specialist, 757-864-2526.
CNT NAS1-97031
AMT $90,000,000.00
LINE N/A
DTD 120296
TO Dynamic Engineering, Inc. 703 Middle Ground Boulevard Newport
  News, VA 23606
CITE: (I-341 SN009570)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 11--Nuclear Ordnance
OFFADD: NASA Langley Research Center, Bid Distribution Office,
  MS 126, Hampton, Virginia 23681-0001
SUBJECT: 11 -- RELIANCE CONSOLIDATED MODELS (RECOM); DESIGN AND/OR
  FABRICATION OF AEROSPACE MODEL SYSTEMS AND DEVELOPMENTAL TEST
  HARDWARE
POC Charlotte T. Hardy, Contract Specialist, 757-864-2526.
CNT NAS1-97032
AMT $90,000,000.00
LINE N/A
DTD 120296
TO Micro Craft, Inc. 207 Big Springs Avenue Tullahoma, TN 37388
CITE: (I-341 SN009571)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--WEIGHT ASSEMBLY, BIFILAR.
SOL SP0740-96-Q-GD12
CNT F09603-94-G-0016-UB84
AMT $93,836.48
LINE 0001 THROUGH 0002
DTD 120696
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-341 SN009479)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
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 -- RETROFIT KITS FOR THE AIRBORNE COMMAND POST (ABNCP)
  MODIFICATION
POC Contact, Sherry Bonaiuto, Phone (703)604-2000
CNT N00019-94-C-0224 (Synopsis no. 30182-96)
AMT $31,699,531
LINE N/A
DTD 120696
TO Chrysler Technologies Airborne Systems, Inc., 7500 Maehr Road,
  Waco TX 76715 
CITE: (I-341 SN009585)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
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 -- REVISE GFE TO CFE IN SUPPORT OF THE AIRBORNE COMMAND
  POST MOD
POC Contact, Sherry Bonaiuto, Phone (703)604-2000
CNT N00019-94-C-0224 / P00012 (Synopsis no. 30183-96)
AMT $654,918
LINE N/A
DTD 110196
TO Chrysler Technologies Airborne Systems Inc., 7500 Maehr Road,
  Waco, Texas 76715 
CITE: (I-341 SN009586)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 17--SCISSORS, OUTSIDE, PLATFORM. ON B4 AND
SOL SP0750-96-Q-8646
CNT SP0750-97-M-6198
AMT $31,496.00
LINE 0001 THROUGH 0002
DTD 120696
TO Bestek Industries Inc 1343 SW 35TH St P.O.Box 37521 San Antonio
   TX 78237-0521
CITE: (I-341 SN009477)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box
  215,Portsmouth,VA,23705-0215
SUBJECT: 19 -- YRBM(L)-43, SSP 012-97, RAV
CNT JOB ORDER 7035
AMT $165,750.00
LINE 0001, 0002, 0003
DTD 120596
TO Lyon Shipyard, Inc., P.O. Box 2180, Norfolk, VA  23501
CITE: (I-341 SN009505)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--BOOM, CRANE.
SOL SP0750-96-Q-0461
CNT SP0750-97-M-0176
AMT $40,693.52
LINE 0001
DTD 120696
TO Kidde Industries Inc grove North America Div 1086 Wayne Ave
   Chambersburg PA 17201-2924
CITE: (I-341 SN009476)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 28--PREPROD INTEGRA
CNT DAAE0796DT0250002
AMT $266,515
DTD 120296
TO Cummins Engine Co Inc, M/C 50116 Columbus, IN47201
CITE: (I-340 SN009399)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 28--V903 DIESEL ENG
CNT DAAE0796DT0240001
AMT $51,406
DTD 120296
TO Cummins Engine Co Inc, 500 Jackson St Columbus, IN472023005
CITE: (I-340 SN009400)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--COVER, POPPET VALVE ROCKER ARM. ON A GMC
SOL 96TLZ4-02-P-0700
CNT SP0750-97-M-2085
AMT $32,993.55
LINE 0001 THROUGH 0004
DTD 120696
TO General Motors Corp General Motors vehicle OPNS 2619 Product
  Dr  Suite 130 Rochester MI 48309-3807
CITE: (I-341 SN009474)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 28--BRACKET, VIBRATION P
SOL SP0500-96-Q-W667
CNT SP0500-97-C-F006
AMT $27,149.00
LINE 0001
DTD 120696
TO Alamo Aircraft and Supply Inc 2538 SW 36TH Street P O Box
  37343  San Antonio TX 78237-0343
CITE: (I-341 SN009515)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 01253
AMT $51,831
DTD 121596
TO Ingersoll-rand Co/proto-tool Co/ , White House ,TN 37188 -
  -0618
CITE: (I-341 SN009724)

[Commerce Business Daily: Posted December 5, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 30--HOUSING MECHANI
CNT DAAE0797CT065
AMT $1,416,707
DTD 120396
TO Bemsco Inc, 1193 S 400 W Salt Lake City, UT841013058
CITE: (I-340 SN009398)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--CONNECTING LINK, RIGID
CNT SP0770-97-C-4101
AMT $35,425.05
LINE 0003 THROUGH 0004
DTD 120696
TO Grumman St Augustine Corp sub of Grumman Aerospace Corp 5000
  US 1  N P O drawer 3447 Saint Augustine FL 32085-3447
CITE: (I-341 SN009471)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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
SOL SP0500-97-Q-4596
CNT SP0500-97-M-L731
AMT $29,145.00
LINE 0001
DTD 120696
TO Sargent Controls and Aerospace Kahr Bearing Div 5675 W Burlingame
   Rd P O Box 730 Cortaro AZ 85652-0730
CITE: (I-341 SN009464)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--BUSHING
SOL SP0500-97-Q-9747
CNT SP0500-97-W-0896
AMT $37,737.00
LINE 0001 THROUGH 0002AB
DTD 120696
TO Slabe Machine Products Co 4659 Hamann Pky Willoughby OH  44094-5631
CITE: (I-341 SN009511)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR
SOL SP0500-97-Q-3279
CNT SP0500-97-W-0892
AMT $41,910.00
LINE 0001
DTD 120696
TO Barden Corp the Precision Bearings Div 200 Park Ave Danbury
  CT  06810-7505
CITE: (I-341 SN009518)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
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--DRUM, CLUTCH
SOL SP0760-96-R-4190
CNT SP0760-97-C-4906
AMT $82,500.00
LINE 0001 THROUGH 0002
DTD 120696
TO Wisconsin centrifugal Inc 905 E St Paul Ave Waukesha WI 53188
CITE: (I-341 SN009480)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE ASSEMBLY, METAL (MANIFOLD ASSEMBLY, FORWARD
SOL SP0740-96-Q-MA50
CNT SP0740-97-M-2655
AMT $37,466.00
LINE 0001 THROUGH 0002
DTD 120696
TO Senior Flexonics Inc Stainless Steel Products Div 2980 N San
   Fernando Blvd Burbank CA 91504
CITE: (I-341 SN009478)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (HRA), Rock Island , IL
  61299-7630
SUBJECT: 47 -- HOSE ASSY, NONMETALLIC
POC Contract Specialist: Cindy Ahrens (309) 782-4947, PCO: Robert
  C. Tedell (309) 782-3811
CNT DAAE20-96C0170/P00001
AMT $36,950
LINE N/A
DTD 112596
TO J.G.B. Enterprises, Inc., P. O. Box 209, 115 Metropolitan
  Dr., Liverpool, NY 13088-0209
CITE: (I-341 SN009683)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 ASSEMBLY
SOL SP0770-96-Q-WC44
CNT SP0770-97-M-GA75
AMT $69,227.68
LINE 0001 THROUGH 0003
DTD 120696
TO Kidde Technologies Inc Walter Kidde Aerospace Div 4200 Airport
  Dr  NW Wilson NC 27893-9643
CITE: (I-341 SN009472)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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, SOLENOID. 110 VOLTS AC, COPPER ALLOY BODY
SOL SP0760-97-Q-0126
CNT SP0760-97-M-3871
AMT $36,904.68
LINE 0001
DTD 120696
TO R P M supply Corp 5071 Brand Rd Dublin OH 43017-9530
CITE: (I-341 SN009481)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--LUBRICATING GUN, HAND.  PER MIL-SPEC
SOL SP0760-96-Q-Z382
CNT SP0760-97-M-6698
AMT $56,762.30
LINE 0001 THROUGH 0002
DTD 120696
TO Pressol Mfg Co 1015 W Morse Ave Schaumburg IL 60193-4503
CITE: (I-341 SN009475)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (HRG), Rock Island , IL
  61299-7630
SUBJECT: 49 -- TOWBAR, MOTOR VEHICLE
POC Contract Specialist: Donna Webb (309) 782-6369, PCO: Kris
  Reed (309) 782-5086
CNT DAAE20-97C0040
AMT $864,280
LINE N/A
DTD 111996
TO Hunter Manufacturing Co., 30525 Aurora Road, Solon, OH 44139-2795
CITE: (I-341 SN009579)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 52--Measuring Tools
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WVG), Rock Island , IL
  61299-7630
SUBJECT: 52 -- GAGE, BREECHBORE
POC Contract Specialist: Sheri Gross (309) 782-4857, PCO: Brian
  W. Schmidt (309) 782-8490
CNT DAAE20-97P0183
AMT $60,000
LINE N/A
DTD 120596
TO Spiral Tool Corporation, 37-37 57th St., P. O. Box 659, Woodside,
  NY 11377-2439
CITE: (I-341 SN009580)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--RIVET BLIND
SOL SP0500-96-Q-EC42
CNT SP0500-97-M-K312
AMT $49,940.00
LINE 0001
DTD 120696
TO Peerless Aerospace Fasteners 141 Executive Blvd Farmingdale
  NY  11735-4710
CITE: (I-341 SN009465)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, PLAIN ENCASED
SOL SP0500-97-Q-SV12
CNT SP0500-97-W-0917
AMT $66,000.00
LINE 0001
DTD 120696
TO SAM winer motors Inc 3417 East Waterloo Road P O Box 6258
  Akron  OH 44212
CITE: (I-341 SN009507)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--SHIM
SOL SP0500-96-Q-NL35
CNT SP0500-97-M-P246
AMT $31,897.60
LINE 0001
DTD 120696
TO Penn Detroit Diesel Allison R D 1 sipe Road York Haven PA
   17370-9785
CITE: (I-341 SN009508)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--NUT, PLAIN, CASTELLATED, HEXAGON
SOL SP0500-97-Q-4284
CNT SP0500-97-M-L997
AMT $28,800.00
LINE 0001
DTD 120696
TO CM manufacturing Inc 25020 Lakeland Blvd Euclid OH 44132-2628
CITE: (I-341 SN009509)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--NUT LANDING GEAR
SOL SP0500-97-Q-4690
CNT N00383-96-G-006A-TZ07
AMT $31,251.46
LINE 0001 THROUGH 0004
DTD 120696
TO Lockheed Aeroparts Inc sub of Lockheed Corp 221 Industrial
  Park  Rd Johnstown PA 15904-1961
CITE: (I-341 SN009513)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--STUD ASSEMBLY, TURNL
SOL SP0500-97-Q-3327
CNT SP0500-97-M-J386
AMT $41,800.00
LINE 0001
DTD 120696
TO Unirex Inc 9310 E 37TH Street Wichita KS 67226-2014
CITE: (I-341 SN009514)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--BOLT, CLOSE TOLERANCE
CNT SP0500-97-M-P588
AMT $63,720.00
LINE 0001
DTD 120696
TO Tek precision Co LTD 205 W industry CT P O Box 9020 Deer Park
  NY  11729-9020
CITE: (I-341 SN009516)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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, DIMENSION:  IN ACCORDANCE
CNT SP0500-97-C-0030
AMT $233,998.27
LINE 0001 THROUGH 0018
DTD 120596
TO Rebecca lumber Co 3894 40TH Ave W bradenton FL 34205
CITE: (I-341 SN009506)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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-8287
CNT SP0500-97-M-P492
AMT $68,533.75
LINE 0001 THROUGH 0004
DTD 120696
TO Buie Forest Products 30875 ih-10 W Boerne TX 78006
CITE: (I-341 SN009510)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--PANEL, CONTROL
SOL SP0970-96-Q-4515
CNT SP0970-97-M-0208
AMT $34,988.90
LINE 0001
DTD 120696
TO Rockwell Intl Corp Collins Avionics and Communications Div
  350  Collins Rd NE Cedar Rapids IA 52498
CITE: (I-341 SN009494)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--PANEL ASSEMBLY, FRONT
SOL SPO970-97-Q-A021
CNT SP0970-97-M-1361
AMT $52,275.00
LINE 0001 THROUGH 0002
DTD 120696
TO Transicoil Inc components and controls 2560 general armistead
  Ave  trooper PA 19403-5214
CITE: (I-341 SN009497)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--GENERATOR, RINGING, MACHINE
SOL SP0970-96-Q-A284
CNT SP0970-97-M-1045
AMT $55,664.00
LINE 0001 THROUGH 0004
DTD 120696
TO Dynalec Corp 87 W Main St P.O.Box 188 Sodus NY 14551-1137
CITE: (I-341 SN009498)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 01229
AMT $39,978
DTD 121596
TO Lake Shore Inc , Iron Mountain ,MI 49801-5316
CITE: (I-341 SN009725)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMP
SOL SP0900-97-Q-0079
CNT SP0900-97-M-0036
AMT $81,934.92
LINE 0001 THROUGH 0010
DTD 120696
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-341 SN009491)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ITEM NAME RESISTOR, FIXED, COMP
SOL SP0900-97-Q-0082
CNT SP0900-97-M-0040
AMT $40,405.35
LINE 0001 THROUGH 0009
DTD 120696
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-341 SN009492)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
SOL SP0970-96-Q-A260
CNT SP0970-97-M-1332
AMT $53,768.00
LINE 0001 THROUGH 0002
DTD 120696
TO Dorne and Margolin Inc 2950 veterans Memorial Hwy Bohemia
  NY  11716-1023
CITE: (I-341 SN009493)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--REGULATOR, VOLTAGE
SOL SP0960-97-Q-A002
CNT SP0960-97-M-1231
AMT $33,315.03
LINE 0001
DTD 120696
TO St keltec Corp 84 Hill Ave Fort Walton Beach FL 32548
CITE: (I-341 SN009495)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, TOGGLE
CNT SP0930-97-M-2008
AMT $99,993.20
LINE 0001AA THROUGH 0002
DTD 120696
TO Associated Aircraft Supply Co 5021 W Jefferson Blvd P O Box
   210069 Dallas TX 75211-3804
CITE: (I-341 SN009496)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC
CNT SP0930-97-M-2062
AMT $88,750.00
LINE 0001AA THROUGH 0001A
DTD 120696
TO Electronic specialty Corp relay Div 14511 NE 13TH Ave P.O.Box
   3501 Vancouver WA 98668-3501
CITE: (I-341 SN009499)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, THERMAL
CNT SP0905-97-M-0944
AMT $38,540.00
LINE 0001
DTD 120696
TO Alliedsignal Inc government electronic systems 15001 NE 36TH
  St  P.O.Box 97001 Redmond WA 98073-9701
CITE: (I-341 SN009500)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL SP0960-96-Q-A258
CNT F09603-95-G-0015-UBL5
AMT $53,885.70
LINE 0001
DTD 120696
TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave
   Kalamazoo MI 49001-4165
CITE: (I-341 SN009501)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRONIC COMPONEN
SOL SP0960-97-R-A009
CNT SP0960-97-M-1054
AMT $84,500.00
LINE 0001 THROUGH 0002
DTD 120696
TO Marvin Engineering Co Inc 260 W Beach Ave Inglewood CA 90302-2903
CITE: (I-341 SN009502)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--PHASE SHIFTER, ELECT
CNT SP0905-97-M-0950
AMT $32,310.00
LINE 0001 THROUGH 7002
DTD 120696
TO Robinson laboratories Inc 1 Tanguay Ave Nashua NH 03063-1711
CITE: (I-341 SN009503)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY
POC Genna Wooten, Contract Specialist, AMSMI-AC-CDCD, 205 842-6217
  Mary Baites, Contracting Officer, AMSMI-AC-CDCD, 205 876-3182.
CNT DAAH01-97-P-0173
AMT $39,135.00
LINE N/A
DTD 112796
TO Hughes-Mahwah Electro-Optics 1300 NacArthur Blvd Mahwah, NJ
  07430-2502
CITE: (I-341 SN009547)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 59 -- CIRCUIT CARD ASSEMBLIES
POC Felix Marrero, Contract Specialist, AMSMI-AC-CDCD, 205 842-6218
  Mary Baites, Contracting Officer, AMSMI-AC-CDCD, 205 876-3182.
CNT DAAH01-97-P-0148
AMT $33,449.68
LINE N/A
DTD 112096
TO Hughes-Mahwah Electro-Optics Center 1300 MacArthur Blvd Mahwah,
  NJ 07430
CITE: (I-341 SN009548)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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 0
AMT $1,155,722
DTD 120496
TO Raytheon , Portsmouth ,RI 02871-1087
CITE: (I-341 SN009726)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--STATOR, MOTOR
SOL SP0430-96-Q-BL27
CNT SP0430-97-M-P402
AMT $98,490.00
LINE 0001 THROUGH 0002
DTD 120596
TO Crane Hydro Aire 3000 Winona Avenue P O Box 7722 Burbank CA
   91510-7722
CITE: (I-341 SN009427)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 61--CABLE, POWER, ELECTRICAL
SOL SP0500-96-Q-UA78
CNT SP0500-97-M-P165
AMT $45,860.00
LINE 0001
DTD 120696
TO Murry Benjamin Electric Co 174 Vanderbilt Avenue Brooklin
  NY  11205
CITE: (I-341 SN009512)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 61--CABLE, TELEPHONE
CNT SP0500-97-W-0880
AMT $30,304.00
LINE 0001
DTD 120696
TO OMNI Cable Corp 905 Airport Rd Suite C West Chester PA 19380
CITE: (I-341 SN009517)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 66--TEST KIT, ANTIFREEZE
SOL SPO200-96-Q-5272
CNT SP0200-97-M-FA35
AMT $29,745.00
LINE 0001AA THROUGH 0001A
DTD 120596
TO Environmental test systems, Inc P.O. Box 4659 219-295-6016
   telephone elkhart, IN 46514-0659
CITE: (I-341 SN009451)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: DIRECTORATE OF CONTRACTING, USAFACFS, ATTN: ATZR-QB,
  P. O. BOX 3501, FORT SILL OK 73503-0501
SUBJECT: 68--DRY POWDERED ALUM
POC Contracting Officer Sharel S. McAdoo (405) 442-3225 (Site
  Code W804A6)
CNT DABT39-97-D-0004
AMT $74,520
DTD 120596
TO J T PRODUCTS INC, PO BOX 1932, KILGORE, TX 75663
CITE: (I-341 SN009638)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: 81 -- GAS CYLINDER HANDLING BAGS
POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent,
  Robert S. Kay, Contracting Officer
CNT N00604-97-M-A996
AMT $26,640
LINE 0001
DTD 112996
TO Summit Feet Inc., 1306 N.W. Hoyt St., Suite 405, Portland,
  OR 97209(S)
CITE: (I-341 SN009539)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--FLAG IDENTIFICATION, BLACK & WHITE,
SOL SP0100-96-Q-4394
CNT SP0100-97-M-EA80
AMT $35,787.96
LINE 0001AA
DTD 120596
TO Valley Forge flag Co Inc 1700 Conrad weiser pky womelsdorf
  PA  19567-1211
CITE: (I-341 SN009447)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--FLAGS AND PENNANTS
CNT SP0100-97-M-EA82
AMT $70,679.50
LINE 0001AA THROUGH 0002A
DTD 120596
TO Valley Forge flag Co Inc 1700 Conrad weiser pky womelsdorf
  PA  19567-1211
CITE: (I-341 SN009448)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--FLAG, SIGNAL, VEHICLE DANGER, RED, COTTON
SOL SP0100-96-Q-4303
CNT SP0100-97-M-EA81
AMT $41,966.20
LINE 0001AA THROUGH 0002A
DTD 120596
TO Valley Forge flag Co Inc 1700 Conrad weiser pky womelsdorf
  PA  19567-1211
CITE: (I-341 SN009449)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 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--FLAG IDENTIFICATION, BLUE,
SOL SP0100-96-Q-4393
CNT SP0100-97-M-EA76
AMT $35,122.50
LINE 0001AA
DTD 120596
TO Quality Safety Products Inc 500 E Elk Ave P O Box 1029  Elizabethton
  TN 37643
CITE: (I-341 SN009450)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: Contracting Officer (90C), Department of Veterans Affairs
  Medical Center, 4500 South Lancaster Road, Dallas, TX 75216
SUBJECT: 96 -- ARTIFICIAL LIMBS
POC Marilyn Clayburn, Contracting Officer, 214-302-7521
CNT V549P-4248
AMT N/A
LINE Base Year
DTD 112696
TO Currell Artificial Limb Co., 4115 N. Central Expressway, Dallas,
  TX 75204
CITE: (I-341 SN009545)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: Contracting Officer (90C), Department of Veterans Affairs
  Medical Center, 4500 South Lancaster Road, Dallas, TX 75216
SUBJECT: 96 -- ARTIFICIAL LIMBS
POC Marilyn Clayburn, Contracting Officer, 214-302-7521
CNT V549P-4249
AMT N/A
LINE Base Year
DTD 112696
TO Prosthetic-Orthotic Associates of East Texas, 1122 E.Front
  St., Tyler, TX 75702
CITE: (I-341 SN009556)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: Contracting Officer (90C), Department of Veterans Affairs
  Medical Center, 4500 South Lancaster Road, Dallas, TX 75216
SUBJECT: 96 -- ARTIFICIAL LIMBS
POC Marilyn Clayburn, Contracting Officer, 214-302-7521
CNT V549P-4246
AMT N/A
LINE Base Year
DTD 112696
TO Dallas Prosthetic and Orthtotic Center, 5415 Maple Ave., Suite
  300, Dallas, TX 75235
CITE: (I-341 SN009557)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: Contracting Officer (90C), Department of Veterans Affairs
  Medical Center, 4500 South Lancaster Road, Dallas, TX 75216
SUBJECT: 96 -- ARTIFICIAL LIMBS
POC Marilyn Clayburn, Contracting Officer, 214-302-7521
CNT V549P-4247
AMT N/A
LINE Base Year
DTD 112696
TO AO Prosthetics, 1401 W. Magnolia, Ft. Worth, TX 76104
CITE: (I-341 SN009558)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: Contracting Officer (90C), Department of Veterans Affairs
  Medical Center, 4500 South Lancaster Road, Dallas, TX 75216
SUBJECT: 96 -- ARTIFICIAL LIMBS
POC Marilyn Clayburn, Contracting Officer, 214-302-7521
CNT V549P-4253
AMT N/A
LINE Base Year
DTD 112696
TO The University of Texas Southwestern Medical School, 5323
  Harry Hines Blvd., Dallas, TX 75235-9013
CITE: (I-341 SN009559)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: Contracting Officer (90C), Department of Veterans Affairs
  Medical Center, 4500 South Lancaster Road, Dallas, TX 75216
SUBJECT: 96 -- ARTIFICIAL LIMBS
POC Marilyn Clayburn, Contracting Officer, 214-302-7521
CNT V549P-4250
AMT N/A
LINE Base Year
DTD 112696
TO Prosthetic-Orthotic of North Texas, 376 W. Main, Suite G,
  Lewisville, TX 75057-3866
CITE: (I-341 SN009560)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: Contracting Officer (90C), Department of Veterans Affairs
  Medical Center, 4500 South Lancaster Road, Dallas, TX 75216
SUBJECT: 96 -- ARTIFICIAL LIMBS
POC Marilyn Clayburn, Contracting Officer, 214-302-7521
CNT V549P-4252
AMT N/A
LINE Base Year
DTD 112696
TO J. E. Hanger Inc., 3949 St. Francis, Suite B, Dallas, TX 75228
CITE: (I-341 SN009561)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: Contracting Officer (90C), Department of Veterans Affairs
  Medical Center, 4500 South Lancaster Road, Dallas, TX 75216
SUBJECT: 96 -- ARTIFICIAL LIMBS
POC Marilyn Clayburn, Contracting Officer, 214-302-7521
CNT V549P-4251
AMT N/A
LINE Base Year
DTD 112696
TO Rupley Artificial Limb Co., 3122 E. Lancaster Ave., Ft. Worth,
  TX 76103
CITE: (I-341 SN009563)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: SPECIAL NOTICES
SUBJECT: NAVY IT EXPO
DESC: There will be a one day information technology expo held
   for navy personnel on December 17, 1996 from 10:00a.m. to
   2:00p.m.  For information on exhibiting please call  (800)
  878-2940 ext. 212.  All technologies are of interest with
  an emphasis on portable and mobile computing.
LINK www.clark.net/fbc
LINKDESC: 
EMAIL expo@clark.net
EMAILDESC: 
CITE: (W-341 SN009521)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: SPECIAL NOTICES
SUBJECT: ENVIRONMENTAL PROTECTION AGENCY IT EXPO
DESC: A one day information technology expo will be held at the
   Environmental Protection Agency on January 15, 1997 from 
   10:00a.m. to 2:00p.m.  Requested technologies include:  Multimedia,
  telecommuting, Internet, CD-ROM, research and development
  tools, executive systems, portables, storage devices, scientific
  computing, presentation systems,  software development, color
  printers, and networking.  For information on exhibiting please
  call(800) 878-2940  ext. 212.  
LINK www.clark.net/fbc
LINKDESC: 
EMAIL expo@clark.net
EMAILDESC: 
CITE: (W-341 SN009526)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: SPECIAL NOTICES
SUBJECT: NASA HQ INFORMATION TECHNOLOGY EXPO
DESC: There will be a one day information technology expo on-
   site in the NASA HQ Lobby on January 15, 1997 from  10:00a.m.
  to 2:00p.m.  Requested technologies include:  Project management,
  graphics, virtual reality, engineering, Apple systems, wireless
  LAN, video conferencing, client/ server systems. For information
  on exhibiting please call (800) 878-2940  ext. 225.  
LINK www.clark.net/fbc
LINKDESC: 
EMAIL expo@clark.net
EMAILDESC: 
CITE: (W-341 SN009527)

[Commerce Business Daily: Posted December 06, 1996]
[Printed Issue Date: December 10, 1996]

PART: SPECIAL NOTICES
SUBJECT: NATIONAL NAVAL MEDICAL CENTER/USUHS IT  EXPO
DESC: There will be a one day information technology expo on-
   site in the Main Street Corridor of the National Naval Medical
   Center on January 16, 1997 from 10:00a.m. to 2:00p.m.   Requested
  technologies include: Medical information systems, medical
  imaging, document management, scanning technologies, scientific
  computing, UNIX, laboratory and clinical applications, modeling
  systems, scientific visualization, quantitative  and statistical
  analysis, project management, ruggedized equipment, remote
  access, wireless communications, and presentation systems.
  For information on exhibiting please call (800) 878-2940 
   ext. 244.  
LINK www.clark.net/fbc
LINKDESC: 
EMAIL expo@clark.net
EMAILDESC: 
CITE: (W-341 SN009529)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: SPECIAL NOTICES
SUBJECT: SDB/MBE/WOB OPPORTUNITY FAIR, MONDAY,DECEMBER 16,1996
DESC: Sverdrup, a national engineering and construction company,
  is pleased to sponsor (Contacts-to-Contracts) a SDB/MBE/WOB
  Business Opportunity Fair on Monday, December 16, 1996. Registration
  12:30P-1:30P. Contract Information 1:30P-4:30P. Business Networking
  4:30P-6:30P, at The Galt House Hotel, 140 North Fourth Street,
  Louisville, Kentucky. Learn about upcoming contract opportunities
  and how to do business with Sverdrup, the Corps of Engineers
  and the Small Business Administration. Reserve space by December
  10, 1996 by calling 1-800-325-7910 extension 4614.
LINKURL: http://www.mno.gov
LINKDESC: 
EMAILADD: mcclodms@sverdrup.com
EMAILDESC: 
CITE: (D-341 SN009670)

[Commerce Business Daily: Posted December 6, 1996]
[Printed Issue Date: December 10, 1996]

PART: SPECIAL NOTICES
SUBJECT: N/A -- CRADA WITH APPLIED RESEARCH AND TECHNOLOGY, INC.
  DBA CYBERSYSTEM TECHNOLOGIES, INC. FOR THE DEVELOPMENT OF "THE
  NIH INTRAMALL"
DESC: The purpose of this announcement is to inform persons and
  organizations currently doing business with NIH or contemplating
  doing business with NIH that, NIH has entered into a Cooperative
  Research and Development Agreement (CRADA) with Applied Research
  & Technology, Inc. dba CyberSystem Technologies' Inc. for the
  "Development of an Electronic Procurement System for Commodity
  Identification, Product and Service Acquisition and Budget
  Tracking". This CRADA involves the development of technology
  to facilitate and enhance the NIH's procurement process and
  related work flow processes. The goal is to develop a world-class
  virtual catalog, acquisitions and electronic commerce system
  ("The NIH IntraMall") that will provide NIH scientists, administrators
  and acquisitions staff with a more efficient way of learning
  about and acquiring products and services used at NIH. The
  objective is to develop a seamless electronic system which
  allows users to identify and select appropriate vendors for
  the acquisition of needed equipment, supplies and services
  and will interface with existing NIH administrative systems
  involved in the acquisitions process. NIH will provide information
  on government procurement regulations, ordering and budget
  processes as well as expertise on commodity and service requirements.
  NIH will also provide technical expertise on interfacing with
  existing systems and access to a software system (AMBIS) which
  illustrates procurement compliance requirements, ordering procedures,
  budget tracking and user notification. The CRADA Collaborator
  Applied Research and Technology, Inc. ("AR&T"), will contribute
  a proprietary repository of current vendor product information
  as well as development of the software interface necessary
  to provide NIH users access to the IntraMall with the interface
  to AMBIS (or to be developed workflow process) to deliver vendor/product
  ordering data using a transaction or batch processing methodology.
  The new collaboratively developed technology creating the NIH
  IntraMall will serve as a prototype for broader commercial
  applications. Organizations desiring more information about
  the CRADA, or becoming involved as a vendor in the NIH IntraMall
  should contact Mr. Brian Stauffer, President, Applied Research
  and Technology dba CyberSystem Technologies, Inc. 798 Kenilworth
  Drive, Suite 203, Towson, Maryland 21204, Telephone: (410)
  321-6572, FAX: (410) 321-6689, E Mail: bricyb@msn.com
CITE: (I-341 SN009737)