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

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: A--RESEARCH INTO IMPACT OF LOSSY IMAGE COMPRESSION ON
  AUTOMATIC TARGET RECOGNITION
SOL N61331-97-R-0017
DUE 013097
POC Shirley Griner, Contract Specialist, (904)235-5354 Carol
  A. Dreger, Contracting Officer, (904)234-4863.
DESC: The Naval Surface Warfare Center, Dahlgren Division, Coastal
  Systems Station, Panama City, Florida, intends to award a sole-source
  contract to Lockheed Martin Defense Systems - Arizona for basic
  research for the development of unique mathematical and statistical
  algorithms for compressing sonar data and detecting and classifying
  mines in sonar imagery that has undergone lossy data compression.
  This effort includes development of algorithms that compress
  sonar data to meet in-situ requirements for data storage and
  data transmission rates wile preserving critical data characteristic
  needed for mine detection and classification. This effort will
  include options to further improve algorithm performance and
  testing against Government furnished sonar data that will be
  provided in 1998 and 1999. This effort will support the Office
  of Naval Research (ONR) Amphibious Operations Area (AOA) Mine
  Reconnaissance/Hunter program requirements, and, potentially,
  Dual Use Initiatives by the COASTSYSTA. Lockheed Martin-Arizona
  is uniquely qualified for this effort because they have developed
  a unique image compression technique and automatic target recognition
  algorithms designed to greatly reduce data handling requirements
  and still permit reliable mine classification in highly cluttered
  sonar imagery. Their algorithms have performed in an exemplay
  manner on limited government furnished sonar data. Lockheed
  Martin-Arizona has the unique knowledge base, the facilities,
  and the experienced personnel necessary to successfully conduct
  the work. The key personnel have invested over four years in
  gaining the unique knowledge, insight, and skills necessary.
  Additionally, the algorithms developed by Lockheed Martin represent
  many work-years under other Lockheed Martin/DOD contracts and
  Lockheed Martin's own independent research and development
  (IRAD). The algorithms are very sophisticated and require specialized
  knowledge to use properly thus they cannot be easily or cost-effectively
  duplicated by another vendor. Note 22 applies.
CITE: (I-354 SN013779)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 210000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: A--TERMINAL SENSOR
SOL N68936-95-C-0027, MODIFICATION
POC William T. Monckton, Contract Specialist, (619) 939-8234
  or Dell Hledik, Contracting Officer, (619) 939-3382.
DESC: Naval Air Warfare Center Weapons Division (NAWCWPNS), China
  Lake, CA intends to conduct negotiations on an other-than-competitive
  basis with Texas Instruments Defense Systems & Electronics
  Group (DSEG) to modify contract N68936-95-C-0027 for development
  and support of Advance ARM Guidance Demonstration (AAGD) project.
  The contract currently consists of two phases. Phase I covers
  the development, test and delivery of an Imaging Infrared Terminal
  Sensor and the necessary hardware and software. Phase I includes
  necessary engineering effort for integration and flight testing
  of the system. Phase II, which is scheduled to start only upon
  successful completion of Phase I, requires the development,
  testing and delivery of real-time, embedded Automatic Target
  Recognition (ATR) algorithms along with the necessary processor
  hardware. Both Phases I and II are scheduled for completion
  in Jul 1999. The hardware and software delivered under Phases
  I and II are to be integrated with other hardware being developed
  at NAWCWPNS for full system captive flight testing. NAWCWPNS
  intends to modify the contract by incorporating a Phase IA
  requiring the contractor to conduct flight tests, utilizing
  the terminal sensor developed during Phase I in order to collect
  flight test data of ground targets of interest. The flight
  data will then be used, post flight, to evaluate and modify
  existing ATR algorithms. Upon successful completion of Phase
  IA, with Government approval, the Contractor shall proceed
  with Phase II as it currently defined in the contract. The
  estimated duration of Phase IA is 12 months. Negotiations will
  be on an other-than-competitive basis since this effort is
  meant to be a bridge between current Phases I and II and not
  intended to be a stand-alone effort. Contract type is cost
  reimbursement/cost sharing. Any company wishing to inquire
  about subcontracting opportunties are encouraged to contact
  Texas Instruments (DSEG), 6600 Chase Oaks Blvd., Plano, TX.
  All responsible sources may submit an offer which will be considered
  by the agency. See Numbered Note(s): 22.
CITE: (I-354 SN013897)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--INTELLIGENCE STIMULATOR SYSTEMS
SOL DAAH01-97-R-A112
POC PCF, Sherry Pierce, Contract Specialist, AMSMI-AC-CFG, 205-842-8029,
  Bruce J. Metzger, contracting Officer, AMSMI-AC-CFG, 205-876-4202.
DESC: This proposed effort provides for engineering and scientific
  expertise to analyze, design, develop, fabricate, install,
  integrate and modify Intelligence Stimulator Systems (ISS)
  in support of the Threat Simulator Management Office (TSMO),
  U.S. Army Threat Simulator Program. Performance on this solicitation
  will require access to proprietary data, therefore, participation
  is restricted to Amherst Systems, Incorporated. The period
  of performance will be for 36 months. This is the only source
  with the expertise to satisfy the agency's requirements without
  unnecessary costs and schedule impacts. The proposed acquisition
  listed above is a sole source procurement to Amherst Systems,
  Inc., 30 Wilson Road, Buffalo, NY 14221, and this synopsis
  is for the purpose of advertising possible subcontracting opportunities.
  See Numbered Note(s): 22.
CITE: (I-354 SN013914)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: USA CBDCOM, AMSCB-PC E4455, 5101 HOADLEY ROAD, ABERDEEN
  PROVING GROUND MD 21010-5423
SUBJECT: A--RESEARCH AND DEVELOPMENT SERVICES: "INTEGRATION OF
  ANAV TO THE MICAD"  
SOL 077&&&-9612-0001
POC Contract Specialist Ruth M. Jones (410) 671-2548, Contracting
  Officer Josephine Barker (410) 671-2541 (Site Code DAAM01)
DESC: The Chemical and Biological Defense Command (CBDCOM) intends
  to negotiate on a sole source basis with Lockheed Martin Librascope
  to modify existing contract DAAA15-93-C-0023 to add the Autonomous
  Navigation System (ANAV) function to the Multipurpose ntegrated
  Chemical Agent Alarm (MICAD). This notice is for information
  only. See Note 22.
CITE: (I-354 SN013825)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB,
  OH 45433-7607
SUBJECT: A--MANUFACTURING TECHNOLOGY, FY97 PROGRAM COST SHARING
SOL N/A
POC Lawence P. Parkinson, WL/MTX, 937-255-4623
DESC: The Wright Laboratory, Manufacturing Technology Directorate,
  is considering the following competitive potential contracting
  actions. The listed areas of interest may result in distinct
  contract or agreement awards.  Because of mutual industry and
  Government benefit derived from research in the areas of interest,
  AF ManTech is seeking cost sharing on each of these efforts.
   Cost sharing of 2 to 1 industry to government resources is
  required for 25% of the FY97 new start dollars.  Interested
  parties are asked to assess the topic areas for potential cost
  sharing by their organization including topics which are candidates
  to meet the 2 to 1 requirement.  The response to of this announcement
  shall include:  (1) identification of the topic areas which
  the responding organization would cost share; (2) an estimate
  of the level of cost share for each topic area identified;
  and (3) identification of experience and accomplishments for
  each area of interest.  This notification serves notice primarily
  of the desire of the government to attain cost sharing in the
  following general areas of interest: (1) Implementation of
  findings from the Lean Aircraft Initiatives including suppliers
  base topics:  Lean implementation activities focused on the
  topics defined in the industry Lean Forum III.  Candidate projects
  resulting from this collaborative effort focus on improving
  the overall affordability of existing or new weapon systems
  by accelerating the implementation of lean concepts.  Topics
  defined during the forum include:  Lean Approaches to Precision
  Assembly, Lean Transition of Emerging Industrial Capability,
  Lean Strategies to Address Electronics Obsolescence, Abatement
  Activity Based Lean Enterprise Management, Lean Acquisition
  and Procurement, and Design Infrastructure for Collaborative
  Design Supplies Integration over Multi-Tiered Supply Chain.
   (2) Rapid response process improvements to positively impact
  quality, cost and schedule of weapon systems suppliers:  Rapid
  response process improvements are planned to positively impact
  cost, quality and schedule and to mitigate risk for program
  offices in both acquisition and sustainment phases of weapons
  systems.  Specific process improvement areas will be selected
  jointly with the interested program office, but are not available
  at this time.  However, individual efforts will be negotiated
  with program office selected performers in the areas of electronics,
  metals, composites, manufacturing and engineering systems,
  and advanced industrial practices.  (3) Manufacturing technology
  for the LIDAR system for munitions targeting and wind shear
  detection:  Manufacturing Technology for LIDAR wind sensors,
  LIDAR systems are being developed for use in munitions targeting,
  precision air drop, and bomb drop accuracy improvement by providing
  real time measurement of winds and wind shears from an airborne
  platform.  The LIDAR wind sensor ManTech program will address
  the Manufacturability of optically and mechanically complex
  subsystems by implementing advanced manufacturing tools in
  the design through production phases of system development.
   Design for Manufacturing and Assembly, Rapid Prototyping,
  and other advanced tools, offer potential for significant reductions
  in cycle times, costs, and greatly improved sustainability
  by eliminating the traditional design-build-test-redesign-rebuild
  cycle and eliminating or minimizing the amount of precision
  manual alignment required in the production of LIDAR transceivers.
   (4) Composites Affordability Initiative: The Composites Affordability
  initiative is being structured as a collaborative effort between
  industry and the government to jointly attack the issues and
  costs associated with the use of composites in military systems.
   Initially, the CAI will focus on design and manufacture of
  fixed wing attack aircraft as they represent the most costly
  and structurally challenging usage of composites.  The initiative
  is directed at developing the fundamental tools for composite
  manufacturing, structural design and materials.  The motivation
  for CAI is the potential for a paradigm shift in the way we
  design airframes by coupling design with low cost manufacturing
  in addition to addressing pervasive business policy and practice
  issues.  A system level approach to design for composites will
  be utilized throughout the program.    
CITE: (W-354 SN013848)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Wr-Alc/Lfk, 296 Cochran St, Robins Air Force Base Ga
  31098-1622
SUBJECT: B--ENGINEERING SERVICES
SOL F09603-97-Q-21122
DUE 020697
POC For copy, Lydia Dumas/Lfka/[912]926-0883, For additional
   information contact Lydia Dumas/Lfka/[912]926-0883
DESC: This requirement is for engineering services for F-15 A/E
   Individual Aircraft Fatigue Tracking. The approximate issue/response
  date will be 07 Jan 97. To: Mcdonnell Douglas Aerospace, Saint
  Louis Mo 63166-0516. No telephone requests. Only written or
  faxed requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Specifications, plans, or drawings
  relating to the procurement described are incomplete or not
  available and cannot be furnished by the Government. nnnn All
  potential offerors should contact the buyer/PCO identified
  above for additional information and/or to communicate concerns,
  if any, concerning this acquisition. If your concerns are not
  satisfied by the contacting officer, an Ombudsman has been
  appointed to hear serious concerns that are not resolved through
  established channels. The purpose of the Ombudsman is not to
  diminish the authority of the program director or contracting
  officer, but to communicate serious contractor concerns, issues,
  disagreements, and recommendations to the appropriate government
  personnel. When requested, the Ombudsman will maintain strict
  confidentiality as to the source of the concern. The Ombudsman
  does not participate in the evaluation of proposals or in the
  source selection process. When appropriate, potential offerors
  may contact Ombudsman James Grant, Chief, Contract Policy Division,
  at 912-926-2604. Please be prepared to identify previous contacts
  made by you in an attempt to resolve you concerns. This acquisition
  may/does involve technology that has a military or space application.
  The only US contractors who may participate are those that
  are certified and registered with DLSC (1-800-352-3572) and
  have a legitimate business purpose. US contractors must submit
  a copy of their current, approved DD Form 2345 with their request
  for solicitation. To request this certification, write to the
  Commander, Defense Logistics Services Center, ATTN: DLSC-FEB,
  Federal Center, Battle Creek MI 49017- 3084 and request a copy
  of Department of Defense Form 2345 or call DLSC at the above
  number. The solicitation/data package will be mailed to the
  data custodian identified in block 3 of the DD Form 2345. The
  extent of foreign participation has not yet been determined.
  MOU country sources must contact the Contracting Officer within
  15 calendar days of the date of this synopsis notice to receive
  a copy of the solicitation at the time it is initially issued.
  Issuance of the RFP will not be delayed to review requests
  from MOU country sources received after 15 days or from non-MOU
  country sources. Nothing in this notice contradicts other restrictions,
  identified in the synopsis notice or solicitation, regarding
  eligible sources (e.g., if this is a small-business set-aside,
  foreign sources may not participate as potential prime contractors
  but could, if otherwise eligible, participate as subcontractors).
CITE: (I-353 SN013402)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U.S. Marshals Service, Procurement Division, Suite 990,
  600 Army-Navy Drive, Arlington,
SUBJECT: B--SPECIAL STUDIES AND ANALYSIS
SOL MBD-97-009
POC Linda Reynolds-Franklin, Contracting Officer, 202-307-9243.
DESC: The U.S. Marshals Service anticipates awarding a solse
  source purchase order to FENTRESS, INCORPORATED located in
  Laurel, MD for consultant services to develop a personnel forecasting
  model. Purchase order using a simplified acquisition procedures
  are anticipated.
CITE: (I-354 SN013748)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: DOD Support Services Contract Section, USCG Aircraft
  Repair & Supply Center, Elizabeth City, NC  27909-5001
SUBJECT: B--IMPLEMENTATION OF A 2D MATRIX BAR CODING SYSTEM FOR
  UTILIZATION ON AIRCRAFT COMPONENTS
SOL DTCG38-97-R-300002
DUE 012297
POC Contact Ms. Vergie Hall, Contract Specialist, 919-335-6642/Mrs.
  Martha Hebrew, Contracting Officer, 919-335-6557
DESC: Implementation of a 2D matrix symbol marking system for
  flight critical components with various material types and
  surfaces which have been identified by ARSC and OEM.  Contractor
  to provide key personnel, all tooling, material and equipment
  involved for this effort as well as being required to have
  the availability of adequate laboratories, test facilities,
  test and evaluation equipment, and established procedures to
  perform all required research, analysis, tests, and investigations
  to develop and implement the requirement.  This will be a 6
  month pilot project performed at ARSC, Elizabeth City, NC,
  and possibly will require a trip either to Savannah, GA, or
  New Orleans, LA, to be completed no later than August 1997.
   Contractor will be required to train 6 to 12 ARSC personnel
  to support 2D matrix symbol marking of components.  It is anticipated
  that a Best Value, Time and Materials contract will be awarded.
   Request for solicitation must be in writing.  Facsimiles are
  acceptable (919-335-6496).  Telephone requests will not be
  honored.  NOTICE:  For Minority, Women-Owned and Disadvantaged
  Business Enterprise:  The Department of Transportation (DOT),
  Office of Small and Disadvantaged Business Utilization (OSDBU),
  has a program to assist minority, women-owned, and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for ?transportation-related contracts. Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
  The maximum line of credit it $500,000.  For further information
  and applicable forms concerning the STLP, please call the ASDBU
  at 800-532-1169.  See Note 26.
CITE: (I-354 SN013831)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: National Institute of Environmental Health Sciences,
  Contracts and Procurement Management Branch, 4401 Research
  Commons Building, 79 Alexander Drive, P. O. Box 12874, Research
  Triangle Park, NC 27709
SUBJECT: B--ANALYZE SERUM SPECIMENS FOR PCB'S
SOL MK84548
DUE 010397
POC Contact Mary Kimble, Contract Officer, (919) 541-0388
DESC: NIEHS is interested in obtaining analysis of serum specimens
  for PCB's.  The period of performance shall be February 25,
  1997 through June 25, 1997.  NIEHS is negotiating with Pacific
  Toxicology as a sole source under the authority of 41 U.S.C.
  253(c)(1).  The justification for this determination is based
  upon and maintain research integrity.  The results from a previous
  pilot study will be combined from the present pilot study assuring
  that the combined results are comparable and can be analyzed
  together.  Should information be desired with regard to the
  acquisition, contact the Contracting Officer at (919) 541-0388.
  An RFP document is not currently available.  Note 22 provides
  detailed response instructions.  See Note 22.
CITE: (I-354 SN013985)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential
  Sources Sought
OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE
  STREET, ST LOUIS MO 63103-2833
SUBJECT: B--CURATION AND COLLECTIONS MANAGEMENT SERVICES (INDEFINITE
  QUANTITY)
SOL PD0000-4320-0011 A
POC Contract Specialist DEBORAH A. KREMS (314) 331-8515 (Site
  Code DACW43)
DESC: The St. Louis District, Corps of Engineers, intends to
  do an outside the scope supplemental agreement with R. Christopher
  Goodwin & Associates Incorporated, Contract No. DACW43-95-D-0512.
  This is an indefinite delivery contract for curation and colletion
  Management Services for all Army and Corps of Engineers Archaeological
  Collections within Maine, Vermont, New Hampshire, New York,
  Connecticut, Massachusetts, Rhode Island, Pennsylvania, New
  Jersey, Ohio, Kentucky, West Virginia, District of Columbia,Maryland,
  Delaware, Virginia, Tennessee, North Carolina, South Carolina,
  Alabama, Mississippi, Georgia, and Florida. The proposed modification
  (outside the scope) is to change "Army and Corps of Engineers"
  to "Army, MACOMS, DOD Services and Agencies, and other Federal,
  State and local Government agencies." See Note 22.
CITE: (I-354 SN013808)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential
  Sources Sought
OFFADD: Bucks County Planning Commission, The Almshouse, Neshaminy
  Manor Center, Doylestown, PA 18901
SUBJECT: B--BUCKS COUNTY OTTER CREEK WATERSHED STORMWATER MANAGEMENT
  AND FLOOD CONTROL STUDY
DUE 012497
POC Bucks County Planning Commission, (215) 345-3400.
DESC: The County of Bucks (Pennsylvania) in cooperation with
  the townships of Bristol, Falls, and Middletown and Bristol
  Borough request qualifications statements and study proposals
  from professional engineering firms interested in preparing
  a stormwater management and flood control study of the Otter
  Creek watershed. The RFQ/P will be available December 31, 1996.
  In order to be considered, responses are to be received by
  4:30 p.m., January 24, 1997, in the office listed below: Robert
  E. Moore, Executive Director, Bucks County Planning Commission,
  The Almshouse, Neshaminy Manor Center, Doylestown, PA 18901,
  (215) 345-3400. In order that consulting engineering firms
  now serving  as the official municipal engineer may continue
  to provide the participating governments with the benefit of
  their designation, they are specifically excluded from this
  solicitation.
CITE: (M-354 SN013862)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Contracting Officer, Naval Facilities Engineering Command,
  Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington
  Navy Yard, Bldg. 212, 901 M Street, SE, Washington, DC  20374-5018
SUBJECT: C--MODIFIED SYNOPSIS - HOUSING REVITALIZATION, U.S.
  NAVAL ACADEMY, ANNAPOLIS, MARYLAND
SOL N62477-97-C-0015
DUE 011397
POC Contact Randolph Jones, 202-685-3152/Deborah Grant, KO, 202-685-3166
DESC: The subject project which appeared in the 09 December 1996
  issue of the Commerce Business Daily is hereby modified as
  follows:  after the sentence reading  "Information in the cover
  letter and any other attachments will not be included in the
  official selection process", add  "Submit the SF 254 and SF
  255 to the mail room in the EFA Chesapeake building, Building
  212, by 3:30 p.m. on the due date." After the sentence reading
   "The small disadvantaged business set-aside goal in that subcontracting
  plan shall not be less than 5 percent of the subcontracted
  work",  add  "This set-aside goal of not less than 5 percent
  also applies to women-owned small business concerns."  The
  due date is extended to close of business on 13 January 1997.
   All other information publicized in the original synopsis
  is correct.  Contracting Officer, Naval Facilities Engineering
  Command, Engineering Field Activity Chesapeake (Attn: Code
  02AE), Washington Navy Yard, Building 212, 901 M Street SE,
  Washington, DC 20374-5018
CITE: (I-354 SN013867)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Commanding Officer, Engineering Field Activity West,
  900 Commodore Dr. San Bruno, CA 94066-5006
SUBJECT: C--ENVIRONMENTAL ENGINEERING SERVICES FOR PROJECTS IN
  CALIFORNIA, UTAH AND NEVADA AREAS
SOL N62474-96-D-6115
DUE 120596
POC Points of contacts and Contracting Officers are Sunny Drennan
  and Catherine B. Morris at FAX (415) 244-2440.
DESC: This is a modification to the synopsis which was published
  in the Commerce Business Daily on 5 December 1996. This synopsis
  is to clarify the SF 254 and 255 due date and the period considered
  for DOD awards. In line four of the synopsis, delete . . .
  . . Due 120396 and insert in its place, . . . . . . Due 020597
  . . . . . . In the demonstration of VOLUME OF WORK, delete
  . . . . . . DOD awards in the past five years and insert in
  its place, . . . . . . DOD awards during the period 1 October
  1995 through 30 September 1996.
CITE: (I-354 SN013872)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Eng. Ali El-Desouky, Central Department Chief (CDC) of
  Administration, Stores and Purchases, An Action for the USAID
  program.
SUBJECT: C--NETWORK OPERATIONS CENTER, TELECOMMUNICATION SECTOR
  SUPPORT (TSS) PROJECT, ARENTO, EGYPT
SOL N/A
POC Contact Points: 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. Correction: This action
  originally publicized in the CBD dated 10 December 1996. Delete
  the following paragraph: (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. And replace
  it with the following: "(b) Confirm that the firm, and all
  computer hardware, software and related telecommunications
  equipment provided for the NOC project will conform with the
  USAID requirements for "nationality", "source", "origin", and
  "componentry", as set forth in Title 22 of the Code of Federal
  Regulations, part 228 (22 CFR Part 228). In accordance with
  USAID regulations, the designated USAID Geographic Code for
  all NOC project requirements funded by USAID shall be 000 (USA)."
  All other information publicized in the original synopsis is
  correct.
CITE: (I-354 SN013875)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: USDA - Forest Service, Ottawa National Forest, E6248
  U.S. 2, Ironwood, MI 49938
SUBJECT: C--A&E - ENVIRONMENTAL IDIQ (INDEFINITE-DELIVERY INDEFINITE-QUANTITY)
SOL R9Z-97-05-SS
DUE 011797
POC For technical information contact Rick Kell at 906-932-1330;
  For contractual information contact Janet Peterson at 715-362-1168
DESC: The work contemplated for this contract includes environmental
  engineering services for the investigation, design and inspection
  of projects involving hazardous materials (HAZMAT) within the
  seven National Forests and at the North Central Forest Experiment
  Station sites located in the states of Michigan, Minnesota
  and Wisconsin. Work may occasionally be performed outside of
  these states and for other federal agencies. Projects may include
  environmental investigations of hazardous waste sites, emergency
  response to hazardous spills, remediation plan preparation,
  remedial cleanup, PRP searches, environmental property assessments,
  sewer and water system design, geotechnical and geophysical
  exploration of sites, training, CERCLA and NEPA document preparation,
  perform Natural Resource Damage Assessments in accordance with
  established federal guidelines, and various other special engineering
  projects. Due to the variety of projects anticipated, the selected
  firm(s) must possess a wide range of professional services
  including environmental engineering, civil engineering, geotechnical
  engineering, geology, hydrogeology, botany, biology, and public
  affairs. The selected firm(s) will be required to possess the
  necessary permits, registrations and licenses that may be required
  to carry out the tasks ordered under this contract. The firm(s)
  shall have a broad range of experience with environmental projects
  performed in accordance with the National Contingency Plan,
  40 CFR 300, and under state authorities in Minnesota, Wisconsin
  and Michigan. Award of the contract is planned for on or about
  May 1, 1997, for a base period of one year with four optional,
  1-year extensions. The services ordered under this contract
  will be Fixed Price. In order to receive further consideration,
  the applicant must submit Standard Form (SF) 254 and SF 255
  addressing the basic evaluation criteria in NOTE 24, substituting
  USDA Forest Service where the Department of Defense is shown.
  Additional criteria to be evaluated include: (6) Demonstrated
  success in prescribing the use of recovered materials and achieving
  waste reduction and energy efficiency in facility design. (7)
  Computer-assisted design capability and capacity (where such
  design is required). The following information is required
  to supplement the SF 254 and SF 255: (a) In Block 4 on SF 255,
  list ONLY people employed by the office submitting the form
  that will be responsible for the fulfillment of the work, exclusive
  of any subcontractor or branch offices. (b) In Block 8 on SF
  255, list applicable experience in the states listed above
  that the firm has COMPLETED to the SATISFACTION of the applicable
  STATE or FEDERAL agency within the last 5 years. (c) In Block
  6 of SF 255, identify discipline/service to be supplied by
  each branch office or subcontractor, including the number of
  individuals employed by each. (d) Firms must have either in-house
  or through association with qualified subcontractors and/or
  consultants, the normal staff and equipment to handle any task
  so ordered. (e) Indicate the location of firm in relation to
  the following cities: Cass Lake, Minnesota; Duluth, Minnesota;
  Park Falls, Wisconsin; Rhinelander, Wisconsin; Ironwood, Michigan;
  Escanaba, Michigan; and Cadillac, Michigan. Include the location
  of any branch offices, subcontractors or laboratories that
  will be involved. Unnecessarily elaborate proposals beyond
  that required to present a complete, concise, and effective
  response are not desired. The estimated volume of work is unknown;
  however, a guaranteed amount of $5,000 will be ordered annually.
  No single task order will exceed $500,000. Annual orders will
  not exceed $1,000,000. Typical delivery orders will range between
  $10,000 and $70,000. See Note(s): 24.
CITE: (I-354 SN013876)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Commanding Officer, Engineering Field Activity West,
  900 Commodore Dr. San Bruno, CA 94066-5006
SUBJECT: C--ENVIRONMENTAL ENGINEERING SERVICES FOR PROJECTS IN
  CALIFORNIA, UTAH AND NEVADA AREAS
SOL N62474-96-D-6115
DUE 120596
POC Points of contacts and Contracting Officers are Sunny Drennan
  and Catherine B. Morris at FAX (415) 244-2440.
DESC: This is a modification to the synopsis which was published
  in the Commerce Business Daily on 5 December 1996. This synopsis
  is to clarify the SF 254 and 255 due date and the period considered
  for DOD awards. In line four of the synopsis, delete . . .
  . . Due 120396 and insert in its place, . . . . . . Due 020597
  . . . . . . In the demonstration of VOLUME OF WORK, delete
  . . . . . . DOD awards in the past five years and insert in
  its place, . . . . . . DOD awards during the period 1 October
  1995 through 30 September 1996.
CITE: (I-354 SN013878)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Contracting Officer, Naval Facilities Engineering Command,
  Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington
  Navy Yard, Bldg. 212, 901 M Street, SE, Washington, DC  20374-5018
SUBJECT: C--MODIFIED SYNOPSIS - INDEFINITE QUANTITY CONTRACT
  FOR CRITICAL PATH METHOD, SCHEDULING AND ANALYSIS, VARIOUS
  LOCATIONS, ENGINEERING FIELD ACTIVITY CHESAPEAKE
SOL N62477-97-D-0016
DUE 011497
POC Contact Randolph Jones, 202-685-3152/Deborah Grant, KO, 202-685-3166
DESC: The subject project which appeared in the 09 December 1996
  issue of the Commerce Business Daily is hereby modified as
  follows: after the sentence reading "Information in the cover
  letter and any other attachments will not be included in the
  official selection process", add "Submit the SF 254 and SF
  255 to the mail room in the EFA Chesapeake building, Building
  212, by 3:30 p.m. on the due date." The due date is extended
  to close of business on 14 January 1997. All other information
  publicized in the original synopsis is correct. Contracting
  Officer, Naval Facilities Engineering Command, Engineering
  Field Activity Chesapeake (Attn: Code 02AE), Washington Navy
  Yard, Building 212, 901 M Street SE, Washington, DC  20374-5018
CITE: (I-354 SN013984)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Portsmouth Naval Shipyard, Facilities and Maintenance
  Department, Bldg. 237, Code 914VC, Portsmouth, NH 03804-5000
SUBJECT: C--MARINE ENGINEERING SERVICES-1997
SOL N62472-97-D-6517
DUE 021297
POC Point of Contact-Vivian A. Carignan, Contract Specialist,
  (207)438-5549
DESC: Scope of Services:  Architectural and engineering services
  at the Portsmouth Naval Shipyard, Kittery, ME for an indefinite
  quantity contract for the preparation of contract drawings,
  specifications prepared using the SPECSINTACT system, design
  analyses, cost estimates, and AutoCAD compatible disks.  Post
  construction award options such as shop drawing review/approval,
  consultation during construction and Title II inspection may
  be included.  There will be no dollar limit per project.  The
  total fee that may be paid under this contract (including the
  option year) will not exceed $500,000.  The duration of this
  contract will be for one year from the date of the initial
  contract award with an option for one additional one-year period
  which may be exercised at the discretion of the Government
  subject to workload and/or satisfaction of A/E performance
  under the subject contract.  Asbestos/lead paint may be encountered
  during design of all projects under this contract.  The Government
  will perform all sampling and testing of these materials and
  provide all technical specifications required.  The A/E shall
  identify these areas on contract drawings, quantify the removals
  required, and retain the services of an Industrial Hygienist
  if necessary to assist in the preparation of cost estimates.
   Initial Project:  Provide professional marine engineering
  services for the preparation of contract drawings, specifications
  using the SPECSINTACT system, design analysis, cost estimates,
  and AutoCAD compatible disks to repair Berth 5 which may involve,
  but not be limited to, granite quay wall, salt water intake
  tunnel and access manhole, electrical manhole, and erorion
  control to prevent mechanical / electrical utility services
  from being undermined.  Design support services will include
  civil, mechanical, electrical, and potentially architectural
  work.  SF254/255 package must clearly address all of these
  design support services.  This initial project will be the
  guaranteed minimum for this contract.  Follow-on design projects,
  which may be added to the contract for a period of one year
  from the date of award, may include similar work along with
  repairs to timber wharves, steel H-piles, concrete pile cap
  / decking, sheet pile cellular cofferdams, and other marine
  related work.  Significant Evaluation Factors (in order of
  importance): (a) qualifications and recent experience of people
  (including on staff and/or subconsultant divers) with respect
  to repairing marine structures, (b) past performance with respect
  to quality of work and compliance with performance schedules
  and cost constraints, (c) location of the firm in the general
  geographical area of the project and knowledge of the locality,
  (d) past experience, if any, with respect to performance on
  Department of Defense contracts, (e) present workload and ability
  to accomplish work within the required time frame, and (f)
  volume of work awarded by the Department of Defense within
  the last 12 months.  Contract No.: N62472-97-D-6517 (number
  must be cited on SF 255) Type of Contract: Firm Fixed Price.
   Estimated Start Date: June 1997.   Estimated Completion Date:
  June 1998.  Estimated Cost of Construction: $50,000 - $4,000,000
  Per Project.  A/E firms which meet the requirements described
  in this announcement are invited to submit complete, updated
  SF 254 and SF 255 forms.  Submit one copy of each form no later
  than 12 February 1997.  No material will be returned.  Clearly
  show qualifications, relative experience, and office location
  of the Project Manager and key individuals who will be assigned
  to this contract, including those who will be providing design
  support services.  If the Government Board cannot clearly identify
  the key individuals who will be assigned to this contract,
  the firm will not be short listed.  Specifically address each
  significant evaluation factor listed above.  This is not a
  request for proposal.  See Note 24.
EMAILADD: vac_c910@ports.navy.mil
EMAILDESC: 
CITE: (D-354 SN013729)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: USPFO for Oklahoma, Okla National Guard, 3535 Military
  Circle, Okla City, OK 73111
SUBJECT: C--ARCHITECT ENGINEER SERVICES FOR A BASE WIDE ENERGY
  AUDIT PROJECT. PROJECT: XHZG942990, TULSA, AIR NATIONAL GUARD
  BASE, TULSA, OK
SOL DAHA34-97-R-0004
DUE 020797
POC Contracting Officer: Capt John Venaglia, (405) 425-8346,
  Base Civil Engineer, Capt John Blickensderfer, (918) 832-8285.
DESC: The Government intends to enter into a firm fixed priced
  contract for Professional (investigative) Architect Engineer
  Services for a base wide Energy Audit Project. This project
  comprises identifying the current energy and water consumption
  levels and profiles for a variety of commercial and industrial
  type buildings, facilities, and systems. The project will also
  include identification of all cost-effective system and facility
  modifications, adjustments, alterations, additions, and retrofits.
  All Demand Side Management (DSM) programs available through
  servicing utility companies shall be investigated and used,
  or recommended, as appropriate. The AE shall   provide pertinent
  drawings on ACAD Version 13 and documents in Microsoft Word
  6.0 or compatible files. The Government will negotiate these
  professional services. The duration of the contract will be
  90 (ninety) days. Estimated start date is March 15, 1997. The
  total estimated cost for the project is between twenty-five
  thousand and one hundred thousand dollars. The work will be
  performed for the Oklahoma Air National Guard located at the
  Tulsa Air National Guard Base, Tulsa, Oklahoma. Interested
  firms will be evaluated based on the following revised criteria
  in order of precedence: (1) Professional Qualifications; (2)
  Specialized Experience and Technical Competence necessary 
   for satisfactory performance of required services; (3) Capacity
  to Accomplish Work in Required Time; (4) Past Performance on
  contracts with Government agencies and private industry in
  terms of cost control, quality of work, and compliance with
  performance schedules; (5) Location in the general geographical
  area of the project and knowledge of the locality of the project;
  provided, that application of this criterion leaves an appropriate
  number of qualified firms, given the nature and size of the
  project; and (6) Demonstrated success in Prescribing the use
  of recovered & materials and achieving Waste reduction & energy
  efficiency in facility design (if applicable). Type "B" and
  "C" services are   not within the scope of this requirement.
  Firms wishing to be considered shall submit Federal Standard
  Form (SF) 254 and SF 255 to the Contracting Officer not later
  than 4:00 p.m. local time on January 22, 1997, or thirty days
  after the date this announcement is first published in the
  Commerce Business Daily, whichever date is later. Telegraphic
  and facsimile SF's 254/255 will not be accepted. See Notes
  number 1, and 24. This is a restricted acquisition open to
  small businesses only. This is not a Request For Proposal.
CITE: (M-354 SN013739)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DISA-DITCO/DTS42, 2300 East Drive, Bldg 3600, Scott AFB,
  IL 62225-5406
SUBJECT: D--SOFTWARE LICENSE RENEWAL/MAINTENANCE
SOL N/A
DUE 010397
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 Compuware Corporation, 7475 Wisconsin Avenue, Suite 300,
  Bethesda, MD  20814 for the acquisition of Hiperstation software
  CPU License Upgrade from (DLA CPU) Amdahl 5870, Group B, Serial
  # 910254 to an (DMC Columbus CPU) Amdahl 5595-8670M, Group
  G, Serial #78002415 and increase three months maintenance coverage
  from ( 1 Jul 97 to 30 Sep 97) for the period 3 Jan 97 thru
  2 Jan 98.  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
  Compuware Corporation software product must indicate their
  interest within 15 days of this advertisement.  Oral communications
  are not acceptable.  Facsimile number is (618)256-9414.  Estimated
  date of award is 3 Jan 97.  No quotations/proposals received
  in response to this notice since this synopsis cananot 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-354 SN013730)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Internal Revenue Service, A/C PROCUREMENT M:P 7TH FLOOR,
  6009 OXON HILL ROAD, OXON HILL, MD 20745
SUBJECT: D--SUBSCRIPTION TO FEDERAL EMPLOYMENT DATA SYSTEM
SOL TIRNO97H00003
DUE 123096
POC Contract Specialist, Glen Haskins-Whitehead, 202-283-1514
DESC: Internal Revenue Service (IRS) proposes to enter into a
  sole-source contract with Potomac Systems, Inc. of Alexandria,
  VA, for access to the on-line system designed for the researching
  of federal employment case law, statues, regulations, and relatedmaterials.
  This contract will be a base year with four option years. The
  Standard Industrial Code (SIC) is 7375 and the Federal Procurement
  Data Systems Code will be 0317. Note #22 applies to this requirement.
CITE: (I-354 SN013806)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Eng. El-Desouky, Central Department Chief (CDC) of Administration,
  Stores and Purchases, An action for the USAID program.
SUBJECT: D--NETWORK OPERATIONS CENTER, TELECOMMUNICATION SECTOR
  SUPPORT (TSS) PROJECT, ARENTO, EGYPT
SOL N/A
POC Contact Points: 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. Correction: This action
  originally publicized in the CBD dated 10 December 1996. Delete
  the following paragraph: (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. And replace
  it with the following: "(b) Confirm that the firm, and all
  computer hardware, software and related telecommunications
  equipment provided for the NOC project will conform with the
  USAID requirements for "nationality", "source", "origin", and
  "componentry", as set forth in Title 22 of the Code of Federal
  Regulations, part 228 (22 CFR Part 228). In accordance with
  USAID regulations, the designated USAID Geographic Code for
  all NOC project requirements funded by USAID shall be 000 (USA)."
  All other information publicized in the original synopsis is
  correct.
CITE: (I-354 SN013874)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: 38lS/LGCX, 4022 Hilltop Rd Ste 211, Tinker AFB OK 73145-2713
SUBJECT: D--LOCAL EXCHANGE SERVICE AT LOS ANGELES AFB CA
SOL N/A
POC Tomma Hofegartner, Contract Specialist, 405-734-9297
DESC:  This is a sources sought market survey synopsis for vendors
  certified by the California Public Utility Commission to provide
  local telephone exchange services.  The primary service requirement
  is local access trunking, commercial business lines, transport
  channel services, and related functions at Los Angeles Air
  Force Base, located in El Segundo County, CA.  These exchange
  services do not include residential or business services for
  non-government entities or customers such as residential service
  for service members and their families or non-government contractors
  collocated with Los Angeles AFB.  Los Angeles AFB is presently
  serviced by exchange (310)-363 provided by Pacific Bell Tel
  Co.  The current quantity of direct in-dial and out-dial exchange
  access trunks serving Los Angeles AFB is 144.  This quantity
  may expand due to additional service requirements.  Additional
  trunking to TRW Inc (1 DS1).  Aerospace Corp (1 DS1), Ft. McArthur
  (1 DS1), and Special Forces (1 DS1) is required.  These facilities
  are assignable at the base and simply require the leasing of
  a T-1 line.  Los Angeles AFB currently uses 8000 direct in-dial
  station numbers from (310)-362.  Local calling access for Los
  Angeles AFB is needed to the exchange located in Hawthorne
  CA.  Local exchange services are required to enable Government
  users to access the following:  local and intra-LATA exchange
  areas, and interconnection with inter-LATA exchange carriers.
   The local exchange service shall include direct in-dial trunking
  to the Government telephone switching system (NTI SL1-XT).
   The vendor shall provide number portability for the current
  exchange DID numbers.  Requirements for new hundred levels
  shall be within the existing NXX until exhausted.  The vendor
  shall have the ability to acquire additional DID station numbers.
   Access to the local exchange shall include Emergency 911 services
  and functions.  The vendor shall provide access to directory
  number information, e.g., NPA-555-1212 or 411.  The vendor
  shall provide access to operator services for subscriber line
  verification or barge-in, extend to long distance providers
  and assistance with other exchange access functions.  Interconnection
  of the local exchange service shall be provided by analog and
  digital trunks.  Trunking connections for 4-wire E&M Type 1
  or 2-wire dial repeating, digital (1.544Mbps) to provide E&M,
  and foreign exchange/local exchange wink start are needed.
   The vendor shall provide analog business lines and ISDN BRI
  digital line terminations.  The vendor shall provide transport
  services within the local exchange area at data rates expected
  to range from low speed analog voice bandwidth to conditioned
  data channels supporting 56Kbps and digital stream ranging
  from DS1, SD3 to SONET OC-3 rates.  Migration of SONET to next
  higher transmission rates is an expected growth plan.  Transport
  services may be provided to the designated demarcation point
  or may be extended to the end users.  Dynamic allocation of
  bandwidth is expected to be a future use of the local exchange
  connection facilities.  Termination of lines and trunks (analog
  and digital facilities) shall meet via network loss constraints
  to maintain an acceptable engineered transmission level to
  the user.  Reliability of facilities and equipment are concerns
  of the vendor.  The Government may require periodic traffic
  study data.  Expected channel availability rate of 99.98% or
  greater is needed.  The quality of these channels shall meet
  or exceed industry standards for maximum noise levels, loss
  and echo.  Demarcation of exchange access lines, private line
  channels, and trunks shall be at the switching system room.
   Termination of digital circuits shall permit craft personnel
  to access by patch cords.  Demarcation of business lines shall
  be on the distributed frame (including BR1(ISND)U-Loop).  The
  vendor shall provide and arrange billing in monthly increments
  itemized by pilot directory number, by service type and area
  codes.  Billing shall be provided in paper format and magnetic
  media formatted for sorting and printing by the Government
  to distribute to tenants for verification and certification.
   The billing shall be separable by grouping of directory numbers
  or by individual directory numbers for distribution by these
  users.  Firms interested in providing for the Los Angeles
  AFB CA, local exchange services and media requirements are
  requested to provide a summary of technical and financial information
  concerning their certifications (by type, i.e., facility or
  non-facility based by service area), applicable tariffs, capabilities,
  experience (current services or contracts to include points
  of contact), hardware assets and access to switched services
  and corporate background in the telecommunications industry.
   Offerors must provide specific information as to how the services
  listed in this synopsis would or could be satisfied. Only firms
  submitting acceptable technical and financial statements or
  resumes will be solicited or considered for competitive proposals
  or evaluation and selection under multiple tariffed services.
   Responses should be limited to approximately 25 pages or less.
   All replies should be forwarded to the contracting officer.
    Sources sought announcements are placed on the 38EIW Homepage,
  https://www.eiw38.af.mil/contracting/lgcx/lgcx.htm under the
  Specialized Contracting Section. CSA Branch.  All questions
  and replies should be forwarded to the contracting officer
  38LS/LGCX, Attn:  Ms Cathy Summers, 4022 Hilltop Road, Suite
  204, Tinker AFB OK 73145-2713, telephone:  (405) 734-9297,
  FAX:  (405) 734-9537, or e-mail: Cathy.Summers@mailgate.eiw38.af.mil.
   Responses to the synopsis are due by 22 Jan 97. 
CITE: (W-354 SN013793)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: 38lS/LGCX, 4022 Hilltop Rd Ste 211, Tinker AFB OK 73145-2713
SUBJECT: D--LOCAL EXCHANGE SERVICE FOR USAF RECRUITING OFFICE,
  ALBUQUERQUE, NM 87112-5954
SOL N/A
DUE 012397
POC Jackie Catrow, Contract Specialist, 38 LS/LGCX, 405 734-9759
DESC:  This is a sources sought market survey synopsis for vendors
  certified by the New Mexico Public Utility Commission to provide
  local telephone exchange services.  The primary service requirement
  is local access commercial business lines and related functions
  at the USAF Recruiting Station located Albuquerque, New Mexico.
   These exchange services do not include residential or business
  services for non-government entities co-located with the USAF
  Recruiting Station.  This USAF Recruiting Office is presently
  serviced by exchange (505) 292-xxxx provided by US West Communication
  Inc. The current business lines and transport channel service
  serving this Recruiting Office are 3 and 1 respectively.  
  Local exchange services are required to enable Government users
  to access the following: local and intra-LATA exchange areas,
  and interconnection with inter-LATA exchange carriers.   The
  local exchange service shall include business centrex software
  and features, such as DTMF dialing, call forwarding, caller
  ID and/or voice mail.  The vendor shall provide number portability
  for the current directory  numbers.  Requirements for new directory
  numbers shall be within the existing NXX until exhausted. 
  Access to the local exchange shall include Emergency 911 services
  and functions.  The vendor shall provide access to directory
  number information, e.g. NPA-555-1212  or 411.  The vendor
  shall provide access to operator services for subscriber line
  verification or barge-in, extend to long distance providers,
  and assistance with other exchange access functions.  Demarcation
  of commercial business lines shall be at the recruiting office
  and shall include the end instrument.  If ISDN BRI are installed,
  the U-Loop shall be extendible into the Recruiting Office to
  install NT1 interfaces.   The vendor shall provide and arrange
  billing in monthly increments itemized by directory number.
   Billing shall be provided in paper format.  Firms interested
  in providing local exchange services for the USAF Recruiting
  Station in Albuquerque, New Mexico are requested to provide
  a summary of technical and financial information concerning
  their certifications (by type i.e., facility or non-facility
  based by service area), applicable tariffs, capabilities, experience
  (current services or contracts to include points of contact),
  hardware assets and access to switched services and corporate
  background in the telecommunications industry.  Offerors must
  provide specific information as to how the services listed
  in this synopsis would or could be satisfied.  Only firms submitting
  acceptable technical and financial statements or resumes will
  be solicited or considered for competitive proposals or evaluation
  and selection under multiple tariffed services.  Responses
  should be limited to approximately 25 pages or less.  All replies
  should be forwarded to the contracting officer.  Sources
  Sought announcements are placed on the 38EIW Homepage, https://www.eiw38.af.mil/contracting/lgcx/lgcx.htm
  under the Specialized Contracting Section, CSA Branch.  All
  questions and replies should be forwarded to the contracting
  officer 38LS/LGCX, Attn: Ms. Cathy Summers, 4022 Hilltop Road,
  Ste 204, Tinker AFB, OK 73145-2713, Ph 405-734-9297 (Fax 405-734-9537)
  or e-mail Cathy.Summers@mailgate.eiw38.af.mil.  Responses to
  the synopsis are due 23 JAN 97.  
CITE: (W-354 SN013847)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: Department Of Transportation, Transportation Administrative
  Service Center, (tasc) Acquisition Services, Svc-180, 400 7th
  Sw. Room 9413, Washingto
SUBJECT: D--TELEPHONE SURVEYS REGARDING PAST PERFORMANCES EVALUATIONS
SOL DTTO59-97-R-00003
DUE 010397
POC Alma Frye,202-366-4977
DESC: THE DEPARTMENT OF TRANSPORTATION (DOT) TASC IS INTERESTED
  IN IDENTIFYING POTENTIAL SOURCES TO CONDUCT TELEPHONE SURVEYS
  OF CONTRACTOR'S PAST PERFORMANCE. SURVEYS WOULD BE CONDUCTED
  OF PAST PERFORMANCE INFORMATION SUBMITTED BY OFFERORS RESPONDING
  TO GOVERNMENT SOLICITATIONS FOR VARIOUS SERVICES.  FIRMS ABLE
  TO CONDUCT THESE SURVEYS SHOULD INDICATE THEIR INTEREST BY
  SENDING A STATEMENT OF CAPABILITY AND OTHER RELEVANT INFORMATION.
   THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSED ONLY
  AND IS NOT AN RFP.  FIRMS MUST INDICATE WHETHER THEY ARE A
  LARGE BUSINESS, SMALL BUSINESS, OR 8(a) UNDER SIC CODE 7389.
   THIS IS NOT A REQUEST FOR PROPOSAL/QUOTATION AND DOES NOT
  CONSTITUTE A GOVERNMENT AGREEMENT TO CONTRACT.  THE GOVERNMENT
  DOES NOT INTEND TO PAY FOR INFORMATION FURNISHED TO RESPONSE
  HERETO.  RESPONSES ARE REQUIRED WITHIN 15 DAYS OF THE DATE
  OF THIS PUBLICATION.   
LINKURL: http:www.gov/ost/m60/dotrfp.html
LINKDESC: 
EMAILADD: alma.frye.tasc.dot.gov
EMAILDESC: 
CITE: (W-354 SN013868)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: E--Purchase of Structures and Facilities--Potential
  Sources Sought
OFFADD: National Transportation Safety Board, Office of Contracts
  & Procurement, 490 L'Enfant Plaza East, SW., Washington, DC
  20594
SUBJECT: E--PURCHASE OF STRUCTURE OR FACILITIES
POC Steve Bennett, (202) 314-6228/Barbara Bush, Contracting Officer,
  (202) 314-6220.
DESC: The National Transportation Safety Board is seeking responsible
  sources for hangar space for lease or rental. The hangar space
  shall have the following minimum specifications; 100 miles
  within the Washington/Baltimore metropolitan area, concrete
  block/metal structure, area of 130,000 square feet, depth of
  369 feet, door width of 312 feet, door height 60 feet, 2 floors,
  adjacent parking lot, floor shop of 7,000 square feet, floor
  15-18 inches composed of flexural strength cement, on top of
  4-5 feet structural, processed sand & gravel base compacted
  to 90% density, door openings extended to 312 feet. The structure
  shall have utility specifications of   operating sanitary &
  water facilities, air conditioning, electrical 120/208, smoke
  and heat detectors. The potential uses of such a facility shall
  be light/heavy manufacturing, warehousing, distribution, aircraft
  storage, maintenance, and refurbishment. All responsible offerors
  may submit literature which shall be considered by the NTSB.
  Literature can be mailed to: National Transportation Safety
  Board, Office of Contracts & Procurement, 490 L'Enfant Plaza
  East, SW., Washington, DC 20594, attn: Steve Bennett. Literature
  can be facsimile to telephone number (202) 314-6254. It is
  the government's interest only to seek available sources. This
  is not a request   for proposals, but only identify if a need
  for such a solicitation exists. Replies should be received
  within 15 days of this notice.
CITE: (M-354 SN013715)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Wallowa-Whitman National Forest, P.O. Box 907, Baker
  City, OR 97814
SUBJECT: F--TREE PLANTING
SOL R6-4-97-6
DUE 021797
POC Contracting Section, 541-523-1209.
DESC: This solicitation is to provide services for tree planting
  of Government-furnished tree seedlings on an estimated 8,477
  acres per contract specifications. The project is located on
  the Bear Valley, Burns, Long Creek, and Prairie City Ranger
  Districts of the Malheur National Forest, Grant and  Harney
  Counties, Oregon. An Oregon Farm/Forest Labor Contractor's
  License and a valid Migrant and Seasonal Agricultural Worker
  Protection Act Registration is required. Estimated start work
  date is April, 1997. See Note. 1.
CITE: (M-354 SN013716)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA - Forest Service, 4931 Broad River Road, Columbia,
  South Carolina 29210-4021
SUBJECT: F--AERIAL SEEDING AND FERTILIZATION
SOL IFB R8-12-97-13
DUE 012797
POC Contact Contracting Officer Delia K. Heath at (803) 561-4000
  for information. For solicitations and/or plans contact Ruby
  Little at (803) 561-4017.
DESC: The Sumter National Forest plans to contract for Aerial
  Seeding and Fertilization on approximately 981 acres on the
  Enoree Ranger District, Chester, Union, Newberry, Laurens and
  Fairfield Counties, South Carolina. The contractor shall furnish
  all equipment, materials, supervision, transportation, labor
  and supplies to aerial seed approximately 86 acres of National
  Forest Service land for wildlife and aerial fertilize approximately
  895 acres for soil and watershed improvement in accordance
  with the specifications and provisions of the solicitation.
  No materials, labor or supplies will be furnished by the Forest
  Service unless specifically identified in the "Government Furnished
  Property" clause.
CITE: (I-354 SN013752)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA, Forest Service, Kootenai National Forest, 506 U.S.
  Highway 2 West, Libby, Montana, 59923
SUBJECT: F--HAND TREE PLANTING
SOL RFP R1-14-97-014
POC Contracting, (406) 293-6211, Ext. 2274
DESC: Offers are being solicited for Hand Tree Planting on four
  ranger districts of the Kootenai National Forest in Lincoln
  and Sanders Counties, Montana and Bonner County, Idaho, for
  1997, with options to renew for one additional year. Contracts
  will be awarded by ranger district or by item. The project
  will consist of a range of hand tree planting as follows: Rexford
  Ranger District approx. 383,000 seedlings in the spring, approx.
  start date 5/5/97; complete 40 calendar days and 142,000 seedlings
  in the summer, approx. start date 6/30/97; complete 14 calendar
  days. The contract will have a renewal option for similar 1998
  requirements. Fortine Ranger District 168,000 seedlings in
  the spring and will include stake row installation and analysis,
  approx. start date 4/22/97; complete 30 calendar days. The
  contract will have a renewal option for similar 1998 requirements.
  Libby Ranger District 200 to 300 acres and approx. 218,000
  seedlings in the spring, approx. start date 4/15/97; complete
  40 calendar days. The contract will have a renewal option for
  similar 1998 requirements, but may also include some summer
  planting. Cabinet Ranger District 250 to 350 acres, approx.
  start date 5/5/97; complete 30 calendar days. The contract
  will have a renewal option for similar 1998 requirements. All
  responsible sources may submit an offer which will be considered.
  See Numbered Notes 1 and 26.
CITE: (I-354 SN013757)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA, Forest Service, Kootenai National Forest, 506 U.S.
  Highway 2 West, Libby, Montana, 59923
SUBJECT: F--TIMBER STAND EXAMINATIONS
SOL RFQ 14-97-019
DUE 022197
POC Contracting, (406) 293-6211, Ext. 2274
DESC: The Kootenai National Forest, Fortine Ranger District,
  Lincoln County, is soliciting quotations for Timber Stand Examinations.
  The project will have one item and consist of a range of 1000
  to 1350 combination plots. Issue date is 1/21/97. Estimated
  start work date is May 19, 1997. Complete by August 11, 1997.
  All responsible sources may submit an offer which shall be
  considered. See Numbered Notes 1 and 26.
CITE: (I-354 SN013769)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: HSC/PKV, 3207 North Road, Brooks AFB, TX 78235-5363
SUBJECT: F--MODIFICATION OF PREVIOUS SYNOPSIS PUBLISHED 12 DEC
  96, SUBJECT: WORLDWIDE FULL SERVICE ENVIRONMENTAL REMEDIAL
  ACTION EFFORTS WITH PARTIAL SMALL BUSINESS SET ASIDE  
SOL F41624-97-R-8003
POC Ms. Leticia Walton, Contract Specialist, (210) 536-6507
DESC: The purpose of this amendment is to change the CBD category
  from "C" to "F", and to announce the issuance of a draft Request
  For Proposal (RFP).  The Environmental Contracting Division
  (HSC/PKV), Brooks AFB, TX in support of the Air Force Center
  for Environmental Excellence (AFCEE) is preparing to release
  a Draft RFP for Worldwide Full Service Environmental Remedial
  Action efforts.  The services contemplated are for various
  environmental technologies necessary for compliance and restoration
  at sites in the United States and other locations worldwide.
   Formal source selection procedures will be followed in accordance
  with Air Force FAR Supplement, Appendix BB.  Multiple contract
  awards are anticipated with a total program value of $475 million.
   Specifically, four (4) worldwide contracts under full and
  open competition with a total program amount of $400 million
  and three (3) worldwide small business set aside contracts
  with a total program amount of $75 million will be awarded.
   The Standard Industrial Classification (SIC) code for this
  acquisition is 8744 with an applicable size standard of no
  more than 500 employees.  This size standard applies for the
  establishment of eligibility as a small business.  The contracts
  are contemplated to be Indefinite Delivery, Indefinite Quantity
  (IDIQ) with multiple contracting arrangements, i.e. FFP, CPAF,
  CPFF and T&M.  For purposes of FAR 52.219-14(b)(3), "Limitation
  on Subcontracting," the type of effort is construed as construction,
  therefore, "small business concerns must perform at least 15%
  of the cost of the contract, not including the cost of materials,
  with its own employees."  The Draft RFP is projected for release
  on or about 28 Jan 97.  Comments from industry to the draft
  RFP shall be due no later than 14 calendar days from the release
  date.  The Draft RFP will be issued via the SARAH page internet
  address:  http://www.brooks.af.mil/HSC/PKA/programs/ra/   The
  release date of the final RFP is on or about 10 Mar 97.  It
  is recommended that interested firms register at this address
  as information concerning this acquisition will be updated
  here.  Communication through this internet address is recommended.
   No hard copies for any portion of this acquisition are anticipated
  to be provided.  Questions should be directed to Leticia Walton,
  Contract Specialist, (210) 536-6507.  This announcement is
  based on the most current information available at this time.
   Further updates will be posted on the SARAH page.  
CITE: (W-354 SN013870)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: Department of Veterans Affairs, Great Lakes Healthcare
  Systems, Contract Service Center, Bldg. 5, 5000 West National
  Ave., Milwaukee WI 53295
SUBJECT: H--ELEVATOR INSPECTION SERVICES
SOL 69D-165-97
DUE 021497
POC Gloria Whitaker, Contracting Officer, (414) 384-2000x6917
DESC: Solicitation due date is extended to February 14, 1997,
  instead of December 27, 1996, for Elevator Inspection Services
  at the VA Medical Center, North Chicago, Illinois; Edward Hines
  VA Hospital, Hines, Illinois; West Side VA Medical Center,
  Chicago, Illinois; Clement J. Zablocki VA Medical Center, Milwaukee,
  Wisconsin; and the Wm. S. Middleton VA Hospital, Madison, Wisconsin.
  Requests for solicitation must be submitted in writing. No
  telephone requests will be accepted. Faxed requests are acceptable.
  Fax Number is (414) 382-5383.
CITE: (I-354 SN013877)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: J--MECHANICAL MAINTENANCE
SOL F42650-97-R-0031
DUE 020497
POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional
   information contact Jim Braddock/Pkoss/[801]775-2365
DESC: Contractor shall be required to provide all personnel,
   equipment, tools, materials, parts, supervision, engineering
  services, and any other items and/or services necessary to
  perform mechanical maintenance and repair of AC Units, Chillers,
  and Boilers located in building 891, OO-ALC. Only offerors
  who satisfy specific certifications and training requirements
  will be considered for award. These include, but not necessarily
  limited to, the following: 1. For the Trane CVHE-04G-AQ-4LC
  Centrifugal Chiller, CenTraVac Systems. Fundamentals certification,
  and CenTraVac UCP Controls certification. Contract Certification
  shall have been within the last 12 months. 2. Boiler power
  burner certification for installing, servicing commercial and
  industrial multi-fuel burners through a factory conducted training
  and certification course. Contractor certification shall have
  been with in the last 12 months. 3. Data-Aire Computer Room
  A/C Systems Factory authorized or Data-Aire Factory recommended
  installation, start-up and repair contractor, with the ability
  to secure and provide an Original Equipment Manufacture (OEM),
  propitiatory parts inventory. 4. Baltimore Air Coil (BAC) Industrial
  Fluid Cooling Units maintenance and repair expertise background/history.
  5. A current Universal EPA certification for handling and testing
  the Chemicals required to maintain the Computer Operations
  environmental support equipment. This procurement will be conducted
  using regular negotiated procedures. Contractor shall be required
  to submit certification documentation as evidence of compliance
  with their price proposal. Period of performance is expected
  to begin from the date of award through 30 Sep 97, with four
  option years. The approximate issue/response date will be 03
  Jan 97. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Request for copies of solicitations
  must reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. This proposed procurement
  is under a 100 percent small business set aside, SIC: 7699,
  the size standard of annual receipts of $5.0 million dollars.
  An Ombudsman has been appointed to hear concerns from offerors
  or potential offerors during the proposal development phase
  of this acquisition. The purpose of the Ombudsman is not to
  diminish the authority of the program director or contracting
  officer, but to communicate contractor, concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to the source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call Jack S. Jones if your
  concerns are not satisfied by the contracting officer (801)777-6991.
  See Note (s) 1.
CITE: (I-353 SN013407)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: J--TENSILE TESTER
SOL F42650-97-T-5562
DUE 012797
POC For copy, Dave J. Hamson/Pkosa/[801]777-0195, For additional
   information contact Dave J. Hamson/Pkosa/[801]777-0195
DESC: Yearly on-call maintenance, repair and calibration of one
  each  United, Model SFM-10 and one each United, model SFM-110
  Tensile Tester. Delivery: 30 Sep 97 Only known source with
  capability of performing repair/maintenance IAW manufacture
  specifications. The approximate issue/response date will be
  03 Jan 97. The anticipated award date will be 27 Jan 97. Oral
  procedure will be used for this solicitation. To: United Testing
  Systems Inc, Huntington Beach CA. All responsible sources solicited
  may submit a bid, proposal, or quotation which shall be considered.
  It is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Request for
  copies of solicitations must reference the entire solicitation
  number, including purchasing office identification number.
  To expedite your request, limit the number of individual solicitation
  numbers requested per letter to not more than 10. Don't request
  information on this requirement until after the issue date.
  An Ombudsman has been appointed to hear concerns from offerors
  or potential offerors during the proposal development phase
  of this acquisition. The purpose of the Ombudsman is not to
  diminish the authority of the program director or contracting
  officer, but to communicate contractor, concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to the source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call Jack S. Jones if your
  concerns are not satisfied by the contracting officer (801)777-6991.
CITE: (I-353 SN013408)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: J--CIRCUIT CARD ASSEMBLY
SOL F04606-97-Q-42034
DUE 020697
POC For copy, contact the info office indicated., For additional
   information contact Franks.2ab/Pklxa/[916]643-2827
DESC: Repair of 4 each Circuit Card Assemblies, NSN  5998-01-324-3352BM,
  P/N 722-00432-00-0, applicable to the AN/UMQ-13 No data available
  The approximate issue/response date will be 07 Jan 97. The
  anticipated award date will be 06 Mar 97. Written procedure
  will be used for this solicitation. To: MASSCOMP, One Technology
  Pk, Westford MA01886. To: Lockheed Martin Corporation, Austin
  Tx 78760-7100. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements.
CITE: (I-353 SN013410)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a, =  Tinker Air Force Base Ok 73145-3028
SUBJECT: J--LINEAR ELECTRICAL ACCELEROMETER =
SOL F34601-97-R-48313
DUE 021097
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Gregg May/Lidia/[405]739-4117
DESC: Solicitation will be issued to Allied Signal Inc, Teterboro,
  NJ, =  for a basic year requirements type contract with two
  one-year options and a 90 day option. The contractor shall
  provide all labor, tools, parts, materials, support equipment,
  facilities, and transportation to repair the following: Item
  0001: NSN: 6610-01-093-3356, P/N: 505001-1, Linear Electrical
  Accelerometer applicable to the F-15 aircraft. Estimated Qty:
  Basic Yr: 14 EA, Option I: 14 EA, Option II: 14 EA. The Accelerometer
  is a part of the Digital Readout Counter Set. The Counter Unit
  and the Accelerometer Unit operate together to measure vertical
  axis acceleration force. Accelerometer dimentions are: 3" long
  X 2.5" high X 1.25" wide. Material content: Non-Corrosive Alloy.
  Item 0002: Over and Above Work. Item 0003: Data. Required delivery:
  2 EA every 30 days ARO and Reps. Repair shall be in accordance
  with applicable Technical Orders listed in Appendix A. Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The requirements of
  FAR 9.202(A) have been completed and copies of the qualification
  requirements and standards may be obtained as described in
  the solicitation. These qualification requirements apply to
  line item(s) 0001 See Note 26 The approximate issue/response
  date will be 10 Jan 97. To: Allied-Signal Inc, Teterboro Nj
  07608-0000. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation.
CITE: (I-353 SN013434)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a, =  Tinker Air Force Base Ok 73145-3028
SUBJECT: J--LINEAR ELECTRICAL ACCELEROMETER =
SOL F34601-97-R-48314
DUE 021097
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Gregg May/Lidia/[405]739-4117
DESC: Solicitation will be issued to Systron-Donner Corp, Conord
  CA, =  for a basic year requirements type contract with two
  one-year options and a 90 day option. The contractor shall
  provide all labor, tools, parts, materials, support equipment,
  facilities, and transportation to repair the following: Item
  0001: NSN: 6610-00-525-3305, P/N: 4311A-12-P50, Linear Electrical
  Accelerometer applicable to the F-15 aircraft. Estimated Qty:
  Basic Yr: 49 EA, Option I: 51 EA, Option II: 50 EA. The Accelerometer
  is a part of the Digital Readout Counter Set. The Counter Unit
  and the Accelerometer operate together to measure vertical
  axis acceleration force. Accelerometer dimentions are: 3" long
  X 2.5" high X 1.25" wide. Material content: Non-Corrosive Alloy.
  Item 0002: Over and Above Work. Item 0003: Data. Required delivery:
  5 EA every 30 days ARO and reps. Repair shall be in accordance
  with applicable Technical Orders listed in Appendix A. Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The requirements of
  FAR 9.202(A) have been completed and copies of the qualification
  requirements and standards may be obtained as described in
  the solicitation. These qualification requirements apply to
  line item(s) 0001 See Note 26 The approximate issue/response
  date will be 10 Jan 97. To: Systron-Donner Corp, Concord Ca
  94518-1399. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation.
CITE: (I-353 SN013435)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: J--REPAIR OF CIRCULATOR
SOL F04606-97-Q-42086
DUE 020797
POC For copy, contact the info office indicated., For additional
   information contact Griswold.2ag/Pklxa/[916]643-4128
DESC: Repair of 18 each, circulators, part number 2056225-0701,
   applicable to the AN/FPS-85 for GEODDS. Ship to Eglin AFB
  FL and Kelly AFB TX. The approximate issue/response date will
  be 08 Jan 97. The anticipated award date will be 31 Mar 97.
  Written procedure will be used for this solicitation. To: Allied-Signal
  Corp, Baltimore Md 21286-5999. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 23.
CITE: (I-353 SN013441)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a, =  Tinker Air Force Base Ok 73145-3028
SUBJECT: J--CIRCUIT CARD =
SOL F34601-97-R-48321
DUE 022197
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Jim Mcneill/Lidia/[405]739-4408
DESC: J066 - A request for proposal will be issued to Honeywell
  Inc, =  Phoenix Az for the repair of component parts applicable
  to the C-135 and B-52 Aircraft. A Firm Fixed Price Requirement
  type contract for a period of one year plus two one-year Options
  and a 90-day Option is contemplated. Items to be repaired consist
  of the following: Item 0001: NSN; 6615-01-225- 3798, Noun:
  CCA, P/N: 8503546-901, Estimated Quantities are 1 each per
  year. Item Dimensions; 6" L x 6 " W x. 75" D. Material content;
  Various Electronic Components. Description and Function of
  Item; Digitizes pressure signals from the ADSU and sends digital
  signals to the FCSP. Item 0002: NSN: 6615-01-225-3799, Noun:
  CCA, P/N: 8503585-901. Eatimated Quantities are 1 each per
  year. Item Deminsions: 2" L x 6" W x, 75" D. Material Content:
  Various Electronic Components. Descriptioin and Function of
  Item: A/C 28VDC to filtered 5 VDC for the ACUS. Item 0003:
  NSN: 6615-01-225-8214, Noun: Sensor, P/N: 8503338-901. Estimated
  Quantities: Basic Year, 31 ea., Option I, 32 ea., Option II,
  31 ea., 90-Day Option, 9 ea. Item Dimensions: 4" H x 9" W x.
  75" D. Material Content: Various Electronic Components. Description
  and Function of Item: Senses exterior aircraft pressures and
  digitizes this information in a signal to the FCSP. Item 0004:
  NSN: 6615-01-225-8139, Noun: Processor, P/N: 8503419-904. Estimated
  Quantities: Basic year, 18 ea., Option I, 16 ea., Option II,
  16 ea., 90-Day Option, 6 ea. Item Dimensions: 11.5" W x 8"
  H x 19.85" L. Material content: Various Electronic Components>
  Description and Function of Item: Controls aircraft surfaces
  while in autopilot mode. Item 0005: NSN: 6615-01-225-0215,
  Noun: Processor, P/N: 8503419-903. Estimated Quantities: Basic
  Year, 41 ea., Option I, 37 ea., Option II, 46 ea., 90-Day Option,
  12 ea. Item Dimensions: 11.5" W x 8" H x 19.85" L. Material
  content: Various Electronics Components. Description and Function
  of Item: Controls aircract surfaces while in autopilot mode.
  Deliveries are to be made to FB2039, Tinker AFB OK. Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The requirements of
  FAR 9.202(A) have been completed and copies of the qualification
  requirements and standards may be obtained as described in
  the solicitation. These qualification requirements apply to
  line item(s) all all The approximate issue/response date will
  be 21 Jan 97. To: Honeywell Inc, Phoenix Az 85027-2837. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Note: An Ombudsman
  has been appointed to hear concerns from offerors or potential
  Offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. This acquisition
  involves technology that has a military or space application.
  The only US contractors who may participate are those that
  are certified and registered with the Defense Logistics Services
  Center (DLSC) (1=A9800=A9352=A93572) at the time of the request
  and have a legitimate business purpose. US contractors must
  submit with their request for solicitation a copy of their
  current, approved DD Form 2345 if obtained within the last
  60 days. If you do not have a cage code but you have a current
  certified DD Form 2345, you must submit your DD Form 2345 with
  your request. To request this certification, write to the Commander,
  United States/Canada Joint Certification Office, Defense Logistics
  Services Center, ATTN: DLSC=A9SBB, 74 Washington Avenue North,
  Battle Creek MI 49017=A93084 and request a copy of Department
  of Defense Form 2345 or call DLSC at the above number. The
  solicitation/data package will be mailed to the data custodian
  identified in block 3 of the DD Form 2345 in accordance with
  the current solicitation mailing process. The extent of foreign
  participation has not yet been determined. Nothing in this
  notice contradicts other restrictions, identified in the synopsis
  notice or solicitation, regarding eligible sources (e.g., if
  this is a small=A9business set=A9aside, foreign sources may
  not participate as potential prime contractors but could, if
  otherwise eligible, participate as subcontractors). See Note
  (s) 26.
CITE: (I-353 SN013446)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (VPL), MLCPAC, Coast Guard Island, Bldg. 50-7,
  Alameda, CA 94501-5100
SUBJECT: J--DRYDOCK AND REPAIR OF USCGC STEADFAST
SOL DTCG85-97-B-625L72
DUE 012897
POC Alison Schnitzer, Contracting Officer,at (510) 437-3378
DESC: Provide all labor and material necessary for the drydocking
  and repair of USCGC Steadfast.  All work to be performed at
  the Contractor's Facility.  Definite items include, but are
  not limited to, the following:  1)  Zinc Anode Renewal  2)
   Underwater Body Inspection and Preservation  3) Sea Valve
  and WasterPiece Overhaul  4)  Anchor Windlass Overhaul  5)
   Ground Tackle Overhaul  6)  Ultrasonic Hull Thickness measurement
   7)  Fathometer Transducer Renewal  8) Sewage Tank Cleaning
  and Inspection 9) Fuel Tank Cleaning and Inspection  10)  Poltable
  Water Tank Cleaning and Inspection  11)  Prop Shaft Mechanical
  Seal Replacement  12) CPP Maintenance  13) Evaporator Overhaul
  , Cleaning and Hydrostatic Test  14) Rudder/ Rudder Stock Maintenance
   15)  Steering Ram Repairs  16) Valve Renewal  17)  Waste Heat
  Piping Insulation Renewal  18)  MSB Davit Modification  19)
   Flight Deck Preservation  20)  Freeboard Preservation-- the
  cutter's homepier  is Astoria, Oregon. The vessel's Availability
  Schedule is 17 March 1997 thru 09 May 1997-- The proposed contract
  listed is open to large and small  businesses -- Plans and
  specifications  will be on or after 27 December 1996-- All
  responsible sources may submit a bid which shall be considered
  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 program to assist minority,  women-owned and disadvantaged
   business enterprises to acquire short-term working capital
  assistance for transportatio-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 th acquisition,
  contact the contracting official listed above. *****
LINKURL: N/A
LINKDESC: 
EMAILADD: Alison Schnitzer/MLCPAC@internet.uscg.mil
EMAILDESC: 
  Officer
CITE: (W-353 SN013493)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: General Services Administration, Public Buildings Service,
  Contracts Branch (5PMC, M/S 33-3), 230 South Dearborn Street,
  Room 3324, Chicago, Illinois 60604-1696
SUBJECT: J--MECHANICAL OPERATIONS AND MAINTENANCE SERVICE, FEDERAL
  BUILDING AND U.S. COURTHOUSE, 500 BARSTOW COMMONS, EAU CLAIRE,
  WISCONSIN
SOL GS05P97GAC0009
DUE 021197
POC Catherine Dean, Contract Specialist, 312/353-7598
DESC: Correction:  This action orginally publicized in the CBD
  dated 12/13/96, is a Request For Proposal.  The proposed contract
  is being procured on an unrestricted basis and is open to all
  business concerns.  A subcontracting plan will be required
  for all large businesses.  The small business size standard
  for this project is $7 million and the Standard Industrial
  Classification Code is 1711.  All other information publicized
  in the originally synopsis is correct.
EMAILADD: Catherine.Dean@gsa.gov
EMAILDESC: 
CITE: (W-353 SN013494)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN,
  2802 Wetmore Ave. Suite 500, Everett, WA
SUBJECT: J--USS CALLAGHAN (DDG-994)
SOL N62799-97-R-0018
DUE 021197
POC T. Mandell, Contract Specialist, 206-304-5808
DESC: Availability dates: 24 Feb - 17 Mar 97.  DSRA. Sonar Dome
  rubber window replacement and underwater hull repair work.
   Sources who currently hold, or are qualified for and willing
  to enter into an Agreement for Boat Repair/Master Ship Repair
  Agreement DFAR (217.71) prior to award, may submit a bid which
  shall be considered by this agency.  Firms which do not possess
  an Agreement for Boat Repair/Master Ship Repair Agreement are
  ineligible for award unless adequate time exists to permit
  the Navy to perform an assessment of their MSR application
  to execute the ABR/MSRA without impacting the vessel's availability
  dates.
CITE: (I-353 SN013496)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Social Security Administration, Office of Acquisition
  and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696
SUBJECT: J--PREVENTIVE AND REMEDIAL MAINTENANCE ON GOVERNMENT-OWNED
  PITNEY BOWES EQUIPMENT LOCATED IN WILKES-BARRE, PENNSYLVANIA
SOL SSA-RFQ-97-2934
DUE 010297
POC Joyce L. Werrell Tel: (410) 965-9473
DESC: The Social Security Administration (SSA) plans to issue
  a noncompetitive request for quotation SSA-RFQ-97-2934 to Pitney
  Bowes for preventive and remedial maintenance service on 20
  pieces of government-owned Pitney Bowes mailroom equipment
  listed below, located at SSA in Wilkes-Barre, Pennsylvania;
  Inserter/Stacker Model 8318 serial numbers 2307 and 2406, Forms
  Conveyer Model 317A serial numbers 1693 and 1747, Power Stacker
  Model 3200 serial numbers 16633 and 16615, Burster/Folder Model
  8353 serial numbers 3384 and 3443, Production Mailer Model
  R150 serial numbers 5116, 5119, 4905 and 4926, Mail Opener
  Model 1250 serial numbers 8699, 9548, 8700, 9411, 9030 and
  9033, Sealing Machine Model 6100 serial number 27073 and Power
  Stacker Model 3250 serial number 1972.  Request for quotation
  to be issued o/a January 06, 1997.  Period of Performance is
  02/27/97 through 02/26/98 with a one (1) year renewable option.
   This procurement will be awarded using the Simplified Acquisition
  Procedures under Federal Acquisition Regulations Part 13. 
  Pitney Bowes is the only known source able to provide this
  service.  All interested parties responding to this notice
  must submit capability statements.  All responsible sources
  may submit a quotation which shall be considered by the agency.
   All requests must be submitted in writing and received within
  15 calendar days from the date of this publication.  Respond
  to Joyce Werrell, Contract Specialist, Social Security Administration,
  1710 Gwynn Oak Avenue, Baltimore, Maryland 21207.  Facsimile
  requests will be accepted at (410) 966-9310.  No telephone
  requests will be accepted.
CITE: (I-354 SN013735)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--DEPOT LEVEL REPAIR MAINTENANCE OF MAJOR AND SECONDARY
  ITEMS, ASSEMBLIES AND SUBASSEMBLIES OF THE AVENGER WEAPON SYSTEM.
SOL DAAH01-96-P-1008
DUE 010897
POC AMSMI-AC-CDCD, Jo Anne Mankoski Contracting Officer, 205-876-3184.
DESC: Synopsis No. 5416-96 (MA) NSN This is a sole source requirement
  to Wildwood Electronics Incorporated, 29700 Indian Springs
  Road, Madison, AL 35758 to procure depot level repair and maintenance
  support for major and secondary items, assemblies and subassemblies
  of the AVENGER Weapon System. The item to be covered under
  this effort is : AVENGER Fire Assault Console, NSN 1430-01-344-3503,
  Army P/N 13264880, Qty 26 each. This 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. A technical data package which defines
  all engineering and quality requirement is not available. 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 1430-01-344-3503, Awd Date 053195,
  Qty 55, Unit Price $1,395.40. 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-354 SN013765)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX
  2946, PORTLAND OR 97208-2946
SUBJECT: J--ELEVATOR MAINTENANCE - JOHN DAY DAM AND THE DALLES
  DAM
SOL DACW57-97-B-0003
DUE 021897
POC Contract Specialist MARTINA HARWOOD (503) 326-5816 (Site
  Code DACW57)
DESC: Elevator maintenance for Base Year and four Option years
  at the John Day Dam (8 each) and The Dalles Dam (5 each). Bidders
  must have a satisfacory performance and saftey record. Call
  back service for four hours. Monthly, quarterly and annnual
  maintennce checks are required. Contractor to provide all labor,
  supplies, parts and materials. For additional technical information
  call Donna Henkel at (541)298-3512. This procurement is 100%
  set aside for small business, the size standard for which is
  a concer, total annual sales not to exceed $5,000,000. Please
  indicate business size when responding. Invitation for bid
  DACW57-97-B-0003 will be available on or about 20 January 1997.
  Tentative bid opening date is 25 February 1997. All responsible
  sources may submit a bid which will be considered by the
CITE: (I-354 SN013824)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--REPAIR/OVERHAUL/MODIFICATION OF HAWK SECONDARY ITEM
SOL DAAH01-97-R-A027
DUE 020197
POC AMSMI-AC-CDBA, Margaret King Contracting Officer, 205-842-7553.
DESC: Synopsis No. 5373-96 (MA) This is a sole source requirement
  to Raytheon Co., Missile System Div., Andover Plant, 350 Lowell
  Street, West Andover, MA 01810 for the Repair/Overhaul/Modification
  of HAWK Secondary Items. The Government does have in its possession
  the technical data package suitable to support full and open
  competition. The requirement includes base requirement, FY
  97, 98, and 99 and FY 01 options. All subcontracting requests
  should be directed to the address above. See Numbered Note(s):
  22.
CITE: (I-354 SN013892)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Administrative Support Center East, Office of Contracting,
  Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA
  17070-5001
SUBJECT: J--MAINTENANCE ON GOVERNMENT OWNED ADP EQUIPMENT
SOL SB3100-6351-1005
DUE 012297
POC Diane M. Peifer, Contract Specialist, 717-770-4613 or R C
  Souto, Contracting Officer, 717-770-6206
DESC:  The Defense Distribution Depot Susquehanna, PA has a requirement
  for maintenance coverage for various pieces of Government -owned
  ADPE located at the Defense Distribution Region East in New
  Cumberland, PA 17070.  Examples of the equipment to be maintained
  are:  Welch Allyn and Lee Data bar code wands, ComputerWise
  transterm keypads, NEC monitors, Lee Data and Genicom printers.
   The contractor shall be required to respond on site within
  four (4) hours to provide maintenance service when requested
  by the Contracting Officer's Representative.  The period of
  performance shall be from on or about February 1, 1997 through
  July 31, 1997.  The proposed contract is 100% set aside for
  small business concerns.  The associated standard industrial
  code is 7378 and the small business size standard is $18.0
  million.  All responsible small business concerns may submit
  a quotation which shall be considered by this agency.  This
  requirement is being processed in accordance with Simplified
  Acquisition Procedures.   A Request  for Quotation package
  will be issued for this requirement.  FAX requests for the
  Request for Quotation package will be accepted at 717-770-5689.
   Phone requests for the package will not be accepted.  Your
  faxed request for the Request for Quotation package should
  state the following:  (1)  Contractor's name and mailing address;
  (2) company's phone and fax numbers; and (3) company point
  of contact.  See Note 1.  
LINKURL: http://www.dla.mil
LINKDESC: 
EMAILADD: d_peifer@smtp.ddre.dla.mil
EMAILDESC: 
CITE: (W-354 SN013974)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Gilcrest Electric And Supply Company, Nasa Plum Brook
  Station, 6100 Columbus Avenue, Sandusky Oh 44870
SUBJECT: J--MATERIALS AND LABOR TO REPAIR INDUCTION HEATING COILS
SOL 7403
POC Marlisa M. Young, (419) 621-3258
DESC: Materials and Labor required to repair Induction Heating
  Coils from a Induction Heater Unit, located in the Hypersonic
  Tunnel Facility (HTF) at the NASA Plum Brook Station, Sandusky,
  Oh 44870.  This solicitation will be for repairs authorized
  under NASA Contract Number NAS3-26951.  Delivery will be to
  NASA Plum Brook Station, Sandusky, Ohio 44870.  Delivery is
  required by April 1997.  Requests for this solicitation must
  be received no later than 4:30pm E.S.T., on January 6, 1997.
   When calling please be prepared to state name, address, and
  solicitation number.  FAX request and e-mail requests are acceptable
  and should be sent to Marlisa M. Young at 419-621-3276 or pbyounm@lims01.lerc.nasa.gov,
  using solicitation number 7403.  All responsible sources may
  submit a bid which shall be considered.***** 
CITE: (W-354 SN013981)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Gilcrest Electric And Supply Company, Nasa Plum Brook
  Station, 6100 Columbus Avenue, Sandusky Oh 44870
SUBJECT: J--MATERIALS AND LABOR TO REPAIR INDUCTION HEATING COILS
SOL 7403
POC Marlisa M. Young, (419) 621-3258
DESC: Materials and Labor required to repair Induction Heating
  Coils from a Induction Heater Unit, located in the Hypersonic
  Tunnel Facility (HTF) at the NASA Plum Brook Station, Sandusky,
  Oh 44870.  This solicitation will be for repairs authorized
  under NASA Contract Number NAS3-26951.  Delivery will be to
  NASA Plum Brook Station, Sandusky, Ohio 44870.  Delivery is
  required by April 1997.  Requests for this solicitation must
  be received no later than 4:30pm E.S.T., on January 6, 1997.
   When calling please be prepared to state name, address, and
  solicitation number.  FAX request and e-mail requests are acceptable
  and should be sent to Marlisa M. Young at 419-621-3276 or pbyounm@lims01.lerc.nasa.gov,
  using solicitation number 7403.  All responsible sources may
  submit a bid which shall be considered.***** 
CITE: (W-354 SN013982)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: L--CETS
SOL N00140-97-R-0486
POC Robert Serra, Contract Negotiator, (215)697-9623.
DESC: The Fleet Industrial Supply Center (FISC) Norfolk, Detachment
  Philadelphia,intends to acquire non-personal Contractor Engineering
  and Technical Services (CETS) by qualified Contractor's personnel
  who will be required to provide Contractor Field Services (CFS)
  for the purpose of informing, instructing and training Department
  of the Navy personnel in the installation, operation, and maintenance
  of the C-9 aircraft weapons, equipment and systems under Task
  Number 25460. The anticipated base period of performance is
  1 July 97 through 30 September 97 with two, 12 month options
  and one, 9 month option for a total contract performance period
  not to exceed 36 months if all options are exercised. This
  period reflects the Government's minimum needs. Place of performance
  for this task is MCAS Cherry Point, NC. The applicable Standard
  Industrial Classification number is 8711. All responsible sources
  may submit a proposal which shall be considered by FISC Norfolk,
  Detachment Philadelphia. Requests for solicitation should be
  made by letter or telegram directed to FISC Norfolk, Detachment
  Philadelphia, Code 0343C. Fax number is (215) 697-9738. SYN
  055.
CITE: (I-353 SN013474)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: L--CETS
SOL N00140-96-Q-1965
POC Frank Moretti, Contract Negotiator, (215)697-9611.
DESC: CBD issue number 1579 of 4/23/96, the followinng info is
  hereby added: The Fleet & Industrial Supply Center (FISC) Norfolk
  Philadelphia intends to procure addl Contractor Engineering
  Technical Services (CETS) in support of the Aircraft, Aircraft
  Weapons Systems, Airframes Associated Equipment and other Equipment
  as follows: CH-47D Series Helicopter and Associated Equipment.
  The proposed procurement is for 22 man months of services currently
  estimated by the Naval Aviation Engineering Service Unit (NAESU),
  Philadelphia. The proposed effort will commence 1Mar 97 and
  end 31 Dec 97 with one twelve (12) month option period extending
  performance to 31 Dec 98. This effort will be covered by a
  new contract and/or existing contract. This solicitation will
  contain specifications for Contractor Field Service representative
  for Corpus Christi Army Depot and will be added to the previously
  synopsized RFQ. The Government intends to solicit and negotiate
  with Boeing Defense & Space Group under the authority of FAR
  6.302-1. Boeing is the only provider of the services. This
  notice of intent is not a request for competitive proposals.
  Interested parties may identify their interests and technical
  capability to respond to this requirement. Interested parties
  who contend they are technically qualified should submit, within
  forty-five (45) days from publication of this notice, specific
  factual data, including but not limited to: technical resumes,
  corporate management, corporate experience, and other pertinent
  information as so desired, to be used as an evaluation basis
  to determine competence to successfully perform the required
  services. All technical proposals received within the 45 day
  notice will be considered by the Government. The Government
  reserves the right not to open this requirement to competition
  based upon technical responses to this notice. Technical responses
  and requests received as a result of this notice of intent
  will normally be considered solely for the purpose of determining
  whether to conduct a competitive procurement. The Government
  will not pay for information received. Requests for solicitations
  should be made by letter or telegram to FISC Norfolk Det. Phila.
  Code 0212B, FAX #215-697-9719. All responsible sources may
  submit a proposal which shall be considered by the Fleet &
  Industrial Supply Center Norfolk Detachment Philadelphia. See
  note(s) 22, 26. SYN 062.
CITE: (I-353 SN013480)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: General Services Administration (7PMF),Ft Worth Prop
  Mgmt Center,819 Taylor St  Rm 12A01,Fort Worth,TX 76102-6105
SUBJECT: M--CFM-DALLAS, TX
SOL GS-07P-97-HXC-0007
DUE 022597
POC Contact,Cynthia Pittinger,817/978-7082,Contracting Officer,Cynthia
  A. Pitti nger,817/978-7082
DESC: Pin to be sent o/a 12/18/96.  Sol. is scheduled to issue
  o/a 1/15/97.  Cont ract period: 5/1/97 through 4/30/02 with
  2 additional 5-year options.  All resp onsible sources will
  be considered.  A proposed walk thru of the site is anticip
  ated o/a 1/30/97.  This procurement will be a Source Selection,
  Greatest Value t o the Government. Technical proposalswill
  be required. Writ ten requests only. S ee numbered note 26.
CITE: (I-353 SN013464)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: 21 CONS/LGCC 700 Suffolk St Peterson AFB CO 80914-1200
SUBJECT: M--PETERSON A-76 SOURCE SELECTION (PASS-A)
SOL F05604-97-R-9001
DUE 073197
POC John R. Hinman (719) 556-4875 OR Merrill R. Smith (719) 556-4056
DESC: The 21st Space Wing at Peterson AFB CO seeks potential
  sources under OMB Circular A-76 to perform a variety of non-personal
  services.  Private sector offers will be evaluated In accordance
  with source selection procedures, AFFARS BB. Then a cost comparison
  between the competitively selected contractor and the Government
  will be evaluated IAW AFI 38-203 and AFP 26-12. Award will
  be made to one source only.  Services currently considered
  candidates for outsourcing under this action may include (but
  may not be limited to) the following:  material acquisition
  (under civil engineering), library services, base communications,
  help desk, small computers, records management, computer maintenance,
  ground-based radio maintenance, land mobile radio (LMR) - personal
  communications and frequency management, radio operations AFSATCOM,
  MILSTAR terminal, base telephone operations, visual graphics,
  photographic services, publishing, and base visual information
  services.  This list should not be considered final, nor all-encompassing.
   Some services are expected to be performed away from Peterson
  AFB CO.  A draft SOW will be available for comment on approximately
  20 January 1997; however, all dates for this requirement are
  considered to be roughly estimated dates at this time.  The
  contract type currently being considered is Cost Plus Award
  Fee, with Cost Reimburseable Contract Line Items.  Contract
  start date, in anticipation of a 90-day phase-in period, is
  estimated to be approximately 1 April 1998, with the period
  of performance expected to be one base year and 4 one-year
  options. *****
LINKURL: http://www.spacecom.af.mil/21cons/bus_opp.htm
LINKDESC: 
EMAILADD: mesmith@spacecom.af.mil
EMAILDESC: 
  e-mail
CITE: (W-353 SN013486)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: Military Sealift Command, Code PM 3, 901 M       Street
  SE, Washington DC 20398-5100
SUBJECT: M--OPERATION AND MAINTENANCE OF EIGHT              
   LARGE MEDIUM SPEED ROLL-ON/ROLL-OFF (LMSR) VESSELS
SOL N/A
DUE 012797
POC Kimberly Henry 202/685-5521/Contracting      Officer, Carole
  Wieszek, 202/685-5531
DESC: The Military Sealift Command has developed a       draft
  solicitation for the operation and            maintenance of
  Eight (8) Newly Constructed Large,       Medium Speed Roll-on/Roll-off
  (LMSR) vessels.  It is       anticipated that the period of
  performance will be a       firm period of three years with
  two (2) one-year       options.  The successful offeror will
  be responsible       for providing personnel, operational and
  technical       support ashore and afloat, provisions, and
  supplies       necessary to operate and maintain the eight
  LMSR       vessels.  To request a copy of the draft solicitation,
        please submit a written request to Kimberly Henry at
        the above address or by fax to (202) 685-5540.      
   Individuals who responded to Market Survey PM3-96-001    
    will be placed on the mailing list to receive a copy of 
       the draft solicitation.
LINKURL: http://www.msc.navy.mil
LINKDESC: 
EMAILADD: kimberly.henry@smtpgw.msc.navy.mil
EMAILDESC: 
CITE: (D-354 SN013919)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: N--Installation of Equipment
OFFADD: USDA Forest Service, P.O. Box 25127, Lakewood, CO 80225
SUBJECT: N--BARON AVIONICS
SOL RFQ R2-97-21
DUE 020797
POC Contact Barbara Hayden, 303/275-5273, Contracting Officer
  Byron Brown
DESC: Project involves the removal of existing avionics components,
  the installation of Government-furnished replacement avionics
  components, and the retrofit necessary for the installation
  of these new avionics components in two Beechcraft Aircraft
  Model 58P Barons. Location and installation of these avionics
  components shall be consistent with USFS Standards for lead
  plane, VFR and IFR operations. The Contractor shall be an FAA-certified
  avionics repair station, and shall furnish all required supplies,
  components, and incidentals which are not specifically identified
  as Government-furnished property. This requirement is a 100
  percent small business set-aside.
CITE: (I-354 SN013741)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: N--Installation of Equipment
OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE
  27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301
SUBJECT: N--PROVIDE, INSTALL AND MAINTAIN A PIER POWER MONITORING/UTILITY
  CONTROL SYSTEM (PPM/UCS) FOR THE NAVY PUBLIC WORKS CENTER,
  SAN DIEGO, CA
SOL N47408-97-R-1806
DUE 031197
POC Contract Specialist, LORIETA V. MENDEZ, Code 27117, 805-982-5614
DESC: The U. S. Navy Public Works Center (PWC), San Diego, CA
  requires a predominately electrical Supervisory Control and
  Data Acquisition (SCADA) System that will be known as the Pier
  Power Monitoring/Utility Control System (PPM/UCS). The scope
  of this efort is to provide, install, expand, maintain, repair,
  replace, and test systems that will monitor, control, analyze,
  and provide historical and billing information for utility
  services that PWC provides to their customers in the San Diego
  area. It also incudes providing, installing, expanding, and
  maintaining, and repairing communication systems, Local Area
  Networks, and Wide Area Networks, other utility related control
  systems, and data acquisition systems in support of the PPM/UCS.
  The Navy anticipates the award of a five (5) year indefinite
  delivery/indefinite quantity type contract with both firm fixed
  price and cost reimbursable provisions. Work will be orderd
  by the issuance of delivery orders during the contract performance
  period. The solicitation has been structured to require that
  the contract line item for installation of the initial PPM/UCS
  will be firm fixed price at time of contract award, as will
  theCLINs for specifically defined expansions of the PPM/UCS
  and maintenance. Delivery Orders issued for this work will
  not require further price negotiation. Delivery Orders for
  additional work which is required during the performance period
  will be we issued on a cost reimbursable basis. A Pre-proposal
  Conference is scheduled for Wednesday, January 22, 1997, 8:00
  AM to 5:30 PM and a Site Visit is scheduled forThursday, January
  23, 1997, 8:00 AM to 4:00 PM at the Admiral Kidd Inn (Conference
  Room), Fleet Anti- Submarine Warfare Training Center, Pacific,
  Building 82, San Diego, CA. The purpose of the conference will
  be to provide an overview of the acquisition stategy/process
  to be used for this procurement, a general overview of the
  technical requirements and a Site Visit which will be representative
  of the areas in which the contractor will be required to perform
  work. All firms interested in submitting a proposal are strongly
  encouraged to attend this conference since no other access
  to the facilities will be available prior to contract award.
  Due to space imitations each firm will be limited to three
  (3) representatives on the first day and one (1) representative
  on the second day. Reservations may be submitted to the attention
  of the Contract Specialist at the address shown above or may
  be submitted by facimile to (805) 982-3015 and will be limited
  to the first one hundred and fifty (150) which are received.
  All reservation requests must be in writing and must be verified/confirmed
  by calling the Contract Specialist, at the telephone number
  shown above during the period of 6-9 January 1997. Individuals
  who plan to participate in the Site Visit must provide their
  own hard hats and wear sturdy, closed toe shos. They must also
  be prepared to descend and ascend thirty (30') foot ladders
  into under pier electrical vaults. The following information
  must be provided for each individual requesting a reservation:
  (1) Full name; (2) Social Security Number; (3) Date ofbirth;
  (4) Place of birth; (5) If born outside the USA (and not born
  of American parents abroad) must provide either their naturalization
  number or alien registration (green card) number. The solicitation
  is expected to be issued on 6 January 1997 with a closing date
  of 11 March 1997. A map with directions to the Admiral Kidd
  Club Conference Room may be obtained on the internet, address
  http://energy.nfesc.avy.mil/. See Numbered Note (26).
CITE: (I-354 SN013805)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: DOE/WSSRAP, 7295 Highway 94 South, St. Charles, Missouri
  63304
SUBJECT: P--RECYCLING OF CONTAMINATED SCRAP METAL
POC Procurement Department, (314) 441-8086.
DESC: Expression of Interest Sought. MK Ferguson Company, is
  currently performing work under a Department of Energy (DOE)
  Prime Contract at the Weldon Spring Site Remedial Action Project
  (WSSRAP) located in St. Charles, Missouri. Parties are being
  sought who are interested in submitting a proposal for recycling
  of chemical and radiologically contaminated metal stockpiles.
  The metals under consideration are segregated into the following
  types: (1) structural steel shapes, (2) stainless steel, (3)
  carbon steel, (4) copper, (5) aluminum, (6) off-gas condensers,
  and (7) nickel alloy. MK-Ferguson will consider on-site decontamination
  followed by release for unrestricted use  and/or release to
  a radiologically controlled facility. Parties interested in
  submitting a proposal must request a technical package which
  further describes the requirements and site conditions. A site
  tour will be held and the details concerning the tour will
  be contained in the technical package. MK-Ferguson reserves
  its right to reject all proposals and terminate this request
  at any time without obligation to any and all parties, if it
  is determined to be in the best interests of MK-Ferguson or
  the DOE not to proceed. Interested parties should submit a
  statement listing their experience in the recycling of contaminated
  metals when requesting a technical package. Requests should
  be  sent to MK-Ferguson Company, 7295 Highway 94 South, St.
  Charles, Missouri 63304, Attention: Procurement Department.
  Phone calls soliciting additional information concerning this
  announcement will not be accepted at this time.
CITE: (M-354 SN013797)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Department of Veterans Affairs, 2925 DeBarr Road, Anchorage,
  AK
SUBJECT: Q--ORTHOPEDIC OPERATIVE AND CONSULTATIVE SERVICES
SOL RFP 463-18-97
DUE 012297
POC Linda H. Anderson
DESC: Provide orthopedic surgical and consultative services necessary
  to operate a complete and efficient Ambulatory Orthopedic Surgical
  Section at the VA Medical and Regional Officer Center located
  in Anchorage, Alaska for the period of one year (2080 work
  hours) with two additional option years. Solicitation will
  be issued o/a 12/20/96. Closing date 5:00 PM, 1/22/97. All
  requests must be in writing, fax requests will be accepted.
  Fax #(907) 257-6711.
CITE: (I-354 SN013754)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: DEPARTMENT OF VETERNS AFFAIRS, 10 NORTH GREENE STREET,
  BALTIMORE, MD 21201
SUBJECT: Q--COST PER TEST
SOL RFQ 512(B)-9-97
DUE 010297
POC Carol L. Pomraning, Contracting Officer (410-605-7156)
DESC: Request for Proposal (RFP) No. 512(B)-9-97 is a combined
  synopsis/solicitation for commercial items for the Department
  of Veterans Affairs and is 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 document
  and incorporated provisions and clauses are those in effect
  through FAC 90-42. This acquisition is subject to full and
  open competition. The Standard Industrial Classification is
  8071. Small business size standard is $5M. The VA Maryland
  Health Care System, Baltimore Division, would like to enter
  into a "Cost Per Test" program for HIV testing for a period
  of one year and, in accordance with FAR 52.217-9, Option to
  Extend The Term of the Contract, may be amended for one one
  year option. Offerors are requested to provide their most current
  catalog price list based on the following projected annual
  usage: 12 kits per year for HIV kits per year (192 tests/kit).
  The following requirements MUST be met: (1) Turn-around-time
  for HIV testing MUST be three hours or less. (2) An "HIV" Test
  that WILL guarantee SAME DAY CONFIRMATION. (3) An automated
  test that will allow for verification of the run and make efficient
  use of Tech Time. Hands on time should be one hour or less.
  (4) A test that will permit the "batching of large numbers
  of specimens," thus allowing the capability of performing this
  test for the entire VAMHCS which includes medical centers located
  in Perry Point, Ft. Howard, and Baltimore, Maryland. (5) Sensitivity
  of 100% and Specificity of at least 99.7%. (6) Similar assay
  procedures to allow for instrument consolidation. Equipment
  required: (1) automated pipettor-diluter, (2) microwell plate
  or strip washer, (3) spectrophotometer with reference filter,
  (4) printer, (5) computer with monitor and software for test
  validation, and, (6) 8 channel pipettor. This will be a firm
  fixed price contract. Payment will be made in arrears on certified
  invoices. The following incorporated clauses and provisions
  are those in effect through FAC 90-42 and are applicable to
  this acquisition: 52.212-1, Instructions to Offerors--Commercial
  Items; 52.212-2, Evaluation Commercial Items, apply to this
  acquisition with evaluation criteria to include: (1) Sensitivity
  and Specificity; (2) Turn-around-time, (3) Productivity (hands
  on time/"walk away" capability), (4) Technical Support, (5)
  Training and Support Materials, (6) Equipment (Availability,
  Troubleshooting, Preventive Maintenance, and Replacement),
  (7) Published Studies, (8) Continuous flow of New Products,
  (9) Past Performance, and (10) Cost. Offerors are to include
  a completed copy of the FAR provision 52.212-3 with their offer.
  Also included: 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;
  52.222-26, Equal Opportunity; 52.232-28, Electronic Funds Transfer
  Payment Methods. Original proposals must be submitted in writing
  on company letterhead to: Carol L. Pomraning, Contracting Officer
  (90C), VA Maryland Health Care System, 10 North Greene Street,
  Baltimore, MD 21201, 2pm (Eastern Standard Time) by January
  2, 1997. No fax or telephonic offers will be accepted. The
  Government intends to evaluate offers and award a contract
  without discussion with offerors. Therefore, the offers should
  contain the offeror's best terms from a price and technical
  standpoint. Award will not necessarily be made to the offeror
  with the lowest bid.
CITE: (I-354 SN013776)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 375 CON LGC 102 E. Martin Street, Scott AFB, IL 62225-5015
SUBJECT: R--TANDEM CONTRACTOR SITE TRAINING COURSES
SOL F11623-97-T0967
DUE 011797
POC SrA James B. Ting (618) 256-1500 x 330, SSgt Morton L. Gould
   (618) 256-1500 x 325
DESC: The Scott AFB Operational Contracting Office intends to
  make an award to Tandem Computers Inc. for contractor site
  training courses.  The following is a listing of courses required:
  Performance Analysis and Tuning, Tandem Advanced Control Language
  Programming, System Management, C Programming in the Guardian
  Environment, Client/Server Concepts and Solutions, Data Communications
  Concepts, Pathway System Management, and TCP/IP System Management.
   Interested sources should provide this contracting office
  as early as possible but no later than 15 days after this notice,
  evidence of their technical qualifications to provide the training
  required in detail to allow evaluation by the contracting office.

CITE: (W-353 SN013481)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O.
  Box 225, Stoneville, MS  38776-0225
SUBJECT: R--APPLICATOR AIRCRAFT AND PILOTS
SOL 97-4431-003
DUE 020697
POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361
DESC: Correction: This action originally publicized in the CBD
  dated 12/05/96 is corrected as follows:  The U.S. Department
  of Agriculture requires applicator aircraft, complete with
  pilots, and ground personnel necessary to apply an insect virus
  over an area of ca.  201,000 acres located in an area between
  Arcola and Isola, Mississippi.  Each aircraft must have at
  least a 400 gallon capacity useful load and be capable of flying
  at least 120-140 MPH during application.  Each aircraft must
  be equipped with micronairs and a flow meter to accurately
  spray a 50:50 mixture of vegetable crop oil and water at a
  rate of 1 quart per acre. Each acre treatment will consist
  of 1 pint crop oil, 12 oz. of water, and 4 oz. of virus formulation.
   Boom time is expect to be at least 90% of flight time.  Each
  aircraft must be equipped with global positioning system with
  differential correction having accuracy within q10 feet of
  indicated position.  Applicators and aircraft must have valid
  licenses for operation.  The application will begin within
  the time period of 20 April and 10 May, 1997, and must be completed
  within 5 days, except due to unforseen weather complications.
   Supplier will supply fuel, storage tanks for crop oil, and
  ground personnel.  The GPS coordinates of the area to be treated
  will be provided.  An IFB will be issued on or about January
  7, 1997.  All requests for bid package must be submitted in
  writing or faxed to (601) 686-5373.
CITE: (I-353 SN013485)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Park Service, Golden Gate National Receration
  Area, Contracting Office, Building 201, Fort Mason, San Francisco,
  CA 94123
SUBJECT: R--INDUSTRIAL HYGIENE SERVICES
SOL 1443RP8140-97-003
POC Point of Contact - Glenn Anderson, Contract Specialist, 415-556-2934
DESC:  The Golden Gate National Recreation Area(GGNRA) is soliciting
  proposals on a full and open competitive basis from qualified
  organizations to award an definite Quantities Contract to provide
  industrial hygiene services, the preparation of asbestos abatement
  plans, and laboratory analysis of unknown chemicals throughout
  the GGNRA. Interested organizations should submit their written
  request for a solicitation package within 30 days of the publication
  date of this notice to the attention of Glenn Anderson, Contract
  Specialist, Golden Gate National Recreation Area, Fort Mason,
  Building 201, San Francisco, CA 94123.
CITE: (W-353 SN013487)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Purchase Services Branch, Attn:  Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth, NH  03801-2590
SUBJECT: R--ENGINEERING SERVICES/SUPPORT
SOL N00102-97-R-1105
DUE 022497
POC Sherry Beal, Contract Specialist, (207) 438-2649 (sab%c530%pns@ns01.ports.navy.mil),
  Contracting Officer Phil Cotton, (207)438-2423
DESC: Engineering Services/Support for the Deep Submergence Systems
  Program for Portsmouth Naval Shipyard, Portsmouth, NH.  Services
  are primarily, but not limited to, the areas of telerobotics,
  manipulator technology and manipulator systems.  The contract
  will be awarded as a cost plus fixed fee with one base year
  and four option years. Negotiations to be conducted with Western
  Space and Marine, 111 Santa Barbara Street, Santa Barbara,
  CA  93101.  See Note 22
EMAILADD: sab%c530%pns@ns01.ports.navy.mil), Contracting Officer
  Phil Cotton, (207)438-2423
EMAILDESC: 
CITE: (I-354 SN013629)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of the Navy, NAWCAD Aircraft Support Contracts
  Department, Villa Road, Bldg.8110, St. Inigoes, MD 20684-0010
SUBJECT: R--ENGINEERING AND TECHNICAL SERVICES IN SUPPORT OF
  THE AN/UPX-34(V) RADAR TRACK DISCRIMINATOR SYSTEM (RTDS), RADAR,
  AND OTHER COMBAT FICATION SYSTEMS
SOL N00421-97-R-1105
POC J.Larry Mattingly, Contract Specialist, (301)862-8119; William
  A. Case, Jr., Contracting Officer, (301)862-8641.
DESC: The Naval Air Warfare Center Aircraft Division (NAWCAD),
  Code 4.5.8.2.3, St. Inigoes, MD has identified a requirement
  for engineering and technical services to support the AN/UPX-34(V)
  Radar Track Discriminator System (RTDS), radar, and other combat
  identification systems. These services will include system
  development, laboratory and field testing, management and test
  planning, data reduction and analysis, integration, installation,
  equipment maintenance, and technical report preparation. The
  contract type will be Cost-Plus-Fixed-Fee, and the period of
  performance will span five years inclusive of all options.
  The estimated level of effort over this period is broken down
  as follows: Base Period (3 mths) - 9,738 hours; Option Year
  I - 38,950 hours; Option Year II - 61,750 hours; Option Year
  III - 61,750 hours; Option Year IV - 61,750 hours; Option Period
  V (9 mths) - 46,312 hours. The total estimated level of effort
  for the five year period of performance is 280,250 hours. The
  majority of the work will be performed on-site at NAWCAD, St.
  Inigoes. Basis for award of the resultant contract will be
  the best value to the Government, cost and technical factors
  considered. Technical evaluation factors will include Personnel,
  Technical Approach, Past Performance, and Management Approach.
  This procurement action will be processed under full and open
  competition. These services are currently being provided by
  ManTech Services Corporation under contract N00140-93-C-BC08.
  Estimated release date for the solicitation is 1 February 1997.
  Requests for a copy of the solicitation should be faxed to
  the attention of Mr. J.Larry Mattingly, Code 2.5.4.1.1D, at
  (301) 862-8670.
CITE: (I-354 SN013744)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of HUD, Atlanta ASC, Atlanta Contracting
  Branch 4AACO 75 Spring St., Richard Russell Fed. Bldg., Atlanta,
  GA 30303-3388
SUBJECT: R--REAL ESTATE CLOSING AGENT SERVICES
SOL DU204-R-97-0008
DUE 021297
POC Charles Lipthrott or Michael L. Swan.
DESC: HUD requires services to perform closings on the sale of
  HUD acquired property and document preparation for such closings
  and associated loan paperwork. Properties are located within
  the State of South Carolina: Area 5 (Aiken, Bambarg, Barnwell,
  Edgefield, Lexington, McCormick and Saluda counties); Area
  6 (Chester, Clarendon, Fairfield, Kershaw, Lancaster, Lee,
  Richland and Sumter counties). The contract period is for two
  years, with two one-year extensions. Contract may result in
  separate contracts for each area. Copies of the solicitation
  may be obtained by written or faxed requests, or downloaded
  from our internet site http://www.hud.gov/cts/ctshome.html.
  Our fax number is (404) 730-3426, ATTN: Charles Lipthrott.
  Telephone requests will not be honored. See Numbered Note(s):
  1.
CITE: (I-354 SN013746)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of the Navy, NAWCAD Aircraft Support Contracts
  Department, Villa Road, Bldg.8110, St. Inigoes, MD 20684-0010
SUBJECT: R--ENGINEERING AND TECHNICAL SERVICES IN SUPPORT OF
  THE AN/UPX-34(V) RADAR TRACK DISCRIMINATOR SYSTEM (RTDS), RADAR,
  AND OTHER COMBAT CATION SYSTEMS
SOL N00421-97-R-1105
DUE 030697
POC J.Larry Mattingly, Contract Specialist, (301)862-8119; William
  A. Case, Jr., Contracting Officer, (301)862-8641.
DESC: The Naval Air Warfare Center Aircraft Division (NAWCAD),
  Code 4.5.8.2.3, St. Inigoes, MD has identified a requirement
  for engineering and technical services to support the AN/UPX-34(V)
  Radar Track Discriminator System (RTDS), radar, and other combat
  identification systems. These services will include system
  development, laboratory and field testing, management and test
  planning, data reduction and analysis, integration, installation,
  equipment maintenance, and technical report preparation. The
  contract type will be Cost-Plus-Fixed-Fee, and the period of
  performance will span five years inclusive of all options.
  The estimated level of effort over this period is broken down
  as follows: Base Period (3 mths) - 9,738 hours; Option Year
  I - 38,950 hours; Option Year II - 61,750 hours; Option Year
  III - 61,750 hours; Option Year IV - 61,750 hours; Option Period
  V (9 mths) - 46,312 hours. The total estimated level of effort
  for the five year period of performance is 280,250 hours. The
  majority of the work will be performed on-site at NAWCAD, St.
  Inigoes. Basis for award of the resultant contract will be
  the best value to the Government, cost and technical factors
  considered. Technical evaluation factors will include Personnel,
  Technical Approach, Past Performance, and Management Approach.
  This procurement action will be processed under full and open
  competition. These services are currently being provided by
  ManTech Services Corporation under contract N00140-93-C-BC08.
  Estimated release date for the solicitation is 1 February 1997.
  Requests for a copy of the solicitation should be faxed to
  the attention of Mr. J.Larry Mattingly, Code 2.5.4.1.1D, at
  (301) 862-8670.
CITE: (I-354 SN013750)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Agency for International Development (USAID), REDSO/WCA/OP.
  Abidjan (ID), Department of State, Washington, D.C. 20521-2010
SUBJECT: R--EDUCATION DEVELOPMENT SPECIALIST
SOL GUINEA
DUE 012497
POC Contact Point: Carrie Dailey, Executive Officer, USAID/Guinea,
  Conakry, Tel. (224) 41-21-63; Fax No. (224) 41-19-85.
DESC: The United States Agency for International Development
  in Guinea (USAID/Conakry) is soliciting expressions of interest
  from qualified U.S. Citizens to serve under a Personal Services
  Contract (PSC) as an Educational Development Specialist within
  its Strategic Objective Three (SO3) Team. The goal of SO3 is
  increased primary school enrollment with an emphasis on female
  and rural participation. The PSC is for a period of twenty-four
  months, with the possibility of extensions, and is expected
  to begin approx. 60 calendar days from the issuance date of
  this announcement. Salary will be based on the content of the
  tasks to be performed and qualifications of the selected individual.
  The salary range for the position is $49,000 to $65,000 per
  year, subject to FICA and U.S. Federal income tax withholding.
  In addition to salary the contract will provide for housing,
  utilities, travel and transport of household effects to post,
  a 25% hardship post differential, up to a high school-level
  education for dependent children, and other allowances as appropriate.
  General responsibilities: The Education Development Specialist
  will have offices within USAID/Guinea and will be a member
  of the USAID staff. Under the direct supervision of the SO3
  Team Leader, s/he will assist in managing all aspects of the
  SO3 portfolio. Specific responsibilities will include: Management
  responsibility for activities under SO3 within USAID, Assist
  with monitoring routine day to day management of education
  activity implementation such as USAID reporting and implementation
  documents, Provide technical advice on request to SO3 and Ministry
  personnel on curriculum development, teacher training and/or
  other relevant areas within her/his expertise, Assist in the
  coordination of the responsibilities of other members of the
  SO3 team, Identify and propose solutions to problems in program
  implementation, monitoring and evaluation, as they arise, and
  alert SO3 team to problems in a timely manner: Assist with
  monitoring SO3 activities with respect to the design, collection
  and reporting of indicators of achievement, as well as performance
  and impact information, Advise on and evaluate the need for
  special studies or consultancies on key constraints to maximizing
  achievement under SO3, prepare scopes of work for these studies
  or consultancies, and provide supervision of consultants when
  in- country, as required. Ensure that adequate logistical arrangements
  are made, Represent SO3 in staff-level meetings and functions
  with Guinea Government, other International Donors, and USAID
  contractors and grantees working under SO3. Required Qualifications
  and Experience: A. Experience in education project management,
  preferably in an international setting, and teaching at an
  elementary, secondary or higher education level is preferred,
  B. Familiarity with and understanding of USAID's documentation
  and implementation procedures is desired, C. Excellent writing
  and analytical skills are mandatory. D. Must have excellent
  interpersonal skills--both diplomatic (sensitive to cultural/individual
  differences) and negotiation skills, E. Must have an advanced
  degree in education, management, or a related subject, F. Must
  be fluent in French at the FSI S-3/R-3 level, or equivalent,
  G. Must be a U.S. Citizen or U.S. resident alien, and must
  obtain all medical and security clearances. All dependents
  at post must also obtain medical clearance. Final contractor
  selection is subject to the availability of funds. The United
  States Agency for International Development encourages and
  welcomes the participation of qualified members of minority
  groups and women to the fullest extent possible. Application:
  Qualified individuals are requested to submit a standard form-171
  or curriculum vitae, which includes information that demonstrates
  how the candidate's qualifications meet the work requirements,
  the names of at least three professional references, including
  their addresses and phone numbers, and an indication of the
  candidate's date of availability. Each of these items must
  be received by USAID/Guinea no later than 30 calendar days
  from the date of this announcement. Fax and e-mail submissions
  are acceptable. They are to be sent to the attention of Carrie
  Dailey, Executive Officer at any of the following addresses:
  (a) Via U.S. Mail: Executive Officer, USAID/Guinea, Department
  of State, Washington D.C. 20521-2110, (B) International Mail
  or courier service: Executive Officer, USAID/Guinea, s/c American
  Embassy, B.P. 603, 2nd Blvd and 9th Ave., Conakry, Guinea,
  (C) Telecommunications: Tel: (224) 41-21-63, 41-25-02, 41-20-29,
  fax: (224) 41-19-85, Internet: cdailey@usaid.gov.
CITE: (I-354 SN013783)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: DIRECTOR, USAMRAA, 820 CHANDLER ST, FORT DETRICK MD 21702-5014
SUBJECT: R--MATERIEL FIELDING SUPPORT SERVICES TO EQUIP, MODERNIZE,
  CONVERT, TRANSFER, AND INACTIVATE APPROXIMATELY 280 UNITS IN
  THE UNITED STATES, EUROPE, JAPAN, KOREA, AND SOUTHWEST ASIA
SOL DAMD17-97-R-0002
DUE 020397
POC Contract Specialist Cathy I. Collins (301) 619-2383 or Contracting
  Officer Raegon B. Clutz (301) 619-2395 (Site Code DAMD17)
DESC: Professional and technical logistical services to provide
  materiel fielding support services to assist the Army Medical
  Department to equip, modernize, convert, transfer, and inactivate
  approximately 280 units in the Active Forces, National Guard,
  Ary Reserve and the Army War Reserve Program in the continental
  United States, Europe, Korea, and Southwest Asia. The Government
  contemplates a Cost-Plus-Fixed Fee type contract, with a period
  of performance which will be for a two year base period with
  thre (one) year option years. This acquisition is being offered
  for competition limited to eligible 8(a) concerns. SIC code
  for this requirement to determine the size standard is 7375
  and $18M. Eligibility to participate may be restricted to firms
  in either the developmental or transitional stage. Interested
  8(a) firms are encouraged to request a copy of the solicitation
  as expeditiously as possible since the solicitatin will be
  issued without further notice upon SBA acceptance of the requirement
  for the section 8(a) program. The contractor is required to
  have a SECRET Facility Clearance before contract award. This
  requirement is a competitive 8(a) requirement.
CITE: (I-354 SN013816)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.s. Department Of Energy, Chicago Operations Office,
  9800 South Cass Avenue, Argonne, Illinois 60439
SUBJECT: R--TECHNICAL AND ANALYTICAL SUPPORT SERVICES FOR THE
  OFFICE OF ENVIRONMENTAL MANAGEMENT (EM), DEPARTMENT OF ENERGY
  (DOE)
SOL DE-AC02-97EW40465
DUE 031997
POC Jenny Ahlberg, Contract Specialist, 630/252-2888/James R.
  Bieschke, Contracting Officer, 630/252-2120
DESC: SIC Code 8744 - The Department of Energy is soliciting
  small and large business concerns to provide technical support
  services to assist DOE in the evaluation of environmental restoration
  activities throughout the DOE complex.  Such support will require
  the services of personnel in a number of highly technical,
  scientific, and professional disciplines, including, but not
  limited to, science and engineering, program and budget analysis,
  cost estimation and validation, regulatory analysis, computer
  science, and technical writing/editing.   DOE anticipates 133,920
  labor-hours of effort will be required per year for this project.
   A successful offeror(s) must be located or be willing to relocate
  within a one hour commute of DOE's offices located in Germantown,
  Maryland.  The contractor(s) should possess significant past
  experience and be familiar with the activities and mission
  of DOE's Office of  Environmental Management.  Level of effort,
  task order contract(s) with fixed labor rates and performance
  based award fee provisions are contemplated with an initial
  base period of one year with four one-year option periods for
  a total of five years.  It is the Government's intent to award
  multiple contracts under this solicitation, with at least one
  award made to a small business concern.   The Government intends
  to award contract(s) based on initial proposals received without
  discussion or negotiation of  such proposals.  Therefore, it
  is critical that each proposal be fully responsive to the RFP,
  and contain the offeror's best terms from a technical, business
  management, and price standpoint.  The RFP is expected to be
  available on the DOE Chicago Internet Home Page at http://www.doe.ch/division/acq/acq-home.htm
  on or about February 3, 1997, with proposals due on or about
  March 19, 1997.  Any amendments to the RFP will also be posted
  on the Internet.  Please note that users are not alerted when
  amendments are posted.  Prospective offeror(s) are therefore
  advised to check the above Internet address on a daily basis.
   The contract(s) are expected to be awarded on or about July
  1, 1997.  All responsible sources may submit a proposal which
  shall be considered by the Government.*****  
LINKURL: http://www.ch.doe.gov/division/acq/acq-home.htm
LINKDESC: 
EMAILADD: jennifer.ahlberg@ch.doe.gov
EMAILDESC: 
CITE: (W-354 SN013858)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Agency for International Development (USAID), Management
  Office, B.P. 34 Bamako, Mali, West Africa:Attn:Alex Deprez,
  Executive Officer
SUBJECT: R--DEMOCRACY/GOVERNANCE ADVISOR
SOL N/A
POC Contact Person: Alex Deprez, Executive Officer, USAID/Mali,
  Tel: (223) 22-36-02.
DESC: Democracy and Governance Technical Advisor for USAID/Mali.
  Qualifications: U.S. citizen with a sound knowledge of democracy
  and governance as related to community development. Extensive
  experience working with civil society expecially with international
  and national NGO's and local community-level organizations;
  familiarity with Judical and Legislative processes, municipal
  governance, human rights issues, and knowledge of decentralization
  theory and practice. A graduate degree in Political Science,
  Development Economics, Public Administration, Management, or
  other field appropriate to USAID program concerns. At least
  five-years of progressively more responsible international
  development experience. Demonstrated mix of leadership and
  interpersonal skills. Ability to work in a collaborative, inclusive
  team-oriented manner. Demonstrated planning, coordinating,
  negotiating, and conflict resolving skills, extensive experience
  working in a developing country context. French language fluency
  at S-3+/R-3+ level, minimum. Excellent English oral and written
  language skills. Deadline January 15, 1996. Finalists will
  be required to submit Standard Form 171, available at any U.S.
  Government office. If in the U.S., send to: USAID/Mali, Management
  Office, Attn: Alex Deprez, Executive Officer, Department of
  State, Washington, D.C. 20521-2050, Fax: 223-39-33, internet:
  ADEPREZ@USAID.GOV. If overseas, send by International mail
  to: USAID/Mali, Management Office, Attn: Alex Deprez, Executive
  Officer, American Embassy, B.P. 34, Bamako - Mali.
CITE: (I-354 SN013873)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Health Care Financing Administration 7500 Security Blvd.,
  Baltimore, MD 21244-1850
SUBJECT: R--MARKET SURVEY - MANAGED CARE ORGANIZATION ASSESSMENTS
SOL N/A
POC Mr. Lee J. Spicher, Contract Specialist, (410) 786-8919.
DESC: The Health Care Financing Administration (HCFA) is conducting
  a Market Survey to identify potential sources to perform comprehensive
  on-site assessments of the adequacy of the quality assurance
  program of a managed care organization (MCO). The contractor
  will be responsible for conducting a comprehensive assessment
  of the MCO's quality assurance program to include: Assessing
  the MCO's utilization management, management information systems,
  health service administration, health care delivery and governing
  board organization and function. Other areas for review may
  include: Assessment of the MCO's legal structure, function,
  finance, marketing facilities, and equipment and other speciality
  areas as determined by the Health Care Financing Administration.
  HCFA estimates that there will be approximately 18 comprehensive
  reviews each year. An assessment will require a minimum of
  four reviewers, one to review quality assurance process, one
  to review data collection and utilization management, and two
  to jointly review availability, accessibilty and continuity
  of care. Reviewers will consist of Medical Doctors (MDs), Registered
  Nurses (RNs) and Subject Matter Experts (SMEs). Depending on
  the size of the plan and the complexity of HCFA's reasons for
  determining that a comprehensive review is necessary, additional
  reviewers may be necessary. As much as 12 weeks or as little
  as five days notice may be given to the contractor to begin
  the review. The contractor is prohibited from performing technical
  assessments if contractor staff or consultants have been associated
  with the respective Health Maintenance Organization(HMO) or
  Competitive Medical Plan (CMP) within the past eighteen months
  in a remunerative capacity. Interested parties shall submit
  a capability statement to the attention of Mr. Lee J. Spicher
  at the above address within 15 calendar days from the published
  date of this notice. Capability statements must include: information
  which demonstrates the contractor's ability to accomplish the
  work described above, resumes of contractor staff including
  any consultants, and business size in accordance with the following
  Standard Industrial Code (SIC): 8742 with a size standard of
  $5.0m average annual sales over the past 3 years. A RFP package
  is not available.
CITE: (I-354 SN013915)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Commanding Officer, Southern Division, Naval Facilities
  Engineering Command, 2155 Eagle Drive, P.O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: S--JANITORIAL SERVICES, MARINE CORPS RESERVE TRAINING
  CENTER, CHARLESTON, SC
SOL N62467-97-Q-0654
DUE 010697
POC No telephone orders for the specification can be accepted.
   To order solicitation package, request must be in writing
  and received by 27 Dec 96 at Southern Division, Naval Facilities
  Engineering Command, P.O. Box 190010, North Charleston, SC
  29419-9010, Attention: Code 0231-DAR. Contact point, Debby
  Raposa (803) 820-5686
DESC: Correction: The closing date for receipt of quotations
  should have read 06 JAN 97 instead of 06 FEB 97. All other
  information published in the original synopsis is correct.
CITE: (I-354 SN013635)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: US Army Corps of Engineers, LRD (CESWL-CT), PO Box 867,
  Little Rock, AR 72203-0867
SUBJECT: S--PROVIDE MAINTENANCE SERVICES, MILLWOOD-TRI LAKES
  PROJECT OFFICE, INCLUDES DEQUEEN, GILLHAM, DIERKS, & MILLWOOD
  LAKES, ASHDOWN, AR
SOL DACW03-97-B-0015
DUE 022197
POC Billie J. Crownover, Contract Specialist, (501) 324-5718
  FOR SPECIFICATIONS: Theresa M. Morris, (501) 324-6844.
DESC: Contractor will furnish all management, personnel, materials,
  supplies, parts, tools, equipment, and etc. necessary to provide
  maintenance services for parks/areas under the jurisdiction
  of Millwood-Tri Lakes Project Office, Ashdown, Arkansas (to
  include Dequeen, Gillham, Dierks, and Millwood Lakes), for
  the period March 1, 1997 or date of award, whichever is later,
  through February 28, 1998 with option to extend through February
  28, 1999. Issue date for solicitation will be on or about January
  21, 1997 at a cost of $5.00 for specifications (charges are
  non-refundable). Solicitation documents will be made available
  upon written request, to include check or money order payable
  to F.A.O., U. S. Army, LRD, and mailed to Contracting Division
  at the above address. Bid opening date will be on or about
  February 21, 1997 at 2:00 p.m. This proposed procurement is
  100% Small Business Set-Aside. SIC: 8999
CITE: (I-354 SN013745)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration, Business Service Center,
  5ADB, Room 3714(M/S 37-9), 230 South Dearborn Street, Chicago,
  Illinois 60604-1696
SUBJECT: S--JANITORIAL AND RELATED SERVICES AT THE U.S. CUSTOMS
  & IMMIGRATION CARGO INSPECTION FACILITY, 2321 PINEGROVE AVENUE,
  PORT HURON, MICHIGAN
SOL GS05P97GAC0036
DUE 030697
POC Questions may be directed to Lisa A. Stokes, Contract Specialist,
  312/886-6926 or LISA.STOKES@GSA.GOV
DESC: Janitorial and Related Services at the U.S. Customs & Immigration
  Cargo Inspection Facility, 2321 Pinegrove Avenue, Port Huron,
  Michigan.  Performance period is for one year with four one
  year options, with an estimated start date of 050197.  Contact
  the GSA Business Service Center shown above to obtain copies
  of this solicitation. See Note 1
EMAILADD: Questions may be directed to Lisa A. Stokes, Contract
  Specialist, 312/886-6926 or LISA.STOKES@GSA.GOV
EMAILDESC: 
CITE: (W-354 SN013843)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services--Potential Sources Sought
OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8,
  PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890
SUBJECT: T--IDC FOR SURVEYING OF VARIOUS PROJECTS FOR THE WILMINGTON
  DISTRICT, NC & VA 
SOL 129&&&-9612-0002
POC PAUL MASON, CESAW-EP-EE (910-251-4789); HILDA AYERS,CONTRACT
  SPECIALIST (Site Code DACW54)
DESC: A-E services are required for Indefinite Delivery contract
  for surveying services for various projects for the Wilmington
  District Corps of Engineers. Contract will be negotiated for
  a 12-month performance period with an option to renew for a
  second 2-month period. Total value of the contract will not
  exceed $240,000 for each 12-month period with no individual
  delivery order to exceed $150,000. Multiple contracts may be
  awarded from this announcement. The Service Contract Act will
  be applicable to thi requirement. PROJECT INFORMATION: Work
  consists of all types of surveys and the associated production
  of maps and design documents. These surveys consist of topographic
  (including lake and river bottoms), planimetric, cadastral,
  location, construction layout, and route surveying. Horizontal
  and vertical control surveys of at least second order accuracy
  are expected. Mapping submittals will be required in Intergraph
  MicroSation CADD format (.dgn files) and Intergraph InRoads
  surface modeling format (.dtm files). SELECTION CRITERIA: Evaluation
  criteria, listed in descending order of relative importance,
  have been established for this requirement as follows: A. Professional
  qalifications necessary for satisfactory performance of required
  services. B. Specialized experience in the type of work required
  described above. C. Capacity to accomplish the Work: (1) Firm
  must have ability to provide a minimum of three 3-man survey
  parties of competent personnel with the required equipment.
  (2) Firm must be able to respond on short notice and meet delivery
  schedules. (3) Sufficiet equipment to meet schedules. Firms
  responding to this notice must furnish a list of all company
  owned survey equipment, including boats and 4-wheel drive vehicles.
  D. Past Performance on DOD and other contracts. E. Knowledge
  of the Locality: Familiarity ith the conditions, control and
  regulations effecting work portions of North Carolina and Virginia
  within the Wilmington District boundaries. F. SB and SDB Participation:
  Extent of participation of small business, small disadvantaged
  business, historically black colleges and universities and
  colleges, and minority institutions in the proposed contract
  team, measured as a percentage of the total estimaed effort.
  G. Equitable Distribution of DOD Contracts: Volume of DOD contract
  awards in the last 12 months as described in Note 24. SUBMISSION
  REQUIREMENTS: See Note 24 for general submission requirements.
  Interested firms having the capabilities to perfor this work
  must submit a copy of the SF 255 (11/92 edition) and a copy
  of the SF 254 (11/92 edition) for the prime and all consultants
  to the above address, ATTN: PAUL MASON, NOT LATER THAN THE
  CLOSE OF BUSINESS ON THE 30TH DAY AFTER DATE OF THIS ANNOUNCEMENT.
  If the 30th day is a Saturday, Sunday, or Federal holiday,
  the deadline is the close of business of the next business
  day. Applicants may supplement theforms with other information
  deemed appropriate. Solicitation packages are not provided.
  This is not a request for proposal. SIC CODE: 8713. NOTE: THIS
  PROPOSED PROCUREMENT IS UNRESTRICTED.
CITE: (I-354 SN013819)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Federal Bureau of Prisons, Western Regional Office, 6600
  Goodfellow St., Dublin, CA 94568
SUBJECT: U--PARENTING PROGRAM SERVICES AT THE FEDERAL CORRECTIONAL
  INSTITUTION (FCI) AND FEDERAL PRISON CAMP (FPC), 37900 N. 45TH
  AVENUE, PHOENIX, AZ 85027.
SOL IFB 187-0103
DUE 020797
POC Theresa Rush, (510) 803-2774.
DESC: The Federal Bureau of Prisons, Western Regional Office,
  intends to solicit and award a contract for Parenting Program
  Services for the Federal Correctional Institution/Federal Prison
  Camp, 37900 N. 45th Avenue, Phoenix, AZ 85027. This solicitation
  will result in the award of a contract with a base year and
  four (4) one (1) year option periods. This procurement is being
  advertised as a Total Small Business Set-Aside under standard
  industrial classification code 8322, with a small business
  size standard of $5.0 Million. This solicitation will be available
  on or about January 7, 1997. The Bid Opening is tentatively
  scheduled for February 7, 1997. Only written requests for this
  solicitation will be accepted, no telephone calls will be accepted.
  Written requests may be faxed to (510) 803-2782. All responsible
  small business sources may submit an offer on this procurement.
CITE: (M-354 SN013721)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: U.S. Department of Energy, Golden Field Office, 1617
  Cole Blvd., Golden, CO 80401
SUBJECT: U--TELEVIDEO CONFERENCE FOR THE DOE FEDERAL ENERGY MANAGEMENT
  PROGRAM (FEMP)
SOL DE-AC36-97GO10205
DUE 012597
POC John Golovach, (303) 275-4761, Beth H. Peterman, Contracting
  Officer, (303) 275-4719
DESC:  This requirement is for a sole source award to KnightScenes,
  Inc., to procure their production and delivery of a televideo
  conference for the Department of Energy Federal Energy Management
  Program (FEMP).   Entitled "Telefemp V: Saving Billions Without
  Spending a Penny; Super ESPC and Utility Incentives", this
  will be the fifth production by the proposed contractor for
  FEMP.  The ninety minute video teleconference will be broadcast
  to downlink sites applying to participate.  The contractor
  will also be responsible for coordinating the advertisement
  of the teleconference, all brochures and teleconference materials,
  as well as distribution of related materials as well as copies
  of the teleconference afterwards.  This sole source award is
  based on KnightScenes, Inc. acquired expertise, having produced
  the prior four teleconferences, as well as based on the extensive
  subject matter training obtained by the  personnel developing,
  producing and delivering the  teleconference. 
CITE: (W-354 SN013722)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: NASA Headquarters(HQ) Acquisition Division, Code CW,
  300 E Street SW,  Washington DC 20546
SUBJECT: U--NASA SPACE STUDENT INVOLVEMENT PROGRAM  (SSIP)
SOL D-15302
DUE 011397
POC Lynn Marra  Phone(202)358-1529, Fax(202)358-3048, E-mail:
  lynn.mara@hq.nasa.gov
DESC: NOTICE:  This is not a Request for Proposals/Release of
  Solicitation.  Members of the public are hereby notified that
  NASA is seeking industry comments and recommendations about
  the Space Science Student Involvement Program.  All interested
  parties are notified not to send cost/price data or any type
  of information that is considered proprietary as NASA will
  be using feedback from this Request for Information (RFI) to
  develop its requirements. NASA reserves the right not to issue
  a solicitation for this requirement.  Any solicitation will
  be released via the NASA Internet Acquisition Service (NAIS).
   The solicitation will reside on a World Wide Web (WWW) server,
  which may be accessed using client browsers, such as MOSAIC
  or Netscape. The solicitation will be released no sooner than
  March of 1997.   REQUEST FOR INFORMATION:  NASA Headquarters
  requests information, ideas and sources for NASA's Space Student
  Involvement Program (SSIP).  Subsequent to receipt and evaluation
  of this notice, NASA intends to issue a formal Request for
  Offer (RFO) to fulfill the requirements for this procurement.
  NASA is currently in the process of evaluating and soliciting
  new and innovative ideas for a Kindergarten through Grade 12
  (K-12) Student Involvement Program. The current Space Science
  Student Involvement Program (SSIP) has been modified over the
  years from the original  Shuttle Student Involvement Program
  (SSIP) which allowed senior high students the opportunity to
  propose experiments that could be performed aboard the Space
  Shuttle.   The current Space Science Student Involvement
  Program (SSIP) encompasses Grades 3-12.  As NASA modifies/streamlines
  its mission focus for the future  25 years, NASA  would like
  to modify and redesign the student competition program to be
  more relevant to NASA's objectives. Additionally, the release
  of national standards in science, mathematics, and technology
  provide a challenge to develop innovative programs to help
  students achieve success in those disciplines.  The SSIP  will
  continue to serve as one of NASA's major national education
  programs addressing the need of American students for basic
  science, mathematics, and technology literacy.   The objective
  of this  Request for Information (RFI) is to obtain new and
  innovative ideas from the community on the  redesign of  this
  student involvement program.  Proposed changes or new innovations
  must be compatible with the guidelines given at the following
  URL on the NASA Headquarters Acaquisition Division's homepage:
   http://www.hq.nasa.gov/office/procurement/acquisition/bizops.htm
    Interested parties are urged to download the full text of
  the Request for Information at the above URL before contacting
  Lynn Marra for additional information.  
LINKURL: http://www.hq.nasa.gov/office/procurement/acquisition/bizops.htm
LINKDESC: 
  Involvement or SSIP
EMAILADD: lynn.marra@hq.nasa.gov
EMAILDESC: 
CITE: (W-354 SN013734)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Wiesbaden Regional Contracting Center, ATTN: AEUCC-C-ASC
  CMR 410 Box 744, APO AE 09096
SUBJECT: U--POST SECONDARY EDUCATIONAL SERVICES
SOL DAJA22-97-R-0008
POC Kathleen Jones
DESC: The Wiesbaden Regional Contracting Center intends to award
  a require ments type contract for Post Secondary Educational
  Services. Period of performance is for one base year and 4
  one-year option years. Place of performance is for various
  locations throughout Europe and the Middle East. All interested
  and responsible sources must submit a request in writing (fax
  acceptable) requesting copy of the solicitation. Please provide
  full company name and address, point of contact and fax number.
  Requests can be faxed to 011-49-611-816-2197/2198. Solicitation
  will be issued o/a 13 Jan 97.
CITE: (I-354 SN013781)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services--Potential Sources
  Sought
OFFADD: Panama Canal Commission, Logistical Support Division,
  Purchasing & Contracts Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: U--TRAINING PROGRAM
SOL N/A
DUE 011797
POC Sarinder Singh, Contract Specialist, (502) 272-3653
DESC: The Panama Canal Commission, a corporation of the U.S.
  Government, is in the process of identifying qualified institutions
  of training interested in advising and collaborating in the
  formulation and implementation of an expanded world-class training
  program at the Panama Canal in such areas as maritime training,
  marine fire fighting, hazardous materials, industrial training,
  and executive and managerial development.  This program would
  be directed toward providing services to the private and public
  sectors as well as the Canal organization.  All interested
  parties shall submit company information, as well as any other
  information related to the topics indicated in this announcement
  to the following addresses: via U. S. Postal Services to Panama
  Canal Commission, Purchasing and Contracts Branch, Attn.: Sarinder
  Singh, Unit 2300, APO AA 34011-2300, by courier to Panama Canal
  Commission, Purchasing and Contracts Branch, Attn.: Sarinder
  Singh, Building 28, Third Floor, Balboa, Republic of Panama,
  or by fax at 011-507-272-7661.  Any information provided shall
  be at no cost to the Commission.  The information received
  will be considered confidential and will not be disclosed withouth
  the express authorization of the supplier.   This notice does
  not express or imply the intent to purchase any service or
  to enter into a contractual agreement.  The information is
  required no later than January 17, 1997.
CITE: (I-353 SN013482)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise,
  ID 83715-5428
SUBJECT: V--TRANSPORTATION SERVICES
SOL 8097-11
DUE 031397
POC Cindy Knickerbocker, Procurement Technician, 208/387-5760
DESC: Contractor will be required to be certificated under 14
  CFR, Chapter 135, Air Taxi Operators and Commercial Operators.
   Furnish flight services fully contractor operated and maintained
  consisting of two (2) Bell 206L III helicopters, or equal aircraft,
  in support of the National Park Service fire suppression, short
  haul and search and rescue activities.  The approximate period
  of use for the first helicopter will be June 5, 1997, through
  October 15, 1997, and the second helicopter will be July 15,
  1997, through October 15, 1997.  The term of this contract
  will be one (1) year with options to renew for two (2) additional
  years.  Designated base is Jackson, WY.  See notes 1 and 26.
CITE: (W-354 SN013740)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Department of Veterans Affairs, Acquisition Operations
  & Analysis Service (93), Washington, DC
SUBJECT: V--TRAVEL MANAGEMENT CENTER SERVICES
SOL N/A
POC Priscilla A. Lee, Contracting Officer, (202) 273-8762
DESC: This is to notify industry that the Department of Veterans
  Affairs (VA) intends to issue a Request for Proposal (RFP)
  to provide comprehensive commercial travel services for VA
  employees for official as well as personal travel and veterans
  beneficiary travel requirements nationwide. It is anticipated
  that the solicitation (RFP) will be issued or or about February
  4, 1997. Questions regarding this procurement must be directed
  to the Contracting Officer, Priscilla Lee.
CITE: (I-354 SN013755)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: U.S.Department of Energy, Document Control Specialist,
  P.O. Box 2500, Washington, DC 20013
SUBJECT: V--DRAFT RFP FOR HIGH-LEVEL RADIOACTIVE WASTE ACCEPTANCE
  AND TRANSPORTATION SERVICES
SOL DE-RP01-97RW00320
DUE 121396
POC Michelle Miskinis, Contracting Officer, (202) 634-4413 or
  Beth Tomasoni, Contracting Officer, (202)634-4408.
DESC: The Office of Civilian Radioactive Waste Management (OCRWM)
  will be seeking competitive proposals for commercial spent
  nuclear fuel (SNF) acceptance, transportation and delivery
  services, and provision of storage equipment, in accordance
  with the final version of this draft Request For Proposal (RFP).
  In May 1996, OCRWM published, in the Federal Register and Commerce
  Business Daily, a Request for Expression of Interest and Comments
  on a previous statement of work for these services. In July
  1996, comments were sought from interested parties at a presolicitation
  conference. DOE is now requesting comments on all aspects of
  its proposed contracting approach. Under the approach described
  in the draft RFP, DOE will be purchasing services from a contractor-owned,
  contractor-operated waste acceptance, transport and delivery
  operation. The contractor must: finance the project, acquire
  the transportation and storage system hardware needed to support
  the specified SNF delivery rates; apply for and receive required
  permits, licenses and approvals; interact with State, Tribal
  and local governments regarding institutional activities such
  as routing and prenotification; and provide any facilities
  needed to support operation of the system (unless provided
  otherwise) and deliver the waste to a Federal storage or disposal
  facility. The contractor will be required to deactivate the
  facilities and equipment no longer required and dispose of
  all scrap and waste materials, including any hazardous and
  low level radioactive waste, generated through the performance
  of this contract. All costs for disposal of deactivated items,
  unused materials and waste material will be the responsbility
  of the contractor. It is the intention of DOE's privatization
  approach to allocate the financial, regulatory, performance,
  and operational risks between DOE and the contractor in an
  equitable manner that both protects the interests of the Government
  and encourages industry participation. The DOE contract will
  provide vendor benefits that include, economic price adjustments,
  payment coverage for idle capacity periods and allowable financing
  costs in the event of a termination for convenience. Because
  of the nature of the SNF, the contractor must operate in a
  strict regulatory environment. DOE's proposed approach is to
  utilize, to the maximum extent practicable, established and
  functioning externat regulatory authorities while minimizing
  DOE involvement. The contractor will comply with all Nuclear
  Regulatory Commission and Department of Transporttion rules
  and regulations governing the acquisition and operational phases
  of the procurement (Phases B and C, respectively). The contractor
  will be responsible for obtaining in its own name, and shall
  be solely responsible for compliance with, all necessary permits,
  authorizations and approvals from Federal, state and local
  regulatory agencies and tribal nations, and will assume the
  financial liability for any fines and penalties. The draft
  calls for a three-phased approach. Phase A, lasting a year,
  develops the necessary plans for contractor acceptance and
  transportation of SNF and delivery of storage containers to
  a designated Federal Facility. Phase B, lasting eight years,
  develops the capability to implement the plans developed in
  Phase A including pre-operational start-up in preparation for
  accepting SNF for transportation and delivery, development
  and acquisition of required hardware and facilitites, mobilization
  of resources and provision of intial storage systems and supporting
  hardware. Phase C, lasting five years, puts the plans into
  operation to accept and transport SNF. Phase C's start is dependent
  on DOE establishing SNF receiving capability at a yet to be
  designated Federal Facility. DOE has structured the initial
  phase of the contract to be "cost shared". DOE intends to pay
  no mare than a ceiling fixed-price for work performed in Phase
  A. No payments are to be expected in Phase B, but the costs
  of the phase B work would be recovered in the prices for Phase
  C services. It is anticipated that payment will be made at
  a fixed unit price per metric ton of SNF delivered. The continental
  United States has been divided into four service regions for
  purposes of this procurement. It is expected that multiple
  contracts will be awarded for each service region for Phase
  A. An offeror will propose on all four regions. Certain of
  the Phase A contractors, based on their deliverable products,
  will be authorized to proceed with Phase B and C work but there
  can be only one contractor for each service region. A single
  contractor would not be authorized to proceed with work in
  more than two regions. The overall project is anticipated to
  last approximately forty years. DOE will periodically seek
  competitive proposals from potential offerors on a per region
  basis over the forty year period. DOE's current plans call
  for the Phase A contract award to be made in April 1998 based
  on a July 1997 RFP release date. Phase B would begin approximately
  seventeen months after award of Phase A. Phase C could begin
  approximately at the end of the third year of Phase B, (i.e.,
  year 2002) after Congress has designated an interim or final
  Federal storage facility. Thereafter, Phase C would be repeated
  in five year increments. OCRWM is interested in receiving comments
  relating to the draft RFP, especially with regard to the following:
  1. Creative approaches for contractors to interact with State,
  Tribal and local governments and interested parties in addressing
  key institutional issues such as routing and prenotification.
  2. Structuring the procurement to provide sufficient incentive
  for most offerors to enter the competition for this and follow-on
  contractos. 3. Financial safeguards for delay in commencement
  of Phases C as a result of delay in start of operations for
  an interim storage facility or repository. 4. Any other regulatory
  requirements, terms or conditions that DOE should consider
  in formulating this aquisition. DOE will consider and may utilize
  all information, recommendations and suggestions provided in
  response to this notice. Respondents should not provide any
  information that they consider to be privileged or confidential
  or which the respondent does not want disclosed to the public.
  Copies of all comments will be placed in the DOE Forrestal
  Building Public Reading Room. Each submittal should consist
  of one original and three photocopies. This notice should not
  be construed (1) as a commitment by the Department to enter
  into any agreement with any entity submitting an expression
  of interest or comments in response to this Notice, (2) as
  a commitment to issue any RFP concerning the subject of this
  Notice, or (3) as a request for proposals. All written comments
  are to be submitted to the following address: Michelle Miskinis,
  Contracting Officer, U.S. Department of Energy, 1000 Independence
  Avenue, SW, Attention: HR-561.21, DRAFT RFP DE-RP01-97RW00320,
  Washington, DC 20585. Comments shall be received by the Department
  no later than March 31, 1997. The solicitation will be available
  for downloading on the Internet, approximately fifteen days
  after issuance of this synopsis, from the OCRWM Home Page located
  at http://www.rw.doe.gov/, Word search: logistics, railroad,
  truckers, finance. Prospective offerors that do not have the
  electronic capability to download the solicitation shall submit
  a written request to the above address, however, a limited
  number of hard copies will be available and it is recommended
  that offerors obtain their copies via the internet. A presolicitation
  conference will be held in Washington DC in February 1997 to
  discuss the draft RFP. A separate Notice will be issued identifying
  the date and exact location.
CITE: (I-354 SN013778)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Purchase Services Branch, Attn:  Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth, NH  03801-2590
SUBJECT: V--MOTEL ACCOMMODATIONS-761 SRA-NEW LONDON, CT
SOL n00102-97-r-1378
DUE 010897
POC Victoria Cook @ fax 207-438-1251
DESC: Copies of the solicitation will only be provided in response
  to written or faxed requests received directly from the requestor.
  Telephone requests will not be honored. This is a combined
  synopsis/solicitation for commercial items prepared in accordance
  with the format in Subpart 12.6, as supplemented with additional
  information included in this notice. This announcement constitutes
  the only solicitation; proposals are being requested and a
  written solicitation will not be issued. This solicitation
  is issued as a request for proposal (RFP) N00102-97-R-1378.
  The solicitation document and incorporated provisions and clauses
  are those in effect in Federal Acquisition Circular 90-32,
  Part 12. The associated standard industrial classification
  code is 7011. The small business size standard is $5,000,000.00.
  An estimated seven lot(s) will be required in support of the
  SSN 761 for the following estimated dates: 01/13/97 through
  04/02/97 to be located in New London, CT. An estimated total
  number of room days is 9,495. Estimated check out date will
  be 04/03/97. When ACTUAL rooming requirements are received
  a faxed copy will be sent to all interested, prospective contractors
  upon request. Requests can be faxed to 207-438-1251. SECTION
  C-Description/Specifications: Minimum size of room is 196 square
  feet, excluding the bathroom/facilities area; Room must provide
  "Quality of Life", sanitary, living conditions; Minimum furnishings
  are one double bed, two pillows, one blanket, one bedspread,
  one full dresser, one comfortable chair, closet or clothes
  hanging space, a table or desk suitable for writing, adequate
  lighting such as one large overhead light and a table lamp;
  Private bath with shower, tub, toilet and sink, a shelf/shelves
  for toiletries and continuous hot water. To be free of rust,
  cracks, etc. in the porcelain and the surrounding area. Ceiling
  must be free of damage (cracks, breaks, etc), anti-slip tub/mats;
  Clean carpeted room. To be free of insects, dirt, etc. To be
  shampooed atleast every 6 months or less and vacuumed by daily
  housekeeping services as required; Room must have a clean,
  sanitary odor; Color TV in operating condition; All rooms require
  independently controlled air conditioning/heat in good working
  order; All units must be securely attached to the wall, floor,
  etc., be clean, electrically safe and inspected on a regular
  basis. If it's a wall unit they should have no draft/gap in
  the surrounding area where it's installed. Door with chain
  lock or dead bolt which must be securely fastened to the wall/door
  frame, etc. Minimum change of linen twice a week, or upon each
  change of occupancy, whichever comes first; Daily towel (clean
  towels provided) and maid/housekeeping service (Rooms must
  be dusted on a regular basis or as needed); Twenty-four (24)
  hour telephone service with local calls free of charge; Daily
  mail service; Laundromat or laundry service available within
  a "reasonable" walking distance; Ice machine on premises in
  operating condition; Adequate, safe parking. Location of the
  motel must be within 12 miles traveling the main routes to
  the front entrance of the base; Check in time must be no later
  than 11:00 A.M.; Portsmouth employees are assigned one per
  room and afforded access to all hotel facilities as regular
  guests; Contract is sales tax exempt. Tax exempt number is
  02-83-0038K; Term of contract in no way will be altered without
  concurrence of code 535.VC, Portsmouth Naval Shipyard, with
  appropriate modification to the contract; All rooms shall be
  essentially identical. No gratuities in the form of room upgrades
  will be permitted. If an overbooking by a hotel occurs, upgrades
  are allowed on a temporary basis; All rooms require a microwave
  and refrigerator; All rooms require a smoke detector and/or
  sprinkler system in operating condition. A current fire inspection
  certificate must be posted; All electrical outlets to be in
  place and firmly attached to the wall. Minimum of three grounded
  outlets and no use of extension cords to prevent hazardous
  safety/fire conditions; SECTION E-Inspection and Acceptance:
  Inspection and acceptance of the motel room will be done by
  the contract specialist/beach administrator (if required).
  SECTION G-Contract Administration Data: Invoices will be paid
  upon receipt. All motel contracts are Net 15 days. SECTION
  H-Special Contract Requirements: Invoices will be verified
  by Donna Pepin, Code 338 Beach Administrator; Invoices shall
  be prepared and submitted in quadruplicate unless otherwise
  specified. Invoices shall contain the following information:
  contract number, invoice date, description of service, breakdown
  of the daily schedule (that is the date, number of rooms per
  day, price per room, amount for the individual day, payment
  terms and company name); The PNS administrator reserves the
  right to "sell back" rooms not being utilized by PNS personnel
  to the contracted motel. Otherwise the contracted motel CANNOT
  utilize these rooms with other customers other than PNS personnel
  if the government is paying for them; Do not invoice for additional
  rooms until modifications have been signed and returned to
  code 660. Invoices must match individual modifications; Invoices
  will be forwarded by the PNS administrator for payment to the
  Disbursing Officer, code 660, Portsmouth, NH 03804 and paid
  on a bimonthly basis. Vendor will maintain for 3 years after
  final payment, backup data to their invoices which will include
  on a daily basis: date, employees name and room number, number
  of contracted rooms not occupied with room number and total
  house occupancy. Portsmouth employees assigned to each motel
  are responsible for all expenses incurred beyond the scope
  of the contract, i.e., long distance phone calls, room service,
  damages, pets and dependents. Should the motel agree to provide
  additional services, the basis thereof and charges for such
  services are strictly between the motel and the PNS employee.
  Place of delivery and acceptance and FOB point is New London,
  CT. The following provisions apply: FAR 52.212-1, Instructions
  to Offerors-Commercial, applies to this acquisition; FAR 52.212-2,
  Evaluation-Commercial Items: it is assumed that each contractor
  can accommodate only 1 lot unless otherwise stated. Award of
  each lot will be made to the Technically Acceptable Low Offeror;
  FAR 52.212-3, Offeror Representations and Certifications-Commercial
  Items must be included with your offer; FAR 52.212-4, Contract
  Terms and Conditions-Commercial Items, apply to this acquisition;
  FAR 52.212-5, Contract Terms and Conditions Required to Implement
  Statutes Or Executive Orders-Commercial Items applies. Insert
  the following clauses: 52.222-26 Equal Opportunity, 52.222-35
  Affirmative Action for Special Disabled and Vietnam Era Veterans,
  52.222-36 Affirmative Action for Handicapped Workers, 52.222-41
  Service Contract Act of 1965, as Amended and 52.222-42 Statement
  of Equivalent Rates for Federal Hires. Please request a copy
  of the schedule when it becomes available by either US Mail
  from Portsmouth Naval Shipyard, Attn: Code 535.VC, Portsmouth,
  NH 03801-2590 or by faxing your request to 207-438-1251. Offers
  are due No Later Than 08 JAN 1997 at 3:30pm closing time at
  Portsmouth Naval Shipyard, Supply Dept/Purchase div, Bldg.
  153, 6th floor, Code 535.VC, Portsmouth, NH 03801-2590. Point
  of Contact is Victoria Cook, Contract Specialist at 207-438-2386.
CITE: (I-354 SN013803)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 1001, 761ST TANK
  BATTALION AVE, FORT HOOD TX 76544-5059
SUBJECT: V--HOTEL/MOTEL LODGING, 150 DOUBLE AND 26 SINGLE ROOMS,
  WITHIN 25 MILES OF FORT LEAVENWORTH, KS, FROM 8-20 JULY 1997.
SOL DAKF48-97-B-0004
DUE 012197
POC Contract Specialist Ruth Jamandre (817) 287-5480 Contracting
  Officer Sue E. Everts (817) 287-6166 (Site Code DAKF48)
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;
  bids are bing requested and a written solicitation will not
  be issued. Solicitation DAKF48-97-B-0004 is issued as an Invitation
  for Bids (IFB). The solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular90-41. This action is unrestricted. The
  Standard Industrial Classification (SIC) code is 7011. The
  small business size standard is $5 million. CLIN 0001: Provide
  double rooms for 12 days from 08 through 20 July 1997 - 150
  ea. State your daily rate times 12 days equals unit price.
  State number of rooms available. CLIN 0002: Provide single
  rooms for 12 days from 08 through 20 July 1997 - 26 ea. State
  your daily rate imes 12 days equals unit price. State number
  of rooms available. The Government prefers lodging these personnel
  in one facility; however, if space is scarce, state the number
  of rooms available for this acquisition. Bids will be evaluated
  on the basis of avantage and disadvantages to the Government
  that might result from making more than one award (multiple
  awards). Individual awards shall be for item or combination
  of items that result in the lowest aggregate cost to the Government,
  including administrative cost. The contractor shall not be
  paid for rooms if the Contracting Officer provides a 2-day
  advance notification of cancellation or no shows priorto initiation
  of contract performance. The Contractor shall not invoice for
  rooms not used by the Government due to cancellation or no
  shows, for which advance notification has been given. The contractor
  shall provide personnel, management and services necssary to
  provide hotel/motel rooms for 326 US Army personnel from Fort
  Hood, TX, participating in Warfighter Exercise at Fort Leavenworth,
  KS. Check in 8 July 1997, check out 20 July 1997. The contract
  requires 26 single and 150 double rooms with bathroom facilities.
  Location must be within 25 miles of the Leader Development
  Center at Fort Leavenworth, KS. Rooms furnished shall be one
  individual to a bed ith no more than two individuals to a room
  for double occupancy and one individual to a room for single
  occupancy. Individuals of different genders (i.e., male and
  female) shall not be assigned to the same room. The contractor
  shall ensure that all rooms ae thoroughly cleaned and sanitized
  on a daily basis. Rooms shall consist of furnishings and equipment
  customarily provided for the establishment's most favored customers.
  All furnishings shall be in good condition and all equipment
  operating to ensure its suitability for normal daily use. Privileges
  normally extended to other guests by the establishment shall
  be extended to the individuals billeted at Govrnment expense.
  Room reservations will be made by the Contracting Officer or
  designated representative two days prior to the arrival of
  the personnel. The contractor will be notified of the estimated
  number of Armed Forces personnel. The contractor shall rserve
  the requested rooms until 10:00 PM on the scheduled reservation
  date. Rooms shall be assigned within 15 minutes after arrival.
  Payment will be made only for the lodging requirements established
  by the Contracting Officer or designated representative. Payment
  for services beyond the time specified by this contract will
  be the responsibility of the individual who requested the extra
  service. The contracor assumes full responsibility for obtaining
  payment for services extended beyond those authorized by this
  contract. The Government assumes no liability for damages caused
  by these personnel. The contractor shall not employ off-duty
  or any person who is anemployee of the United States Government
  if such employment would create a conflict of interest or be
  contrary to DOD Regulation 5500.7 (Standards of Conduct). Post
  award conference will be conducted by telephone or letter.
  The Contracting Officer or designated representative will inspect
  the contractor's facilities to ensure that state and local
  health, fire prevention standards are being maintained, roms
  are protected and secured, and that accommodations are being
  furnished in accordance with contract requirements. Such inspection
  will be conducted at unannounced times. Inspection and acceptance
  will take place at Contractor's facility (location of loding)
  upon receipt of services conforming to the solicitation specifications,
  and meeting all other critical elements of the solicitation
  and resulting contract. Inspection and acceptance shall be
  evidenced by execution of an acceptance certificate by the
  Government on a Material and Receiving Report Form, DD Form
  250. The clause at FAR 52.212-4, Contract Terms and Conditions
  Commercial Items, applies to this acquiition and is incorporated
  by reference. Addendum to FAR 52.212-4 reads as follows: Paragraph
  (c): Paragraph is deleted and replaced with "Changes in the
  terms and conditions of this contract may be made in accordance
  with FAR clause 52.243-1 Alt 1, Changes All other changes which
  fall outside the Changes clause will be made by written agreement
  of the parties." Paragraph (j): "Risk of Loss" is deleted in
  its entirety. Paragraph (m): Paragraph is deleted and replaced
  with "Termination for Default. The Government reserves the
  right to terminate this contract in accordance with FAR clause
  52.249-8, Default." Paragraph (p): Sentence one, delete "or
  implied. The clause at FAR 52.212-5, Contract Terms and Conditions
  Required to Implement Statutes or Executive Orders Commercial
  Items, applies to this acquisition and is incorporated in full
  text with the following additional clauses: paragraph (b):
  52.203-6 Alt , 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36,
  52.222-37; paragraph (c): 52.222-41, 52.222-42 (This clause
  identifies the classes of service employees expected to be
  employed under the contract and states the wages and fringe
  benefits payable to each if they were employed by the contracting
  agency. The statement is for information only; it is not a
  wage determination. (Copy can be requested fro the point of
  contact.), and 52.222-44. After award the Administrative Contracting
  Office for this acquisition will be the Directorate of Contracting,
  Contract Admin Div, Building 1001, Room W113, Fort Hood, TX
  76544-5059. In furtherance of Federal policy nd the Alternative
  Dispute Resolution Act of 1990, ADR Act, Public Law 101-552,
  the Contracting Officer will try to resolve all post award
  acquisition issues in controversy by mutual agreement of the
  parties. Interested parties are encouraged to use alternative
  dispute resolution procedures to the maximum extent practicable
  in accordance with the authority and the requirements of the
  ADR Act. DFARS 252. 12-7001, Contract Terms and Conditions
  Required to Implement Statutes or Executives Orders Applicable
  to Defense Acquisitions of Commercial Items with the following
  additional clauses checked in paragraph (b): 252.205-7000 and
  252.233-7000. The following aditional FAR and DFARS provisions
  and clauses are applicable to the acquisition and are incorporated
  by reference via addendum FAR 52.203-3, Gratuities; 52.214-6,
  Explanation to Prospective Bidders; 52.214-10, Contract Award
  Sealed Bidding; 52.232-17, Interest; 52.233-1, Disputes; 52.243-1
  Alt 1, Changes Fixed Price; 52.249-8, Default; DFARS 252.201-7000,
  Contracting Officer's Representative; 252.204-7001,Commercial
  and Government Entity (CAGE) Code Reporting; 252.204-7003,
  Control of Government Personnel Work Product; 252.209-7001,
  Disclosure of Ownership or Control by the Government of a Terrorist
  Country; 252.232- 7006, Reduction or Suspension of Contrac
  Payments Upon Finding of Fraud; 252.242-7000, Postaward Conference;
  252.243-7001, Pricing of Contract Modifications. The following
  additional FAR and DFARS clauses and provisions are applicable
  to the acquisition and are incorporated in full text by addendum:
  52.216-1, Type of Contract, applies and is incorporated in
  full text via addendum and reads as follows: The Government
  contemplates award of a Fir Fixed-Price contract resulting
  from this solicitation. FAR 52.233-2, Service of Protest (Acknowledgement
  of receipt will be received from the Directorate of Contracting,
  Building 1001, 761st Tank Battalion, Room W103, Fort Hood,
  TX 76544-5059); The clauseat FAR 52.212- 1, Instructions to
  offerors Commercial Items, applies to this acquisition and
  is incorporated by reference. Addendum to FAR 52.212-1 reads
  as follows: Paragraph (a): Change the small business size standard
  from 500 employees to read $5,000,000. Paragraph (b): Second
  sentence delete "SF 1449" and "or as otherwise specified in
  the solicitation." The Wage Determination No. 94-2307, Revision
  No. , date of last revision 5/10/96 is applicable to this acquisition.
  (Copy can be requested from the point of contact.) The bidders
  will include a completed copy of the provision at FAR 52.212-3,
  Offeror Representations and Certifications Commercial Items,
  wth its bid. (Copy can be requested from the point of contact.)
  Bidder must indicate that company is not currently on the List
  of Parties Excluded from Federal Procurement or Nonprocurement
  Programs. All responsible sources may submit a bid which shall
  be considered by the Directorate of Contracting. Bids must
  be submitted to Fort Hood, TX 76544-5059 by 3:00 PM local time,
  21 January 1997. Facsimile bids ill be accepted and may be
  sent to (817) 287-3243 (preferred fax number), (817) 287-5354
  or (817) 288-3999.
CITE: (I-354 SN013823)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: USDA, FOREST SERVICE, 517 GOLD AVENUE, SW, ALBUQUERQUE,
  NM 87102
SUBJECT: V--HELICOPTER SERVICES, EXCLUSIVE USE, TYPE III
SOL R3-97-4
DUE 022497
POC P.J. Haar, Contracting Officer, (505) 842-3126 or Barbara
  A. Castillo, (505) 842-3347
DESC: USDA Forest Service, Southwestern Region, intends to contract
  for four (4) contractor-owned, contractor-operated, Type III
  (light) helicopters for wild land firefighting initial attack
  and support missions. Contractor shall provide helicopter,
  pilot(s), mechanic, service truck and driver for transporting
  personnel and cargo for Forest Fire Operations, involving low
  level missions in mountainous terrain on hot days with internal
  and external loads. Helicopter will also be used for helirappelling.
  During the performance periods (4/17-7/27; 4/27-7/20; 5/14-7/12;
  5/25-9/1), helicopters will be for exclusive use of the Government.
  Helicopters will be based at Forest Services bases in Arizona
  and New Mexico. Contract time will be one base year with two
  option years.
CITE: (I-354 SN013891)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: V--PACKING/CONTAINERIZATION/LOCAL DRAYAGE OF HOUSEHOLD
  GOODS
SOL N00406-97-R-5042
DUE 021097
POC T. Kelly
DESC: this requirement is for an annual contract for the movement
  of household goods. areas to be serviced include the following
  washington state counties, kitsap, mason, jefferson, king,
  pierce, clallum, grays harbor and pacific. shipments will include
  inbound, outbound, intra-areas and inter-areas, a requirements
  type contract is anticipated with estimated quantities. A contract
  will be for a base year with an option year. This requirement
  is a 100% small business set-aside. duration of contract base
  year 1 may 97 - 31 apr 98 and option year 1 may 98 - 31 apr
  99. all responsible sources may submit (offer.bid/quotation)
  which shall be considered by fleet & industrial supply center,
  puget sound telephone requests will not be honored fax requests
  will be honored and should be made to (360) 476-2931.
CITE: (I-354 SN013908)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: General Services Administration, mid-atlantic region,
  FSS (3FBG)  Attn: Monica L. gormley, 100 Penn Square East,
  Philadelphia, PA 19107
SUBJECT: V--COORDINATION AND RELOCATION OF NAVAL MEDICAL FACILITY,
   PORTSMOUTH, VA
SOL GS-03F-97-AYC-0011
DUE 012697
POC Monica L. gormley, contracting officer, (215) 656-3831
DESC: Provide all necessary services to relocate three present
  U.S. Navy  medical facilities to a newly constructed acute
  care facility in Portsmouth,  VA.  This contract will be executed
  in three Phases, with the third phase  an option.  Phase I
  - receive, warehouse and install all new  owner-installed furniture
  and equipment.  Receive, warehouse and  coordinate distribution
  of vendor-installed furniture and equipment.   Phase II - relocate
  presently owned furnishings and equipment.  Phase  III - consolidate
  remaining furniture and equipment.  There will be a  pre-proposal
  conference, property inspection and walk-through at all  locations.
   Attendance is mandatory!!!!  Deadline for acceptance of  names
  for thewalk-through is January 16, 1997. bidders that fail
  to  attend the walk-through or inspection of the properties
  to be relocated will  not be considered for award.  Source
  selection procedures will be used.   Requests for solicitation
  must be mailed to the above address or transmitted  by facsimile
  to the attentionof Monica L. gormley, (215) 656-3841.   Telephone
  requests will not be honored.  Proposed solicitation will be
   issued on or about 1/6/97, with closing thirty 30) days later.
CITE: (I-354 SN013946)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential
  Sources Sought
OFFADD: General Services Administration, mid-atlantic region,
  Federal  Supply Service Bureau (3FBG), Attn: Monica L. gormley,
  100 Penn  squareeast, Philadelphia, PA 19107-3396
SUBJECT: V--TRANSPORTATION, TRAVEL AND RELOCATION SERVICES
DUE 012697
POC Monica L. gormley, contracting officer (215) 656-3831.
DESC: Provide all necessary services to relocate three present
  U.S. Navy  medical facilities to a newly constructed acute
  care facility in Portsmouth,  VA.  This contract will be executed
  in three Phases, with the third phase  an option.  Phase I
  - receive, warehouse and install all new  owner-installed furniture
  and equipment.  Receive, warehouse and  coordinate distribution
  of vendor-installed furniture and equipment.   Phase II - relocate
  presently owned furnishings and equipment.  Phase  III - consolidate
  remaining furniture and equipment.  The pre-bid  conference,
  property inspection and walk-through will be conducted on 
  January 7-8, 1997, at the Naval Medical Center, Portsmouth,
  VA.   Attendance is mandatory!!!!  Bidders that fail to attend
  the walk  through or inspection of the properties to be relocated
  will not be  considered for award.  Source selection procedures
  will be used.   Requests for solicitation must be mailed to
  the above address or transmitted  by facsimile to the attention
  of Monica L. gormley, (215) 656-3841.   Telephone requests
  will not be honored.  Proposed solicitation will be  issued
  on or about 12/26/96, with closing thirty (30) days later.
CITE: (I-354 SN013970)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Naval Station Everett, Code 41C, 2000 W. Marine View
  Drive, Everett, WA 98207-5001
SUBJECT: W--CRANE RENTAL
SOL N44255-97-Q-4232
DUE 011997
POC Contact Elizabeth Baierl (206) 304-3580/Contracting Officer,
  John Gerber (206) 304-3580.
DESC: One (1) 80-ton crane rental for 90 days (26 Jan 97 - 26
  Apr 97), Pier Alpha, Naval Station Everett, Washington. Crane
  to have hydraulic boom, 130 foot minimum radius, 2,000 pounds
  capacity, unlimited hours of use. Small business set-aside.
  When calling for a copy of solicitation, contact Elizabeth
  Baierl or John Gerber at (206) 304-3580, and provide name,
  address, and solicitation number in item 9. All responsible
  sources may submit an offer which will be considered.
CITE: (I-354 SN013751)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: W--FORKLIFT LEASE
SOL N00406-97-R-4037
DUE 041097
POC M. Renville
DESC: Indefinite delivery type contract requirements type for
  the lease of an estimated 6 each 15,000 lb. capacity industrial
  type forklifts with 210 in. lift; diesel, gas or propane powered
  with pneumatic tires. normal repair and maintenance and repair
  is the contractor's responsibility. Contractor is required
  to respond to repair calls with 4 business hours, and if repair
  is not feasible, to replace the leased unit. duration of contract
  period: period of performance is from the date of award through
  one year, plus one option year. FOB destination: puget sound
  naval shipyard, bremerton wa 98314-5000 All responsible sources
  may submit (offer/bid/quotation) which shall be considered
  by the fleet and industrial supply center puget sound telephone
  requests will not be honored. Fax requests will be honored
  at (360) 476-2931
CITE: (I-354 SN013909)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 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--UPGRADE OF NAVAL RESERVE BUILDING 733, FT RICHARDSON,
  ALASKA
SOL DACA85-97-B-0014
DUE 022797
POC Contact, Gail M. West, 907/753-2552/Contracting Officer,
  Thomas L. Carter, 907/753-2551
DESC: Description of work to be performed:  Upgrade existing
  facility to provide office/drill services for approximately
  130 Navy Reservists on the weekend, and a full-time Navy Officer
  personnel during the week.  Mechanical and plumbing upgrades
  include new unit ventilators, smoke detectors, replace plumbing,
  sink and fixtures. Electrical upgrades include new fire alarm
  system, light fixtures, and provide modem and land lines. 
  Structural upgrades consist of door assemblies, new fire walls,
  suspended ceilings, carpeting and painting.  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 disposition of the Armed Forces.
   Range: $500,000, - $1,000,000--FFP--245 days completion time--Plans
  & spec fee: $41.00--SIC Code 1542--all responsible sources
  may submit a bid which shall be considered by this agency.
   The solicitation listed herein is a Small Business Set Aside.
CITE: (I-353 SN013497)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: 45CONS, 1201 Minuteman St, MS 7200, Patrick AFB, FL 32925-3237
SUBJECT: Y--REPLACE MFH, PATRICK AFB FL
SOL F08650-97-B-0400
DUE 021997
POC Peggy Norman, Contract Specialist (407) 494-9951/Madhu B
  LeFevre, Contracting Officer (407) 494-9941
DESC: Provide all labor, materials and equipment necessary to
  demolish existing Housing Office, Housing Maintenance and Warehouse
  facilities, and replace with three new facilities within the
  new Housing Management Complex area at Patrick AFB FL.  Work
  consists of demolition of existing buildings, asbestos abatement,
  constructing new parking lot and landscaped areas, new entrance
  portico and walkways; three (3) new buildings to include partitions,
  walls, interior finishes, signage, cabinetry, furnishings,
  storefronts, equipment, window coverings, ceilings, plumbing
  and mechanical systems, fire protection system, electrical
  system, lighting fixtures, lightning protection system and
  site lighting.  Construction time is 365 days after Notice
  to Proceed.  Bid opening is tentatively scheduled for 19 Feb
  97.  The applicable SIC code and small business size standard
  are 1542/$17M.  Estimated range of this project is between
  $1,000,000 and $5,000,000.  Requests for solicitation must
  be in writing or may be faxed to (407) 494-6193.  All requests
  must include requester's telephone number, nine-digit zip code
  and information as to whether the requester is a large, small
  or small disadvantaged business.  No telephone calls will be
  honored.  A $25 nonrefundable fee will be charged for each
  copy of a construction solicitation package.  A faxed request
  for copies of packages will still be accepted, however, checks
  must be received in 45 CONS/LGCCA prior to issuance of packages.
   Only business checks, certified checks, cashier checks, or
  money orders will be accepted and shall be made payable to:
   DISBURSING OFFICE DSSN 6624.  NOTICE TO OFFERORS:  FUNDS ARE
  NOT PRESENTLY AVAILABLE FOR THIS PROJECT.  NO AWARD WILL BE
  MADE UNTIL FUNDS ARE AVAILABLE TO MAKE PAYMENTS UNDER A CONTRACT.
   THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION,
  EITHER BEFORE OR AFTER BID OPENING, WITH NO OBLIGATION TO THE
  OFFEROR BY THE GOVERNMENT.  All responsible sources may submit
  a bid which shall be considered by the 45th Space Wing.  
CITE: (W-354 SN013714)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Postal Service, Facilities Field Office, 34301 9th
  Avenue S, Third Floor, Federal Way WA
SUBJECT: Y--CONSTRUCTION OF HILLSBORO DCU, WALNUT  STREET, HILLSBORO
  OR 97123-9998
SOL 415046-97-A-0053
DUE 012197
POC Point of contact for solicitation information: Teresa Braddock
  (206) 925-9718; and for scope of work: Hugh C. Roche (206)
  925-9719.
DESC: The contractor will furnish all necessary materials, equipment,
  services and labor to construct a  28,732 sq. ft. Detached
  Carrier Unit (DCU) in Hillsboro, Oregon. Construction of the
  DCU will include site work, utility connections, footings and
  foundations, building construction, landscaping, paving and
   all other tasks set forth in the construction documents and
  specifications, dated 11/11/96. The estimated construction
  cost range is  $2,400,000.00 to $2,800,000.00. The performance
  period for the contract will be 270 calendar days.  Solicitation
   packages may be obtained from Royal Reprographics, 7825 S.
  180th St., Kent WA 98032. Plans and specifications are  available
  at a cost of $35.00  per set (Non-Refundable). Mail check 
  or money order payable to: "Disbursing Officer, USPS", and
  reference the above solicitation number. Since this is a  request
  for proposal, offers will not  be publicly opened. The number
  of offers received, the identity of the offerors, the amount
  of any one offer, or relative standing of the offeror  will
  not be disclosed to anyone until after the award of  contract
  is made and  the request is submitted in writing. Offerors
  are encouraged to submit their proposal by the U.S. Postal
  Service (First Class, Priority Mail, or Express Mail).
CITE: (M-354 SN013717)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Y--P-053, BACHELOR ENLISTED QUARTERS 52 AREA, MARINE
  CORPS BASE CAMP PENDLETON, CA
SOL N68711-95-R-7801
DUE 021997
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  Mike Larson/Contracting Officer, Katherine G. Luhmann.
DESC: Sources sought to design, engineer and construct a Bachelor
  Enlisted Quarters at 52 Area, Marine Corps Base, Camp Pendleton,
  California. The work includes site demolition and the design,
  engineering and construction of a complete and usable three-story
  concrete masonry Open Bay Barracks facility consisting of project
  structures, building systems, equipment, finishes, fixtures,
  all necessary site improvements, and off-site work as well.
  The contract is to be awarded to the responsible offeror who
  submits the proposal considered most advantageous to the Government
  considering "Price" and "Technical" evaluation factors. The
  following evaluation criteria has been established: (1) Past
  Performance of the Design/Build Team with the following subfactors:
  (1.1) Delivering quality work in a timely manner at a reasonable
  total cost. (1.2) Reputation for effectiveness of management
  and commitment to customer satisfaction. (1.3) Actual similarity
  of experience to this Bachelor Enlisted Quarters Project in
  scope, dollar value, and complexity. Factor (2): Design and
  Construction with the following subfactors: (2.1) Building
  design to include floor plan design, exterior appearance, building
  structural design, and building mechanical design, (2.2) Site
  design and engineering to include site design, compliance with
  site design requirments, and site engineering and utilities
  considerations, (2.3) Building engineering, material quality
  and maintenance to include quality and durability of materials
  and construction, quality of mechanical systems, quality of
  electrical system, and maintainability of the project. (2.4)
  Energy performance, life cycle cost and recycle, recyclable
  material considerations to include enery efficiency and life
  cycle cost for the efficiency and life cycle cost for the facility,
  energy efficiency and life cycle cost for appliances and equipment,
  and consideration for recycled and recyclable materials and
  environmentally sensitive design. Factor (3): Experience and
  qualifications of Contractor/A-E/Subcontractor to include the
  following subfactors: (3.1) Qualifications and past performance
  record of the entire Design/Build Team (including the Prime
  Contractor/Developer, the prime design Architect-Engineer Firm,
  and other subcontractors) shall be evaluated based on the following:
  (1) The team has completed in the past ten years other projects
  of similar magnitude in scope, complexity and cost, (2) The
  team having completed the past projects in a timely manner,
  with minimum change orders, delay and other problems. (3.2)
  Qualification of the Prime Contractor - For the projects provided
  by the offeror, evaluated by the following: (1) Contractor
  has successfully completed past projects similar to the subject
  project in dollar value and complexity. Were the projects completed
  on or ahead of schedule? Percent of work accomplished by the
  offeror's own forces, degree of satisfaction expressed by the
  customer when contacted. (3.3) Qualification of the Architect/Engineer
  (A-E) firm: (1) Experience in design of similar projects (i.e.,
  design and construction of multiple housing units), (2) Satisfactory
  performance in past similar projects when owners/owner's agents
  are contacted. (3) Specialized qualifications of design personnel
  to be assigned to this project. Key personnel must be registered,
  demonstrate familiarity with the State of California Building
  Codes, and have experience with similar projects. Factor (4):
  Scheduling for the project with the following subfactors: (4.1)
  Schedule summary network diagram of the project which shows
  activity dependencies and duration, (4.2) Description of what
  is considered to be critical path activities, and proposed
  solutions to overcome or mitigate the critical tasks in the
  project. Factor (5): Subcontracting effort with the following
  subfactors: (5.1) Past Performance, (5.2) Subcontracting percentage
  values, (5.3) Services and/ or products to be subcontracted
  to various business. A pre-proosal conference shall be held
  on February 6, 1997 at 10:00 A.M. in the Blue Room at the Naval
  Facilities Engineering Command, Southwest Division, 1220 Pacific
  Highway, San Diego, California 92132. Participants must reserve
  seating a minimum of two days in advance of the conference
  date by contacting Mike Larson at (619)532-3368. This is not
  a public bid opening. The estimated cost is between $5,000,000
  and $10,000,000. Firm Fixed Price Design and Construction Contract
  Proposals will be considered from all responsible sources.
  This project is unrestricted. The standard industrial code
  is 1522 and the annual size standard is $17 million. It is
  recommended that the subcontracting plan goals refelct a minimum
  goal of 5% for Small Disadvantaged Business Subcontracting
  efforts. Potential bidders should request in writing stating
  RFP number N68711-95-R-7801, with complete name, address, area
  code, and phone number and whether bidding as a prime/subcontract/supplier.
  There will be a charge for plans and specs. This amount will
  be determined before RFP's are available. Checks are to be
  made out to DEFENSE PRINTING SERVICE. FEES ARE NOT FEFUNDABLE.
  Mail requests to Southwest Division, Naval Facilities Engineering
  Command, Plan Issue, 1220 Pacific Highway, Building 132, San
  Diego, CA 92132-5187. Please fax requests to (619) 532-2083,
  however, requests will not be processed until your check has
  been received by this office. Submit one (1) check per project.
  Solicitation packages are limited to two (2) per prime and
  one (1) per subcontractor/supplier. Drawings produced using
  CAD software and RFP text using work processing software are
  available via the SWDIV Bulleting Board System (BBS) through
  the use of a modem. Individual drawing files are compressed
  into a single self-extracting DOS based .EXE file. Upon sownloading,
  the file should be executed from a local hard disk, causing
  the individual .DWG files to uncompress automatically without
  the need for special software. Note that drawings not produced
  using CAD software are not included and some substitutions
  for fonts and menus may be necessary to access the files. Files
  will be found in a directory C: d pub on the SWDIV Bulletin
  Board (619) 532-1779 or on the FTP server at ftp.efdswest.navfac.navy.mil/P053RFP1.EXE.
  Disclaimer: These data files are copies of the original document
  files used to prepare the Request for Proposal (RFP) package,
  the government does not guarentee that these data files are
  free of errors or omissions. In the event of any discrepancies
  between these data files and the RFP, the RFP documents control.
  The user agrees that the Government will not be liable to the
  user for any damages arising from the use of employes, and
  agents harmless from any damages caused by the user's name
  or these data files. Downloading of these files evidences acceptance
  of this agreement by the user. Issue date of RFP/BBS on or
  about January 17, 1997.
CITE: (I-354 SN013743)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Engineering Field Activity, NW, NAVFACENGCOM, 19917-7th
  Avenue NE, Poulsbo, WA 98370-7570
SUBJECT: Y--INSTALL SOUTH DIKE LINER AT THE MANCHESTER FUEL DEPOT,
  MANCHESTER, WASHINGTON (W.R. #046-4016)
SOL N44255-96-B-0994
DUE 021497
POC Margie Quimby, Contract Specialist (360) 476-5284/Wanda Edwards,
  Contracting Officer (360) 476-2427.
DESC: PRE-SOLICITATION NOTICE. The work includes installation
  of approximately 6,500 square feet of pond liner, a 310 foot
  long cutoff wall that varies from 10 feet deep to 32 feet deep,
  an 18-inch by 30 feet deep diameter water well, and a cast-in-place
  sump and incidental related work. During performance of this
  work, asbestos, hazardous waste, or pollution abatement may
  be encountered. Plans and specifications will be available
  on or about 14 January 1997 at no charge until supply is exhausted.
  Contract completion time is 180 calendar days. Estimated cost
  range is between $250,000 and $500,000. The estimated bid opening
  date is 14 February 1997. Solicitation packages may be acquired
  in person from Plan Issue or by mail. Telephone requests will
  not be accepted. For plans and specifications to be mailed
  to your firm, either fax your request to Plan Issue (360) 396-0998,
  or mail your request to Engineering Field Activity NW, Attention
  : Plan Issue, NAVFACENGCOM, 19917-7th Avenue NE, Poulsbo, Wa
  98370-7570. Your request must include the solicitation number,
  complete company name, address, telephone number including
  area code, and whether bidding as a prime/subcontractor/supplier.
  Your request must also indicate whether your firm is small
  business, small disadvantaged business or a large business
  and if woman owned. Planholder lists will not be faxed. The
  Standard Industrial Classification Code is 1629. The related
  small business size standard is $17,000,000.
CITE: (I-354 SN013787)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DOE/WSSRAP, 7295 Highway 94 South, St. Charles, Missouri
  63304
SUBJECT: Y--GEOSYNTHETICS FOR DISPOSAL CELL BOTTOM AND SIDE WALLS
SOL RFP-3589-SC-WP479
DUE 022197
POC David L. Hay, (314) 441-8086.
DESC: Presolicitation notice seeking subcontractors to furnish
  and install approximately 156,000 sy of high density polyethylene
  (HDPE) geomembrane, approximately 130,000 sy geosynthetic clay
  liner (GCL), approximately 159,000 sy of HDPE geonet, and approximately
  421,000 sy of polyethylene geotextile on the bottom and side
  walls of the Disposal Cell. Work includes providing, furnishing,
  installing, inspecting, and testing the manufactured geosynthetic
  materials, including boots for pipe penetrations. There are
  only three approved manufacturers for the HDPE geomembrane.
  They are: Gundle Lining Systems, National Seal Company, and
  Poly-Flex Inc. The minimum technical   criteria that will be
  required to be provided with the proposal will be: (a) Able
  to provide manufacturer's certifications that the installer
  and fabricator is manufacturer-approved and that the installation
  procedures for the geomembranes are in accordance with the
  manufacturer's installation procedures. (b) That QA Manager
  and site supervisor/foreman shall have overseen the installation
  of a minimum of one million square feet of geomembranes of
  the type required for this project. (c) Demonstrate competence
  in the installation of geomembrane by providing verifiable
  references for two similar projects where these services have
  been performed during the last five   years. (d) Provide names
  of at least two current or former clients and points of contact.
  (e) Demonstrate a safe work history as proven by OSHA 200 reports
  and an EMR rating of 1.2 or less. (f) Financial capability
  and bonding capacity for a project of this magnitude. (g) Evidence
  of commitment to support socio-economic programs for small
  business and small disadvantaged businesses. Plans and specifications
  will be issued sometime in January 1997. The estimated cost
  is between $1,000,000.00 and $5,000,000.00 and the performance
  period is 1,007 calendar days. This project work is subject
  to site collective bargaining agreement under the National
  Maintenance Agreement.   The awarded subcontractor will be
  required to be signatory to the National Maintenance Agreement
  and will flow down the requirements of this clause to all lower
  tier subcontractors working at this site. This project is open
  to both large and small businesses. Only written requests for
  the solicitation will be honored.
CITE: (M-354 SN013796)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--STONE BANK PAVING, MISSISSIPPI, ATCHAFALAYA AND RED
  RIVERS AND OLD RIVER CONTROL CHANNEL
SOL DACW29-97-B-0043
DUE 021897
POC Contract Specialist, Sheila Enclade, (504) 862-1514
DESC: The work consists of construction of 2 stone contraction
  dikes at Mile 298.0-L and construction of various types of
  stone bank paving at several locations along the Mississippi,
  Atchafalaya and Red Rivers and Old River Control Channels.
   $13.10 for plans and specification. $5.00 charge for specification
  only.  Unrestricted.
CITE: (I-354 SN013802)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U. S. ARMY CORPS OF ENGINEERS, CONTRACTING DIVISION,
  P. O. BOX 1229, GALVESTON TX 77553-1229
SUBJECT: Y--DORMITORY AND SUPPORT FACILITIES, LOS FRESNOS, TEXAS,
  PORT ISABEL SERVICE PROCESSING CENTER IN CAMERON COUNTY, TEXAS
SOL DACW64-97-B-0008
DUE 021097
POC Contract Specialist Carolyn Hilliard (409) 766-3848 Contracting
  Officer Mary A. Monnell (409) 766-3851 (Site Code DACW64)
DESC: The work consists of constructing one 200-bed male dormitory
  and providing support utilities. The cost for one set of plans
  and specifications: Full Size $60.00; Half Size $35.00 (non-refundable).
  Subcontracting goals for the Galveston District are: 2.5% Small
  Business; 8.8% Small Disadvantaged Business; and 3.0% Woman-Owned
  Small Business. Price range for this work is between $1,000,000.00
  and $5,000,000.00.
CITE: (I-354 SN013809)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: Z--RESEAL CONTRETE JOINTS & CRACKS
SOL F09650-97-Q-0388
DUE 020697
POC For copy, WR-ALC/PKOC, For additional information contact
  Evelyn  Ellis/Pkoea/912-926-2057
DESC: Project 960076 - Reseal Contrete Joints and Cracks in bermes
  at  tanks 23 and 24 Fuels Bulk Storage Area. Fax 912-926-7549
  The approximate issue/response date will be 07 Jan 97. The
  anticipated award date will be 07 Feb 97. Written procedure
  will be used for this solicitation. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered.
CITE: (I-353 SN013404)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Dept of Health and Human Services, Indian Health Service,
  Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm
  710, Seattle, WA 98121
SUBJECT: Z--MISC REPAIRS/ADA ALTERATIONS, WINNEBAGO, NE, PROJECT
  #AB4WI077H7/MULTI
SOL 102-IFB-97-0002
DUE 030597
POC Judi M. Jzyk, Contracting Officer, 206/615-2025
DESC: Work to be performed consists of replacing existing windows
  throughout the hospital, repoint exterior masonry wall througout
  the hospital and provide caulking, renovate existing toilets
  to conform to ADA requirements. The plans and specifications
  use International System of Units (SI) metric equivalent measurements.
   Project completion time is estimated to be 120 calendar days
  after notice to proceed.  Estimated construction cost is between
  $250,000 and $500,000.--The proposed contract listed herein
  is set aside for 51% Indian-owned, controlled, and operated
  firms under the authority of the Buy Indian Act.  In accordance
  with the Public Health Service Acquisition Regulation Paragraph
  380.503(e), not more than fifty (50) percent of the work to
  be performed under a prime contract awarded pursuant to the
  Buy Indian Act shall be subcontracted to other than Indian
  firms.  For this purpose, work to be performed does not include
  the provision of materials, supplies, or equipment.--Award
  is subject to the availability of funds.--A pre-solicitation
  notice is being issued concurrently with this synopsis.--Bid
  documents will be available at no charge on about January 31,
  1997, at the HHS/IHS/Engineering Services, address listed above.
  No telephone requests for bid documents, please, only written
  requests received directly from the requestor will be accepted.
  (FAX #206-615-2466).
CITE: (W-353 SN013492)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, Civil Engineering Unit, 300 Ala
  Moana Blvd., Room 8122, Honolulu, HI 96850
SUBJECT: Z--REPAIR & PAINT REAR RANGE LIGHT TOWER AT HILO HARBOR,
  HILO, HAWAII
DUE 020497
POC Point of Contact - Bonnie L. Hoe, Contracting Officer, (808)
  541-2158, Fax (808) 541-2203
DESC: Provide materials, equipment, labor, and transportation
  required to repair and paint Hilo Harbor Rear Range Light Tower.
   Work includes replacing corroded rivets/bolt/nuts, fixed ladder
  and Safety-T-Climb fall prevention system and paint the entire
  103 feet tall, foursided steel trussed tower. The entire tower
  and concrete pedestal are coated with lead-based paint.  All
  work shall be completed within 120 calendar days after receipt
  of the Notice to Proceed.  This solicitation is issued under
  and the resulting contract awarded under the Small Business
  Competitiveness Demonstration Program (PL 100-656).  The construction
  range is between $25,000 and $100,000.  Only faxed or written
  requests for bid packages are acceptable.  This notice is for
  informational purposes for minority, women-owned and disadvantaged
  business enterprises:  The Department of Transportation (DOT),
  Office of Small and Disadvantaged Business Utilization (OSDBU),
  has a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts.  Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
   The maximum line of credit is $500,000.  For further information
  and applicable forms concerning the STLP, call the OSDBU at
  (800) 532-1169.
EMAILADD: B.Hoe/CeuHon@internet.uscg.mil
EMAILDESC: 
  Hilo, Hawaii
CITE: (D-353 SN013498)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers,
  Clock Tower Building, P.O. Box 2004, Rock Island, Illinois
  61204-2004
SUBJECT: Z--COTTONWOOD ISLAND REHABILITATION AND ENHANCEMENT,
  UPPER MISSISSIPPI RIVER ENVIRONMENTAL MANAGEMENT PROGRAM, POOL
  21, RIVER MILE 328.5 THRU 331.0, MARION AND LEWIS COUNTIES,
  MISSOURI
SOL DACW25-97-B-0011
DUE 021297
POC Contract Specialist, Rhonda Johanson, 309/794-5519 or Contracting
  Officer, Bonnie R. Donelson, 309/794-5241
DESC: Clearing and grubbing; channel excavation; pothole excavation;
  seeding; and excavation of notches in existing wingdams.  Half
  size specifications will be furnished at a cost of $6.00; full
  size for $15.00.  The estimated magnitude of the proposed procurement
  is between $500,000 and $1,000,000.  All responsible sources
  may submit an offer which shall be considered.  The SIC code
  for this solicitation is 1629.
CITE: (W-354 SN013630)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 97th Contracting Squadron, 205 S 6th St, Bldg 318, Altus
  AFB OK 73523-5147
SUBJECT: Z--ADD/ALTER BOWLING CENTER
SOL F34612-97-B0003
DUE 030397
POC Randy Raley, 405-481-7303, or Contracting Officer Karen Pike,
  405-481-7303
DESC:  Furnish all plant equipment, materials, labor and transportation
  to perform completely all operations to Add/Alter Bowling Center
  at Altus Air Force Base OK.  This Acquisition is unrestricted
  and award will be made pursuant to the Small Business Competitiveness
  Demonstration Program with preference made to Small Disadvantaged
  Businesses.  The magnitude of this project is between $1,000,000
  and $5,000,000.  Solicitation will be issued on or about 27
  Jan 97 with a bid opening date on or about 3 Mar 97.  Performance
  period for the proposed contract will be 341 calendar days.
   No telephone requests will be honored.  FAX number is 405/481-7025.
   All who are requesting an IFB package must furnish a zip code
  with the plus-four code included in order to receive a package.
   Requests for releasable information specific to this acquisition
  may be obtained by contacting the buyer identified above. 
  This includes such information as a list of interested bidders
  responding to this announcement, and copy of this referenced
  solicitation.  A $50.00 non-refundable cashiers check or money
  order, payable to the U.S. Treasury, must accompany each request
  for each solicitation package.  Cash or credit cards will not
  be accepted.  The right is reserved to determine certain information
  be requested under the purview of the Freedom of Information
  Act/Privacy Act
CITE: (W-354 SN013631)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Services Branch, AFDTC/PKOV,
  205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--REMOVE AND DISPOSE OF 2.35 MILLION GALLONS OF SETTLED
  SOLIDS
SOL F08651-97-Q-1185
DUE 010697
POC Contact Cynthia Savage, Contract Specialist, (904)882-4230
  x5234, Megan K. Monaghan, Contracting Officer, (904)882-3519
  x5231
DESC: The Air Force Development Test Center (AFDTC), Eglin AFB
  FL, has a requirement for removal and disposal of 2.35 million
  gallons of settle solids, 1.95 million gallons from the north
  holding pond and 0.400 million gallons of settled solids from
  the south holding pond.  The solids shall be removed down to
  the clay bottom lining of the north holding pond and down to
  the asphalt bottom lining of the south holding pond.  The north
  holding pond also contains vegetation including but not limited
  to cattails, duck weed, weeds, and various algae which will
  need to be disposed of at an approved disposal site.  Settled
  solids shall be dewatered on site with the dewatered "solid
  cakes" going to an approved site and tilled into the natural
  soils.  Contractor shall be responsible for all costs in disposing
  of solids and vegetation.  This procurement is an open competition
  acquisition in accordance with the Small Business Competitiveness
  Demonstration Program (FAR 19.1005).  The Standard Industrial
  Classification Code (SIC Code) for this acquisition is 4953
  ($6.0 million).  Please identify whether you are a large or
  small business based on this SIC Code.  Telephone requests
  for solicitation sets will not be accepted.  Written requests
  may be sent to AFDTC/PKOO, 205 West D Ave., Suite 541, Eglin
  AFB FL 32542-6862.  For those companies with facsimile capability,
  requests for solicitation sets will be accepted at machine
  number (904) 882-9441, Attn:  AFDTC/PKOO  
CITE: (W-354 SN013637)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland
  AFB, TX 78236-5253
SUBJECT: Z--REPAIR AND INSTALL ROOFING ON MISCELLANEOUS TYPE
  FACILITIES LACKLAND AFB, TEXAS
SOL F41636-97-B0002
DUE 020997
POC Johnie Johnson, Telephone (210)671-1732
DESC: PRESOLICITATION NOTICE:  This presolicitation notice is
  for repair of existing roofing and installation of new roofing
  systems on miscellaneous type facilities (including Military
  Family Housing) and buildings up to three stories high at Lackland
  Air Force Base and Lackland Annex.  A limitied amount of work
  could be done on a 10-story medical facility.  Roof types include,
  but are not limited to mineral surfaced fiberglass strip shingles,
  structural, architectural, and factory formed,prefinished,
  sealed-seam steel, 20-year warrantable hot and cold-applied
  built-up and modified bitumen systems.  Systems include all
  fastners, insulation, base sheets, and flashings.  Some applications
  could be for uninsulated roll roofing.  Some repair of steel,
  concrete, and wood decks could be required. Sheet metal work
  consists of fabrication and repair of fascias, gutters, downpipes,
  and miscellaneous custom sheet metal items.  A limited amount
  of lead and asbestos abatement and disposal involving painted
  wood and metal surfaces and transite soffits and siding at
  the roof line could be encountered.  Painting of wood and metal,
  application of elastomeric coatings, erection of structural
  steel tubing roof/canopy supports on concrete footings and
  installation of vertical metal panels also form a part of this
  contract.  The magnitude of this project (including three option
  years) is between $5,000,000 and $10,000,000.  Guaranteed minimum
  order amount for the basic year is $100,000 and $50,000 for
  the option years.  Plans and specifications should be available
  approximately 10 January 1997. Plans and specifications will
  be furnished upon written request only.  Please address your
  request to the 37th Contracting Squadron (address as listed
  above) and specifiy Solicitation No. F41636-97-B0002.  NO TELEPHONE
  REQUESTS WILL BE ACCEPTED.  Plans, and specifications will
  be on a first-come, first served basis until the supply is
  exhausted.  All responsible sources may submit a bid that will
  be considered by the agency. Responses to this presolicitation
  notice are due no later than 15 calendar days after publication
  of this notice in the CBD. THIS SOLICITATION IS ADVERTISED
  AS UNRESTRICTED.  SIC Code 1761, Small Business Size Standard
  is $7 million.
CITE: (W-354 SN013723)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA--Forest Service, San Bernardino National Forest,
  1824 South Commercenter Circle, San Bernardino, California
  92408
SUBJECT: Z--ROAD MAINTENANCE
SOL RFQ-R5-12-97-2012
DUE 020697
POC Jennie Camacho, Procurement Technician, (909) 884-6634, Ext.
  3093.
DESC: Road Maintenance consists of blading and shaping of the
  roadbed, including shoulders, ditches, turnouts and intersections;
  and cleaning drainage facilities, removing ruts, washes, slough
  and other irregularities. To respond to this notice please
  mail a letter stating your address, telephone number, fax number,
  the solicitation number, and project name. Written requests
  only.
CITE: (M-354 SN013731)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 341 Contracting Squadron, 7015 Goddard Drive, Malmstrom
  AFB, MT 59402-6863
SUBJECT: Z--RENOVATE BUILDING 300
SOL F24604 97 B0009
DUE 012597
POC Warren E. Hart, Contract Administrator, (406) 731-4001/Russell
  A. Bryan, Contracting Officer, (406) 731-4008.
DESC: Description of Project: The work to be performed will include
  all labor, materials, equipment, and incidentals necessary
  to Alter/Renovate Building 300 at Malmstrom AFB Montana. The
  performance period is 60 calendar days after issuance of the
  Notice to Proceed. Invitation for Bid will be issued on or
  about 26 Dec 1996. Bid opening will be on or about 25 Jan 97.
  The acquisition is open competition for large and small business
  in accordance with the Small Business Competitive Demonstration
  Program. Only written request for the solicitation will be
  considered. All responsible sources may submit an offer which
  will be considered by the agency. The magnitude of this project
  is between $25,000.00 and $100,000.00. Standard Industrial
  Code is 1542.
CITE: (M-354 SN013732)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Southern Division,Naval Facilities
  Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: Z--REPLACE UNDERGROUND STORAGE TANK
SOL N62467-97-Q-6000
POC Catherine A. Paradise, Procurement Assistant, (407) 380-4329,
  Randy R. Knoll, Contracting Officer, (407) 380-4976
DESC: Replace Underground Storage Tank at the Naval Air Warfare
  Center, Orlando, Fl.  Contact Catherine A. Paradise at (407)
  380-4329, or Randy R. Knoll, Contracting Officer at (407) 380-4976.
   Work includes furnishing all labor, transportation, supervision,
  materials and equipment for performaning all operations in
  connection with replacement of underground storage tank at
  NAWCTSD Orlando, FL. This procurement action is estimated to
  be between $25,000 and $100,000.  All reasonable sources should
  request copies of specifications in writing, by mail or fax
  (407) 381-8828.  Please state solicitation number, complete
  name, area code, phone number, street address, city, state
  and nine digit zip code.  Specifications should be available
  on/about 21 January 97.  Standard Industrial Code is 1629.
   This is not a public opening.  This acquisition will be processed
  using simplified acquisition procedures and is unrestricted.

CITE: (W-354 SN013738)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of Veterans Affairs Medical Center, Contracting
  Officer (90C), 2121 North Avenue, Grand Junction, CO 81501
SUBJECT: Z--REPAIR STAIRWELLS
SOL 575-409-97
DUE 020497
POC Denise Boren, Contract Specialist (970) 244-7723
DESC: Provide all labor and materials to repair stairwells for
  the VA Medical Center, 2121 North Avenue, Grand Junction, CO.
  Following is the statement of work. The reason for this project
  is to affect repairs to the east and west stair towers of building
  1. 1. The contractor will be responsible for removal of all
  asbestos containing floor tile in accordance with Colorado
  Regulation 8, and OSHA Regulations. The contractor will remove
  the existing rubber stair nosing and replace both the tile
  and nosing with new vinyl tile and stair nosing. The colors
  are to be determined by the Resident Engineer. 2. The contractor
  will remove all plaster on the inside walls and resurface same
  with a synthetic stucco plaster coating of a texture and color
  to be determined by the Resident Engineer. The contractor will
  also repaint the remaining interior surfaces of the stair towers
  to include the hand rails. 3. The contractor will remove all
  existing sealing materials and covers from the building expansion
  joint, fill spandrel cuts and reseal with backer roads and
  caulking from bottom to top. Issue date for the solicitation
  is January 2, 1997. Estimated dollar range of this project
  is between $100,000 and $250,000. Completion time is 150 days.
  There is a non-refundable fee of $20.00 for the solicitation
  package. Make check/money order payable to the Department of
  Veterans Affairs. All responsible sources may submit a bid
  which will be considered. BOD is February 4, 1997. Award is
  contingent upon availability of funding. If the solicitation
  is cancelled the fee will be refunded.
CITE: (I-354 SN013767)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 3rd Contracting Squadron/LGC, 6920 12th Street, Elmendorf
  AFB, AK 99506-2570
SUBJECT: Z--VEHICLE EXHAUST SYSTEMS, ELMENDORF AFB, ALASKA
SOL F65501-97-B0005
DUE 021197
POC Della Simmons, Contract Specialist/907-552-2237/FAX 552-7497/Lucretia
  Teitzel, Contracting Officer/907-552-2772.
DESC: PRESOLICITATION NOTICE: Provide all plant, materials, equipment,
  tools, supplies and labor required to perform the work necessary
  to complete project in accordance with the contract specifications
  and plans. Work includes but is not limited to: Installation
  of overhead tailpipe vehicle exhaust systems at four fire stations.
  Perform demolition work, including removal and disposal of
  lead-based paint as required to provide contractor and fire-station
  personnel with a site free from lead hazards. All surfaces
  in the fire stations are assumed to be painted with lead based
  paint. Magnitude is between $100,000.00 and $250,000.00. Solicitation
  packages will be availiable on or about 09 Jan 97 with a BOD
  of 11 Feb 97. Project is to be completed within 160 calendar
  days of the NTP. Packages will be sent upon written request.
  Requests shall include mailing address, phone number, fax number
  and size of business. There will be no charge for the solicitation.
  There will be a limited supply of packages and will be issued
  on a first come first serve basis until supply is exhausted.
  This project is open to both Large and Small businesses.
CITE: (I-354 SN013768)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 3rd Contracting Squadron/LGC, 6920 12th Street, Elmendorf
  AFB, AK 99506-2570
SUBJECT: Z--REPLACE STEAM SEPARATORS, ELMENDORF AFB, ALASKA
SOL F65501-97-B0003
DUE 021297
POC Della Simmons, Contract Specialist/907-552-2237, Fax 907-552-
  7497/Lucretia Teitzel, Contracting Officer/907-552-2772.
DESC: PRESOLICITATION NOTICE: Provide all plant, materials, equipment,
  tools, supplies and labors to complete project in accordance
  with the contract specifications and plans. Work includes but
  is not limited to: Install new steam-drum internals for six
  (6) existing Zurn Energy watertube boilers. Remove and dispose
  of all existing steam drum internals in entirety, including
  vortex-steam separators, chevron purifiers, connecting ducts,
  baffling, structural attachments, continuous-blowdown and chemical-feed
  piping. Asbestos and lead work is not required. Work is to
  be accomplished in the Central Heating and Power Plant at Elmendorf
  AFB, Alaska. Magnitude is between $500,000.00 and $1,000,000.00.
  Solicitation packages will be available on or about 10 Jan
  97 with a BOD of 12 Feb 97. Project is to be completed within
  150 calendar days of the NTP. Package will be sent upon written
  request. Request shall include mailing address, phone number,
  fax number and size of business. There will be no charge for
  the solicitation. There will be a limited supply of packages
  and will be issued on a first come first serve basis until
  supply is exhausted. This project is open to both large and
  small businesses.
CITE: (I-354 SN013770)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Office (fp), U.S. Coast Guard Academy, 15
  Mohegan Avenue, New London, CT 06320-4195
SUBJECT: Z--ACOUSTICAL CEILING INSULATION - SMITH HALL
SOL DTCG39-97-B-QEE012
DUE 021697
POC Contact Caroline Bennington, Contracting Officer, 860-444-8665,
  FAX 860-444-8299
DESC: This project consists of providing acoustical ceiling insulation
  in existing suspended ceiling grid in first floor classroom
  suite of Smith Hall at the U.S. Coast Guard Academy, New London,
  Ct. There is no known hazardous material in this project. This
  acquisition is 100% set-aside for small business; SIC Code
  is 1742; Size Standard is 500 employees. The contract resulting
  from this acquisition will be awarded to that responsible bidder
  whose bid, conforming to the invitation, will be most advantageous
  to the Government, considering only price and price-related
  factors. The price is estimated to be between $25,000 and $100,000.00.
  It is intended to award a Firm Fixed-Price contract. Requests
  must be made in writing to Superintendent (fp), U.S. Coast
  Guard Academy, 15 Mohegan Avenue, New London, CT 06320-4195
  and must specify the solicitation number. ALL REQUESTS SHALL
  BE ACCOMPANIED BY A $15.00 NON-REFUNDABLE CHECK PAYABLE TO
  THE U.S. COAST GUARD. No telephone requests accepted. FOR MINORITY,
  WOMEN-OWNED AND DISADVANTAGED BUSINESS ENTERPRISES: The Department
  of Transportation (DOT) Office of Small and Disadvantaged Business
  Utilization (OSDBU) has programs to assist minority, women-owned
  and disadvantaged business enterprises to acquire short-term
  working capital and bonding assistance for transportation-related
  contracts. The DOT Bonding Assistance Program enables firms
  to apply for bid, performance and payment bonds up to $1.0
  million per contract. DOT provides an 80 percent guarantee
  on the bond amount to a surety against losses. Loans are also
  available under DOT Short Term Leasing 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 and Bonding Assistance
  Program, please call the OSDBU at 1-800-532-1169.
CITE: (I-354 SN013775)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Department of Housing & Urban Development, 6AACO1,
  P. O. Box 2905, 1600 Throckmorton, Fort Worth, Texas 76113-2905
SUBJECT: Z--TREATMENT OF DEFECTIVE PAINT SURFACES IN HUD-OWNED
  HOMES.
SOL H06S97000500000
DUE 021497
POC Dan Blake, Contract Specialist, or Thomas D. Moore, Contracting
  Officer, (817) 978-9301.
DESC: Treatment of defective paint surfaces are required for
  Single Family properties which are owned by or in the custody
  of HUD in the Counties of Hinds, Rankin, Madison, Warren, and
  Copiah near Jackson, MS. Invitation for Bids (IFB) shall be
  issued on or about January 15, 1997. Bids will be due 30 days
  after date issued. All responsible sources may request a Solicitation
  by letter directed to the above address. Telephone requests
  for Solicitations will not be accepted. See Numbered Note(s):
  1.
CITE: (I-354 SN013789)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Phillips Laboratory, Operational Contracting Division/PKOC,
  2050 Wyoming Blvd SE, Kirtland AFB NM, 87117-5663
SUBJECT: Z--REPAIR PAVEMENTS, IDIQ, KIRTLAND AFB NM
SOL F29650-97-B0002
DUE 022097
POC Mindy Goeres Contract Administrator, 505/846-2646; Ed Castillo,
  Contracting Officer, 505/846-2992.
DESC: This directorate intends to issue an Invitation for Bid
  (IFB) F29650-97-B0002 on or about 20 Jan 97 with a bid opening
  date on or about 20 Feb 97. The proposed procurement listed
  herein is unrestricted. The Standard Industrial Classification
  (SIC) Code is 1611 and a size standard of $17.0M. The magnitude
  of this project is between $5,000,000.00 and $10,000,000.00
  with a basic performance period of 365 calendar days and two
  one-year option periods. We anticipate awarding two separate
  Indefinite Delivery, Indefinite Quantity (IDIQ) contracts under
  this single IFB. The work in general, will consist of paving
  and improvement of roadways on Kirtland AFB NM. Work includes,
  but is not limited to application and installation of traffic
  pavement markings, layout and painting of street and parking
  lot surfaces and the application of reflective beads, layout
  and installation of thermo-plastic traffic markings, repairs
  to asphalt roads, streets, and parking lots, route and seal
  cracks in asphalt surfaces, full depth saw cutting of asphalt,
  application of prime and tack coats, raising utility manholes
  and handholds, overlay of asphalt surfaces, complete "in-place"
  reconstruction of existing asphalt surfaces including in-situ
  mixing, application of liquid bituminous emulsion, compaction
  to density specified, and application of intermediate and wearing
  courses. Application of "chip-seal" or Open Graded Friction
  Course, installation of loop detectors, spall repairs, resealing
  joints, full or partial slab replacement, installation of load
  transfer devices, installation/replacement of traffic signs,
  installation of concrete communication duct banks, repair or
  replacement of sidewalks, drive pads, curbs, and gutters, demolition,
  removal, and disposal of materials, finishing, curing, traffic
  control, and related tasks. Please note that funds are not
  presently available, however, they have been requested. This
  invitation is based upon your understanding that (1) funds
  are not available and (2) if funds do not become available,
  no obligation will be incurred by the Government because of
  this invitation for bid. Request for this IFB must be made
  by letter, by mail to address above or by fax to: 505/846-5444).
  Telephone requests will not be honored. Availability of this
  solicitation is limited, and it will be furnished on a first-come,
  first-served basis. Direct any questions to Mindy Goeres, 505/846-2646
  or Ed Castillo, 505/846-2992 or FAX to 505/846-5444.
CITE: (I-354 SN013791)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NASA, George C. Marshall Space Flight Center, Procurement
  Office, Marshall Space Flight CenterP12, Marshall Space Flight
  Center, AL 35812
SUBJECT: Z--REPAIRS TO HIGH PRESSURE PIPING SYSTEM
SOL IFB MSFC 8-97-3
POC Contact Chuck Hamlin, GP56-L, 205-544-0347/Contract Specialist,
  or Harry B. Craig, GP56-I/Contracting Officer
DESC: This project consists of providing labor, equipment, and
  all materials to perform installation, cleaning, and testing
  of the following approximate lengths of new XX STR C.S., stn.
  stl. valves, and auxillary hardware for 5,000 psig (34,500
  kPa) GN2 and 3,500 psig (25,000 kPa) air:  15 m of 15-mm tubing;
   1130 m of 40-mm pipe; 800 m of 80-mm pipe; and 18 m of 100-mm
  pipe -- Installation of the pipe will be above and below grade,
  under roads and paved areas, and in open trenches; numerous
  connections to existing facilities; removal of existing manholes
  and construction of new manholes -- Worksite is the George
  C. Marshall Space Flight Center, AL -- The standard industrial
   classification code for this procurement is (1711) -- Period
  of performance is 360 calendar days -- Estimated price range
  is between $500,000 and $1,000,000.00 -- Firms responding
  to this ad will be provided the solicitation package with
  drawings and specifications -- No solicitation packages will
  be issued 10 days prior to scheduled bid opening -- Bid packages
  containing specifications and drawings are available at the
  non-refundable cost of $50.00 -- Payment must accompany the
  request and be made only in the form of a certified check
  or money order -- Money orders or certified checks should be
   made payable to "NASA Cashier MSFC," and should be marked
  with the IFB number - - Personal and company checks are not
  acceptable -- The bid opening date will be contained in the
  solicitation -- All requests for the solicitation package
  must be in writing -- This is a Small Business Set-Aside --
  An ombudsman has been appointed to hear concerns from bidders,
  potential bidders, and contractors during the preaward and
  postaward phases of this acquisition -- The purpose of the
  ombudsman is not to diminish the authority of the contracting
   officer or the selection official, but to communicate concerns,
  issues, disagreements, and recommendations of interested parties
  to the appropriate Government personnel and to work to resolve
  them -- When requested, the ombudsman will maintain strict
  confidentiality as to the source of the concern -- The ombudsman
  does not participate in the evaluation of bidders, the source
   selection process, or the adjudication of formal contract
  disputes -- Interested parties are invited to call the installation
  ombudsman, Susan M. Smith at 205-544-0012 -- Concerns, issues,
  disagreements, and recommendations which cannot be resolved
  at the installation may be referred to the NASA ombudsman,
  Thomas S. Luedtke at 202-358-2090 -- Before consulting with
  any ombudsman, interested parties must try to resolve their
  concerns with the contract specialist or the contracting officer
  -- DO NOT CALL THE OMBUDSMAN FOR SOLICITATION REQUESTS/INFORMATION.

LINKURL: http://msfcinfo.msfc.nasa.gov/midrange/presol/notices/notices.html
LINKDESC: 
EMAILADD: Charles.S.Hamlin@msfc.nasa.gov
EMAILDESC: 
CITE: (W-354 SN013835)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 11th Contracting Office/LGCC, 500 Duncan Ave., Room 250,
  Bolling AFB, DC 20332-0001
SUBJECT: Z--SIMPLIFIED ACQUISITION OF BASE ENGINEER REQUIREMENTS
  (SABER)
SOL F9642-97-R0123
DUE 021497
POC Ms. Elkerson, Contract Specialist, (202) 767-7964. No collect
  calls will be accepted.
DESC: SIMPLIFIED ACQUISITION OF BASE ENGINEER REQUIREMENTS (SABER).
  General work includes providing a broad range of minor maintenance,
  repair and modification of real property (construction) on
  Bolling AFB, DC and Air Force offices at the Pentagon, Arlington,
  VA. The work is required in support of Base Civil Engineer
  (BCE) activities at these locations. An Indefinite Delivery/Indefinite
  Quantity (ID/IQ) type contract will be issued which will list
  a wide variety of individual construction tasks. During the
  contract period, the individual BCEs will identify individual
  minor construction jobs for which the contracting officer will
  issue delivery orders. The contractor   will be required to
  furnish all materials, equipment, and personnel necessary to
  design, manage and accomplish the job. The contractor will
  also be required to maintain a management office at each location
  in order to receive work requests, develop proposals, negotiate
  requirements, and private such other management services associated
  with accomplishing the individual jobs. Individual jobs will
  vary in size with the majority expected to be priced between
  $25,000.00 and $300,000.00. Pricing will be accomplished by
  applying the contractor's coefficient to the prices contained
  in the most recent edition of the Means Facilities Construction
  Cost Data published by R.S. Means   Company, Inc., Kingston,
  MA. The jobs will require a wide variety of specialized construction
  tasks such as, but not limited to, carpentry, road repair,
  roofing, excavation, electrical, steam fitting, plumbing, sheet
  metal, painting, demolition, masonry, fencing, and welding.
  These tasks include work under major groups 15, 16 and 17 of
  the Standard Industrial Classification Codes. Commencement
  of work will be ten days after the notice to proceed; duration
  of the contract will be twelve months, with four twelve-month
  extensions to be exercised at the government's discretion.
  The minimum amount for the life of the contract is $100,000.00;
  the maximum amount for the life   of the contract is $50 million.
  The contract period is expected to start in May of 1997 and
  will be awarded on an all-or-none basis to one contractor.
  The acquisition will be solicited under full-and-open competition
  (unrestricted) in accordance with procedures set forth in FAR
  19.10, Small Business Competitiveness Demonstration Program.
  This program was established by Title VII of the "Business
  Opportunity Development Reform Act of 1988," Pub. Law 100-656,
  as amended by Title II of Pub. Law 102-366 and implemented
  by an OFPP Policy Directive and Test Plan, dated Aug 31, 1989,
  as amended on Apr 16, 1993. Proposals will be evaluated and
  award made on a "best value" basis in   accordance with procedures
  set forth in the Air Force Supplement to the Federal Acquisition
  Regulation, Appendix BB. Performance history will be a substantial
  portion of the evaluation. Interested offerors should indicate
  interest in writing not later than 08 Jan 97. At least twelve
  (12) percent of the work must be performed by the prime contractor.
  The size standard for a small business, including its affiliates,
  is not in excess of $7.0 million in average sales or receipts
  for each of the preceding three years. All replies to this
  notice must be in writing. Any requests which were made prior
  to this synopsis should not be resubmitted.
CITE: (M-354 SN013839)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Civil Engineering Unit, P.O. Box
  21747, 709 W.  9th Street, Room 817, Juneau, Alaska 99802-1747
SUBJECT: Z--REMOVAL OF TWO UNDERGROUND STORAGE TANKS (2000/5000
  GAL.) AND REPLACE WITH ONE ABOVE GROUND STORAGE TANK AT USCG
  LORSTA SHOAL COVE, ALASKA
SOL DTCG87-97-B-643026
DUE 021897
POC R. B. Wade, Contracting Officer, (907)463-2418
DESC: DTCG87-97-B-643026 - Underground Storage Tanks:  Provide
  all materials, equipment, transportation, incidentals to perform
  labor for the removal of two existing underground storage tanks
  (USTs) located at USCG LORAN Station Shoal Cove, Alaska.  The
  tanks consists of one (1) 5000 gallon gasoline storage tank
  and one (1) 2000 gallon diesel storage tank.  Work includes,
  but is not limited to removal of tanks and disposition of tanks
  at an approved facility; peparation of site assessment report
  for the complete removal; and issuance of a Release Notification
  if contamination is found.  Aboveground Storage Tank:  Provide
  all materials, equipment, transportation, incidentals and perform
  labor to install and test one (1) 2000 gallon aboveground fire
  rated fuel storage tank (AST) and all associated piping, pumps,
  supports and monitoring systems complete and operable for use
  by USCG LORAN Station Shoal Cove personnel.  This tank will
  be used to store and dispense diesel fuel. The estimated cost
  range for this project is between $75000 and $200000.  The
  time for completion of this contract is 150 calendar days after
  notice of award.  The work required by this solicitation is
  identified as Industry Standard #1629 and the applicable size
  standard is $17.0 million dollars in annual receipts for the
  past three years.  This procurement is issued pursuant to the
  Small Business Competitiveness Demonstration Program, Public
  Law 100-656, as implemented by the OFPP Policy Directive and
  Test Plan dated 8/31/89.  This is not a small business set-aside.
   All responsible sources may submit a bid which shall be considered
  by the U. S. Coast Guard. Requests for bid documens must be
  submitted and received by this office no later than 7 January
  1997.  For Minority, Women-Owned and Disadvantaged Business
  Enterprises:  The Department of Transportation (DOT), Office
  of Small and Disadvantaged Business Utilization (OSDBU), has
  a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts. This is applicable
  to any eligible prime or subcontractor at any tier.  The DOT
  Bonding Assistance Program enables firms to apply for bid,
  performance and payment bonds up to $1.0 million per contract.
   The DOT provides an 80% guarantee of the bid bond amount to
  a surety against losses.  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.
   Interested parties can obtain a bid package by sending a check
  or money order issued to the U. S. Coast Guard in the amount
  of $25.00 to Commanding Officer (ko), Civil Engineering Unit,
  P.O. Box 21747, Juneau, AK  99802-1747.  This is a non-refundable
  fee for the plans and specifications.    R. Wade/CEUJuneau@internet.uscg.mil
   Civil Engineering Unit
CITE: (D-354 SN013846)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U. S. Army Engineer District, Norfolk, Attn:  Cenao-CT,
  803 Front Street, Norfolk, Virginia  23510-1096
SUBJECT: Z--MAINTENANCE DREDGING, CHINCOTEAGUE BAY CHANNEL, GREENBACKVILLE,
  VA
SOL DACW65-97-B-0008
DUE 021197
POC Marsha D. Flood, (757) 441-7746
DESC: The work includes dredging approximately 10,000 CY to depths
  of 6 feet and 5 feet, and placing the dredged material within
  the confined upland placement site, including operation and
  maintenance of the placement site.  Magnitude of project is
  estimated between $100,000 and $250,000.  Duration of the project
  is 60 calendar days.  This procurement is set-aside 100% for
  small business concerns. SIC Code 1629 applies.  Solicitation
  documents are available from Defense Automated Printing Service
  (DAPS), 1641 Morris Street, Norfolk, VA 23511, (757)444-5968,
  in the non-refundable amount of $18.00 per set.  DAPS will
  accept checks and money orders payable to U.S. Treasury as
  payment.  Solicitation documents are NOT available for purchase
  from Norfolk District.  Numbered Note 1 applies.
EMAILADD: mflood@cenad1.nad.usace.army.mil
EMAILDESC: 
CITE: (W-354 SN013859)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 (CGS),
  P.O. Box 25486, DFC, Denver, CO 80225
SUBJECT: Z--ASPHALT PAVING
SOL 1448-60181-97-B028
DUE 020497
POC POC:  Cathleen DeBerry/Procurement Assistant, 303/236-5412
  x221; David M. Clack, Contracting Officer, 303/236-5412 x228.
DESC: This is a pre-solicitation notice for a requirement to
  perform all work required to rehabilitate the asphalt pavement
  for a headquarters building area and residence driveways. 
  The work includes building area and residence driveways.  The
  work includes pavement reconstruction by excavating and wasting
  existing pavement and base material; compacting subgrade; placing
  and compacting a 6-inch thickness of base course material;
  and placing and compacting a 3-inch thickness of asphalt pavement
  material. The work also includes a 2-inch asphalt overlay of
  existing asphalt pavement.  The project site is located at
  the Jackson National Fish Hatchery near Jackson, Wyoming. 
  Solicitations will be available o/a January 3, 1997.  Notice
  to proceed will not be issued on this project until o/a June
  15, 1997.  Estimated price range is between $100,000 to $250,000.
   This project is open to large and small businesses.  Please
  fax requests for solicitation package to 303/236-4791, state
  solicitation number company name, mailing address and telephone
  number on request.
CITE: (I-354 SN013860)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: Z--REPAIR ELECTRON DRIVE, WEST (R26-91) PART A, AND
  REPAIR ENTRY SILVERGATE, PART B, NAVAL COMMAND, CONTROL AND
  OCEAN SURVEILLANCE CENTER RDTE DIVISION, SAN DIEGO, CA
SOL N68711-93-B-2205
DUE 021197
POC POC Ms. Pat Hickok, Code D211, Contracting Officer, (619)553-3854,
  for technical/contractual questions. POC for copy, Mr. J.C.
  Norris, (619)553-4331, FAX (619)553-6976.
DESC: The work includes providing all labor, approved materials
  and equipment required for PART A demolition and removal of
  existing asphalt concrete, concrete, utilities and fencing;
  replacement of sensor loops; raising of manholes and valve
  boxes; excavation, regrading, and compaction; placement of
  new base coarse, asphaltic concrete, concrete walks, and curbs;
  placement of road pavers with sand bedding and concrete borders;
  installation of utilities and fencing; installation of traffic
  stripes and pavement markers; and for PART B demolition and
  removal of existing asphalt concrete, concrete, utilities,
  fencing, trees and shrubs; clearing and grubbing; sawcutting,
  excavation, regrading, and compaction; raising of manholes
  and valve boxes; placement of concrete walks and curbs; placement
  of asphaltic concrete pavement with base course; placement
  of asphalt overlay; placement of precast concrete wheelstops;
  restriping using preformed pavement markers; placement of road
  pavers with sand bedding and concrete borders; construction
  of steel reinforced masonry pilasters, steel gates, steel pickets,
  guard posts, and hydraulic gate operators with the electrical
  accessories, sensors and controls; placement of topsoil; planting
  of trees, shrubs, and ground cover; installation of steel poles
  and chain link fence; installation of underground electrical
  conduits, pull boxes, conductors, pressurized and non-pressurized
  irrigation lines, hose bibbs, shutoff valves, valve boxes,
  and remote controlled valve, and incidental related work, complete
  and ready for use.--Estimated cost range is between $250,000.00
  and $500,000.00.--Firm Fixed Price Contract--Estimated start
  date is 25 February 1997 with 120 days to complete the work.--This
  proposed contract will be unrestricted.--SIC Code is 1611--Potential
  bidders should request plans and specifications in writing
  or pick up stating IFB Number N68711-93-B-2205 and complete
  name, address, area code, phone number and whether bidding
  as prime contractor/ subcontractor/supplier.--Telephone requests
  will not be accepted.--Mail requests to Naval Command, Control
  and Ocean Surveillance Center RDTE Division, Bid Office Code
  D214B, 53570 Silvergate Avenue, San Diego, CA 92152-5113 or
  FAX to (619) 553-6976.--Incomplete requests will be returned
  to sender.--Bids will be considered from all responsible sources.--NOTE:
  Plans and specifications will not be mailed to firms within
  a 25 mile radius of the issuing office.--Plans and specifications
  will be available until supply is exhausted on a first come,
  first served basis.--Bid opening date is 11 February 1997.--No
  deposit required.
CITE: (I-354 SN013879)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: Z--IMPROVE WHERRY HOUSING
SOL F33601-97-B-0005
DUE 021097
POC For Copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: R. Shyne/PKWOEB/937-257-6573, FAX
  NO 937-257-3926.
DESC: PRESOLICITATION NOTICE. Estimated cost of proposed acquisition
  is between 5,000,000 and 10,000,000. SIC CODE 1522 SIZE STANDARD
  $17.0. Page Manor Interior & Exterior Improvements Phase 11
  (WP 82-0016P11A) and Senior Officers Quarters Addition & Interior
  Improvements Phase 11 (WP 82-0016P11B). Performance Period
  is 300 days Senior Officers Quarters (Base Bid No. 1). Performance
  Period is 300 days Page Manor (Base Bid No. 2). The contractor
  shall perform the work in the two base bid items concurrently.
  There are three Options for Senior Officers Quarters (Base
  Bid No. 1) that may be awarded. If Option 1, 2, and 3 to Base
  Bid No. 1 are awarded independently from Base Bid No. 1 the
  performance period for the Options for Base Bid No. 1 are:
  150 days, 60 days and 21 days respectively. The performance
  period shall be increased by 60 days for Option 1 to Base Bid
  No. 1 if this Option is awarded with Base Bid No. 1. Option
  2 and Option 3 to Base Bid No. 1 shall not impact the performance
  period if awarded with Base Bid No. 1. There are three Options
  for Page Manor (Base Bid No. 2) that may be awarded. If Option
  1, 2 and 3 are awarded independently from Base Bid No. 2 the
  performance period for the Options for Base Bid No. 2 are:
  150 days, 90 days and 21 days respectively. The performance
  period shall be increased by 60 days for Option 1 and 30 days
  for Option 2 to Base Bid No. 2 if awarded with Base Bid No.
  2. Option 3 to Base Bid No. 2 shall not impact the performance
  period if awarded with Base Bid No. 2. No tel requests. Only
  written requests received directly from the requestor are acceptable.
  Requests for solicitation documents must be accompanied by
  a non-refundable check or money order in the amount of $15.00,
  made payable to Accounting and Finance. This solicitation will
  be issued approx 97 Jan 10. All responsible sources may submit
  a bid, proposal, or quotation which shall be considered. Direct
  all requests for solicitations and routine communication concerning
  this acquisition to Rosemary Shyne, Contract Specialist, 937-257-6573
  X4135. An Ombudsman has been established for this acquisition.
  The only purpose of the Ombudsman is to receive and communicate
  serious concerns from potential offerors when an offeror prefers
  not to use established channels to communicate his/her concern
  during the proposal development phase of this acquisition.
  Potential offerors should use established channels to request
  information, pose questions, and voice concerns before resorting
  to use of the Ombudsman. Potential offerors are invited to
  contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52,
  2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642,
  at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious
  concerns only.
CITE: (I-354 SN013893)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 305 Contracting Squadron, 3563 Lancaster Ave, McGuire
  AFB, NJ 08641- 1712
SUBJECT: Z--REPAIR/MAINTAIN SIDING MILITARY FAMILY HOUSING AT
  MCGUIRE AFB NJ
SOL F28609-97-B-0002
DUE 030397
POC Saul Lefkowitz, Contract Specialist, 609-724-5935.
DESC: Repair/maintain siding throughout Military Family Housing
  area at McGuire AFB NJ. WRITTEN REQUESTS ONLY - FAX number
  (609)724-5931. The work includes but is not limited to; remove
  and replace existing aluminum siding with new vinly siding,
  repair existing aluminum siding, fascia, soffits, louvers,
  gutters and downspouts by patching with matching aluminum materials,
  disconnect and reconnect exterior utilities as required, replace
  damaged masonite siding when needed, contain lead based paint
  when directed. The proposed solicitation is for a base year
  and four one year options. The proposed contract will be a
  Requirements Type and is solicitated as UNRESTICTED. Standard
  Industrial Classification Code is 1542. Any concern responding
  to this solicitation is classified as a small business if the
  average annual receipts of the concern and its affiliates for
  the preceding three fiscal years do not exceed $17.0 million
  dollars. The magnitude of this procurement including the base
  year and four options is between $1,000,000.00 and $5,000,000.00.
CITE: (I-354 SN013916)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Procurement & Contracts Office, Washington Headquarters
  Services, 1155 Defense Pentagon, Washington, DC 20301-1155
SUBJECT: Z--RENOVATION OF FIRST FLOOR SHOWER ROOM
SOL MDA946-97-Q0015
DUE 012097
POC Lucy Picciolo, Contract Specialist, (703)693-3750, Ext. 17,
  Linda Luczak, Contracting Officer, Ext. 16
DESC: Renovation of first floor shower rooms at the Casimir Pulaski
  Building, 20 Massachusetts Avenue, NW, Washington, DC.  Work
  consists of:  Demolition, Painting, Electrical, Mechanical,
  and  New Work.  THIS IS A SIMPLIFIED ACQUISITION PROCUREMENT.
   Work will begin after Notice To Proceed is issued.  NO TELEPHONE
  REQUESTS WILL BE ACCEPTED, BUT REQUESTS BY FACSIMILE (703)695-0513
  WILL BE HONORED.  Issuance date for the solicitation will
  be on or about January 6, 1997. 
CITE: (W-354 SN013920)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 12th Contracting Squadron/LGC, 395 B Street West, Randolph
  AFB, TX 78150-4525
SUBJECT: Z--REPAIR/REPLACE/INSTALL ROOFING
SOL F41691-97-R0007
DUE 050397
POC Frank Melchione/(210)652-5183
DESC: Furnish all materials, labor, plant, tools, transportation,
  equipment, services, and incidentals necessary for Repair/Replace/Install
  Roofing, Randolph AFB, TX.  Work consist of removing and disposing
  of existing roofing, metal work, and carpentry including roll
  roofing, asphalt shingles, built-up-roofing (BUR), clay tile
  and sheet metal roofs and replace with new.  One basic year
  and two option years are anticipated.  This IDIQ shall be ordered
  through the issuance of delivery orders during the contract
  period.  The magnitude of this proposed project is more than
  $10,000,000.00.  SIC Code is 1761.  Size standard is $7.0 Million.
   Funds are not presently available for this project.  No award
  will be made until funds are available to make payments under
  a contract.  The Government reserves the right to cancel this
  solicitation, either before or after bid opening, with no obligation
  to the offeror by the Government.  This acquisition is unrestricted.
   All request must be in writing to this office, mailed or faxed
  to (210)652-4673
CITE: (W-354 SN013975)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DOI, Fish and Wildlife Service, Mail Stop 60181 (CGS),
  P.O. Box 25486, DFC, Denver, CO 80225
SUBJECT: Z--ASPHALT PAVING
SOL 1448-60181-97-B028
DUE 020497
POC POC:  Cathleen DeBerry/Procurement Assistant, 303/236-5412
  x221; David M. Clack, Contracting Officer, 303/236-5412 x228.
DESC: This is a pre-solicitation notice for a requirement to
  perform all work required to rehabilitate the asphalt pavement
  for a headquarters building area and residence driveways. 
  The work includes pavement reconstruction by excavating and
  wasting existing pavement and base material; compacting subgrade;
  placing and compacting a 6-inch thickness of base course material;
  and placing and compacting a 3-inch thickness of asphalt pavement
  material.  The work also includes a 2-inch asphalt overlay
  of existing asphalt pavement.  The project site is located
  at the Jackson National Fish Hatchery near Jackson, Wyoming.
  Solicitations will be available o/a January 3, 1997.  Notice
  to proceed will not be issued on this project until o/a June
  15, 1997.  Estimated price range is between $100,000 to $250,000.
  This project is open to large and small businesses.  Please
  fax requests for solicitation package to 303/236-4791, state
  solicitation number company name, mailing address and telephone
  number on request.
CITE: (I-354 SN013978)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--YOKE, BIPOD. POSSIBLE E/I, LIGHT ARMORED VEHICLE
SOL SP0750-97-Q-0357
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, Julie brill,  (614) 692-1278.
DESC: PR-NO:  MPC96169001339 NSN 1015-01-306-3355, CAGE 56161
  Part No  10560905 CAGE 72712 Part No 10560905 yoke, bipod.
   General motor Corp's  P/N 10560905, CAGE 72712.  6 -EA Del
  to New Cumberland PA 17070-5001  Del by 90 days after date
  of award.  Solicitation not available until 15  days after
  published in the CBD.  Specifications, plans or drawings are
  not  available.  This 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:  GMC  overseas dist 72712.
   Delivery Evaluation Factor (DEF) applies.  While  price is
  a significant factor in the evaluation of offers, the final
  award  decision will be based upon a combination of price and
  past performance as  described in this solicitation.  Automated
  Best Value Model (ABVM) and  Delivery Evaluation Factor (DEF)
  apply.  While price is a significant  factor in the evaluation
  of offers, the final award decision will be based  upon a combination
  of price and past performance as described in the  solicitation.
   All responsible sources may submit offer which DCSC shall
   consider.
CITE: (I-354 SN013565)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 10--SPACER
SOL SP0440-97-Q-U462
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  DSCR-JGPB/ay 809/804-279-3927,
  contracting officer:  Karen  McKinney/ 804-279-4780.
DESC: PR-NO:  YPG96334000328 NSN 1055-01-150-4726, spacer,  Transtechnology
  Corp., Breeze-Eastern Div., CAGE 08484, P/N bl-10226  Tech
  data package availability:  222 -EA Del to Norfolk VA 23511-3392
   Del by 180 days.  Unrestricted.  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-354 SN013709)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St Louis, MO 63120-1798
SUBJECT: 12--WINDOW OPTICAL, INSTRUMENT
SOL DAAJ09-97-R-0188
DUE 022897
POC L. Anderson-Samuel, Procurement Technician, 314-263-0789,
  Pamela Moran, Contracting Officer, 314-263-0782, fax 314-263-9012.
DESC: NSN: 1240-01-171-8373, P/N: 13084609, Quantity: Minimum
  quantity: 11 each/Maximum quantity: 51 each, applicable to
  the TAD/PNVS program. This is a 5 year Indefinite Delivery
  Indifinite Quantity firm fixed price contract. First year delivery
  is FOB destination and subsequent years delivery will be FOB
  origin. Delivery for the first year will be 11 each by 480
  days after contract award when first article testing is required
  to Martin Marietta Corp, US Army AH64 Support Center, 8150
  Chancellor Drive, Suite 145, Orlando, FL 32809-7665 and when
  first article testing is not required delivery will be 11 each
  240 days after contract award. First article test report is
  due 210 days after contract award. This procurement requires
  prequalification. Contractors who desire to be qualified 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 sources: Lockheed Martin Corp, Lockheed
  Martin Electronics Facility, Missiles West Orlando Facility,
  5600 W Sandlake Rd, (FSCM: 04939), Exotic Materials Inc, 36570
  Briggs Rd, Murrieta, CA 92563 (FSCM: 22669) and Alpha Optical
  Systems Inc, 1611 Government Street, P O Box 669, Ocean Springs,
  MS 39564, (FSCM: 54287). Firms that recognize and can produce
  the required item described above are encouraged to identify
  themselves to the Contracting Officer, and provide supporting
  evidence which will permit their participation in the current
  or future solicitations. All responsible sources are encouraged
  to submit a proposal which shall be considered by the Agency.
  See Numbered Note(s): 22.
CITE: (I-354 SN013749)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 12--GEAR MOTOR, DRIVE, BI
SOL DAAH01-97-T-0179
DUE 010897
POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250.
DESC: Synopsis No: 5410-96, (MA) THIS IS A COMBINED SYNOPSIS/SOLICITATION.
  PRON: D1613848; NOUN: GEAR MOTOR, DRIVE, BI; NSN 1260-01-165-6360,
  Army P/N 1D49793-501, Qty 11 each: INSPECTION/ACCEPTANCE POINTS:
  SOURCE; INSPECTION REQUIREMENT: BAR CODE MARKING REQUIRED.
  FOB POINT: DESTINATION; DESTINATION: XU TRANSPORTATION OFFICER,
  RED RIVER ARMY DEPOT, TEXARKANA, TX 75507-5000; 8 EACH, PACKAGING:A/C
  IAW MILSTD2073, DESTINATION: XU TRANSPORTATION OFFICER, DEFENSE
  DIST DEPOT SUSQUEHANNA, NEW CUMBERLAND, PA 17070-5001, 2 EACH,
  PACKAGING: A/B IAW MILSTD2073, DESTINATION: SU USAMC WAR RESERVE
  GEN SUPPLY ACTIVITY, CAMP CARROLL KOREA, APO AP 96260-5000,
  1 EACH, PACKAGING A/B, IAW MILSTD2073; SUPPLEMENTED BY MIL-P-116J.
  DELIVERY SCHEDULE 200 DAYS AFTER CONTRACT AWARD, BEST POSSIBLE
  DELIVERY REQUESTED. Offerors must be approved and qualified.
  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. Restricted Source is 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 1260-01-165-6360,
  Awd Date 073088, Qty 23, Unit Price $1,870.00. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer/bid.
  Adequate drawings, specifications, or other technical data
  are not available for this procurement and will not be furnished.
  Potential offerors are encouraged to pursue qualification for
  future buys in accordance with MICOM Pamphlet 702-1 available
  through Internet. SIC Code 3631; Number of employees 1000.
  Quotes should be submitted to Commander, U.S. Army Missile
  Command, Acquisition Center, AMSMI-AC-CDDA: Donna Willard,
  Redstone Arsenal, AL 35898-5280. Reference DAAH01-97-T-0179.
  See Numbered Note(s): 22.
CITE: (I-354 SN013764)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Naval Surface Warfare Center, Crane Division, Code 1164EH,
  Bldg. 64, 300 Highway 361, Crane, IN 47522-5001
SUBJECT: 13--EXPLOSIVE BELLOWS, DETONATORS, AND CIRCUIT BOARDS
SOL N00164-97-R-0011
POC Contact point, Mr. Gary Mundy, Contract Specialist, Code
  1164EH, 812/854-1391, Fax 812-854-3465,E-Mail glm759@smtp.nwscc.sea06.navy.mil
DESC: Correction: This action originally publicized in the CBD
  dated 11/04/96 is a sole source, delivery dates are changed,
  and additional information is added as follows: The Navy requires
  1,650 each Explosive Bellows, 3,300 each Detonators, and 1,650
  each Circuit boards. Options will be included for 1,650 each
  Explosive Bellows, 3,300 each Detonators, and 1,650 each Circuit
  Boards. First articles of 160 each will be required for the
  Explosive Bellows and the Detonators. The first articles will
  be consumed in testing at NSWC Crane. The efforts to be performed
  will provide the Marine Corps with components and data in support
  of the M1134A3E1 Linear Demolition Charge fuze redesign efforts
  utilizing semi-conductor bridge (SCB) technology. The current
  fuze system is susceptible to static electricity which sometimes
  causes premature detonation. (This is classified as one of
  hazards of electromagnetic radiation to ordnance (HERO)). Substantial
  modifications are required to improve the fuze system. No detonator
  utilizing SCB technology, which is inherently HERO resistant,
  has passed testing and been certified for military use by the
  Weapons System Explosives Safety Review Board (WSERB). First
  article units shall be delivered FOB destination to NSWC Crane
  IN, within 180 days after contract award. Production units
  shall be delivered FOB destination to NSWC Crane IN, within
  420 days after contract award. Inspection and acceptance will
  be at destination, FAR Part 12 procedures will not be used.
  The solicitation will be issued on a sole-source basis to Quantic
  Industries, Inc. 2751 San Juan Road, Hollister, CA 95023, in
  accordance with FAR 6:302-1 (Only one responsible source and
  no other supplies or services will satisfy agency requirements).
  See Note(s): 22.
CITE: (I-353 SN013468)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 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--SKIPPER BACK-FIT MXU-737A/B AIR FOIL GROUP CONVERSION
  KITS
SOL N00164-97-R-0031
DUE 021097
POC Contact point, Ms. Hilda Quillen, Procurement Technician,
  Code 1164EJ, 812/854-2422, Fax 812-854-3465
DESC: The Navy requires approximately 2,300 each Skipper Back-Fit
  Conversion Kits. The kits comprise 17 separate components/assemblies
  which will be used by the Government to convert obsolete MXU-737A/B
  Air Foil Groups (AFG's) into MXU-667 AFG's. These AFG's are
  a major component of the MK80 Series Laser Guided Bomb. The
  Conversion Kits will be procured on a sole-source basis from
  Texas Instruments, Inc., Lewisville, TX in accordance with
  FAR 6.302-1, since Texas Instruments is the only company that
  has the proprietary information required to manufacture these
  conversion kits. This is anticipated to be a Firm Fixed Price
  contract with options. Testing for the converted units will
  also be included. The shipping terms will be F.O.B. destination
  within 90 days after contract, with final inspection and acceptance
  at destination. See Note(s): 22, 26.
CITE: (I-353 SN013469)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 13--PARACHUTE ASSEMBLY
SOL DAAA03-97-R-0010
DUE 022497
POC Pam Burton, Contract Specialist, 501/540-3017.
DESC: This is a correction to previously submitted synopsis for
  solicitation DAAA03-97-R-0010. The title was inadvertly advertised
  as "Components of the M8 TA Smoke Pot". The correct tile is
  "Parachute Assembly" The description of the previously submitted
  synopsis remains the same.
CITE: (I-354 SN013753)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 14--CONVERTER, SIGNAL DATA
SOL SP0920-97-Q-A098
DUE 021897
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:  YPE96290000469 NSN 1430-01-187-3433, CAGE 18876
  Part No  10177175 circuit construction type:  solid state connection
  type and  location:  14 pin external bottom.  45 -EA Del to
  (Call contracting  office) Del by 02 Nov 96.  Please provide
  price breaks all responsible  sources may submit offer which
  DESC shall consider.
CITE: (I-354 SN013596)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 15--HORZIONAL STAB
SOL F42620-97-R-24085
DUE 020497
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Jeannine Stowell/Lfke/[801]777-6042
DESC: Item 0001 NSN 1560-ND-063-392GXW P/N: 16T7461-831, This
  item is  a horizontal stabilizer which is used on the F-16
  Aircraft. 10ea. Destn: FMS Countries. Delivery: 31 Oct 97 10
  ea Item requires application of master or coordinated tooling.
  The approximate issue/response date will be 03 Jan 97. To:
  Per Udsen Aircraft Company, Grenaa Denmark. To: Cyclone Aviation
  Products Limited, Carmiel Israel 20100 0000. To: Korean Air
  Aerospace, . No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty-five days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Request for copies of solicitations must
  reference the entire solicitation number, including purchasing
  office identification number. To expedite your request, limit
  the number of individual solicitation numbers requested per
  letter to not more than 10. Don't request information on this
  requirement until after the issue date. An Ombudsman has been
  appointed to hear concerns from offerors or potential offerors
  during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor, concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to the source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call Jack S. Jones if your concerns
  are not satisfied by the contracting officer (801)777-6991.
CITE: (I-353 SN013400)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Wr-Alc/Lrk, 750 Third St, Robins Air Force Base Ga 31098-2122
SUBJECT: 15--GROUND CAR-MOTORING
SOL F09604-96-R-00246
DUE 020697
POC For copy, Robert A. Nable/Lrkb/[912]926-1721, For additional
   information contact Robert A. Nable/Lrkb/[912]926-1721
DESC: Item 0001 NSN 1560- - - P/N: LA-RG920-1, 2ea. Destn: Robins
  Air  Force Base Ga 31098-2122. Delivery: 31 Mar 97 2 ea Item
  0002 NSN 1560- - - Ground Car-Motoring P/N: LA-RG920-1, 2ea.
  Destn: Robins Air Force Base Ga 31098-2122. Delivery: 31 Mar
  97 2 ea Item 0003 NSN 1560- - - Ground Car-Motoring P/N: LA-RG920-1,
  2ea. Destn: Robins Air Force Base Ga 31098-2122. Delivery:
  31 Mar 97 2 ea The approximate issue/response date will be
  07 Jan 97. To: Greene Machine & Mfg, Macon Ga 31202 0000. To:
  Bryants Machine Shop, Unadilla Ga 31091 0000. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 22 and 26.
CITE: (I-353 SN013403)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 15--PANEL STRUCTURAL
SOL F41608-97-R-0100
DUE 010697
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Menchaca, A./ldkj/[210]925-8845
DESC: Item 0001 NSN 1560-01-370-1959LD P/N: 17P2A6021-50, SIZE:
  18" X  12" X 0.25" ESTIMATED FUNCTION: FILLET PANEL, OVERWING,
  OUTBOARD (LIFE SUPPORT SYSTEM TO C-17 ACFT MATERIAL: PLASTIC
  ARAMID AND POLYAMIDE DELIVERY: 31 JUL 97 3EA. Applicable to:
  C-17 Acft. Destn: FB2065=ROBINS AFB, 455 BYTON ST., DO35K(DDWG-ER-DLA),
  GA.. Delivery: 31 JUL 97 3 ea GOVERNMENT FURNISHED SPECIFICATIONS,
  BLUE PRINTS, BID-SETS, AND/OR ANY OTHER DATA IS NOT AVAILABLE
  The approximate issue/response date will be 16 DEC 96. The
  anticipated award date will be 28 FEB 97. Written procedure
  will be used for this solicitation. To: Mcdonnell Douglas Corp,
  Long Beach Ca 90807-4418. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. See
  Note (s) 26.
CITE: (I-353 SN013414)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste
  2ag87a, =  Tinker Air Force Base Ok 73145-3020
SUBJECT: 15--WINDSHIELD AY =
SOL F34601-97-R-04168
DUE 020797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Katherine Mozee'/Ladbc/[405]739-2416
DESC: Item 0001 NSN 1560-01-018-8341AW P/N: 5-89354-3098, Dim:
  approx =  1.25 x 19 x 38 inches. Matl: glass, phenolic, rubber,
  corrosion resistant steel. Various assembled components (IE
  inner pane core, outer pane, frame, sensing element, filler,
  strips). Function: to provide pilot with high degree of visibility
  and to maintain structural integrity while withstanding comparatively
  high cabin pressure differentials and temperature extremes.
  5EA. Applicable to: E3a. Destn: Tinker Air Force Base Ok 73145-3020.
  Delivery: 31 MAR 97 5 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 Multiple Year BEQ Requirements
  Contract. Contract for Three Years. Subcontracting Opportunities:
  Sierracin Corp, PPG Industries, Boeing. The approximate issue/response
  date will be 08 Jan 97. The anticipated award date will be
  21 FEB 97. Written procedure will be used for this solicitation.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Caution: The drawings
  which will be furnished under this RFP and any resultant contract
  are proprietary to the Boeing Company. Firms interested in
  proposing on this RFP must have on file a current OC-SAF/66,
  "Rights Guard Certificate", signed by an individual authorized
  to bind your company, or the bid package will not be furnished.
  This certificate may be obtained from OCALC/PKXDA, Tinker AFB
  OK 73145-5320. Note: An Ombudsman has been appointed to hear
  concerns from offerors or potential Offerors during the proposal
  development phase of this acquisition. The purpose of the Ombudsman
  is not to diminish the authority of the program director or
  contracting officer, but to communicate contractor concerns,
  issues, disagreements, and recommendations to the appropriate
  government personnel. When requested, the Ombudsman will maintain
  strict confidentiality as to source of the concern. The Ombudsman
  does not participate in the evaluation of proposals or in the
  source selection process. Interested parties are invited to
  call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER
  FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests
  can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
  FAX NUMBER (405)739-5411. Request for Written Quotation will
  be issued. The anticipated award date will be 60 days after
  the issuance of this notice.
CITE: (I-353 SN013445)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Sa-Alc/Aircraft Directorate, 375 Airlift Drive-Suite
  1, Kelly Afb  Texas 78241-6334
SUBJECT: 15--STANDBY ATTITUDE INDICATOR MOD KIT
SOL F41608-97-54549
DUE 020797
POC For copy, Fax request to LAKA at (210)925-8812, For additional
   information contact Hardage, A./laka/[210]925-5434
DESC: Item 0001 NSN 1560-K0-182-092ALH P/N: 1C-5-635, Center
  Panel max  dimensions 23.28"W X 13.88"H with machined tolerances
  less tha than or equal to. 003" Looking for sources who can
  fabricate and package a modification kit for the C-5 aircraft
  to install a Standby Attitude Indicator into the pilots center
  instrument panel in the cockpit of the C-5 aircraft. Aircraft
  modification hardware includes wires, connectors, circuit breakers,
  and a redesigned pilots center instrument panel to integrate
  the new equipment item with existing weapon system subsystems
  and the airframe. Kit will include interfacing bracket for
  the new SAI. The indicator is being procured separately, and
  will be provided directly to Air Force field activities. Predominate
  Material: Various types of Aluminum and Steel 126ea. Applicable
  to: C-5 Acft. Destn: Kelly Afb Texas 78241-6334. Delivery:
  30 Apr 97 1 ea 28 May 97 25 ea 30 Jun 97 25 ea 30 Jul 97 25
  ea 29 Aug 97 25 ea 30 Sep 97 25 ea Drawings are available The
  approximate issue/response date will be 08 Jan 97. First article
  test required. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. See Note (s) NOTE 26.
CITE: (I-353 SN013455)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 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--BELL CRANK; FAIRING, FUSELAGE, AI
SOL DAAJ09-97-Q-0493
DUE 013197
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
DESC: NSN: 1560-01-248-9971, P/N: 7-311517070-13, QTY: 6 Each,
  FOB Origin with delivery of 6 each 180 days ARO to Texarkana,
  TX. NSN: 1560-01-157-1423, P/N: 7-311150123-11, QTY: 2 Each,
  FOB Origin with delivery of 2 each 180 days ARO to Texarkana,
  TX. Applicable to the AH-64 Program. This procurement requires
  prequalification. Contractors who desire to be prequalified
  must submit qualification documentation. This proposed contract
  action is for supplies for which the Government does not own
  specifications and drawings. It is restricted to the following
  approved source, McDonnell Douglas Helicopter Systems, Mesa,
  AZ. Firms that recognize and can produce the required item
  described above are encouraged to identify themselves to the
  Contracting Officer, and provide supporting evidence which
  will permit their participation in the current or future solicitations.
  All responsible sources are encouraged to submit a proposal
  which shall be considered by the Agency. See Numbered Note(s):
  22.
CITE: (I-353 SN013471)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--FITTING ASSEMBLY, WI
SOL SPO460-97-Q-C548
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement. for copirs of RFQ Sol
  icitations,  contact thebuyer:  Robert Tobin/BU713/804-2 79-3639
  contracting officer:   Margaret Adams/804-279-51 37
DESC: PR-NO:  YPG96341000304 NSN 1560-00-498-1761, fitting assembly,
  WI  Mfg:  Lockheed Martin, CAGE 98897 P/N 3W31045-106 Rev 'g'
  Tech data  package availability:  10 -EA Del to Robins AFB
  GA 31098-1887 Del by:   45 DARO specifications, plans or drawings
  relating to the procurement  described are not available and
  cannot be furnished by the government.   More than one source,
  intended sources:  Lockheed Martin, CAGE 98897  bertot Ind.
  Inc., CAGE 33119 critical application item.  All  responsible
  sources may submit offer which DGSC shall consider.
CITE: (I-353 SN013520)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 15--BEAM,AIRCRAFT
SOL N0038397QN080
DUE 012897
POC Contact Point, Maria C Allen, 0233.01, (215)697-3770, Fax,
  (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 0R-1560-01-429-2512-AH, Ref Nr 209-032-101-101, Qty 35
  EA, Delivery FOB Origin-----.  There are NO DRAWINGS AVAILABLE.,
  See Note 22
CITE: (I-354 SN013617)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--SUPPORT, STRUCTURAL
SOL SP0460-97-Q-C490
DUE 020397
POC Contact:  POC Kenneth gholson/BU815; 804-279-3296; FAX 804-27
   9-4005 contracting officer:  Vonda Melton/804-279-5969
DESC: PR-NO:  YPG96330001561 NSN 1560-01-139-5875, 189 -EA Del
  to  Robins AFB GA 31098-1887 Del FOB origin 150 DARO; FOB destination
  165  DARO 111 -EA Del to Stockton CA 95296 Del FOB origin 150
  DARO; FOB  destination 165 DARO 120 -EA Del to New Cumberland
  PA 17070-5001 Del FOB  origin 150 DARO; FOB destination 165
  DARO Lockheed P/N 3326589-1 Rev C,  drawings re this buy are
  not available and cannot be furnished by the GOV. ; other than
  full and open; more than one source, intended sources:   airborne
  product support; A&M aerospace; Aero eng. and Mfg.; total 
  small bus. setaside all responsible sources may submit offer
  which DGSC  shall consider.
CITE: (I-354 SN013683)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--TUBE ASSEMBLY, COMPR
SOL SP0460-97-Q-C489
DUE 020397
POC Contact:  POC Kenneth gholson/BU815/804-279-3296; FAX 804-27
   9-4005 contracting officer:  Vonda Melton/804-279-5969
DESC: PR-NO:  FPG96310003549 NSN 1560-00-676-1454, 68 -EA Del
  to New  Cumberland PA 17070-5001 Del FOB origin 150 DARO; FOB
  destination 165  DARO Lockheed P/N 695801-19 Rev R, drawings
  re this buy are not available  and cannot be furnished by the
  GOV.; other than full and open; more  than one source, intended
  sources:  Lockheed; senior Flexonics all  responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-354 SN013699)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--GLASS ASSEMBLY, CANOPY
SOL SP0460-97-Q-C465
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement. for copies of RFQ Sol
  icitations,  contact thebuyer:  Teresa Merhout/BU715/804 -279-5575
  contracting  officer:  Margaret Adams/804-279- 5137
DESC: PR-NO:  NPG96326000380 NSN 1560-00-977-9316, glass assembly,
   canopy Rockwell Int'l Corp., cge 89372 P/N 249-318906-5 11
  -EA Del to  Jacksonville FL 32212-0097 Del by:  150 DARO drawing
  approvl required.   Specifications, plans or drawings relating
  to the procurement described are  not available and cannot
  be furnished by the government.  Other than full  and open
  comp (10 U.S.C. 2304(C)(1) (sole source) FAR 6.302-1 only one
   source (NOTE 22).  Intended source:  Maney Acft. Inc, CAGE
  10000 total  small business (SB) set-aside (NOTE 1) DSCR does
  not currently have an  approved Tech data package available
  for this NSN.  Solicitation will be  made:  in writing all
  responsible sources may submit offer which DGSC shall  consider.
CITE: (I-354 SN013701)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--CLAMP HALF, TROOP SEAT THE FOLLOWING EXCEPTIONS
  TO DWG  60-3749, REV "A"
SOL SP0460-97-Q-C412
DUE 022097
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. PO C:
   Kevin Allen/BU916/804-279-6683. Patricia  Livingston contracting
  officer.
DESC: PR-NO:  YPG96295001440 NSN 1560-00-694-3657, 1,200 -EA
  Del to  Stockton CA 95296 Del by 18 May 97.  Rights guard data
  restriction apply.   Requests for technical data must be accompanied
  by a rights guard  non-disclosure certification (DGSC form
  P42.) all responsible sources may  submit offer which DGSC
  shall consider.
CITE: (I-354 SN013705)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--DUCT ASSEMBLY, BLEED AIR (INCONEL)
SOL SP0460-97-Q-C488
DUE 020397
POC Contact:  POC Kenneth gholson/BU815/804-279-3296/ FAX 804-27
   9-4005 contracting officer Vonda Melton 804-279-5969
DESC: PR-NO:  YPG96305000917 NSN 1560-01-369-0113, 27 -AY Del
  to  Richmond VA 23297-5900 Del FOB orgin 150 DARO; FOB dest
  165 DARO Lockheed  P/N 3336479-1 drawings re this buy are not
  available and cannot be  furnished by the GOV.  Other than
  full and open; more than one source,  intended sources, Lockheed;
  senior Flexonics all responsible sources may  submit offer
  which DGSC shall consider.
CITE: (I-354 SN013706)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--CONNECTOR, DROP TANK
SOL SP0460-97-R-0527
DUE 011397
POC Contact:  7OR copies of RFQ contact the buyer. Carl Hudson
  B  V610/804-279- 6071, FAX 804-279-6078. KO Kimberly W. H ansen
  804-279-3624.
DESC: PR-NO:  YPG96332000869 NSN 1560-01-267-7388, connector,
  drop tank  "source control item:  Parker Hannifin Corp, gull
  electronics systems  Div CAGE 26055.  P/N 076015001. specifications,
  PLA plans or drawings  relating to the procurement described
  are not available and cannot be  furnished by the government.
  unrestricted.  Other than full and open  comp. sole source.
   Only one source.  Trade agreement act (NOTE 12)  technical
  data availability:  200 -EA Del to New Cumberland PA  17070-5001
  Del by 150 days.  100 -EA Del to Stockton CA 95296 Del by 150
   days.  All responsible sources may submit offer which DGSC
  shall consider.
CITE: (I-354 SN013708)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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 63120-179
SUBJECT: 15--BELL CRANK
SOL DAAJ09-97-R-0198
DUE 013097
POC Mary Deutschmann, Contract Specialist, 314-263-0515, or June
  P. Tharp, Contracting Officer, 314-263-0800, FAX No. 9012.
DESC: NSN: 1560-01-158-9685, P/N: 70400-08102-045, Quantity:
  298 each, applicable to the UH-60 Aircraft. F.O.B. Destination
  with deliveries to Texarkana, TX, and New Cumberland, PA. When
  calling be prepared to state name, address and solicitation
  number. This part requires engineering source approval by the
  design control activity in order to maintain the quality of
  the part. Firms that recognize and can produce the required
  item described above are encouraged to identify themselves
  to the Contracting Officer and provide supporting evidence
  to the Contracting Officer which will permit their participation
  in the current or future solicitation. This is a 100% Small
  Business Set-Aside. Approved sources are The Purdy Corp., Manchester,
  CT, Rotair Industries Inc., Bridgeport, CT, TEK Precision Co.
  Ltd., Deer Park, NY and Seanair Machine Co., Farmingdale, NY.
  All responsible sources may submit an offer which will be considered.
  This requirement is currently unfunded. Award will be withheld
  pending receipt of sufficient funds. Authority and justification
  is FAR 6.302-1. Intended sources are listed above. See Note
  26.
CITE: (I-354 SN013784)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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 amendment is to change the
  packaging : A/C IAW MIL-P-45213E, Supplemented by MIL-P-116J;
  Delivery 175 days first article (CLIN 001AA), 440 days production
  quantity (CLIN 001AB) or 174 days production quantity without
  first article (CLIN 002AA) must quote on all CLINs, and SIC
  Code has been changed to 3728 and 1000 employees. See Numbered
  Note(s): 1.
CITE: (I-354 SN013889)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components--Potential
  Sources Sought
OFFADD: NASA, Johnson Space Center, BL2, Houston, TX 77058-3696
SUBJECT: 15--T-38 AIRCRAFT REDESIGNED INLET CASTINGS
SOL 9-BL2-12-7-02P
DUE 030197
POC Contract Specialist: Nancy Robb, (281) 244-9923 Contract
  Officer: Alice Jean Pursell, (281) 244-9922
DESC: NASA/JSC is seeking sources for fabrication of castings
  using "Quickcast" or similar rapid prototyping technology.
  The release of a Request For Offer for the fabrication of castings
  for redesigned T-38 aircraft inlets is anticipated by March
  1997. For timeliness of delivery and precision in the dimensions
  of the finished casting, NASA envisions the foundry will use
  "Quickcast" or similar rapid prototyping technology in this
  effort. Drawings of the inlets will become available in mid-February
  1997 and the RFO will be released shortly after completion
  of the drawings. The first shipset of hardware (first article)
  is required by September 1997. After acceptance of the first
  article, which will require installation on an aircraft and
  completion of a flight test, fabrication of an additional 31
  shipsets will be required. Interested sources may contact Nancy
  Robb. See Numbered Note 26. This perspective procurement is
  being conducted under the NASA/JSC MidRange Pilot Test Program
  approved by the Office of Federal Procurement Policy on April
  16, 1993. An ombudsman has been appointed to hear concerns
  from offers and potential offerors during the preaward and
  postaward phases of this acquisition. The purpose of the ombudsman
  is not to diminish the authority of the contracting officer,
  the Source Evaluation Board, or the selection official, but
  to communicate concerns, issues, disagreements, and recommendations
  of interested parties to the appropriate Government personnel
  and to work to resolve them. When requested, the ombudsman
  will maintain strict confidentiality as to the source of the
  concern. The ombudsman does not participate in the evaluation
  of proposals, the source selection process, or the ajudication
  of formal contract disputes. Interested parties are invited
  to call the installation ombudsman, Brian Duffy at 281-483-6050.
  Concerns, issues, and disagreements which cannot be resolved
  at the installation may be referred to the NASA ombudsman,
  Tom Luedtke at 202-358-2090. The solicitation and any documents
  related to this procurement will be available over the Internet.
  These documents will be in RTF format and will reside on a
  World-Wide Web (WWW) server, which may be accessed using client
  browsers, such as, MOSAIC or NETSCAPE. The WWW address, or
  URL, of the JSC Procurement home page is: "http://www.jsc.nasa.gov/bd2/"
  It is the offeror's responsibility to monitor this site for
  solicitation release. Potential offerors will be responsible
  for downloading their own copy of the solicitation. The RFO
  will be released on or about March 1, 1997. If there are any
  questions, the contract specialist may be contacted via E-mail
  at nancy.a.robb1@jsc.nasa.gov or by phone at (281) 244-9923
  or the contracting officer may be contacted via E-mail at alice.j.pursell1@jsc.nasa.gov
  or by phone at (281) 244-9922.
CITE: (I-354 SN013911)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 16--SENSOR, CONTROL
SOL F41608-97-R-74185
DUE 020397
POC For copy, FAX TO LCK AT (210)925-9020, For additional  information
  contact Burkhardt, T, Capt/Lck2731/[210]925-6837
DESC: Item 0001 NSN 1680-01-414-4872LD P/N: 103E4161G4, CONTROL
  STICK  SENSOR ASSEMBLY 4EA. Destn: FB2065. Delivery: 28 Nov
  97 4 ea NO GOVERNMENT DATA OR DRAWINGS ARE AVAILABLE The approximate
  issue/response date will be 03 Jan 97. To: Martin Marietta
  Corp, Johnson City Ny 13790-1888. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22.
CITE: (I-353 SN013394)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 16--SHOCK ABSORBER
SOL F41608-97-R-16085
DUE 020797
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Gordon, J./ldktl/[210]925-0190
DESC: Item 0001 NSN 1680-00-895-1058 P/N: 5-89525-6, TO  9P2-3-25-4.SIZE
  14.75IN LENGTH. WGT 22.29LBS.STROKE2.32IN.APPLKC135USED TO
  A BSORB LOADS WHEN REFUELINGBOOM IS IN STOWED POSITION. MATERIAL
  METAL. 15ea. Applicable to: Kc135 Aircraft. Destn: Kelly Afb,
  Texas 78241-6426. Delivery: 31 JUL 97 15 ea The approximate
  issue/response date will be 08 Jan 97. To: Stearns Co, Woodinville
  Wa 98072-9058. To: Downey Mfg Inc, Downey Ca 90241-4934. To:
  Boeing Defense And Space Group, Seattle Wa 98124 2499. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. The
  solicitation will contain the Blue Ribbon Program (BRP) solicitation
  provisions. Under the BRP, price and designation as a Blue
  Ribbon Contractor in the appropriate Federal Stock Class will
  be evaluated and considered in the contract award decision.
  If an offer is not received from a BRC and none of the participating
  offerors is designated as a BRC prior to contract award, award
  will be made to the offeror who meets the minimum requirements
  of the solicitation, offers the lowest evaluated price and
  is determined to be responsible.
CITE: (I-353 SN013415)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a, =  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--ACCUMULATOR, HYD =
SOL F34601-97-08178
DUE 020697
POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional
  =  information contact Phil Mcconnell/Lidac/[405]739-4347
DESC: Item 0001 NSN 1650-00-640-8490 P/N: MS28700-5, Dim: 36
  1/8 =  inches long 3 13/16 inches wide. Func: Dampens pressure
  surges and maintains pressure during momentary increases of
  system. Matl: Aluminum and steel. Note: While price will be
  a significant factor in the evaluation of offers, the final
  contract award decision may be based upon a combination of
  price and past performance factors as detailed in the solicitation.
  43EA. Applicable to: C5a. Destn: Tinker Air Force Base Ok 73145-3028.
  Delivery: 31 JAN 97 43 ea 31 DEC 97 ea The approximate issue/response
  date will be 07 Jan 97. The anticipated award date will be
  06 MAR 97. Written procedure will be used for this solicitation.
  To: Allied-Signal Aerospace Co, Torrance Ca 90504-6061. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. Note: An Ombudsman
  has been appointed to hear concerns from offerors or potential
  Offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 9;
  NUMBERED NOTE 26.
CITE: (I-353 SN013422)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a, =  Tinker Air Force Base Ok 73145-3028
SUBJECT: 16--VALVE, LIQUID OXYGEN =
SOL F34601-97-R-08189
DUE 020697
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Gayla Burchfield/Lidab/[405]739-5466
DESC: Item 0001 NSN 1660-01-092-5377BO P/N: 21088-15, P/N 0580560100-3
  =  Type CRU-50A per QPL-25961 and MIL-V-25961.AERNO #46-4000.
  Alum alloy hsg with 5 ports for tube line attachments. Valve
  has 2 1/2 x 2 in rectangular mounting flange on one end. Internal
  parts consist of drilled parts, seating surfaces, s eats and
  springs of critical dimensions and tolerances 5 x 2 in provice
  facilit y for oxygen converters. Must meet clean requirements
  for high pressure oxygen equipment. NHA LOX converters, 1660001678388,
  1660009552647, 1660010414494. App l acft F4 F5 F105 F106 F111
  T38 A7 E3A B52 C5 C130 C135 C141. 167EA. Applicable to: Common.
  Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 29 AUG
  97 167 ea The approximate issue/response date will be 07 Jan
  97. The anticipated award date will be 31 MAR 97. Written procedure
  will be used for this solicitation. To: Essex Industries Inc,
  Saint Louis Mo 63143-3800. To: Carleton Technologies Inc, Orchard
  Park Ny 14127 4195. No telephone requests. Only written or
  faxed requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. The proposed contract
  action is for supplies and services for which the Government
  intends to solicit and negotiate with only one, or a limited
  number of sources under the authority of FAR 6.302. Interested
  persons may identify their interest and capability to respond
  to the requirement or submit proposals. This notice of intent
  is not a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Note: An Ombudsman
  has been appointed to hear concerns from offerors or potential
  Offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written
  Quotation will be issued. The anticipated award date will be
  60 days after the issuance of this notice. See Note (s) 26.
CITE: (I-353 SN013433)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 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--PANEL ASSEMBLY
SOL SP0460-97-Q-B648
DUE 010897
POC Contact:  for copies of RFQ solicitations contact the buyer.
    Dorothy car-ter BV412/804-279-4134, FAX 804-279-6078.  KO
  Dolores  O'Brien/BV510/804-279-4567.
DESC: PR-NO:  FPG96345000356 NSN 1680-01-237-8889, panel assebly
   McDonnell Douglas Co Corp CAGE 76301 P/N68A810381-1005 Rev
  C "export  control applies" source. manufacturing technology
  Inc. CAGE 1Z216.   First article testing required. specifications,
  plans, or drawings  relating to the procurement described are
  not available and cannot be  furnished by the government. more
  than one source. 76301,1Z216.  Export  control applies. government
  furnished Mylar applies.  4 -EA Del to New  Cumberland PA 17070-5001
  Del by 202 days.  All responsible sources may  submit offer
  which DGSC shall consider.
CITE: (I-353 SN013518)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--CYLINDER ASSEMBLY, ACTUATING
SOL SP0770-97-Q-MJ01
DUE 012197
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)  Bruce rose (614) 69 2-3818
DESC: PR-NO:  YPC96330001074/YPC96310000591-YPC96302001771  YPC96281000066-YPC96298000997
  NSN 1650-00-394-4092, CAGE 36659 Part No  673230-105 CAGE 99643
  Part No 46570-4 cylinder assembly, actuating.  Vickers Inc
  P/N 46570-2.  1 -EA Del to Cecil field FL 32215 Del by 45 
  days ADO.  Solicitation not available until 15 days after published
  in the  CBD. 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 combintio
  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-354 SN013571)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--CYLINDER ASSEMBLY, ACTUATING
SOL SP0770-97-Q-MJ03
DUE 012197
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)  Bruce rose (614) 69 2-3818
DESC: PR-NO:  YPC96292000841/YPC96310002447 YPC96274000072 NSN
   1650-00-394-4092, CAGE 36659 Part No 673230-105 CAGE 99643
  Part No  46570-4 cylinder assembly, actuating. Vickers Inc
  P/N 46570-2.  2 -EA  Del to Cecil field FL 32215 Del by 45
  days ADO.  Solicitation not  available until 15 days after
  published in the CBD. 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 performnce, 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-354 SN013577)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--DISCONNECT ASSEMBLY
SOL SP0920-97-Q-A099
DUE 021897
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:  YPE96295001001 NSN 1660-01-035-0628, CAGE 99449
  Part No  024-750091-1 CAGE 99449 Part No 024-780136-1 13 -EA
  Del to New Cumberland  PA 17070-5001 Del by 30 Jan 97.  31
  -EA Del to Lathrop CA 95330 Del by  30 Jan 97.  Please provide
  price breaks.  All responsible sources may  submit offer which
  DESC shall consider.
CITE: (I-354 SN013598)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--TURBINE WHEEL, AIRCR
SOL SP0920-97-R-X012
DUE 021897
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:  YPE96332000329 NSN 1660-00-594-7233, CAGE 70210
  Part No  205424 CAGE 72599 Part No 205424 92 -EA Del to Lathrop
  CA 95330 Del by 17  Jan 97.  A 12-MONTH (365 day) indefinite
  delivery requirements contract  is anticipated.  Please provide
  price breaks.  All responsible sources  may submit offer which
  DESC shall consider.
CITE: (I-354 SN013603)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SEPARATOR, WATER, AIR
SOL SP0920-97-Q-A093
DUE 011697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96284000778 NSN 1660-01-399-1553, CAGE 70210
  Part No  2303056-1 222 -EA Del to Charleston AFB SC 29404 Del
  by 01 Nov 96. no  drawings are available.  Other than full
  and open competition:  part  numbered item.  Products offered
  clause applies.  Various increments  solicited:  350-750, 751-1500,
  1501-2500.  Destinations:  New  Cumberland, PA, Lathrop, CA,
  Charleston AFB, SC.  Delivery schedule:   90 days ADO; increments
  of of 100 EA thereafter.  Set-aside type:   unrestricted (sole
  source/single source) (no preference) all responsible  sources
  may submit offer which DESC shall consider.
CITE: (I-354 SN013611)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SCREEN, PRECOOLER
SOL SP0920-97-Q-A097
DUE 012097
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96313000819, YPE96330000452 NSN 1660-01-204-3624,
   screen, precooler Rockwell (43999) P/N L5332739-001 text:
   AL alloy  6061-0, 2024-T3, cres per QQ-A-250/11, QQ-A-250-/5,
  RR-W-360:  C/O 1  frame, 1 screen, 1 ring, 8 standoffs, 1 subassembly,
  assorted  attachment hardware; NHA L5331351.  Part numbered
  item. products  offered clause applies.  PR quantity:  7 each
  various increments  solicited from 1 thru 10 EA.  5 EA Del
  to FB4661 Dyess AFB TX 79607-0130  2 EA Del to Stockton CA
  95296-0130 delivery schedule:  7 IN 90 days  set-aside type:
   G unrestricted (sole source/single source) (no  preference)
  size standard:  1000 all responsible sources may submit offer
   which DESC shall consider.
CITE: (I-354 SN013613)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--CONTROL LOGIC ASSY.
SOL N0038396Y2604
DUE 010997
POC Contact Point, William A Ryan, 0225.02, (215)697-2530, Fax,
  (215)697-3161, Twx, Not-avail
DESC: NSN 7R-1680-01-011-8448-CS, Ref Nr (36659) 1213579-113,
  Qty 8 EA, Delivery FOB Origin, RDD 30--The items listed in
  the synopsis are additions to an existing Basic Ordering Agreement
  with Lockheed Aeronautics Co. in Marietta, GA. Control Logic
  Assy., 7R 1680-01-021-8602 CS, P/N (36659) 1213580-113, 5 EACH,
  Hydraulic Reservoir,  7R 1650-00-372-5543 CS, P/N (36659) 672997-107,
  10 EACH, Hydraulic Reservoir,  7R 1650-00-369-0390 CS, P/N
  (36659) 672996-103, 10 EACH.BOA N00383-96-G-006J  applies.,
  See Note 22
CITE: (I-354 SN013618)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 16--PUMP,OIL
SOL N0038397QA075
DUE 012897
POC Contact Point, Tyrone   White, 0223.12, (215)697-2118, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Kent  
  Hall, 0223.03, (215)697-6548
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-1660-00-887-6891-BP, Ref Nr 680182, Qty 69 EA, Delivery
  FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE
  NOT AVAILABLE FROM NAVICP.---, See Note 22
CITE: (I-354 SN013619)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--DISC, BRAKE.
SOL SP0740-97-R-2666
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Esther  Hayden/AEBB2/614-692-4727
DESC: PR-NO:  YPC96295001738 NSN 1630-00-127-4038, CAGE 97153
  Part No  244-306 DISC, brake. I/A/W B.F. Goodrich, P/N:  244-306.
   462 -EA  Del to New Cumberland PA 17070-5001 Del 200 IN 120
  days after award Del  200 IN 200 days after award Del balance
  IN 250 days after award PR-NO:   YPC96242000918 307 -EA 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. 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  soulrces are:
   B F Goodrich.  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 solcitation.
  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-354 SN013646)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SHAFT, SPEED SENSOR
SOL SP0770-97-Q-MG81
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Bruce rose,  614-692-3818.
DESC: PR-NO:  YPC96304000929 NSN 1650-00-199-8586, CAGE 59364
  Part No  363724-2 CAGE 59915 Part No 363724-2 shaft, speed
  sensor.  Alliedsignal  incp/N 363724-2.  Service & sales Inc
  P/N 363724-2.  89 -EA Del to  Tinker AFB OK 73145-9013 Del
  by 60 days ADO.  Solicitation not available  until 15 days
  after published in the CBD. Automated Best Value Model (ABVM)
   applies.  While price may be a significant factor in the evaluation
  of offers,  the final award decision will be based upon a combination
  of price and  past performance, as described in the solicitation.
   All responsible  sources may submit offer which DCSC shall
  consider.
CITE: (I-354 SN013648)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--JACK POINT, LANDING
SOL SP0740-97-Q-0613
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Kent morioka 614/69 2-3899
DESC: PR-NO:  YPC96313000884 NSN 1620-01-237-6000, CAGE 76301
  Part No  68D010007-1001 Jack point, landing gear.  Mc Donnell
  Douglas Corp P/N  68D010007-1001.  19 -EA Del to New Cumberland
  PA 17070-5001 Del 220 days  after award.  Solicitation not
  available until 15 days after published in  the CBD.  Specifications,
  plans or drawings are not available.  This  acquisition is
  for supplies for which the government does not possess  complete,
  unrestrictive technical data; therefore, the government  intends
  to solicit and contract with only approved sources under the
   authority of 10M U.S.C. 23049(C)(1).  Approved sources are:
   McDonnell  Douglas Corp (76301).  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-354 SN013649)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16--F/A-18 AN/APG-73 RADAR UPGRADE PHASE II
SOL N00019-95-G-0006
POC Contact, James M. Gerber, Phone (703)604-6100
DESC: The Naval Air Systems Command (NAVAIR) intends to issue
  a delivery order under Basic Ordering Agreement (BOA) N00019-95-G-0006
  for non-recurring engineering effort and production line start
  up equipment and tooling associated with production of AN/APG-73
  Radar Upgrade Phase II (RUG II) retro-fit kits in support of
  the F/A-18 strike fighter aircraft. NAVAIR intends to negotiate
  this delivery order with McDonnell Douglas Aerospace (MDA)
  who is the designer, developer and sole manufacturer of the
  F/A-18 aircarft. As such, (MDA) is the only firm possessing
  the technical knowledge, expertise, and familiarity with the
  design and specifications of the F/A-18 aircraft required to
  successfully produce and integrate the AN/APG-73 upgrade. This
  synopsis is for informational purposes only. See note No. 22
  - NAVAIR Synopsis No. 20195-96.
CITE: (I-354 SN013747)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: 16--F/A-18E/F AIRCRAFT -- EXTERNAL FUEL TANK
SOL N00019-97-R-0004
POC Contact, Gregory Vogt, Phone (703)604-6100
DESC: The Naval Air Systems Command (NAVAIR) intends to competitively
  award a contract 1) for the design,development, manufacture
  and test of an external aircraft fuel tank (EFT) with full
  organic Organizational (O) level support capability for the
  F/A-18E/F Super Hornet aircraft, and 2) to acquire a technical
  data package for this tank with Government-purpose data rights.
  This technical data package is intended to become the basis
  for future competitive reprocurements. The EFT shall be designed:
  1) with a useable capacity of approximately 480 gallons; 2)
  to be compatible with the F/A-18E/F configuration and full
  flight envelope; 3) a carrier-deck survivable filament wound
  composite outer shell, and 4) a fuel permeability barrier.
  Upon successful completion of EFT performance verification
  testing, NAVAIR intends to exercise up to two production options
  for EFTs in a quantity commensurate with the requirements of
  the F/A-18E/F program. Capable interested companies who desire
  to be placed on the distribution list for this procurement
  should notify NAVAIR in writing at the following address: Naval
  Air Systems Command 1421 Jefferson Davis Highway Bldg. JP1,
  Room 124, Arlington, VA 22243-2140 Attn: AIR-2.2.5E.6/Mr. G.
  Vogt. Requests may also be made via facsimile at (703) 604
  3062. Please call (703) 604 6100 x3512 to confirm facsimile
  transmittals and written requests. A draft solicitation will
  be made available for industry comment and a pre-solicitation
  conference may be conducted prior to the release of a formal
  solicitation. Companies must notify NAVAIR (in accordance with
  instructions herein) of their desire to be placed on the distribution
  list to receive any further correspondence on this matter.
  This will be the only announcement for this procurement. -
  NAVAIR Synopsis No. 20173-96.
CITE: (I-354 SN013790)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 16--GENERATOR SIGNAL
SOL F09603-97-Q-47319
DUE 021097
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Kenneth R. Burke/Lkkb/[912]926-0866
DESC: Item 0001 NSN 1662-01-426-1555 P/N: 8665A-003-008-909,
  Dim: 7 x  16.5 x 25.5 inches. Func: Generates signals. Simplified
  Acquisitio n Procedures (SAP) apply in accordance with FAR
  part 13. 2ea. Applicable to: Wrttm. Destn: Destination will
  be provided at time of award.. Delivery: 31 Dec 97 2 ea To
  obtain a complete solicitation package send a written request
  or a FAX (912 )926-7572. The approximate issue/response date
  will be 10 Jan 97. The anticipated award date will be 03 Mar
  97. Written procedure will be used for this solicitation. To:
  Hewlett-Packard Co, Cupertino Ca 95014-0602. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22,26.
CITE: (I-354 SN013850)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 16--PANEL,CONTROL,ELECT
SOL F41608-97-R-74119
DUE 021097
POC For copy, FAX TO LCK AT (210)925-9020, For additional  information
  contact Burkhardt, T, Capt/Lck2731/[210]925-6837
DESC: Item 0001 NSN 1680-01-381-6222LD P/N: 7622A0001-01, P/N
   7622A0001-02 PANEL,CONTROL,ELECT 3EA. Destn: FB2065. Delivery:
  30 MAR 98 3 ea NO GOVERNMENT DRAWINGS OR DATA ARE AVAILABLE
  The approximate issue/response date will be 10 Jan 97. The
  anticipated award date will be 19 FEB 97. Written procedure
  will be used for this solicitation. To: Vickers Inc, Grand
  Rapids Mi 49588-0872. No telephone requests. Only written or
  faxed requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. See Note (s) 22.
CITE: (I-354 SN013857)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U. S. Army ATCOM, ATTN: AMSAT-A-PLBA, 4300 Goodfellow
  Blvd., St. Louis, MO 63120-
SUBJECT: 16--BELLCRANK ASSEMBLY
SOL DAAJ09-96-Q-1634
DUE 013197
POC Carla Bean, Contract Specialist at (314) 263-0802 or Daniel
  Fuller at (314) 263-2555, datafax (314) 263-9012.
DESC: Bellcrank Assembly, NSN: 1615-01-158-9658, part number
  70400-08150-045. Quantity has changed from 113 each to 333
  each. This item is a flight safety part that requires engineering
  testing. The only tested source is Sikorsky Aircraft Corporation.
  All responsible sources may submit a response which will be
  considered. 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
  solicitation. Authority and Justification is FAR 6.302-1. Intended
  source is listed above. See notes 22 and 26.
CITE: (I-354 SN013884)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: US SPECIAL OPERATIONS COMMAND, 4300 GOODFELLOW BLVD.,
   ST. LOUIS, , MO  63120-1798 ATTN:AMSAT-D-TK  
SUBJECT: 16--MISSION PROCESSOR BATTERY, PART NUMBER: MAP-9352,
  QUANTITY: 155
SOL USZA95-97-Q-0011
DUE 020797
POC DARRELL L DODDS, (314)263-0852, ddodds@tapo1.stl.army.mil;Donna
  Luedte, (314)263-0851
DESC: The proposed procurement is for 155 ea. mission processor
  batteries, part number: MAP-9352, with deliveries 36 weeks
  ARO. The Government's minimum needs can only be satified from
  the prime contractor, Eagle-Picher Technologies,P.O. Box 47,
  Joplin, MO  64802-8000.  Opertunity for subcontracting with
  the prime contractor is the basis for synopsis.  This is for
  informational purposes only.  Firms that recognize and can
  provide the required services described above are encouraged
  to identify themselves to the Contracting Officer.  See Numbered
  NOTE(S): 22.
CITE: (I-354 SN013980)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: US SPECIAL OPERATIONS COMMAND, 4300 GOODFELLOW BLVD.,
   ST. LOUIS, , MO  63120-1798 ATTN:AMSAT-D-TK  
SUBJECT: 16--MISSION PROCESSOR BATTERY, PART NUMBER: MAP-9352,
  QUANTITY: 155
SOL USZA95-97-Q-0011
DUE 020797
POC DARRELL L DODDS, (314)263-0852, ddodds@tapo1.stl.army.mil;Donna
  Luedte, (314)263-0851
DESC: The proposed procurement is for 155 ea. mission processor
  batteries, part number: MAP-9352, with deliveries 36 weeks
  ARO. The Government's minimum needs can only be satified from
  the prime contractor, Eagle-Picher Technologies,P.O. Box 47,
  Joplin, MO  64802-8000.  Opertunity for subcontracting with
  the prime contractor is the basis for synopsis.  This is for
  informational purposes only.  Firms that recognize and can
  provide the required services described above are encouraged
  to identify themselves to the Contracting Officer.  See Numbered
  NOTE(S): 22.
CITE: (I-354 SN013983)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 17--TRAILER COMPRESSOR
SOL F41608-96-R-20698
DUE 020397
POC For copy, Fax request to LDKS at (210)925-1073, For additional
   information contact Mccormick, D./ldksh/[210]925-4741
DESC: Item 0001 NSN 1740-00-061-8830 P/N: 1C5719G02, This item
  is used  to transport and store the compressor rotor from the
  TF-39 en gine in the back shop. Predominant material: steel.
  Approx. 22" wide X 40" wide X 74" long. Application: Multi
  aircraft 4EA. Applicable to: Multi Acft. Destn: FE2053. Delivery:
  31 MAR 97 4 ea The approximate issue/response date will be
  03 Jan 97. The anticipated award date will be 31 MAR 97. Written
  procedure will be used for this solicitation. To: Dunrite Systems
  Corp, Ronkonkoma Ny 11779-6906. To: Twin Manufacturing, Inc,
  South Windsor Ct 06074-4104. 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: (I-353 SN013388)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT
SOL IAP-770,930-05
DUE 020597
POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio
  Huerta, Contracting Officer, (507) 272-4620
DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and
  Drawing VF-1301-88-1583.  When requesting solicitation state
  Name, Address, and solicitation Number.  Request will be accepted
  by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG.
  All responsible sources may timely submit an offer which shall
  be considered by the Commission. Basis of award may be made
  on "Best Value" factors such as delivery time, quality of product,
  experience, past performance and responsibility shall be considered
  to ensure that the purchase is advantageous to PCC.
CITE: (I-353 SN013463)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT
SOL IAP-770,930-05
DUE 020597
POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio
  Huerta, Contracting Officer, (507) 272-4620
DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and
  Drawing VF-1301-88-1583.  When requesting solicitation state
  Name, Address, and solicitation Number.  Request will be accepted
  by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG.
  All responsible sources may timely submit an offer which shall
  be considered by the Commission. Basis of award may be made
  on "Best Value" factors such as delivery time, quality of product,
  experience, past performance and responsibility shall be considered
  to ensure that the purchase is advantageous to PCC.
CITE: (I-353 SN013465)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT
SOL IAP-770,930-05
DUE 020597
POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio
  Huerta, Contracting Officer, (507) 272-4620
DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and
  Drawing VF-1301-88-1583.  When requesting solicitation state
  Name, Address, and solicitation Number.  Request will be accepted
  by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG.
  All responsible sources may timely submit an offer which shall
  be considered by the Commission. Basis of award may be made
  on "Best Value" factors such as delivery time, quality of product,
  experience, past performance and responsibility shall be considered
  to ensure that the purchase is advantageous to PCC.
CITE: (I-353 SN013466)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 22--Railway Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  Inventory Management Branch, Unit 2300, APO, AA  34011-2300
SUBJECT: 22--TOWING LOCOMOTIVE PARTS, TRACTION UNIT
SOL IAP-770,930-05
DUE 020597
POC Eugenio Huerta G, Material Manager, (507) 272-4601, Eugenio
  Huerta, Contracting Officer, (507) 272-4620
DESC: Gear #8, per PCC Spec. #580-361, dated April 14, 1994 and
  Drawing VF-1301-88-1583.  When requesting solicitation state
  Name, Address, and solicitation Number.  Request will be accepted
  by facsimile at 011-507-272-7588, or Telex 3034 PCCAMRM PG.
  All responsible sources may timely submit an offer which shall
  be considered by the Commission. Basis of award may be made
  on "Best Value" factors such as delivery time, quality of product,
  experience, past performance and responsibility shall be considered
  to ensure that the purchase is advantageous to PCC.
CITE: (I-353 SN013483)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: Contracting Competency, Building 588, Naval Air Warfare
  Center Aircraft Division, Patuxent River, Maryland 20670-5304
SUBJECT: 23--TRUCK, 1996 CAB AND CHASSIS
SOL N00421-97-Q-5111
DUE 121796
POC Francine Keys, Purchasing Agent, (301) 342-7462.
DESC: The Patuxent River NAWC AD has a requirement to procure
  a 1996 truck equipped with 175 H.P. Diesel engine, auto AT452
  trans, hydraulic brakes, 1800 GVWR wheels, AC, AM/FM radio,
  painted white new K-Pac Model, DPCCR container carrier with
  rotator and standaard features, plus cable PTO/Direct mount
  pump, toolbox. Delivery is required FOB destination to NAS
  Patuxent River, Maryland 30 days ARO. Award is to be made under
  Simplified Acquisition Procedures. All responsible sources
  may submit a quotation which shall be considered by the agency.
  Request for this RFQ shall be FAXED to Contracts, Attn: Francine
  Keys, (301) 342-7463 or mail to Contracts, Bldg 1490, M/S 1,
  Attn: Francine Keys, NAWC AD, Patuxent River, MD 20670. Estimated
  RFQ issue date is January 3, 1997. See Numbered Note(s): 1.
CITE: (I-354 SN013772)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services Administration, bid room phone (703)
  305-6145),  jefferson-davis highway, FSS, bid room c-39, Arlington,
  VA. 22202
SUBJECT: 23--BUSES
SOL FCAP-V6-BUS96-N
DUE 012197
POC Sherman E. Farves (703) 308-4188
DESC: Correction:  solicitation for FCAP-V6-BUS96-N is amended
  to revise  the specification requirement for buses, 6X2 only,
  Transit type for the  immigration and naturalization service
  (INS).  The new closing date is on  or about January 21, 1997.
  all responsible sources may submit an offer,  which will be
  considered by the agency.  Offers must be in English and U.S.
   dollars.  Copies of the RFP and amendments are available from
  the address  above. see NOTE 12.
CITE: (I-354 SN013945)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services Administration, FSS, Automotive Center
  (fcapr),  Washington, DC 20406
SUBJECT: 23--LIGHT TRUCKS, WRECKERS
SOL FCAP-R2-05758-N
DUE 013097
POC Contact point, Mike Blumenfeld, (703) 308-4661
DESC: Description:  twelve (12) wrecker trucks, 15,000 lb. GVWR,
  in  accordance with GSA Automotive Center purchase description.
  RFP will  result in a definite quantity, firm fixed price contract.
  provisions for  total small business set-aside. FOB destination
  delivery within one  hundred and fifty (150) days after receipt
  notice of award. 100% option  to increase quantities clause.
  see numbered NOTE 12. request copies of  SFO from the above
  address, or FAX requests for solicitation to (703)  305-3034.
CITE: (I-354 SN013950)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--WHEEL ASSEMBLY, PNEUMATIC TIRE (15 X 17.50).  ON
  M172A1 AND  M529 SEMITRAILERS.
SOL SP0750-97-Q-0443
DUE 013197
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, Shirley Walker,  (614)692-3515.
DESC: PR-NO:  YPC96312001232 NSN 2530-01-125-4084, CAGE 19207
  Part No  11669686 wheel, pneumatic tire.  Used on M172A1 and
  M529 semitrailers.   Per army drawing 11669686 and all related
  data.  223 -EA Del to New  Cumberland PA 17070-5001 Del by
  100 days after date of award.  See NOTE 1.   Small business
  size standard is 1,000 employees. solicitation not  available
  until 15 days after published in the CBD.  Written requests
  for  drawings are to be submitted to Defense Supply Center,
  Columbus, Attn;  DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000,
  by FAX  (614)692-2998 or Call (614)692-2344.  Requests should
  include the  IFB/RFP/RFQ number, opening/ closing, NSN, YPC/ZPC
  or NPC number;  buyer's name and your complete name and address.
   Federal, military and  commercial specifications cannot be
  provided by DSCC.  This is an  unrestricted acquisition with
  a 10% preference for SDB concerns.   Automated Best Value Model
  (ABVM) and Delivery Evaluation Factor (DEF)  apply.  While
  rpice 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-354 SN013567)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--TANK, OIL, HYDRAULIC SYSTEM CAGE (50079), 262-5749508-069
SOL SP0760-97-R-4500
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Brenda Owens, 614-6 92-3707
DESC: PR-NO:  YPC96313000923 NSN 2590-01-331-6519, CAGE 50079
  Part No  262-5745508-069 tank, oil, hydraulic system.  Textron
  Inc., P/N  262-5749508-069.  17 -EA Del to Norfolk VA 23512-0001
  Del by 420 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.   All responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-354 SN013568)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--ADJUSTER,
SOL SP0750-97-Q-0422
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Robert Garman,  (614)692-1329.
DESC: PR-NO:  YPC96318000563 NSN 2540-01-359-9280, CAGE 19200
  Part No  12918999 adjuster. IAW U.S. Army drawing 12918999.
   132 -EA Del to New  Cumberland PA 17070-5001 Del by 90 days
  after date of award.  83 -EA Del  to Lathrop CA 95330 Del by
  90 days after date of award.  See NOTE 1.   Small business
  size standard is 500 employees.  Solicitation not  available
  until 15 days after published in the CBD.  Written requests
  for  drawings are to be submitteed 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 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-354 SN013569)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--OIL COOLER ASSEMBLY, TRANSMISSION. ON 5 TON 6X6
  TRUCK MODEL  M939 & M939A1 SERIES.
SOL SP0750-97-Q-0398
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, William M.  Mayo, (614)692-1369.
DESC: PR-NO:  YPC95065001360 NSN 2520-01-098-5124, CAGE 19207
  Part No  11669164 oil cooler assembly, transmission. used on
  5 ton 6X6 truck  model M939 & M939A1 series.  25 -EA Del to
  Richmond VA 23297-5900 Del by  200 days after date of award.
   52 -EA Del to New Cumberland PA  17070-5001 Del by 200 days
  after date of award.  PR-NO:  YPC96277001278  solicitation
  not available until 15 days after published in the CBD.   Written
  requests for drawings are to be submitted to Defense Supply
  Center,  Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus,
  OH 43216-5000,  by FAX (614)692-2998 or Call (614)692-2344.
   Requests should include the  IFB/RFP/RFQ number, opening/closing
  date, NSN, YPC/ZPC or NPC number;  buyer's name and your complete
  name and address.  Federal, military and  commercial specifications
  cannot be provided by DSCC.  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-354 SN013572)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--REPAIR KIT, PLANET CARRIER STEER ASSEMBLY.  EXCEPTION:
SOL SP0750-97-Q-0528
DUE 020797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Robert Garman,  (614)692-1329.
DESC: PR-NO:  YPC96229000868 NSN 2520-01-129-7426, CAGE 19207
  Part No  5705160 repair kit, planet carrier steer assembly.
   Per army drawing  19207 5705160 142 -EA Del to Anniston AL
  36201 Del by 150 days after date  of award.  See NOTE 1.  Small
  business size standard is 500 employees.   Solicitation not
  available until 15 days after published in the CBD.   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
  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-354 SN013573)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--FRAME, WINDOW, VEHICULAR.
SOL SP0750-97-Q-0514
DUE 013197
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, Shirley Walker,  (614)692-3515.
DESC: PR-NO:  YPC96341000643 NSN 2510-01-158-7090, CAGE 19207
  Part No  8747992 frame, window, vehicular. IAW us.army drawing
  number 8747992.   540 -EA Del to New Cumberland PA 17070-5001
  Del by 80 days after date of  award.  256 -EA Del to Lathrop
  CA 95330 Del by 80 days after date of  award.  See NOTE 9.
   Small business size standard is 1,000 employees.   Solicitation
  not available until 15 days after published in the CBD.   Written
  requests for drawings are to be submitted to Defense Supply
  Center,  Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus,
  OH 42316-5000,  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) 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-354 SN013579)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--PARTS KIT, HUB AND ARM (UPPER SPINDLE). ON M1 TANK.
SOL SP0750-97-Q-0491
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Robert Garman (614) 692-1329
DESC: PR-NO:  YPC96067000947 NSN 2530-01-270-7498, CAGE 19207
  Part No  5705461 CAGE 2D511 Part No 5705461 parts kit, hub
  and arm (upper spindle).  used on M1 tank.  Per army (19207)
  drawing 5705461 and all related data.   213 -EA Del to New
  Cumberland PA 17070-5001 Del by 150 days after date of  award.
   902 -EA Del to Richmond VA 23297-5900 Del by 150 days after
  date  of award.  See NOTE 1.  Small business size standard
  is 500 employees.   Solicitation not available until 15 days
  after published in the CBD.   Written requests for drawings
  are to be submitted to Defense Supply Center  Columbus, Attn:
  dsccvtrd, P.O. Box 3990 colubmus, 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 and address.  Federal,
  military and  commercial specifications cannot be provided
  by DSCC.  Automated Best  Value Model (ABVM) applies.  While
  price may be a signficant factor in the  evaluation of offers,
  the final awrd decision will be based upon a  combination of
  price and past perfomrance as described in the solicitation.
    Delivery Evaluation Factor (DEF) applies.  While price is
  a significant  factor in the evaluation of offers, the final
  award decision will be based  upon a combination of price and
  past performance as described in this  solicitation.  Automated
  Best Value Model (ABVM) and Delivery Evaluation  Factor (DEF)
  apply.  While price is a significant factor in the evaluation
   of offers, the final award decision will be based upon a combination
  of  price, delivery and past perofmrance as described in the
  solicitation.   All responsible sources may submit offer which
  DCSC shall consider.
CITE: (I-354 SN013644)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--FRAME, SEAT, VEHICULAR. (SEAT ASSEMBLY, FRAME &
  SPRING,  DRIVER)
SOL SP0750-97-Q-0486
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)  Roslyn Diggs, 614-6 92-4755
DESC: PR-NO:  YPC96320000728 NSN 2540-01-318-9229, CAGE 19207
  Part No  12338503-1 CAGE 34623 Part No 12338503-1 frame, seat,
  vehicular. (seat  assembly, frame & spring, driver) steel material.
   I/A/W U S Army Tank  Automotive Command drawing 12338503.
   100 -EA Del to Lathrop CA 95330  Del by 120 days after award
  137 -EA Del to New Cumberland PA 17070-5001  Del by 120 days
  after award Del to various dests.-- solicitation not  available
  until 15 days after published in the CBD. written requests
  for  drawings are to be submitted to Defense Supply Center
  Columbus, Attn:  DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000,
  by FAX  (614)692-2998 or Call (614)6922344. requests should
  include the IFB/RFP/RFQ  number, opening/closing, NSN, YPC/ZPC
  or NPC number; buyer's name and  your complete name and address.
  federal, military and commercial  specifications cannot be
  provided by DSCC. Automated Best Value Model  (ABVM) applies.
  while price may be a significant factor in the evaluation of
   offers, the final award decision will be based upon a combination
  of  price and past performance, as described in the solicitation.
  Delivery  Evaluation Factor (DEF) applies. while price is a
  significant factor in the  evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance as described in this solicitation.   All responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-354 SN013651)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 26--Tires and Tubes
OFFADD: General Services Administration, FSS, 4FQP 401 W. Peachtree
  St.,  Suite 2600 Atlanta, GA 30365-2550
SUBJECT: 26--TIRES, PNEUMATIC PASSENGER AND LIGHT TRUCK
SOL AT/TC 20252
DUE 012197
POC Patricia G. Walker TEL:  404-331-3059 FAX:  404-331-2073
DESC: This is a re-purchase aganist GSA solicitation at/TC 20244.
   The  fleet management requirement comprises the anticipated
  usage for our  national tire program.  The successful bidder
  must have a national  distribution and retail organization
  capable of meeting the quality,  quantity and timeliness and
  geographic requirements of the solicitaion.   No telephonic
  requests for the solicitation package will be honored.  The
   facsimile number is 404-331-2073. the point of contact is
  Patricia Walker  404-331-3059.
CITE: (I-354 SN013947)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 26--Tires and Tubes
OFFADD: General Services Administration, FSS, 4FQP 401 W. Peachtree
  St,  NW Atlanta, GA 30365-2550
SUBJECT: 26--PNEUMATIC HIGHWAY TIRES, NEW PASSSENGER AND LIGHT
  TRUCK
SOL AT/TC 20252
POC Patricia G. Walker, contracting officer TEL:  404-331-3059,
   facsimile 404-331-2073
DESC: The General Services Administration, Federal Supply Service
   contemplates the award of fixed price contract for new passenger
  and light  truck tires.  The tires must be nominated by the
  manufacturer as an  original equipment tire for one or more
  vehicle models produced by Ford, GM  or Chrysler.  No oral
  requests for the solicitation package will be honored.   Facsimile
  numberis 404-331-2073.
CITE: (I-354 SN013972)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 28--MODIFICATION:  PROCUREMENT OF 250-C30R/3 ENGINE
  WITH FADEC FOR INTEGRATION INTO OH-58D, LOGISTIC SUPPORT SERVICES
  AND DATA TO BE AN EXCHANGE OF THE CURRENT FLEET ENGINES
SOL DAAJ09-96-R-0548
POC Sandra J. Garcia, Contract Specialist, (314) 263-0527, or
  Robert F. Erbs, Jr., Contracting Officer, (314) 263-0602
DESC: MODIFICATION: This action was originally publicized in
  the CBD dated 6/13/96 for procurement of the 250-C30R/3 engine
  with a single channel Full Authority Digital Electronic Control
  (FADEC) for integration into the Kiowa Warrior Helicopter (OH-58D)
  along with engineering and logistical support services and
  associated data. This requirement is also to include the exchange
  of the current Kiowa Warrior fleet engines for the upgraded
  engine (250-C30R/3).
CITE: (W-353 SN013384)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 28--MODIFICATION:  PROCUREMENT OF 250-C30R/3 ENGINE
  WITH FADEC FOR INTEGRATION INTO OH-58D, LOGISTIC SUPPORT SERVICES
  AND DATA TO BE AN EXCHANGE OF THE CURRENT FLEET ENGINES
SOL DAAJ09-96-R-0548
POC Sandra J. Garcia, Contract Specialist, (314) 263-0527, or
  Robert F. Erbs, Jr., Contracting Officer, (314) 263-0602
DESC: MODIFICATION: This action was originally publicized in
  the CBD dated 6/13/96 for procurement of the 250-C30R/3 engine
  with a single channel Full Authority Digital Electronic Control
  (FADEC) for integration into the Kiowa Warrior Helicopter (OH-58D)
  along with engineering and logistical support services and
  associated data. This requirement is also to include the exchange
  of the current Kiowa Warrior fleet engines for the upgraded
  engine (250-C30R/3).
CITE: (W-353 SN013385)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--RING ASSEMBLY
SOL F41608-97-R-45092
DUE 020397
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Flores, H. L./lpkah/[210]925-6385
DESC: Item 0001 NSN 2840-01-317-0256PT P/N: 4072235, Approx.
  25 in dia  by 3 in wide Matl: Titanium Alloy To place 1st and
  2nd Stator Vanes onto front Lub and #1 Bearing 24ea. Applicable
  to: F100pw229 Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery:
  28 Nov 97 12 ea 31 Dec 97 12 ea The approximate issue/response
  date will be 06 Jan 97. To: United Technologies Corp/Pratt
  And, West Palm Beach Fl 33410-9600. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. 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) 13,22,26.
CITE: (I-353 SN013393)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81, =  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--SEAL, NO. 2, OIL =
SOL F34601-97-Q-49499
DUE 020697
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Willie Roberts/Lpdpb/[405]739-4346
DESC: Item 0001 NSN 2840-01-146-7481JF P/N: 9340M15P03, P/N 9340M15P04
  =  P/N: 9340M1SP03, DESCRIPTION: AN ASSY MADE OUT OF VARIOUS
  INTERNAL PARTS. FUNCTION: TO HOLD O IL IN THE #2 BEARING F101GE102
  ENGINE, B1-B ACFT CAVITY AND CONTAIN S RETAINING RING,SNAP
  RING, SPRINGS AND CARBON SEGMENTS. DIMENSIONS: APPR OX 6.5
  INCHES BY 5.5 INCHES INSIDE DIAMETER BY 1.5 INCHES HIGH AND
  1.5I NCHES WIDE. MATERIAL: STAINLESS STEEL ALLOY WITH CARBON
  SEGMENTS. OIL SEAL I S USED ON THE F101-102 ENGINE, B1B ACFT
  AMD THE F110-100 ENGINE, F16C/D ACFT . 97EA. Applicable to:
  F101ge102; B1-B. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 29 May 98 32 ea 30 Jun 98 32 ea 31 Jul 98 33 ea The
  approximate issue/response date will be 07 Jan 97. The anticipated
  award date will be 07 Mar 97. Written procedure will be used
  for this solicitation. To: Kaydon Corp, Baltimore Md 21203-0626.
  To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301.
  To: Stein Seal Co, Kulpsville Pa 19443-0316. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. Specifications, plans, or drawings relating to
  the procurement described are incomplete or not available and
  cannot be furnished by the Government. Note: While price will
  be a significant factor in the evaluation of offers, the final
  contract award decision may be based upon a combination of
  price and past performance factors as detailed in the solicitation.
  Note: An Ombudsman has been appointed to hear concerns from
  offerors or potential Offerors during the proposal development
  phase of this acquisition. The purpose of the Ombudsman is
  not to diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. This acquisition
  involves technology that has a military or space application.
  The only US contractors who may participate are those that
  are certified and registered with the Defense Logistics Services
  Center (DLSC) (1=A9800=A9352=A93572) at the time of the request
  and have a legitimate business purpose. US contractors must
  submit with their request for solicitation a copy of their
  current, approved DD Form 2345 if obtained within the last
  60 days. If you do not have a cage code but you have a current
  certified DD Form 2345, you must submit your DD Form 2345 with
  your request. To request this certification, write to the Commander,
  United States/Canada Joint Certification Office, Defense Logistics
  Services Center, ATTN: DLSC=A9SBB, 74 Washington Avenue North,
  Battle Creek MI 49017=A93084 and request a copy of Department
  of Defense Form 2345 or call DLSC at the above number. The
  solicitation/data package will be mailed to the data custodian
  identified in block 3 of the DD Form 2345 in accordance with
  the current solicitation mailing process. The extent of foreign
  participation has not yet been determined. Nothing in this
  notice contradicts other restrictions, identified in the synopsis
  notice or solicitation, regarding eligible sources (e.g., if
  this is a small=A9business set=A9aside, foreign sources may
  not participate as potential prime contractors but could, if
  otherwise eligible, participate as subcontractors). Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 26.
CITE: (I-353 SN013428)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81, =  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--SUPPORT =
SOL F34601-97-R-0033
DUE 020797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Mark Jackson/Lpdpb/[405]739-4439
DESC: Item 0001 NSN 2840-01-221-8304JF P/N: 9526M11G03, Dim:
  ID 21.040 =  inches to 21.050 inches,OD 24.129 inches to 24.139
  inches, width 2.297 inches to 2.305 inches. Matl: Inconel 718.
  5EA. Applicable to: F101, B1b, F110, F16. Destn: Tinker Air
  Force Base Ok 73145-3032. Delivery: 31 Dec 97 5 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 08 Jan 97. The anticipated award
  date will be 07 Apr 97. Written procedure will be used for
  this solicitation. To: Dover Tool Company, Bridgeport Ct 06605-2220.
  To: Electro-Methods Inc, South Windsor Ct 06074-2422. To: Purdy
  Corp The, Manchester Ct 06045-1898. To: Aba Industries Inc,
  Pinellas Park Fl 34666-9000. To: Union Machine Co, Groveland
  Ma 01834-0248. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Note: While price will
  be a significant factor in the evaluation of offers, the final
  contract award decision may be based upon a combination of
  price and past performance factors as detailed in the solicitation.
  Note: An Ombudsman has been appointed to hear concerns from
  offerors or potential Offerors during the proposal development
  phase of this acquisition. The purpose of the Ombudsman is
  not to diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice. See
  Note (s) 1.
CITE: (I-353 SN013431)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81, =  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--CASE AND VANE ASSY-COMPRESSOR =
SOL F34601-97-R-52847
DUE 020797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Jim Stephens/Lpdpa/[405]739-5501
DESC: Item 0001 NSN 2840-00-798-2846RV P/N: 515666, Dim: Outer
  case =  and inner shroud with 38 equally spaced slots for vanes.
  51.840 inches frt dia x 48.650 inches aft dia x 15.785 inches.
  Matl: AMS 4910 titanium. Function: Attaches to fan discharge
  case; provides housing for 1st and 2nd stage front compressor
  fan. 23EA. Applicable to: Tf33 Engine. Destn: Tinker Air Force
  Base Ok 73145-3032. Delivery: 31 May 99 23 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The qualification
  requirements for this item were established prior to 19 Oct
  1984 and the requirements of FAR 9.202(A) do not apply. These
  qualification requirements apply to line item(s) 0001 The approximate
  issue/response date will be 08 Jan 97. To: Electro-Methods
  Inc, South Windsor Ct 06074-2422. To: Delta Industries, East
  Granby Ct 06026-9789. First article test required. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Award will be made only if the offeror, the
  product/service, or the manufacturer meets qualification requirements
  at the time of award in accordance with FAR clause 52.209-1.
  The solicitation identifies the office where additional information
  can be obtained concerning qualification requirements as cited
  in each individual solicitation. It is suggested that small
  business firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Note: Faxed solicitation requests can be
  submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER
  (405)739-5411. See Note (s) 1.
CITE: (I-353 SN013436)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81, =  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--DUCT CCOUT =
SOL F34601-97-R-52969
DUE 020697
POC For copy, Robert W Driver/Lpdpa/[405]739-5497, For additional
  =  information contact Robert W Driver/Lpdpa/[405]739-5497
DESC: Item 0001 NSN 2840-00-243-7740RV P/N: 694794, Duct assy
  of =  combustion chamber outle. Assy consists of 8 flanges
  converging into one circular outlet duct. ID of the duct precisely
  locates and secures the inner turbine nozzle case. The outer
  periphery of the duct incorporates slotted cooling louvers.
  The assy is manufactured of high termerature steel sheet metal.
  Overall dimens are approx 34 OD x 14 ID x 5 thick. Appl to
  TF33 P3/5/7/7A/9/100A/102/102A/103/11A/100 engine. 54EA. Applicable
  to: Tf33 Engines. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 31 Mar 99 54 ea Item 0002 NSN 2840-00-243-7740RV
  Duct Ccout P/N: 694794, Duct assy of combustion chamber outle.
  Assy consists of 8 flanges converging into one circular outlet
  duct. ID of the duct precisely locates and secures the inner
  turbine nozzle case. The outer periphery of the duct incorporates
  slotted cooling louvers. The assy is manufactured of high termerature
  steel sheet metal. Overall dimens are approx 34 OD x 14 ID
  x 5 thick. Appl to TF33 P3/5/7/7A/9/100A/102/102A/103/11A/100
  engine. 77EA. Applicable to: Tf33 Engines. Destn: Tinker Air
  Force Base Ok 73145-3032. Delivery: 31 Mar 99 77 ea Item 0003
  NSN 2840-00-243-7740RV Duct Ccout P/N: 694794, Duct assy of
  combustion chamber outle. Assy consists of 8 flanges converging
  into one circular outlet duct. ID of the duct precisely locates
  and secures the inner turbine nozzle case. The outer periphery
  of the duct incorporates slotted cooling louvers. The assy
  is manufactured of high termerature steel sheet metal. Overall
  dimens are approx 34 OD x 14 ID x 5 thick. Appl to TF33 P3/5/7/7A/9/100A/102/102A/103/11A/100
  engine. 144EA. Applicable to: Tf33 Engines. Destn: Tinker Air
  Force Base Ok 73145-3032. Delivery: 31 Mar 99 144 ea Item 0004
  NSN 2840-00-243-7740RV Duct Ccout P/N: 694794, Duct assy of
  combustion chamber outle. Assy consists of 8 flanges converging
  into one circular outlet duct. ID of the duct precisely locates
  and secures the inner turbine nozzle case. The outer periphery
  of the duct incorporates slotted cooling louvers. The assy
  is manufactured of high termerature steel sheet metal. Overall
  dimens are approx 34 OD x 14 ID x 5 thick. Appl to TF33 P3/5/7/7A/9/100A/102/102A/103/11A/100
  engine. 29EA. Applicable to: Tf33 Engines. Destn: Tinker Air
  Force Base Ok 73145-3032. Delivery: 31 Mar 99 29 ea The approximate
  issue/response date will be 07 Jan 97. To: United Technologies/Pratt
  & Whitney, West Palm Beach Fl 33410-9600. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Note: An Ombudsman
  has been appointed to hear concerns from offerors or potential
  Offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written
  Quotation will be issued. The anticipated award date will be
  60 days after the issuance of this notice. See Note (s) 26.
CITE: (I-353 SN013437)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81, =  Tinker Air Force Base Ok 73145-3032
SUBJECT: 28--LINER,COMPRESSOR =
SOL F34601-97-49510
DUE 020797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact John Mckeel/Lpdpb/[405]739-5495
DESC: Item 0001 NSN 2840-01-147-4566JF P/N: 9992M75G03, Steel
  AMS =  5643, stage 5.0.870 min.in.0.875, max. in lg 10.295
  min. in 10.304 max in. radius. Acft. eng. 101. Function: Item
  is adjacent to the 5th stage compressor blade and provides
  optimum clearance between 5th stage blade and compressor stator.
  NHA: Engine 200EA. Applicable to: F101 Eng. Destn: Tinker Air
  Force Base Ok 73145-3032. Delivery: 31 AUG 98 200 ea Item 0002
  NSN 2840-01-147-4566JF Liner,Compressor P/N: 9992M75G03, Steel
  AMS 5643, stage 5.0.870 min.in.0.875, max. in lg 10.295 min.
  in 10.304 max in. radius. Acft. eng. 101. Function: Item is
  adjacent to the 5th stage compressor blade and provides optimum
  clearance between 5th stage blade and compressor stator. NHA:
  Engine 27EA. Applicable to: F101 Eng. Destn: Tinker Air Force
  Base Ok 73145-3032. Delivery: 31 AUG 98 27 ea Item 0003 NSN
  2840-01-147-4566JF Liner,Compressor P/N: 9992M75G03, Steel
  AMS 5643, stage 5.0.870 min.in.0.875, max. in lg 10.295 min.
  in 10.304 max in. radius. Acft. eng. 101. Function: Item is
  adjacent to the 5th stage compressor blade and provides optimum
  clearance between 5th stage blade and compressor stator. NHA:
  Engine 320EA. Applicable to: F101 Eng. Destn: Tinker Air Force
  Base Ok 73145-3032. Delivery: 31 AUG 98 320 ea Item 0004 NSN
  2840-01-147-4566JF Liner,Compressor P/N: 9992M75G03, Steel
  AMS 5643, stage 5.0.870 min.in.0.875, max. in lg 10.295 min.
  in 10.304 max in. radius. Acft. eng. 101. Function: Item is
  adjacent to the 5th stage compressor blade and provides optimum
  clearance between 5th stage blade and compressor stator. NHA:
  Engine 120EA. Applicable to: F101 Eng. Destn: Tinker Air Force
  Base Ok 73145-3032. Delivery: 31 AUG 98 120 ea FIRST ARTICLE
  FOR CONTRACTOR TESTING MAY BE REQUIRED. PREQUALIFICATION OF
  SOURCES IS REQUIRED. The approximate issue/response date will
  be 08 Jan 97. The anticipated award date will be 07 MAR 97.
  Written procedure will be used for this solicitation. To: Beacon
  Industries Inc, Bloomfield Ct 06002-3594. To: Lpi Corp, Hollywood
  Fl 33021-4441. To: Palmer Mfg Co Inc, Malden Ma 02148-0911.
  To: Electro-Methods Inc, South Windsor Ct 06074-2422. First
  article test required. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Specifications, plans, or drawings relating to the
  procurement described are incomplete or not available and cannot
  be furnished by the Government. Note: While price will be a
  significant factor in the evaluation of offers, the final contract
  award decision may be based upon a combination of price and
  past performance factors as detailed in the solicitation. Note:
  An Ombudsman has been appointed to hear concerns from offerors
  or potential Offerors during the proposal development phase
  of this acquisition. The purpose of the Ombudsman is not to
  diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 1.
CITE: (I-353 SN013444)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--SEAL
SOL F41608-97-R-0105
DUE 020797
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Heckler, N./lpkah/[210]925-6385
DESC: Item 0001 NSN 2840-01-381-6850PT P/N: 4080811, Size: Length
   2.535 min and 2.545 max diameter 7.179 inches X 7.181 inches
  Material: Titanium Function: Prevents air leakage from the
  No. 3 bearing area Requirements contract is being solicited
  with 1 basic year and (2) one year opt BEQ's: Basic year 32
  each; 1st opt year 10 ea; 2nd opt year 8 ea. Delivery: 6 ea
  per month beginning Nov 97 and continue at a rate of 6 per
  month until complete. 32EA. Applicable to: F100/Pw229 Engine.
  Destn: Kelly Afb, Texas 78241-6318. Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The requirements of FAR 9.202(A)
  have been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) 000001
  Government furnished drawings and specifications are not available.
  The approximate issue/response date will be 08 Jan 97. To:
  United Technologies Corp/Pratt And, West Palm Beach Fl 33410-9600.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. 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) 23,26.
CITE: (I-353 SN013459)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 28--SECTOR SHROUD,TURBINE, STG 2
SOL F41608-97-R-50209
DUE 020797
POC For copy, Fax request to LPKBD at 210-925-2398, For additional
   information contact Stefan, C./lpkbd/[210]925-8731
DESC: Item 0001 NSN 2840-00-907-2901RX P/N: 4002T85P01, P/N 4002T85P01
   Size: Approx. 045 thickness inches by 1.6 inches wide --90
  degrees ARC Pred Matl: AMS 5536 Used to seal turbine rotor
  to prevent air leakage. The Government is contem- plating award
  of a Three-Year Requirements Contract with a total BEQ of 2467
  ea. Delivery will be as follows: all within 210 days after
  receipt of order. Government furnished drawings and specifications
  are not available. . Applicable to: J85 Engine Series. Destn:
  Kelly Afb, Texas 78241-6015. Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The requirements of FAR 9.202(A)
  have been completed and copies of the qualification requirements
  and standards may be obtained as described in the solicitation.
  These qualification requirements apply to line item(s) 0001
  The approximate issue/response date will be 08 Jan 97. To:
  Samsung Aerospace Industries, Ltd, Chung-Ku Rep Of Korea. To:
  Kratz-Wilde Machine Co, West Chester Oh 45069-0000. To: General
  Electric Co, Lynn Ma 01910-0445. To: Metro Machine Works Inc,
  Romulus Mi 48174-2717. To: Electro-Methods Inc, South Windsor
  Ct 06074-0054. 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) 1,23,26.
CITE: (I-353 SN013461)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 28--MANIFOLD, EXHAUST
SOL DAAE0797QT187
DUE 021897
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Lisa Zoski (810)
  574-8052
DESC: NSN:  2815003889992, qty:  133, FOB:  destination, opt:
   none  item:  manifold, exh see NOTE:  01.  All responsible
  Sou rces may submit  an offer which will be considered.  The
  offer due date is on or about  021897 (see soliciation for
  actual offer due date).
CITE: (I-353 SN013488)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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, DIESEL ENGINE. (GASKET AND PREFORMED
  PACKING SET,  ENGINE OVERHAUL)
SOL SP0770-97-Q-MJ02
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 Walter Anderson,  614/692-1159.
DESC: PR-NO:  YPC96250000838 NSN 2815-01-406-2734, CAGE 19207
  Part No  57K1319 gasket and performed packing set, engine overhaul,
  as used on  Teledyne continental Diesel engine models LDS-465-2,
  LD-465-1,  LDT-465-1D, and LDS-465-1. Hercules engine Co. P/N
  47-0000084.  115 - SE Del to Lathrop CA 95330 Del by 213 days
  after date of award.  237 -SE  Del to New Cumberland PA 17070-5001
  Del by 213 days after date of award.   121 -SE Del to Tinker
  AFB OK 73145-9013 Del 213 days after date of award.   Solicitation
  not available until 15 days after published in the CBD.   Specifications,
  plans or drawings are not available.  This is an  unrestricted
  acquisition with a 10 % preference for SDB concerns.   Automated
  Best Value Model (ABVM) 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-354 SN013575)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 28--CRANKSHAFT,ENGINE
SOL N0010497RDB93
DUE 020697
POC Contact Point, Richard S Fry, 02112.17, (717)790-2828, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, James A
  Komaromy, 02112, (717)790-2854
DESC: NSN 7H-2815-01-282-4373-M1, SPEC NR TDP VER 001, Qty 1
  AY, Deliver to Receiving Officer Fisk Norfolk Norfolk VA, See
  Notes 9,22
CITE: (I-354 SN013626)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--LINER, TRANSITION
SOL SP0480-97-R-0504
DUE 020597
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:  Donna  Cartwright/PLBL479/804-279-3774. KO:  STE phen
  Mason/279-3724.
DESC: PR-NO:  YPG96312000427, YPG96270000195, YPG96254000203
  NSN  2835-00-302-1028, Alliedsignal Inc (CAGE 99193) P/N 364959-1
  this NSN  must be reviewed to determine the correct AMC/amsc
  and if the available  data is duitable for evaluating an alternate
  offer.  If after reviewing  the data, it is determined to be
  suitable for an alternate offer  evaluation, insert table A0062
  into the synopsis and remove the  engineering "Y" code.  106
  -EA Del to Kelly AFB TX 78241-5312 Del 120  days.  Other than
  full and open comp (sole soruce).  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-354 SN013676)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--ROTOR, COMPRESSOR GAS TURBINE STARTER
SOL SP0480-97-R-0528
DUE 020597
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:  Donna  Cartwright/PLBL479/804-279-3774. KO:  STE phen
  Mason/279-3724.
DESC: PR-NO:  YPG96312000947 NSN 2835-00-548-8097, rotor, compressor
   gas turbine star Alliedsignal Inc Alliedsignal Engines (CAGE
  99193) P/N  366975-1 60 -EA Del to Kelly AFB TX 78241-5312
  Del 120 days.  Other than  full and open comp (sole source).
   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-354 SN013677)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--SEAL ASSEMBLY, SPECIAL
SOL SP0480-97-R-0501
DUE 020597
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:  Donna  Cartwright/PLBL479/804-279-3774. KO:  STE phen
  M. Mason/279-3724.
DESC: PR-NO:  YPG96327000816 NSN 2835-01-167-7334, seal assembly,
   special Alliedsignal Inc Alliedsignal Engines (CAGE 99193)
  P/N 3826106-3  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.  107 - EA Del to Tracy CA
  95376-5000 Del 120 days.  200 -EA Del to Cherry Point  NC 28533-5001
  Del 120 days.  Other than full and open comp (sole source).
    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-354 SN013682)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--MOUNT ASSEMBLY GEAR
SOL SP0480-97-Q-J956
DUE 020597
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    Edwin Clements/PLBL478/804-279-4404 or write DSCR at TN:
   DSCR-JLP Richmond  VA 23297-5876. KO:  Alice Collier/ 279/4556.
DESC: PR-NO:  YPG96331000318 NSN 2840-01-140-3887, Mount assembly
  gear  Northrop Grumman Corp (CAGE 76823) Hawthorne, ca P/N
  74A541130-1007  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.  20 - EA Del to New Cumberland
  PA 17070-5001 Del 120 days.  23 -EA Del to San  Diego CA 92132-5044
  Del 120 days.  Other than full and open comp (sole  source).
   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-354 SN013684)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--TIE ROD, FAN CASING
SOL SPO480-97-Q-J972
DUE 012897
POC Contact:  for copies of RFQ solicitations (available at leas
  T  21 days from announcement, phone or write DGSC Attn: DGSC-JLP,
  Richmond,  VA 23297-5312. contact the buyer.  Crystal Ober,
  BL371, DSCR-JLP,  804-279-3717 contractin G officer:  Martha
  Gay, 804-279-3717
DESC: PR-NO:  NPG96344000572 NSN 2840-00-082-3241, 8 -EA Del
  to New  Cumberland PA 17070-5001 60 ARO 6 -EA Del to Tracy
  CA 95376-5000 60 ARO  General Electric Co., CAGE 99207, P/N
  5023T1602.  Specs, plans or Dwgs  relating to the procurement
  described are not avail and cannot be  furnished by the GOVT.
   All responsible sources may submit offer which DGSC  shall
  consider.
CITE: (I-354 SN013702)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--COWL, OUTER COMBUSTION
SOL SPO480-97-Q-J973
DUE 012897
POC Contact:  for copies of RFQ solicitation (available at least
  21  days from announcement, please contact DSCR-JLP, R ichmond,
  VA  23297-5312.CONTRACT the buyer:  Crystal Obe R, BL371, 804-279-3717.
   contracting officer:  Martha GA Y, 804-279-3717.
DESC: PR-NO:  NPG96344000585 NSN 2840-01-049-2480, 130 -EA Del
  to New  Cumberland PA 17070-5001 60 ARO.  124 -EA Del to Tracy
  CA 95376-5000 60  ARO.  General Electric Co., CAGE 9907, P/N
  4047T87P01.  Specs, plans  or Dwgs relating to the procurment
  described are not available and cannot be  furnished by the
  GOVT.  All responsible sources may submit offer which DGSC
   shall consider.
CITE: (I-354 SN013703)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--NOZZLE, TURBINE, NONAIRCRAFT GAS TURBINE ENGINE
SOL SP0480-97-R-0502
DUE 020597
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:  Donna  Cartwright/PLBL479/804-279-3774. KO:  STE phen
  Mason/279-3724.
DESC: PR-NO:  YPG96278003324 NSN 2835-01-224-4218, nozzle, turbine,
   nonaircraft gas T Alliedsignal Inc (CAGE 99193) P/N 3844289-1
  49 -EA Del  to Kelly AFB TX 78241-5312 Del 120 days.  Other
  than full and open comp  (sole source).  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-354 SN013704)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--DEFLECTOR, OIL
SOL SPO480-97-Q-J974
DUE 012897
POC Contact:  for copies of RFQ solicitations (available at leas
  T  21 days from announcement, phone or write DSCR Attn: DSCR-JLP,
  Richmond VA  23297-5312. contact the buyer:  C rystal ober,
  BL371,  DSCR-JLP804-279-3717. contracting officer:  Martha
  Gay, 804-279-3717.
DESC: PR-NO:  YPG96344000591 NSN 2840-01-131-4533, 79 -EA Del
  to  Jacksonville FL 32212-0097 60 days ARO.  45 -EA Del to
  San Diego CA  92132-5044 60 days ARO.  65 -EA Del to New Cumberland
  PA 17070-5001 60  days ARO.  General Electric Co., CAGE 99207,
  P/N 4054T62P01.  Specs,  plans or Dwgs relating to the procurement
  described are not avail and cannot  be furnished by the GOVT.
   All responsible sources may submit offer which  DGSC shall
  consider.
CITE: (I-354 SN013712)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--DUCT AND SUPPORT, TURBINE
SOL F41608-97-R-45125
DUE 021097
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Hawkins, L./lpkah/[210]925-6385
DESC: Item 0001 NSN 2840-01-387-0025PT P/N: 4080527, P/N 4082975
  Noun:  Turbine Duct Support Size and Dimensions: Approximately
  2" in width by 26" in diameter. Predominant Material: Nickel
  Alloy. Form, Fit and Function: The rear turbine support and
  duct set is located between the high pressure case and the
  turbine exhaust case. The second stage turbine duct support
  acts as a barrier between the high temperature gas path and
  the rear compressor cooling air which passes through holes
  in the second stage turbine duct segment. This is a FRACTURE
  CRITICAL part. To be eligible for award, offerors must be approved
  sources IAW clause I-70. The Government is NOT required to
  delay contract award pending source approval requests. Offerors
  are encouraged to submit SARs ASAP. EA. Applicable to: F100/229
  Engine. Destn: Kelly Afb, Texas 78241-6318. Three Year Requirements
  Contract. BEQs: Basic Year, 26; First Option Year, 59; Second
  Option Year, 69. The approximate issue/response date will be
  10 Jan 97. To: United Technologies Corp/Pratt And, West Palm
  Beach Fl 33410-9600. No telephone requests. Only written or
  faxed requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Buyer's name (point of contact listed
  above) should be included on all solicitation requests. In
  addition, please include a FSCM/cage code for mailing purposes.
CITE: (I-354 SN013856)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 29--NOZZLE,FUEL
SOL FD2050-97-Q-34518
DUE 020397
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Thomas, S./ldkj/[210]925-8845
DESC: Item 0001 NSN 2910-01-113-6438YP P/N: 3830061-2, P/N 3830061-2
   37791-2 P/N: 37791-2, Size: Approx 2.5 inches diameter X 1.5
  inches deep. Predominate material: CRES (Steel) Function: Sprays
  fuel into the combustion chamber where it's ignited. 137EA.
  Applicable to: Gtcp 36-50, A10 Acft. Destn: Kelly Afb, Texas
  78241-6449. Delivery: 30 May 97 27 ea 28 Nov 97 110 ea Drawings
  and data not available The approximate issue/response date
  will be 18 Dec 96. The anticipated award date will be 03 Feb
  97. Written procedure will be used for this solicitation. To:
  Allied Signal Inc, Phoenix Az 85072-2181. To: Delavan Inc,
  West Des Moines Ia 50265-0100. To: Aviation Electric Ltd, St
  Laurent Canada H4L 4X8. 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) 12, 26.
CITE: (I-353 SN013399)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 29--FUEL PUMP
SOL F41608-96-R-59045
DUE 012097
POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional
   information contact Torres, F. R./lck2586/[210]925-6837
DESC: Item 0001 NSN 2915-01-386-0190 P/N: 5010224, Size/Dimensions:
   Length 12 inches Predominant Matl: Steel Form, Fit, and Function:
  Provides pressurized fuel to the Fuel Control. 2EA. Applicable
  to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 31 Oct 97
  2 ea Government drawings and/or specifications are NOT available.
  The approximate issue/response date will be 30 Dec 96. The
  anticipated award date will be 28 Feb 97. Written procedure
  will be used for this solicitation. To: Sundstrand Corporation,
  Rockford Il 61108 7002. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22,26.
CITE: (I-353 SN013412)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 29--FUEL PUMP
SOL F41608-96-R-59049
DUE 012097
POC For copy, Torres, F. R./lck2586/[210]925-6837, For additional
   information contact Torres, F. R./lck2586/[210]925-6837
DESC: Item 0001 NSN 2915-01-386-0190 P/N: 5010224, Size/Dimensions:
   Length 12 inches Predominant Matl: Steel Form, Fit, and Function:
  Provides pressurized fuel to the Fuel Control. 8EA. Applicable
  to: C-17a Acft. Destn: FB2065, ACCT 09. Delivery: 31 Oct 97
  8 ea Government drawings and/or specifications are NOT available.
  The approximate issue/response date will be 30 Dec 96. To:
  Sundstrand Corporation, Rockford Il 61108 7002. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies (or Services) required are available from only one
  or a limited number of responsible source(s) and no other type
  of supplies or services will satisfy agency requirements. See
  Note (s) 22, 26.
CITE: (I-353 SN013413)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 29--FUEL CONTROL
SOL F41608-97-R-40020
DUE 012397
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Medina, C./ldkj/[210]925-8881
DESC: Item 0001 NSN 2910-01-135-5681 P/N: 160034-400, Size: 7.7"
  x  5.75" x 5.75 Pred Matl: Aluminum Function: Provides automatic
  control of acceleration and operating speed of the Jet Fuel
  Starter_applicable to F16. 20ea. Applicable to: F16 Acft. Destn:
  Foreign Military Sales. Delivery: 31 Dec 97 20 ea Drawings
  and specifications are not available. The approximate issue/response
  date will be 20 Dec 96. To: Sundstrand Corporation, Rockford
  Il 61108 7002. To: Sundstrand Corp, San Diego Ca 92138-5757.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) #26,.
CITE: (I-353 SN013417)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air =  Force Base Ok 73145-3015
SUBJECT: 29--NUT SPECIAL =
SOL F34601-97-Q-52962
DUE 020697
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Gregory Harris/Lpdpa/[405]739-5482
DESC: Item 0001 NSN 2915-00-497-3291PQ P/N: 664829, P/N 664829
  Dim: Id =  7/8 in x 1 1/4 in x 1 1/4 in long. Func: To support
  assy and direct air for proper burning of fuel. Matl: Steel.
  940EA. Applicable to: Tf30-P3-7-9; F111. Destn: Tinker Air
  Force Base Ok 73145-3015. Delivery: 29 AUG 97 940 ea The approximate
  issue/response date will be 07 Jan 97. The anticipated award
  date will be 07 MAR 97. Written procedure will be used for
  this solicitation. To: Cmp Manufacturing Inc, Edgewood Ny 11717-8243.
  To: White Engineering Surfaces Corp, Newtown Pa 18940-0880.
  To: Moeller Mfg Co Inc, Wixom Mi 48393 2827. To: Textron Inc,
  Zeeland Mi 49464-1320. First article test required. No telephone
  requests. Only written or faxed requests received directly
  from the requestor are acceptable. All responsible sources
  solicited may submit a bid, proposal, or quotation which shall
  be considered. Award will be made only if the offeror, the
  product/service, or the manufacturer meets qualification requirements
  at the time of award in accordance with FAR clause 52.209-1.
  The solicitation identifies the office where additional information
  can be obtained concerning qualification requirements as cited
  in each individual solicitation. It is suggested that small
  business firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Note: While price will be a significant
  factor in the evaluation of offers, the final contract award
  decision may be based upon a combination of price and past
  performance factors as detailed in the solicitation. Note:
  An Ombudsman has been appointed to hear concerns from offerors
  or potential Offerors during the proposal development phase
  of this acquisition. The purpose of the Ombudsman is not to
  diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 1, 26.
CITE: (I-353 SN013429)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 29--PUMP, FUEL, METERING
SOL DAAE0797RT205
DUE 021897
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Linda Wiedenmeyer
  (810) 574-8078
DESC: NSN:  2910010730124, qty:  100, FOB:  destination, opt:
   100%  item:  pump, fuel, M see NOTE:  22.  The offer due date
  is on or about  021897 (see soliciation for actual offer due
  date).
CITE: (I-353 SN013489)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--FILTER ELEMENT, INTAKE AIR CLEANER.  ON THE M88A1
  RECOVERY  VEHICLE.
SOL SP0750-97-Q-0459
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, Dee Schneider,  (614)692-3483.
DESC: PR-NO:  YPC96323001131 NSN 2940-00-611-6256, CAGE 19207
  Part No  11671553 CAGE 79160 Part No VF1808 filter element,
  intake air cleaner.  used on M88A1 recovery vehicle.  Per army
  (19207) source control drawing  11671553 which specifies vortox
  (79160) Part No.  VF 180 D or Donaldson  (18265) Part No. P13-3549.
   364 -EA Del to New Cumberland PA 17070-5001  Del by 175 days
  after date of award.  484 -EA Del to Lathrop CA 95330  Del
  by 175 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: 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; buyers 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.  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-354 SN013570)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 29--LEVER ASSEMBLY
SOL N0038397QA074
DUE 012897
POC Contact Point, Tyrone   White, 0223.12, (215)697-2118, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Kent  
  Hall, 0223.03, (215)697-6548
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-2915-01-130-2708-TN, Ref Nr 2663812, Qty 740 EA, Delivery
  FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE
  NOT AVAILABLE FROM NAVICP.---, See Note 22
CITE: (I-354 SN013620)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--LEVER AND BRACKET A HAMILTON STANDARD DIV 73030
SOL SP0480-97-R-0163
DUE 011697
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JLP  Richmond VA 23297-5876 AC (804)279-4077, FAX
  804-279-3123, buyer:  Gwen  Pearson; contracting off icer:
   Stephen M. Mason
DESC: PR-NO:  YPG96233000456 NSN 2915-01-124-9368, P/N 707009-2,
  lever  and bracket as Hamilton Standard Div 73030 specifications,
  plans or  drawings relating to the procurement described are
  not available and  cannot be furnished by the government. 
  56 -EA Del to New Cumberland PA  17070-5001 Del 200 days ARO.
   54 -EA Del to Tracy CA 95376-5000 Del 200  days ARO.  100%
  option applies to all lines unrestricted. NOTE 22, only  one
  source. letter Sol.  IAW basic ordering agreement. NOTE 12.
  trade  agreemt.  All responsible sourcesmay submit offer which
  DSCR shall  consider.  Submit complete TDP.  This is being
  revised to update the  closing date to 16 Jan 1997.
CITE: (I-354 SN013674)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--BELLOWS HOUSING & INSULATION ASSY.  UNITED TECHNOLOGIES
  CORP  HAMILTON STD DIV
SOL SP0480-97-R-0204
DUE 011697
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  dgsc-jlpb  Richmond VA 23297-5876 AC (804)279-4077, FAX
  804-279-3123, buyer:  Gwen  Pearson. contracting of ficer:
   Stephen M. Mason/804-279-3724.
DESC: PR-NO:  YPG96278003337 NSN 2915-00-728-0040, P/N 589526-1
  CAGE  73030, United techologies, Hamilton STD Div specifications,
  plans or  drawings relating to the procur ement described are
  not available and  cannot be furnished by the government. 
  110 -EA Del to New Cumberland PA  17070-5001 Del by 130 days
  ARO FOB origin.  110 -EA Del to Tracy CA  95376-5000 Del by
  130 days ARO FOB origin.  100% option applies for each  line.
   Unrestricted. NOTE 22 only one source. letter Sol.  IAW basic
   ordering agreement. NOTE 12 trade agreement all responsible
  sources may  submit offer which DSCR shal L consider.  Submit
  complete Tech data  package this is a revised synopsis to update
  closing date to 1/16/97.
CITE: (I-354 SN013675)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--CONTROL ASSEMBLY, ENGINE THROTTLE
SOL SP0480-97-R-0503
DUE 020597
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:  Donna  Cartwright/PLBL479/804-279-3774. KO:  STE phen
  Mason/279-3724.
DESC: PR-NO:  YPG96305000929 NSN 2995-01-060-4030, control assembly,
   engine throttle triump controls Inc (CAGE 78710) P/N 7-43057-41
  vendor  substantiation reqdused on the control assypush pull
  cable engine throttle  on a-10 Acft.  40 -EA Del to Richmond
  VA 23297-5900 Del 120 days.   Other than full and open comp
  (sole source).  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-354 SN013707)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 30--CONNECTING LINK, RIGID
SOL F41608-97-R-0093
DUE 020397
POC For copy, FAX TO LCK AT (210)925-9020, For additional  information
  contact Wynne, P./lck2636/[210]925-6837
DESC: Item 0001 NSN 3040-01-358-5174LD P/N: AMBK07-1001, CONNECTING
   LINK, RIGID SOLID SIZE/DIMENSIONS: Overlength 16 Inches FORM,
  FIT AND FUNCTION: A component to the Core Nozzle Thrust Reverser
  and an adjustable Connecting Link. PREDOMINANT MATERIAL OF
  MANUFACTURE: Solid 419EA. Applicable to: C-17a Acft. Destn:
  Kelly Afb, Texas 78241-6425. Delivery: 31 Jul 98 419 ea The
  approximate issue/response date will be 03 Jan 97. To: New
  Hampshire Ball Bearings Inc, Laconia Nh 03246-2993. 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) 22,26.
CITE: (I-353 SN013391)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 30--PAWL
SOL F41608-97-Q-74141
DUE 021097
POC For copy, FAX TO LCK AT (210)925-9020, For additional  information
  contact Wynne, P./lck2636/[210]925-6837
DESC: Item 0001 NSN 3040-01-365-3947LD P/N: 17P2G3514-1,  Size/Dimensions:
  Approximately 1 inch Round Form, Fit, Function: Tighten/Loosen
  Arm Adjusting Cable Tension. Predominant Material of Manufacture:
  Stainless Steel. 59EA. Applicable to: C-17 T.O 16r1-2-31-2.
  Destn: Kelly Afb, Texas 78241-6425. Delivery: 29 Aug 97 59
  ea The approximate issue/response date will be 09 Jan 97. The
  anticipated award date will be 05 Sep 97. Written procedure
  will be used for this solicitation. To: Mcdonnell Douglas Corp,
  Long Beach Ca 90807-4418. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. See
  Note (s) 22,26.
CITE: (I-353 SN013457)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--PAWL
SOL SP0770-97-Q-MH17
DUE 021097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Sharla Miller (614) 692-4029
DESC: PR-NO:  YPC96310002883 NSN 3040-01-131-6235, CAGE 98391
  Part No  1211176-207 pawl. Arkwin Industries P/N 1211176-207.
   14 -EA Del to New  Cumberland PA 17070-5001 Del by 31 Jan
  97.  67 -EA Del to McClellan AFB  CA 95652-1621 Del by 31 Jan
  97.  Solicitation not available until 15 days  after published
  in the CBD.  Specifications, plans or drawings are not  available.
   This is an unrestricted acquisition with a 10% preference
  for  SDB concerns.  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: 
   Arkwin Industries Inc.  Automated Best Value Model (ABVM)
  applies.   While price may be a significant factor in the evaluation
  of offers, the final  award decision will be based upon a combination
  of price and past  performance, as described in the solicitation.
   All responsible sources  may submit offer which DCSC shall
  consider.
CITE: (I-354 SN013566)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEAR CLUSTER, SPUR. STEEL, FIRST GEAR-65 TEETH,
  SECOND  GEAR-17 TEETH.
SOL SPO740-97-Q-0614
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)Marcella Moore, 614692-1295
DESC: PR-NO:  YPC96270001436 NSN 3020-01-128-3029, CAGE 00198
  Part No  3030610 gear, cluster, Spur steel, first gear-65 teeth,
  second gear-17  teeth. no technical data available at DCSC
  for this solicitation. Pratt  and Whitney aircraft of Canada
  LTD P/N 3030610 ".  11 -EA Del to Cherry  Point NC 28533-5001
  Del by 90 days after date of award.  Solicitation not  available
  until 15 days after published in the CBD. specifications, plans
   or drawings are not available.  This is an unristricted acquisition
  with a  10% preference for SDB concerns.  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 expected award date is 05 Mar 97. 
  All  responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-354 SN013645)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798, AMSAT-A-PLBA
SUBJECT: 30--HOUSING, MECHANICAL, NSN: 3040-01-371-4276, P/N:
  70351-38110-045, QTY: 6 EACH
SOL DAAJ09-97-Q-0429
DUE 012797
POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX
  314-263- 9012, or Daniel J. Fuller, 314-263-2555.
DESC: NSN 3040-01-371-4276, P/N: 70351-38110-045, 6 each, applicable
  to the UH-60 Aircraft. F.O.B. Origin with deliveries to Texarkana,
  TX. This part requires engineering source approval by the design
  control activity in order to maintain the quality of the part.
  Firms that recognize and can produce the required item described
  above are encouraged to identify themselves to the Contracting
  Officer and provide supporting evidence to the Contracting
  Officer which will permit their participation in the current
  or future solicitation. The approved source for this requirement
  is Sikorsky Aircraft. All responsible sources may submit an
  offer which will be considered. This requirement is currently
  unfunded. Award will be withheld pending receipt of sufficient
  funds. Authority and Justification is FAR 6.302-1. Intended
  source is listed above. See numbered note(s):22
CITE: (I-354 SN013785)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: 4300 Goodfellow Blvd., St. Louis, MO 63120-1798
SUBJECT: 30--CONNECTING LINK, RIG, NSN: 3040-01-087-1606, P/N:
  70400-02264-063, MIN: 295/MAX: 1095
SOL DAAJ09-97-R-0201
DUE 013097
POC Shirley A. Clines, Contract Specialist, 314-263-0649, FAX
  314-263- 9012, or Daniel J. Fuller, Contracting Officer, 314-263-2555.
DESC: NSN: 3040-01-087-1606, P/N: 70400-08104-048, Minimum Quantity
  295/Maximum Quantity 1095, applicable to the UH-60 aircraft.
  F.O.B. Destination with deliveries to New Cumberland, PA; Texarkana,
  TX; and Stockton, CA. This part requires engineering source
  approval by the design control activity in order to maintain
  the quality of the part. Firms that recognize and can produce
  the required item(s) described above are encouraged to identify
  themselves to the Contracting Officer and provide supporting
  evidence to the Contracting Officer which will permit their
  participation in the current or future solicitation. This is
  a 100% Small Business Set-Aside. Approved sources are TEK Precision
  and W & G Machine. All responsible sources may submit an offer
  which will be considered. This requirement is currently unfunded.
  Award will be withheld pending receipt of sufficient funds.
  Authority and Justification is FAR 6.302-1. Intended sources
  are listed above. See Numbered Note(s) 1, 22 and 26.
CITE: (I-354 SN013786)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air =  Force Base Ok 73145-3015
SUBJECT: 31--BEARING 2 1/2 =
SOL F34601-97-Q-52981
DUE 020697
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Diane Kalousdian/Lpdpa/[405]739-5391
DESC: Item 0001 NSN 3110-00-246-9784RV P/N: 489705, P/N 489699
  BEARING =  2 1/2 - COMPRESSOR INTERMEDIATE. BEARING ROLLER
  110 MM ID X 150 MM OD X 20 MM. SOLID INNER CASEENGINEERING
  CRITICAL. APPL TF33-3, 5, 7, 9, 100A, AND J57 ENGINES. CONTAINS
  PRECIOUS METAL. 13EA. Destn: Tinker Air Force Base Ok 73145-3015.
  Delivery: 27 MAR 98 13 ea The approximate issue/response date
  will be 07 Jan 97. The anticipated award date will be 07 MAR
  97. Written procedure will be used for this solicitation. To:
  Split Ballbearing, Lebanon Nh 03766-7301. To: S K F Industries
  Inc, King Of Prussia Pa 19406-1312. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Award
  will be made only if the offeror, the product/service, or the
  manufacturer meets qualification requirements at the time of
  award in accordance with FAR clause 52.209-1. The solicitation
  identifies the office where additional information can be obtained
  concerning qualification requirements as cited in each individual
  solicitation. It is suggested that small business firms or
  others interested in subcontracting opportunities in connection
  with the described procurement make contact with the firm(s)
  listed. Note: While price will be a significant factor in the
  evaluation of offers, the final contract award decision may
  be based upon a combination of price and past performance factors
  as detailed in the solicitation. Note: An Ombudsman has been
  appointed to hear concerns from offerors or potential Offerors
  during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note (s) 1,26.
CITE: (I-353 SN013430)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--CAM FOLL0WER, NEEDLE BEARING SOURCE CONTROL DATA
SOL SP0500-97-R-0043
DUE 020797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Joseph McHenry Jr/HAA20/X0215 buy er:
   Bob  Hutkowski/HAA20/X0215
DESC: PR no:  IDT96341005100 NSN 3110-00-925-8600, Boeing C0
  source  control document P/N BACB10B315 1 -EA Del to (Call
  contracting office)  Del by 31 Dec 97.  See NOTES 9, 22, RFP
  due date 97 Feb 07 specs:   primary quantity:  estimated yearly
  quantity:  1 YEAR1350 EA delivery  schedule:  185 days offers
  will be evaluated with a 10% preference for  small disadvantaged
  business concerns this contract actionis for supplies  for
  which the government does not possess complete, unrestrictive
   technical data; therefore the government intends to solicit
  and contract  with only approved sources under the authority
  of 10 U.S.C 2304 (C) (1)  approved sources are:  Torrington
  Co (60380); McGill Mfg Co (39317) ``  this solicitation contains
  an a one year base with 2, one year options  specs/Dwgs are
  not required to obtain a copy of this solicitation please 
  FAX request to (215) 697-6333, X1462, X2978.
CITE: (I-354 SN013545)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 34--SOLDERING-DESOLDERING STATION WELLER A DIV OF COOPER
   INDUSTRIES, CAGE 97049
SOL SP0490-97-Q-V209
DUE 020797
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 Jean Reese/CK 950/(804)279-4053/fax
  # (804279-5643/KO- Magnora  Jacks on/(804)279-5924
DESC: PR-NO:  YPG96334000209 NSN 3439-00-556-5525, soldering-desoldering
   station, Weller a Div of Cooper Industries, CAGE 97049 P/N
  ds-100,  consisting of the following-ds101 soldering iron,
  DS102 desoldering iron,  DS103 collector tubes, DS104 clean-out
  tubes, DS105 sponge Holder,  DS106 sponges, DS107 tool Holder,
  DS108 retainer springs, DS109 power  unit with foot switch.
   Origin inspection macdonald and Co., CAGE 13102,  P/N DS556-5525
  pace Inc., CAGE 17794, P/N sx-214x.  QPL - FAR  52.209-1 OR
  52.209-2 (NOTE 23).  Delivery schedule is 30 days ARO.   Total
  small business (SB) set-aside (NOTE 1).  This solicitation
  will  issue on or about 08 Jan 97.  Solicitation will close
  07 Feb 97.  This  solicitation will be in written.  All responsible
  sources may submit offer  which DGSC shall consider.
CITE: (I-354 SN013541)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 34--TORCH SET, CUTTING AND WELDING ORIGIN INSPECTION
  REQUIRED.
SOL SP0490-97-Q-V206
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact Jean Reese/CK 950/(804)279-4053/FAX#
  (804)279-5643/KO- Magnora  Jacks on/(804)279-5924
DESC: PR-NO:  YPG96325000802 NSN 3433-00-294-6743, torch set,
  cutting  and welding, origin inspection required.  Tech data
  availability:  this  NSN is procured as fully competitive in
  accordance with a military/federal  specification/ standard.
   See section L, clause 52.211-2 for ordering  such data.  I/A/W
  sepc NR MIL spec MIL-T-1388OH basic DTD 11/07/85 Amend  NR
  DTD type number type 1 specification (NOTE 9 ), QPL - FAR 52.209-1
  OR  52.209-2 (NOTE 23), delivery schedule 30 days ARO.  Total
  small business  (SB) set-aside (NOTE 1) solicitation will be
  made in writing.  The  solicitation will be issued on or about
  04 Jan 97.  Closing date is 03 Feb  97.  All responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-354 SN013680)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 34--HOPPER GRINDER
SOL 1PI-R-0672-97
DUE 020697
POC Contract Specialist, CAVANAUGH, TATEA, 202-508-3952, 202-347-9416
  fax #
DESC: UNICOR anticipates entering into a firm fixed definite
  delivery definite quantity type contract FOB Destination FCC
  Coleman, Fl for a Hopper Grinder. Line item 0001 - Hopper Grinder,
  Qty: One (1), Unit of Issue: Each. This is a brand name or
  equal reuirement. The brand name is Scan Hugger. Additional
  specifications will be provided in solicitation document. Period
  of performance is date of award through Seventy five (75) days
  after receiot of contract. Delivery Period is Seventy five
  (75) days after rceipt of contract. Request for solicitation
  may be faxed to 202-347-9416, Attn: Tatea R. Cavanaugh. No
  telephone request will be honored. All responsible sources
  may submit an offer whoich will be considered.
CITE: (I-354 SN013811)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 35--Service and Trade Equipment
OFFADD: GSA FSS TACC TAD II (6FESP-B1) 1500 E. Bannister Road
  Kansas City,  Mo 64131
SUBJECT: 35--3510 & 7320 WASHING MACHINES, DRYING TUMBLERS &
  DISHWASHERS  HOUSEHOLD/COMMERCIAL TYPE
SOL 6FES-B1-96B102-S
DUE 010997
POC Andrea M. Harrison 816-823-1281
DESC: Solicitation 6FES-B1-96B102-S is amended to correct the
  contract  period to read May 1, 1997 thru April 30, 1999 with
  three, 1 year  option periods.  No other changes.
CITE: (I-354 SN013943)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 35--Service and Trade Equipment
OFFADD: Fleet and Industrial Supply Center, Norfolk Washington
  Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington
  Navy Yard, Washington, DC 203
SUBJECT: 35--MAINTENANCE
SOL n0000000000000
DUE 121996
POC fred
DESC:  testing error in system
CITE: (W-354 SN013977)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: 168 LS/LGC, 3127 Wabash Avenue, Ste 101, Eielson AFB,
  Alaska 99702-1794
SUBJECT: 36--SCISSOR LIFT
SOL DAHA51-97-Q-2034
DUE 011096
POC Connie Lamprecht, Contracting Officer, (907) 377-2917
DESC: One (1) scissor lift.  Must have at least a 39 foot platform
  height with a 750 pound capacity; 4 foot roll out extension
  and a descend alarm.  The front wheels shall have hydraulic
  motors.  Lift shall be self-propelled; have an inside turning
  radius of no more than 5 feet and be cabable of speeds up to
  2.3 mph.  This lift shall also be equipped with a battery charger
  and at least a 24 volt battery pack.  Requests for quotation
  (RFQ) will be issued on or about 3 Jan 97 and receipt of quotation
  is required by 10 Jan 97.  No telephone requests will be accepted
  - only written, telefaxed, or electronic mail requests received
  directly from the requester are acceptable.  Facsimile number
  is (907) 377-2919 and e-mail address is clamprecht@akeil.ang.af.mil.
   The Government reserves the right to cancel this solicitation,
  either before or after the closing date, with no obligation
  to the offeror by the Government.   
EMAILADD: clamprecht@akeil.ang.af.mil
EMAILDESC: 
  e-mail.
CITE: (W-354 SN013794)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: General Services Administration, FSS, AUTOM0TIVE center
  -  fcap-s Washington, DC 20406
SUBJECT: 38--PART I, SECTION A:  CONSTRUCTION AND HIGHWAY MAINTENANCE
   EQUIPMENT
SOL FCAP-S5-950038-2-N
DUE 122796
POC Jacqulin M. Draughn (703) 305-5918, Brenda Sajous (703) 308-4665
   or christy morrison (703) 305-5840
DESC: The General Services Administration, Automotive Center
  will be  issuing a second open Season for FSC group 38, part
  I, section a,  construction and highwaymaintenance equipment.
   The solicitation will  issue on or about January 6, 1997 and
  close on or about February 20, 1997.   This is the second open
  Season solicitation and is amended to incorporate  new clauses
  delete clauses no longer applicable, and to revise clauses
  to  convert this shcedule to a worldwide federal supply schedule
  to provide  for delivery to overseas customers.  Overseascoverage,
  by the contractor  is optional.  Contractor's may offer domestic
  and overseas converage,  domestic coverage only, or overseas
  coverage only.  The special item  number that was offered under
  the international federal supply schedule  was B38 - Road maintenance,
  clearing, and cleaning equipment is now  incorporated into
  one of the special item numbers under FSC 38 part I,  section
  a.  This is a three year (3) contract period (June 1, 1997
  or date  of award - whichever is later - through September
  30, 2000).  All  interested parties who wish to obtain a copy
  must send a request on  company letter head to the above address
  or by fascimile (703) 305-3034 by  COB 4:30 PM on December
  27, 1996.  Allprevious responses to the  pre-invitation notice
  need not re-submit.  Current contractors will  automatically
  be sent a copy of the solicitation.  This is a  non-mandatory
  indefinite quantity indefinite delivery contract.
CITE: (I-354 SN013938)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfeloow
  Blvd, St Louis, MO 63120-1798
SUBJECT: 41--IMPELLER, FAN, AXIAL
SOL DAAJ09-97-Q-0508
DUE 022897
POC L. Anderson-Samuel, Procurement Technician, 314-263-0789,
  Evelyn Harris-Kelley, 314-263-0792, fax 314-263-9012.
DESC: NSN: 4140-01-165-9469, P/N: 571442-1, Quantity: 113 each
  applicable to the AH-64 Aircraft. FOB origin with delivery
  of 68 each to New Cumberland by 98 May and 45 each to Stockton,
  CA by 98 May. This procurement requires prequalification. Contractors
  who desire to be prequalified must submit qualification documentation.
  This proposed contract action is for supplies for which the
  Government does not own specifications or drawings, however,
  it is restricted to the following approved source: Allied Signal
  Inc, Aerospace Equipment Systems, Torrance Site, 2525 W. 190th
  Street, P O Box 2960, Torrance, CA 90509. The Authority and
  Justification is 10 U.S.C. 2304(c)(1). The proposed contract
  action is for supplies which cannot be procured through full
  and open competition because the authority cited state only
  on responsible source or only a limited number of responsible
  and no other supplies will satisfy agency requirements. FAR
  6.302-1. Firms that recognize and can produce the required
  item described above are encouraged to identify themselves
  to the contracting officer, and provide supporting evidence
  which will permit their participation in the current or future
  solicitations. All responsible sources are encouraged to submit
  a proposal which shall be considered by the Agency. See Numbered
  Note(s): 22.
CITE: (I-354 SN013917)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 42--TRANSPORT OF LUBE OIL & JP5
SOL N00406-97-R-5043
DUE 020797
POC J. Gregg
DESC: Transport of lube oil and jp5. Furnish all labor, equipment,
  fittings, hoses and vehicles/tankers necessary for transporting
  and handling of government owned lubricating oil and jp5 to
  various naval activities on the island of guam. types of fuel
  lube oil grade 2190, 2190(tep) grade 9250 (L06); turbine fuel
  aviation (jp5). quantities vary from 7,500 to 500,000 gallons.
  period of performance date of award thru one year there-after
  all responsible sources may submit (offer/bid/quotation) which
  shall be considered by fleet & industrial supply center puget
  sound. telephone requests will not be honored Fax requests
  will be honored at (360) 476-2931.
CITE: (I-354 SN013906)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 43--PUMP, ROTARY
SOL F41608-97-R-40000
DUE 012397
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Thomas, S./ldkj/[210]925-8845
DESC: Item 0001 NSN 4320-01-371-7734YP P/N: 5005022A, PUMP, ROTARY,
  3  1/2" x 1 1/2" Item provides lubrication flow for the ADG
  geartrain during engine start and inflight operations 85EA.
  Applicable to: F-16 Adg. Destn: Kelly Afb, Texas 78241-6449.
  Delivery: 31 Aug 98 85 ea Drawings and data are not available
  for this purchase. The approximate issue/response date will
  be 23 Dec 96. To: Sundstrand Corporation, Rockford Il 61108
  7002. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 12, 26.
CITE: (I-353 SN013416)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--REPAIR KIT, CONDENSER.
SOL SP0770-97-Q-MH39
DUE 020297
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Jana Engels / 614-6 92-1582
DESC: PR-NO:  YPC96232001517 NSN 4420-00-006-1963, CAGE 43689
  Part No  6250-69 CAGE 66042 Part No 4420-73250 repair kit,
  condenser.  Per Wilson  Thomas Inc. P/N 4420-73250 3 -EA Del
  to Suffolk VA 23435-0000 Del by 03  Apr 97 OR 60 days after
  award.  Solicitation not available until 15 days  after published
  in the CBD.  Specifications, plans or drawings are not  available.
   Automated Best Value Model (ABVM) applies.  While price may
  be  a significant factor in the evaluation of offers, the final
  award decision  will be based upon a combination of price and
  past performane, as  described in the solicitation.  All responsible
  sources may submit offer which  DCSC shall consider.
CITE: (I-354 SN013574)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--CORE ASSEMBLY, FLUID COOLER
SOL SP0770-97-Q-MG80
DUE 012397
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)  Anna Huggins (614)6 92-7360
DESC: PR-NO:  YPC96290000805 NSN 4420-17-108-6415, CAGE H0006
  Part No  B13-2Z-01-002 CAGE 68225 Part No 550841002 fluid cooler
  core assembly:   bloksma BV P/N B13-2Z-01-002 8 -EA Del to
  see Preface to Navy address Co  Del by 90 days after date of
  award.  See NOTE 22.  Solicitation not  available until 15
  days after published in the CBD.  Specifications, plans  or
  drawings are not available.  This acquisition is for supplies
  for which  the government does not possess complete, unrestrictive
  technical data;  therefore, the government intends to solicit
  and contract with only  approved sources under the authority
  of 10 U.S.C. 2304 (C)(1).  Approved  sources are:  senner Karl
  Inc & bloksma radiateurenfabriek BV.   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-354 SN013576)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 47--TEE FLANGE
SOL F41608-97-Q-74173
DUE 021097
POC For copy, FAX TO LCK AT (210)925-9020, For additional  information
  contact Wynne, P./lck2636/[210]925-6837
DESC: Item 0001 NSN 4730-01-358-1331YP P/N: 3884525-1,  Size/Dimensions:
  Aprroximately 3 inches in diameter by 3 feet in length. 5EA.
  Applicable to: Gtcp 331 Engine. Destn: Kelly Afb, Texas 78241-6425.
  Delivery: 28 Feb 97 5 ea The approximate issue/response date
  will be 09 Jan 97. The anticipated award date will be 14 Feb
  97. Written procedure will be used for this solicitation. To:
  Allied Signal Inc, Phoenix Az 85072-2181. 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) 22,26.
CITE: (I-353 SN013458)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-MG86
DUE 012397
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)  Anna Huggins (614)6 92-3198
DESC: PR-NO:  YPC96304001136 NSN 4720-01-298-0732, CAGE 62913
  Part No  163020EX0600 CAGE 65154 Part No 50-0049 hose assembly,
  nonmetallic.  Garsite/TSR Inc.  P/N 50-0049; durodyne Inc.
  P/N 163020EX0600.  41 - AY Del to Mechanicsburg PA 17055-0789
  Del by 60 days after date of award.   14 -AY Del to Tracy CA
  95376-5000 Del by 60 days after date of award.   See NOTES
  1, 13.  Small business size standard is 500 employees.   Solicitation
  not available until 15 days after published in the CBD.   Specifications,
  plans or drawings are not available.  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:  garsite/ tsr and durodyne Inc.  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-354 SN013578)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: General Services Administration General Products Center,
  Stock  Contracting Division (7FXIS-G6) 819 Taylor Street, RM
  6A24 Fort Worth,  TX 76102-6114
SUBJECT: 47--NOZZLE, FIRE, MOP-UP
SOL RFQ S-W-DP454-1
DUE 012997
POC Gay Kirkpatrick, contracting officer, 817-978-3672
DESC: Solicitation scheduled to issue on or about 01-15-97. 
  1 NSN.  NOTE:   this will be procured using simplified acquisition
  procedures and will be  distributed via standard form 18-REQUEST
  for quotation.  Responses to  this RFQ should be written. 
  This procurement is for nozzle, fire hose,  mop-up.  Shall
  be manufactured in accordance with Forest service  specification
  5100-243B dated May 1982 and amendment 1 dated November 1982.
    The nozzle shall be brass.  First article samples are required.
    Quantity 4100, unit of issue EA, destination Stockton, CA
  95203,  simplified acquisition procedures.  All responsible
  sources may submit a  quotation which, if timely received,
  shall be considered.  NOTE:  the  government will be distributing
  this requirement using the standard form  18REQUEST for quotation
  using simplified acquisition procedures.
CITE: (I-354 SN013921)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 48--VALVE,BUTTERFLY
SOL N0010497QCB02
DUE 020697
POC Contact Point, Linda F Hoover, 02111.3, (717)790-7770, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, Linda H
  Thomas, 02111.6, (717)790-6473
DESC: NSN 7H-4820-01-422-0509, SPEC NR TDP VER 001, Qty 7 EA,
  Deliver to Supervisor N62791 San Diego CA, See Note 9
CITE: (I-354 SN013627)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 48--VALVE,SOLENOID
SOL N0010497RFB42
DUE 021197
POC Contact Point, David E Snyder, 0243.11, (717)790-2367, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, Brian C
  Garrett, 0243, (717)790-3918
DESC: NSN 3H-4810-01-331-6805-SS, SPEC NR TDP VER 007, Qty 19
  EA, Deliver to Receiving Officer Portsmouth NH --This is a
  Subsafe/Level 1 item which will be acquired from approved sources
   only.  Contracts will be awarded to offerors whose inspection
  system conforms  to MIL-I-45208A as certified by a joint DCAS/NAVICP
  survey team.  Information  about the MIL-I-45208A requirement
  may be obtained from NAVICP, Code 8452,  P.O. Box 2020, Mechanicsburg,
  PA  17055-0788. Drawing is "sole source"-Vacco., See Notes
  9,22
CITE: (I-354 SN013628)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--SLEEVE AND SLIDE, DIRECTIONAL CONTROL LINEAR VALVE.
SOL SP0770-97-Q-MH87
DUE 011697
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)  Linda Sieg / 614-69 2-4734
DESC: PR-NO:  FPC96310003083 NSN 4810-01-052-8044, CAGE 99643
  Part No  35936 sleeve and slide, directional control linear
  valve. Vickers Inc  CAGE 99643, P/N 35936.  19 -EA Del to Hill
  AFB UT 84056-5734 Del by 04  Aug 97 OR 200 days after award.
   Solicitation not available until 15 days  after published
  in the CBD.  Specifications, plans or drawings are not  available.
   This acquisition is for supplies for which the govern - Ment
   does not possess complete, unrestrictive technical data; therefore,
  the  government intends to solicit and contract with only approved
  sources  under the authooity of 10 U.S.C.2304(C)(1).  Approved
  sources are:   Vickers Inc Automated Best Value Model (ABVM)
  applies.  While price may be a  significant factor in the evaluation
  of offers, the final award decision  will be based upon a combinat
  - ion of price and past performance, as  described in the solicitation.
   All responsible sources may submit offer which  DCSC shall
  consider.
CITE: (I-354 SN013643)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--POPPET ASSEMBLY, RELIEF.
SOL SP0770-97-Q-MH83
DUE 011697
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)  Linda Sieg / 614-69 2-4734
DESC: PR-NO:  YPC96295002080 NSN 4810-00-222-2745, CAGE 81982
  Part No  83660 95 -EA Del to Cherry Point NC 28533-5001 Del
  by 16 Jun 97 OR 150  days after award.  Solicitation not available
  until 15 days after  published in the CBD.  Specifications,
  plans or drawings are not available.   This acquisition is
  for supplies for which the govern - Ment 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:   Crane Co Automated Best Value Model (ABVM) applies.
   While price may be a  significant factor in the evaluation
  of offers, the final award decision  will be based upon a combination
  of price and past performance, as  described in the solicitation.
   All responsible sources may submit offer which  DCSC shall
  consider.
CITE: (I-354 SN013647)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE ASSEMBLY, HYDRAULIC. (VALVE, SAFETY RELIEF
  ),  MATERIAL STEEL OVERALL, MEDIA HYDRAULIC FLUID
SOL SP0740-97-Q-0602
DUE 020397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Sara  Hansford/AEBA1/614-692-3644
DESC: PR-NO:  YPC96319001045 NSN 4820-00-767-6814, CAGE 06177
  Part No  1694-1 CAGE 76823 Part No 2-43922 CAGE 76823 Part
  No 2-43922-1 CAGE 81982  Part No A70173H CAGE 99643 Part No
  13440 "valve assembly, hydraulic  (valve, safety relief), material
  steel overall, media hydraulic fluid,  mineral base; max oper.
   Press. 3500.0 PSI; discharge flow rate 2.0  GPM; connection
  type threaded external boss; nom.  Thread size UNF  0.625 IN;
  disk spring loaded.  191 -EA Del to Tracy CA 95376-5000 Del
   30 days after award solicitation not available until 15 days
  after  published in the CBD. written requests for drawings
  are to be submitted to  Defense Construction Supply Center,
  Attn: dscc-vrtd, PO Box  3990.COLUMBUS OH 43216-5000. by FAX
  614-692-2998 or Call 614-692-2344.   Requests should include
  the IFB/RFP/RFQ number, opening/ closing date,  NSN, YPC/ZPC
  or NPC number; buyer's name and your complete name and  address.
  federal, military and commercial specifications cannot be 
  provided by DSCC. Automated Best Value Model (ABVM) applies.
  while price  may be a significant factor in the evaluation
  of offers, the final award  decision will be based upon a combination
  of price and past performance,  as described in the solicitation.
  while price will be a significant factor  in the evaluation
  of offers, the final contract award price may be based upon
   a combination of price and delivery as described in this solicitation.
   All  responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-354 SN013650)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 48--VALVE, REDUCER
SOL F41608-97-17164
DUE 021097
POC For copy, Fax request to LDKB at (210)925-1054, For additional
   information contact Yancey, J./ldktl/[210]925-0190
DESC: Item 0001 NSN 4820-01-019-7550 P/N: 31263, VALVE, REDUCER,
  C130H  ACFT 13ea. Applicable to: C-130. Destn: Kelly Afb, Texas
  78241-5947. Delivery: 30 May 97 13 ea Government furnished
  drawings and specifications are not available. The approximate
  issue/response date will be 10 Jan 97. To: Vickers Inc, Los
  Angeles Ca 90039-1106. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements.
CITE: (I-354 SN013854)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 48--VALVE
SOL F41608-97-R-16083
DUE 021097
POC For copy, Fax request to LDKB at (210)925-1054, For additional
   information contact Yancey, J./ldktl/[210]925-0190
DESC: Item 0001 NSN 4820-01-019-7551 P/N: 31213, 11ea. Applicable
  to:  C-130. Destn: Kelly Afb, Texas 78241-5947. Delivery: 30
  May 97 11 ea Government furnished drawings and specifications
  are not available. The approximate issue/response date will
  be 10 Jan 97. The anticipated award date will be 30 Apr 97.
  Written procedure will be used for this solicitation. To: Vickers
  Inc, Los Angeles Ca 90039-1106. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements.
CITE: (I-354 SN013855)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 49--VARIABLE REMOTE CONTROL
SOL FD2050-97-13078
DUE 030497
POC For copy, Fax request to LDKS at (210)925-1073, For additional
   information contact Rosales, R./ldksg/[210]925-4348
DESC: Item 0001 NSN 4920-00-001-2166 P/N: 9413M40G01, NHA C-5A/B
   REMOTE TRIMMER Size/Dimension: 5" long - cylinder Form, Fit
  and Function: measures vane angle of engine Predominant Material:
  Steel 4EA. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31
  Jul 97 4 ea Government drawings and specifications are not
  available. The approximate issue/response date will be 03 Feb
  97. The anticipated award date will be 07 Apr 97. Written procedure
  will be used for this solicitation. To: General Electric Co,
  Cincinnati Oh 45215-6303. To: Valley Enterprise Inc, Sandy
  Ut 84070-1420. 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.
CITE: (I-353 SN013398)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--TEST FIXTURE, TELESC
SOL SP0920-97-R-A015
DUE 022097
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:  RPE96320000467 NSN 4931-00-508-5434, CAGE 19200
  Part No  7197944 1 -EA Del to (Call contracting office) Del
  by 24 Nov 96.   Foreign military sale (FMS) requirements 5
  purchase requests (prs) are  combined for this solicitation.
   Total quantity = 10 each all responsible  sources may submit
  offer which DESC shall consider.
CITE: (I-354 SN013605)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--CONVERTER, AC TO DC
SOL SP0920-97-Q-A102
DUE 021897
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:  YPE96320000468 NSN 4935-00-938-8125, CAGE 05716
  Part No  10178431 CAGE 18876 Part No 10178431 CAGE 49956 Part
  No 93000605 46 -EA  Del to (Call contracting office) Del by
  24 Nov 96.  See NOTES 9, 22,  please provide price breaks.
   All responsible sources may submit offer which  DESC shall
  consider.
CITE: (I-354 SN013614)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 51--ACCESSORIES KIT
SOL F41608-97-20226
DUE 021097
POC For copy, Fax request to LDKS at (210)925-1073, For additional
   information contact Thetford, J./ldksf/[210]925-6267
DESC: Item 0001 NSN 5180-01-135-9990AX P/N: RE368110002-1,  Size/Dimensions:
  24" x 18" x 12" weight 100 LBS Form, Fit and Function: Used
  to oversize coldwork lower wiring and fuselage lugs when used
  with existing Depot tooling, RE168110002 wing ream frame, RE46832000002
  power feed/speed equipment set Predominant Material of Manufacture:
  Steel 1ea. Applicable to: F15. Destn: FE2067/ROBINS AFB GA.
  Delivery: 29 AUG 97 1 ea NO BID SETS ARE AVAILABLE The approximate
  issue/response date will be 09 Jan 97. The anticipated award
  date will be 28 FEB 97. Written procedure will be used for
  this solicitation. To: Mcdonnell Douglas Corp, Saint Louis
  Mo 63166-0516. 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) 26.
CITE: (I-353 SN013454)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: GSA/enterprise development ofc., RM. 1160 1500 E. Bannister
  Rd  Kansas City, Mo 64131
SUBJECT: 51--PNEUMATIC TOOLS
SOL 6FES-G5-970066-S
DUE 010797
POC Pamela Waters, 816-823-1290
DESC: Description file name:  FSC 5130-PNEUMATIC tools, 47 NSN's.
   This  is to synopsize socicitation 6FES-G5-970066-S which
  issued 11/04/96 and  for which amendment 1 was issued 11-25-96
  (and appeared in this publication  11-29-96).  It was discovered
  that the original request for synopsis  datted 10-18-96 never
  processed if you have a copy of the solicitation and  amendment
  1 there is no need to contact the procurement office.  A second
   amendment will be issued to reflect the change in the bid
  opening date and  some other items which have come to our attention
  and need to be addressed.   Items 1 thru 9 are IAW Fed. spec.
  00-D-691F, dated 08/17/95, items  10-12, 17-20, 27, 31 & 37
  are IAW technical descriptions, items 13-16  are IAW Fed spec.
  00-G-669G, dated 08-17-95, items 21, 22, & 34 are  Brand name
  or equal, items 23 and 24 are IAW Fed spec. 00-R-421B, dated
   06/07/76 and amendment-2 dated 08/01/80, items 25, 26, 28,
  32, 33,  35, 36 and 42-46 are IAW commercial item descriptions,
  items 29 & 30 are  IAW military spec. MIL-R-85188A, dated 11/14/86
  and amendment-1 dated  1/10/92, items 38-40 are IAW General
  Services Administration purchase  description, item 41 is IAW
  military SPEC.MIL-S-4243C, dated 04/06/67  and interim amendment-7,
  dated 01/02/76.  All items are subject to the  domestic product
  restrictions IAW current DOD appropriations act.  This  procurement
  is for a firm fixed price indefinite quantity requirements
   contract for the period 02/01/97 or dated of award, whichever
  is later thru  1/31/99 with three one year options and economic
  price adjustment..  items 17, 35, 38-40 and 47 are totally
  set-aside for small business.   Delivery is rquired within
  150 days ARO.  For question contact, Pamela  Waters, PH:  816-823-1290,
  FAX:  816-926-3678.
CITE: (I-354 SN013933)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: GSA tools Acquisition Division (6FESG-E8) 1500 E. Bannister
  Rd  Kansas City, Mo 64131
SUBJECT: 51--GUN, RIVET PIN
SOL 6FES-E8-3787
DUE 121096
POC Pete kunellis, (816) 823-1713
DESC: 5130-00-231-3429 - Huck Mfg PN 200 - 6 EA.
CITE: (I-354 SN013934)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: GSA FSS TACC TAD 11 (6FESP-G5) 1500 E. Bannister Rd Kansas
  City,  Mo 64131
SUBJECT: 51--PNEUMATIC TOOLS
SOL 6FES-G5-970066-S
DUE 010797
POC Pamela Waters, 816-823-1290
DESC: This is an amendment to make the following changes to solicitation
   6FES-G5-970066-S.  The Bib opening is extended to 1:00 PM
  Tuesday,  January 7, 1997.  Items 17 and 35 which were originally
  set aside for  small business will now be procured on an unrestridcted
  basis.  Regarding  technical description for item 17.  5130-00-293-2797
  - change body  diameter to read "1-31/32" maximum "in lieu
  of" 1-5/8 "maximum".   Exception to specification:  federal
  specification 00-D-691F, DTD  09/17/95, Para 3.7.2, secondary
  lubrication, should read as follows:   secondary lubrication
  of 1/4 inch and 3/8 inch drills shall be applied in  accordance
  with manufacturer's standard commercial practice.  Drills and
   borers 1/2 inch and larger requiring periodic lubrication
  of parts other  than those in the air stream shall be provided
  with an external means of  applying the required lubricant.
  "if you have any questions contact  Pamela Waters, (816)823-1290.
CITE: (I-354 SN013948)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools--Potential Sources Sought
OFFADD: GSA FSS TACC TAD (6FESI-B3) 1500 E. Bannister Road Kansas
  City,  Mo 64131
SUBJECT: 51--WRENCH SET, SOCKET, MATERIAL STEEL, FINISH CHROME
  PLATED  TOOLS
SOL 6FES-96-B7723
DUE 011097
POC Loretta Martin, (816) 823-1721
DESC: Wrench set, socket; material-steel; finish-chrome plated
  tools;  3/8 "sq.  Drive set, includes 11 EA. STD length 12-PT.
  sockets, 1 EA.  STD. handle sealed ratchet, 1 EA. speeder handle
  1 EA. 9-1/2" LNG  hinged handle (break bar), 1 EA. universal
  joint, 1 EA. 3 "bar  extension, 1 EA. 6" bar extension, & 1
  each 11 "bar extension;  furnished in a painted metal box.
  FOB:  destination. snap-on part tool  P/N 218FPB. POC is Loretta
  Martin (816) 823-1721, FAX (816) 926-3678.
CITE: (I-354 SN013936)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 52--Measuring Tools
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 52--PROTRACTOR, UTILITY
SOL SP0451-97-R-0497
DUE 012797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. Co ntact
  Ellen Steinmetz/804-279-3275/C.O. Lynn  McCormick
DESC: PR-NO:  YPG96332000482 NSN 5220-01-251-2120, solicitation
   SP0451-97-R-0497 is cancelled in its entirety.
CITE: (I-353 SN013514)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 52--Measuring Tools
OFFADD: GSA FSS TACC TAD (6FESN-K0) 1500 East Bannister Road
  Kansas City,  Mo 64131
SUBJECT: 52--CALIBRATION GUAGE DECKS
SOL 6FES-K0-97K001-N
DUE 013197
POC Selwyn L. calahan (816) 823-1291
DESC: A nonstock, sole source, fixed price, requirements type
   solicitation will be issued on or about January 9, 1997 for
  various  calibration guage decks, to include but not limited
  to the following  national stock numbers:  (1) 5210-01-359-9258,
  (2) 5210-01-368-3531,  (3) 5210-01-371-4906, (4) 5210-01-416-5084,
  (5) 5210-01-432-4244, (6)  5210-01-425-8239, (7) 5210-01-426-3027,
  & (8) 5210-01-432-4243.  This  proposed sole source contract
  will be for 5 years with 5 - 1 year options.   These items
  are in accordance withspangler printers part numbers (P/N):
    items (1) P/N mlocr-b, (2) P/N mlocr-a, 3) P/N bcs-wabcr,
  (4) P/N  251685, (5) P/N 2650044, (6) P/N JAC7245IR, (7) P/N
  PW-1237-HUNT, &  (8) P/N STAN-7520-JAN.  First article testing
  will be required.
CITE: (I-354 SN013954)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 53--BOLT, SHEAR
SOL F41608-97-R-0040
DUE 020397
POC For copy, Fax request to LPKBD at 210-925-2398, For additional
   information contact Arredondo, E./lpkbd/[210]925-6330
DESC: Item 0001 NSN 5306-01-381-6235 P/N: 9134M83P03, 908EA.
  Destn:  Kelly Afb, Texas 78241-6015. Delivery: 31 DEC 97 908
  ea BOLT SHOULDER, 0.375 INCHES, NOMINAL THREAD DIAMETER, WIDTH
  BETWEEN FLATS 0.4375 INCHES NOMINAL EXTENDED WITHIN FASTENERS:0.020
  INCHES NOMINCAL THREAD S The approximate issue/response date
  will be 03 Jan 97. The anticipated award date will be 30 MAY
  97. Written procedure will be used for this solicitation. To:
  General Electric Co, Cincinnati Oh 45215-6303. 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) 26.
CITE: (I-353 SN013390)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a, =  Tinker Air Force Base Ok 73145-3028
SUBJECT: 53--COVER ASSY =
SOL F34601-97-08181
DUE 020697
POC For copy, Charles Ferguson/Lidac/[405]739-4465, For additional
  =  information contact Charles Ferguson/Lidac/[405]739-4465
DESC: Item 0001 NSN 5340-00-863-7334BO P/N: 388310-3, Dim: approx
  21 =  in high and 22 in dia OD. Container wall thickness approx
  0.050 flanged around open end approx 1 in wd. Container in
  two pieces bolted together. Function: covers lox converter
  as protection shield. Life support oxygen systems component.
  ea. Applicable to: C130. Destn: Tinker Air Force Base Ok 73145-3028.
  Delivery: 30 JAN 98 105 ea 31 DEC 98 ea Qualification requirements:
  Sources must be qualified prior to being considered for award.
  The solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 07 Jan 97. The anticipated award date will be
  06 MAR 97. Written procedure will be used for this solicitation.
  To: Lockheed Aeronautical Systems Co, Marietta Ga 30063-0290.
  To: Skyspares Parts Inc, Riverside Ca 92503-1457. To: L & S
  Machine Co Inc, Wichita Ks 67277-2264. To: Gse Dynamics Inc,
  Hauppauge Ny 11788-2021. 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. Note:
  An Ombudsman has been appointed to hear concerns from offerors
  or potential Offerors during the proposal development phase
  of this acquisition. The purpose of the Ombudsman is not to
  diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) 9; NUMBERED NOTE 26.
CITE: (I-353 SN013423)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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 RING, METAL (19207) US ARMY TANK AUTOMOTIVE
  COMMAND
SOL SP0500-97-Q-H791
DUE 011497
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  howardtevelson/LCB20/X6426 buyer: 
  Marsha  goldberg/LCB24/X6183
DESC: PR-NO:  RPI96331000951 NSN 5330-00-735-4245, 550 -EA Del
  to New  Cumberland PA 17070-5001 Del by 23 Dec 96.  RFQ due
  date 97 Jan 14 specs:   seal ring, metal primary quantity:
   550 deliveries to CONUS(excluding  Alaska) delivery schedule:
   90 days indefinite delivery type contract  offers will be
  evaluated with a 10% preference for small disadvantaged  business
  concerns this solicitation action is for supplies for which
  the  government does not possess complete, unrestrictive technical
  data;  therefore the government intends to solicit and contract
  with only  approved sources under the authority of 10 U.S.C
  2304 (C) (1) while price  will be a significant factor in the
  evaluation of offers, the final  contract award price will
  be based upon a combination of price and  delivery as described
  in section M of this solicitation NOTE 9 applies to  obtain
  a copy of this solicitation please FAX request to (215) 697-6333,
   X1462, X2978.
CITE: (I-354 SN013546)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--PACKING, PREFORMED SYNTHETIC RUBBER
SOL SP0500-97-Q-H518
DUE 011497
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Howard Tevelson/LCB20/X6426 buyer:
   Marsha  goldberg/LCB24/6183
DESC: PR-NO:  YPI96304001167 NSN 5330-00-003-3143, @CROSS-SECTIONAL
   height 0.100 inches minimum and 0.106 inches maximum @CENTER
  hole diameter  6.214 inches minimum and 6.260 inches maximum
  14,391 -EA Del to Barstow  CA 92311-5014 Del by 09 Jan 97.
   14,279 -EA Del to New Cumberland PA  17070-5001 Del by 09
  Jan 97.  RFQ due date 97 Jan 14 specs:  preformed  packing
  predominant mater:  synthetic rubber primary quantity 14279
   deliveries to CONUS(excluding Alaska).  Delivery 90 days offers
  will be  evaluated with a 10% preference for small disadvantaged
  busines concerns.   While price will be a significant factor
  in the evaluation of offers, the  final contract award price
  will be based upon a combination of price and  delivery as
  described in section M of this solicitation.  NOTE 9 applies.
    Other NOTES:  to obtain a copy of this solicitation please
  send FAX  request to (215) 697-6333 or X1462 or X2978.
CITE: (I-354 SN013548)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--PACKING, PREFORMED /V-RING/ SOURCE CONTROL DATA
SOL SP0500-97-Q-H335
DUE 020797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  rose Rexer/LAC24/215-697-3075 BU yer:
   Rosemarie  Rexer/LAC24/215-697-3075
DESC: PR-NO:  YPI96330001552 NSN 5330-00-599-6720, 1,000 -EA
  Del to New  Cumberland PA 17070-5001 Del by 05 Jan 97.  See
  NOTES 9, 22, RFQ due  date:  97FEB07 specs:  naval Air Engineering
  center P/N E8772-23 primary  qty:  1000 deliveries to CONUS
  (excluding Alaska) delivery schedule:  80  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:  JM Clipper
  Corp (48482) drawings/specs are not  required.  To obtain a
  copy of this solicitation please send FAX request  to 215-697-6333
  or X1462 or X2978.
CITE: (I-354 SN013549)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, PLAIN ENCASED SOURCE CONTROL DRAWING
SOL SP0500-97-Q-H844
DUE 011697
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Howard Tevelson/LCB20/X6426 buye R:
   Marsha  goldberg/LCB24/X6183
DESC: PR-NO:  YPI96331000925 NSN 5330-00-143-8648, 228 -EA Del
  to New  Cumberland PA 17070-5001 Del by 04 Jan 97.  60 -EA
  Del to Corpus Christi  TX 78419 Del by 04 Jan 97.  See NOTES
  9, 22, RFQ due date 97 Jan 16  specs:  seal, plain encased
  P/N 1-300-234-02 primary quantity:  60  deliveries to CONUS(excluding
  Alaska) delivery schedule:  90 days  indefinite delivery type
  contract 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 source
  is:  freudenberg-nok general partnership  (91251) while price
  will be a significatn factor in the evaluation of offers, 
  the final contract award price will be based upon a combination
  of price  and delivery as described in section M of this solicitation
  specs/Dwgs are  not required to obtain a copy of this solicitation
  please FAX request to  (215) 697-6333, X1462, X2978.
CITE: (I-354 SN013550)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, PLAIN AMERICAN VARISEAL CORP (64422)
SOL SP0500-97-Q-H918
DUE 010297
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Ed brogan/LCC03/X6182 buyer:  Amy B
   ertoline/LCC28/X5601
DESC: PR-NO:  YPI96332000988 NSN 5330-01-271-5954, G element
  @STEEL comp  302 spring @CONSTRUCTION one-piece @SEAL width
  0.070 inches minimum and  @0.080 inches maximum 510 -EA Del
  to Bremerton WA 98314 Del by 22 Dec 96.   RFQ due date 97 Jan
  02 yearly estimated quantity primary quantity 510  deliveries
  to CONUS (excluding Alaska).  Delivery schedule:  30 days 
  required.  Indefinite delivery type contract.  NOTE 1 applies
   sizestandard:  500 while price will be a significant factor
  in the  evaluation of offers, the final contract award price
  will be based upon a  combination of price and delivery as
  described in section M of this  solicitation.  Other NOTES:
   to obtain a copy of this solicitation  please send FAX request
  to (215) 697-6333 or X1462 or X2978.  Specs/Dwgs are  not required.
CITE: (I-354 SN013551)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St Louis, MO 63120-1798
SUBJECT: 53--BOLT ECCENTRIC
SOL DAAJ09-97-Q-0507
DUE 022897
POC L. Anderson-Samuel, Procurement Technician, 314-263-0789,
  Evelyn Harris-Kelley, Contracting Officer, 314-263-0792, fax
  314-263-9012.
DESC: NSN: 5306-01-164-8106, P/N: 406-010-120-101, Quantity:
  67 each applicable OH-58 aircraft.FOB origin with delivery
  of 3 each to Camp Carroll Korea by 97 Apr, 50 each to New Cumberland
  Army Depot by 98 Jan, and 14 each to Red River Army Depot by
  97 Oct. This procurement requires pre qualification. Contractors
  who desire to be prequalified must submit qualification documentation.
  This proposed contract is for supplies for which the Government
  does not own specifications or drawings, however it is restricted
  to the following approved source: Bell Helicopter Textron,
  600 E. Hurst Blvd, Fort Worth, TX 76101. Firms that recognize
  and can produce the required item described above are encouraged
  to identify themselves to the Contracting Officer, and provide
  supporting evidence which will permit their participation in
  the current or future solicitations. All responsible sources
  are encouraged to submit a proposal which shall be considered
  by the Agency. See Numbered Note(s): 22.
CITE: (I-354 SN013913)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: Naval Special Warfare Development Group, 1636 Regulus
  Avenue, Building 313, Virginia Beach, VA. 23461-2299
SUBJECT: 54--BUILDING
SOL USZA99-97-Q-0072
DUE 121396
POC Ms. Mary Tuttle, (757) 433-7960, Ext. 211.
DESC: This Synopsis is for commercial items prepared in accordance
  with the format in FAR subpart 12.6, as supplemented with additional
  information included in this notice. Item requirement: 1/each
  precast concrete's building with 4000 psi, steel reinforced
  concrete (ASTM C260). All responsible sources may submit a
  bid or quotation. Telephone, written, or faxed responses are
  acceptable to request a copy of the Request for Quotation (Fax:
  (757) 433-7954). See numbered note 22.
CITE: (M-354 SN013798)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 58--CONTROL, CU
SOL F04606-97-Q-25273
DUE 020797
POC For copy, contact the info office indicated., For additional
   information contact Alsdorf.3fa/Pklra/[916]643-0572
DESC: Item 0001 NSN 5820-01-203-7100 P/N: 508B-581B, Control
  for  Radar. 4ea. Applicable to: An/Fxq-4. Destn: Mc Clellan
  Air Force Base Ca 95652-1060. Delivery: 30 Jun 97 4 ea FAX
  REQUESTS TO (916)643-2873. The approximate issue/response date
  will be 08 Jan 97. The anticipated award date will be 28 Feb
  97. Written procedure will be used for this solicitation. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Specifications, plans, or drawings
  relating to the procurement described are incomplete or not
  available and cannot be furnished by the Government. See Note
  (s) 26.
CITE: (I-353 SN013440)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 58--INTERCOM CONTROL
SOL F09603-96-R-ZU503
DUE 020797
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Larry E. Johnson/Lykb/[912]926-7053
DESC: Item 0001 NSN 5831-00-523-5328 P/N: A81-91, Dim: 6" X 7"
  X 4"  EST. Matl: Aluminum alloy. Func: Provides intercommunication
  and radio monitoring for aircraft and ground installations.
  45ea. Applicable to: Aic-18. Destn: Robins Air Force Base Ga
  31098-1611. Delivery: 30 Sep 97 45 ea Fax Nr 912-926-7572 The
  approximate issue/response date will be 08 Jan 97. The anticipated
  award date will be 31 Mar 97. Written procedure will be used
  for this solicitation. To: Andrea Radio Corp, Long Island City
  Ny 11101-5213. No telephone requests. Only written or faxed
  requests received directly from the requestor are acceptable.
  All responsible sources solicited may submit a bid, proposal,
  or quotation which shall be considered. Authority: 10 U.S.C.
  2304(C)(1), Justification: Supplies (or Services) required
  are available from only one or a limited number of responsible
  source(s) and no other type of supplies or services will satisfy
  agency requirements. See Note (s) 22,26.
CITE: (I-353 SN013448)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 58--CONTROL
SOL F09603-97-R-0001
DUE 020797
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Harry Bryan/Lykb/[912]926-7088
DESC: Item 0001 NSN 5821-01-311-7551 P/N: 707793-807, Dim: 5.75"
  W X  4.875" H(B) X 5.34" D. Matl: Aluminum. Func: Allows operator
  to control the receiver transmitter from a remote location.
  6ea. Applicable to: Arc-164. Destn: EY9688. Delivery: 28 Nov
  97 6 ea Fax Nr 912-926-7572 The approximate issue/response
  date will be 08 Jan 97. The anticipated award date will be
  31 Mar 97. Written procedure will be used for this solicitation.
  To: Hughes Defense Communications, Fort Wayne In 46808-4106.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 22,26.
CITE: (I-353 SN013450)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 58--UHF.DF ANTENNA SELECTOR
SOL F09603-97-R-0002
DUE 020797
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Harry Bryan/Lykb/[912]926-7088
DESC: Item 0001 NSN 5821-01-054-6424CX P/N: 100D0845, Dim: 2.750"
  X  2.500" X 1.156". Matl: Aluminum, resistors. Func: Provides
  switching function between multiple UHF antenna. 24ea. Applicable
  to: Arc-164. Destn: EY9688. Delivery: 28 Nov 97 24 ea Fax Nr
  912-926-7572 The approximate issue/response date will be 08
  Jan 97. The anticipated award date will be 31 Mar 97. Written
  procedure will be used for this solicitation. To: Daico Industries
  Inc, Rancho Dominguez Ca 90220-0000. No telephone requests.
  Only written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22,26.
CITE: (I-353 SN013451)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 58--RECEIVER TRANSMITTER
SOL F09603-97-R-0003
DUE 020797
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Harry Bryan/Lykb/[912]926-7088
DESC: Item 0001 NSN 5821-01-306-3385 P/N: 707698-802, Dim: 4.98"
  x  4.73" x 8.25". Mat: Various circuit cards, capacitors, resistors
  ICS, metal. Func: The radio set provides air to air, air to
  ground, ground to ground normal voice communications in 225.000
  KHZ to 399.975 KHZ military band. 6ea. Applicable to: Arc-164.
  Destn: EY9688. Delivery: 28 Nov 97 6 ea Fax Nr 912-926-7572
  The approximate issue/response date will be 08 Jan 97. To:
  Hughes Defense Communications, Fort Wayne In 46808-4106. No
  telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 22,26.
CITE: (I-353 SN013452)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 58--RECEIVER TRANSMITTER 1518
SOL F09603-97-R-80057
DUE 020797
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Harry Bryan/Lykb/[912]926-7088
DESC: Item 0001 NSN 5821-01-137-6660 P/N: 707224-821, Dim: 4.98"
  X  4.73" X 8.25". Funct: This radio provides air to air, air
  to ground or ground to ground normal voice communication in
  225.000 KHZ to 399. 975 KHZ military band. Matl: Various circuit
  cards, capacitors, resistors, ICS, metal. Option 1 for 30 each
  on stock number 5821-01-138-1676. 19ea. Applicable to: Arc-164.
  Destn: Robins Air Force Base Ga 31098-1611. Delivery: 31 Jul
  98 19 ea Fax Nr 912-926-7572 The approximate issue/response
  date will be 08 Jan 97. To: Hughes Defense Communications,
  Fort Wayne In 46808-4106. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. See Note (s) 22,26.
CITE: (I-353 SN013453)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: 92d Contracting Squadron W. 110 Ent St. (Suite 200),
  Fairchild AFB, WA 99011-9403, Attn: Theodore D. Sweet, Director
  Of Business Programs
SUBJECT: 58--HANDS-FREE INTERCOM SYSTEM
SOL F4561396T7172
DUE 011397
POC Sandra Barnes, (509)247-4597; Barry Sperber, (509)247-4884
DESC: MFG:  AIPHONE OR EQUAL.  Hands-free  intercom system. 
  Includes microprocessor control unit; 8 deskmaster stations;
  23 wall-mount master stations; 50 foot pedals; 5 station cards;
  paging adapter;  4 ceiling speakers; 4 mounting rings; miscellaneous
  wire and hardware.  Bid must include installation. See Note
  #1.
CITE: (W-354 SN013804)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North
        Charleston, SC 29419-9022
SUBJECT: 58--TROPO/SATELLITE SUPPORT RADIO (TSSR) SYSTEM
SOL N65236-97-R-0326
DUE 021597
POC Point of Contact - Nancy Gartner, Code 1113NG,       (803)743-4720,
  Contracting Officer, Paulette Dillard, Code 1113,       (803)743-6635
DESC: Tropo/Satellite Support Radio (TSSR) Systems - Estimated
  Annual       Quantity - 8 each.  This requirement will be for
  a base year with four       (4) one-year option periods.  The
  type of contract anticipated is a       Fixed Price Requirements
  type contract.  The Standard Industry Code is       3663 and
  the number of employees is 750.  This procurement will be 
       issued on a sole source basis to California Microwave,
  Microwave Radio       Communication Division, 20 Alpha Road,
  Chelmsford, MA.  All       responsible sources may submit a
  proposal which will be considered.        Requests for solicitation
  must state that neither the requestor nor       principal officials/owners
  are currently suspended/debarred from       receiving contracts
  from any federal agency.  Failure to so represent       will
  be grounds for refusing the request.  No verbal information
  will       be given.  Telefax request to (803)743-1064.  Note
  22 applies.
EMAILADD: gartnern@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-354 SN013845)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: 23d Contracting Squadron, 1443 Reilly Road, Suite C,
  Pope Afb Nc 28308-2896
SUBJECT: 58--RADIO SET, MULTIBAND MAN PACK 
SOL F31601-96-RA032
DUE 010397
POC SSgt Solomon Porter, Contractor Administrator, 910-394-6250

DESC: RADIO SET, MULTIBAND MAN PACK Harris Radio Sets.  All quantities
  are 6 ea: AN/PRC-117D(c).  The purpose of this modification
  is to change the response date of the Sources Sought to 3JAN97.

CITE: (W-354 SN013869)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: GSA Mid Atlantic region, FSS General Procurement Branch,
  the  Wanamaker Building, 100 Penn Square East, Philadelphia,
  PA 19107
SUBJECT: 58--FSC GROUP 58, PART IX:  COMMUNICATIONS EQUIPMENT,
  MULTIPLE  AWARD, OPEN SEASON.
SOL GS-03F-94-AYC-0041
POC Mr. William T. Glacken (215) 656-3835
DESC: GSA multiple award schedule:  group 58, part IX.  Open
  Season.   Solicitation No. GS-03F-94-AYC-0041.  POC:  Mr. William
  T. Glacken,  contracting officer, 215-656-3835.  This solicitation
  includes FSC  classes 5820, 5821, 5840, 5845, 5850, 5860, and
  5895.  Telemetry  equipment; radar equipment; underwater sound
  equipment; visible and  invisible light communications equipment;
  LASER equipment; and  recorder/reproducer set, Signal data
  multiapplication.  Commercial items.   Federal supply schedule.
   For new offerors contract period will be April  1, 1997, (or
  date of award, whichever is later) through March 31, 1999.
    The open Season solicitation amendment will include the following:
    maximum order; option; and GSA advantage.  Maximum order:
   all  resulting contracts will contain a maximum order (Mo).
   To assist the  customer agencies todetermine when they should
  seek a price decrease, a  level called a maximum orderwill
  be established under each contract.   When an agency order
  exceeds this amount, it is recommended that the  agency contact
  the vendor for a reduced price.  The vendors will not be  obligated
  to accept these orders in accordance with FAR 52.216-19.  Option:
    all resulting contracts will include an option to extend
  the term of the  contract for an additional 5 year period.
   Advantage:  all resulting  contracts will require contractors
  to submit electronic contract data in a  prescribed format
  for addition to GSA advantage, an on-line  electronicdatabase.
   Federal stock Nos.; not applicable.  No samples  required.
   Place of delivery to be shown on orders issued under contract.
    100 percent non set-aside procurement.  Amendment to solicitation
   GS-03F-94-AYC-0041 will be issued on or about December 27,
  1996.  Closing  date will be thirty days (30) after date of
  issuance of amendment.   Request for solicitation must bein
  writing to the above address, or by FAX  at 215-656-3841. 
  Telephone request will not be honored.  See NOTE 12.
CITE: (I-354 SN013971)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: 58--SOURCES SOUGHT FOR DUAL CHANNEL, 1 KVA PER CHANNEL
  POWER AMPLIFIER
POC Contact Carol Gorman, Contracting Officer at (401) 841-2442
  X203. .  Fax number (401) 841-4820.
DESC: This is not an advertisement of a solicitation at this
  time. Information only from potential sources as requested
  below is being sought by the Naval Undersea Warfare Center,
  Division Newport.  We are looking for sources for a Dual Channel,
  1KVA per Channel, low distortion Power Amplifier for  use on
  the Acoustic Augmentation Support Program  (see specification
  below).  Please review this information and provide factual
  supporting documentation, including technical data sufficient
  to permit meaningful evaluation by the requirer, and a description
  of your relevant corporate experience (include applicable contract
  numbers and names of contract administrators with their telephone
  number). Provide this information to Carol Gorman, Commercial
  Acquisition Department, Building 11, Naval Undersea Warfare
  Center Division Newport, Code 5913, Simonpietri Drive, Newport,
  RI 02841-1708; or facsimile number 401-841-4820.  Responses
  before 17 January 1997 will be appreciated.  Specification:
   The following describes t he electrical, physical, and environmental
  requirements of a high power, very low distortion, Class B/AB,
  two channel, solid state power amplifier.  The amplifier will
  be used to drive high power ceramic sonar transducers, with
  their associated tuning and impedance matching transformers.
   Rated power into resistive and reactive loads, low distortion,
  high reliability, and minimum weight are key amplifier characteristics.
   Amplifier Requirements--Number of Channels: Two (2).  Operating
  Class: Class B/AB; ('s witch mode' amplifiers are NOT acceptable).
   Output Power Per Channel: 1 KVA min, single tone (sinusoidal),
  continuous duty, 20 Hz to 20 kHz.  Load Configuration: (GFE)
  Transformer plus resistive and reactive sonar transducers.
   Load Impedance: (1) AC impedance magnitude, 8.0 Ohms min,
  20 Hz to 20 kHz;  (2) AC Impedance Phase Angle, (-)88 deg.
  to (+)88 deg.;  (3)  DC resistance, 0.1 Ohms min, (GFE transformer
  primary winding). Damping Factor: 100 min, 20 Hz to 20 kHz.
   Voltage Gain & Tolerance: 26 dB +/- 0 .5 dB, 8 Ohm load or
  higher; 20 Hz to 20 kHz.  Input Impedance: 10 K Ohms min, differential,
  20 Hz to 20 kHz.  Common Mode Rejection: 40 dB min, 20 Hz to
  20 kHz.  Input Connectors: One (1) isolated BNC connector per
  channel.  Total Harmonic Distortion: 0.1%THD max, lVA to lKVA
  output per channel, 20Hz to 20kHz.  Self Protection: Amplifier
  shutdown for output over-current or over-temperature.  Prime
  Power: 440V, +/- 10%, 3 Phase, 60 Hz, delta connected.  Monitor
  Features: Scaled replicas of output voltage an d current for
  each channel.  Weight: Minimum practical.  Mounting Configuration:
  19 inch rack mountable.  Depth behind front panel: 20.5 inches
  max, including connectors, handles, etc.  Depth in front of
  front panel: 2.5 inches max, including handles, grills, etc.
   Height: Minimum practical. Cooling: Internal forced air. 
  Operational Ambient Temp.: 50 to 95 degrees F.  The GFE transformer
  will be rack mounted with the power amplifier, but not in the
  same enclosure (current equipment configuration prohibits this).
   In light of this, size and weight characteristics of the GFE
  transformer should not be a consideration.
LINKURL: http://www.npt.nuwc.navy.mil/contracts/
LINKDESC: 
EMAILADD: GORMAN@CODE59.NPT.NUWC.NAVY.MIL
EMAILDESC: 
CITE: (I-354 SN013849)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment--Potential Sources Sought
OFFADD: PM Intelligence Fusion, 1616 Anderson Road, McLean, VA
SUBJECT: 58--SINGLE SOURCE PROCESSOR - SIGINT
SOL DAAB07-
POC Mr. Gary Brain, SSP-S System Manager, (703) 275-8085.
DESC: The Project Manager, Intelligence Fusion is interested
  in locating sources who are capable of performing specialized
  upgrades to the All Source Analysis System (ASAS) communications
  subsystsems. ASAS is a tactical intelligence system that is
  currently fielded to 24 operational Army units. It operates
  System High in a Sensitive Compartmented Information (SCI)
  environment. Half of the communications subsystems are housed
  in S-250 shelters using Version 3 of the Communications Support
  Processor (CSP) software on PDP-11 computers. The other subsystems
  are in transit cases using the CGS-100 software on rugged PC
  computers. These subsystems contain a year 2000 software problem
  and must be upgraded. The upgrade will consist of hardware
  and software modifications to provide secure communications
  for both multi-level record traffic and system high network
  connectivity with file transfer. Hardware upgrades will make
  maximum use of the Army's Common Hardware/Software (CHS) products.
  A mature Version 5.X of the CSP software will be provided by
  CECOM but with new communications protocols that cannot be
  fully engineered or tested until an initial fielding under
  this procurement. Upgrades and training will be performed at
  each deployment site on a non-interference basis with personnel
  cleared to the Top Secret (TS)/SCI level and are expected to
  be a significant schedule driver. The required tasks are: design
  upgrades for both shelter and transit cased versions; provide
  full documentation of the changes; develop test plans and procedures;
  upgrade training materials; conduct training for government
  tester and TRADOC personnel; implement the systems integration
  test program; provide modification kits for all operational
  systems; install the hardware at each site; coordinate with
  CECOM for software installation; and assist or supplement TRADOC
  personnel to conduct operator training. Due to the tight schedule,
  the government will only consider organizations that possess
  SCI approved facilities, SCI cleared staff, and direct relevant
  experience in most of the following areas: CSP V5.x software,
  shelter modifications, Intelligence and Electronic Warfare
  (IEW) tactical communications (including MSE circuit, MSE packet,
  NRP, Autodin, TYC-39, Trojan, NEWSDEALER, JWICS and SATCOM),
  Defense Intelligence Agency (DIA) security accreditation testing,
  TRADOC approved training programs, ASAS, CHS and DMS. Written
  responses must be received not later than 15 days from date
  of initial publication.
CITE: (I-354 SN013912)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--MAST, TELESCOPIC
SOL F04606-97-25243
DUE 020797
POC For copy, contact the info office indicated., For additional
   information contact Janes.0lj/Pklcb/[916]643-2990
DESC: Item 0001 NSN 5985-01-342-8778ZX P/N: CTM15J, 50 FOOT 
  TELESCOPING FIBERGLASS PIPE SUPPORTS 2 ANTENNAS. HAS GUY ROPES
  & PEGS. STORES IN CANVAS BAG. 12ea. Applicable to: An/Trc-181.
  Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 30
  JUN 97 12 ea The approximate issue/response date will be 08
  Jan 97. The anticipated award date will be 03 Mar 97. Written
  procedure will be used for this solicitation. To: C And S Antennas
  Inc, Sterling Va 20166 0000. No telephone requests. Only written
  or faxed requests received directly from the requestor are
  acceptable. All responsible sources solicited may submit a
  bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements.
CITE: (I-353 SN013439)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 59--RADIO SET AN/VRC-83(V)2
SOL F04606-97-R-25313
DUE 020797
POC For copy, contact the info office indicated., For additional
   information contact Janes.0lj/Pklcb/[916]643-2990
DESC: Item 0001 NSN 5996-01-193-7347ZX P/N: 811830-802, P/N 
  AM-7176A/VRC-83 Radio frequency amplifier; bhsx circuit construction
  type-solid state; bhtb freq per channel-116.0 mhz min 1st op
  channel/149.9 mhz max 1st op channel/ 225.0 mhz min 2nd op
  channel/399.9 mhz max 2nd channel; albm op control method-
  automatic; afsu average life measure-not rated; akna inclosure
  type-encased; Amqy install design-module; agta basic shape
  style-(1) rectangular or square; Abhp length-11.812": abkw
  height-6.500"; abmk width-10.375"; feat special feature- vehicle
  mount/channels: 8360, on-off & vol control, built-in test ind,
  audio speaker, operating power require: 28vdc 15a; abbh iii
  inclosure material- aluminum; awjn iii unpackaged unit weight-30.00
  pounds; agav iii end item ident-5820-01-113-1925 & 5820-01-075-2001
  radio sets; supp iii supplementary features- integral eccm
  in uhf spectrum; ftld iii functional descrip- linear rf power
  amplifier which mates with receiver-transmitter; design control
  reference Part number 811830-802. 35ea. Applicable to: An/Vrc-83.
  Destn: Mc Clellan Air Force Base Ca 95652-1060. Delivery: 31
  Oct 97 35 ea The approximate issue/response date will be 08
  Jan 97. The anticipated award date will be 31 Mar 97. Written
  procedure will be used for this solicitation. To: Harris Corp,
  Rochester Ny 14610-1888. To: Hughes Defense Communications,
  Fort Wayne In 46808-4106. To: Lincoln Labs, Lexington Ma 02173-0073.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements.
CITE: (I-353 SN013442)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste
  1ag81, =  Tinker Air Force Base Ok 73145-3032
SUBJECT: 59--SWITCH =
SOL F34601-97-R-52973
DUE 020797
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Nancy Cook/Lpdpb/[405]739-5492
DESC: Item 0001 NSN 5930-00-441-1007PL P/N: C2373, Item is approx
  2" =  long x 1" wide. Made of aluminum and ceramic material.
  Has 6 electrical terminals and 2 threaded holes. Transmits
  signal for lighting afterburner. NHA: P/N CG12291. Appl: J79-15/17
  eng F/RF-4C/D/E acft. Contains precious metals. 45EA. Applicable
  to: J79-15/17eng;f4 Acft. Destn: Tinker Air Force Base Ok 73145-3032.
  Delivery: 31 Dec 98 45 ea Qualification requirements: Sources
  must be qualified prior to being considered for award. The
  solicitation will contain instructions for obtaining further
  information on this requirement. The qualification requirements
  for this item were established prior to 19 Oct 1984 and the
  requirements of FAR 9.202(A) do not apply. These qualification
  requirements apply to line item(s) 0001 The approximate issue/response
  date will be 08 Jan 97. The anticipated award date will be
  30 May 97. Written procedure will be used for this solicitation.
  To: Westport Development & Mfg Co Inc, Orange Ct 06477-0540.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. The proposed contract action is
  for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. Note: While price
  will be a significant factor in the evaluation of offers, the
  final contract award decision may be based upon a combination
  of price and past performance factors as detailed in the solicitation.
  Note: An Ombudsman has been appointed to hear concerns from
  offerors or potential Offerors during the proposal development
  phase of this acquisition. The purpose of the Ombudsman is
  not to diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request
  for Written Quotation will be issued. The anticipated award
  date will be 60 days after the issuance of this notice.
CITE: (I-353 SN013447)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 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 Air Force Base Ga
  31098-1611
SUBJECT: 59--RF AMPLIFIER
SOL F09603-97-Q-50956
DUE 020797
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Brenda White/Lnkb/[912]926-2607
DESC: Item 0001 NSN 5996-01-270-2196EW P/N: 7547519P11, P/N LM585401
   Dim: 1.505" L X 0.396" H X 0.700" W; Mat: IAW MIL-M-38510;
  Func: Hybrid Microwave RF Amplifier. 14EA. Applicable to: Alq-161.
  Destn: Robins Air Force Base Ga 31098-1611. Delivery: 29 APR
  97 14 ea Fax No: 912-926-7572 The approximate issue/response
  date will be 07 JAN 97. The anticipated award date will be
  05 FEB 97. Written procedure will be used for this solicitation.
  To: Martin Marietta Corp, Utica Ny 13502-5993. To: Amplica
  Inc, Newbury Park Ca 91320-1509. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. This acquisition may/does
  involve technology that has a military or space application.
  The only US contractors who may participate are those that
  are certified and registered with DLSC (1-800-352-3572) and
  have a legitimate business purpose. US contractors must submit
  a copy of their current, approved DD Form 2345 with their request
  for solicitation. To request this certification, write to the
  Commander, Defense Logistics Services Center, ATTN: DLSC-FEB,
  Federal Center, Battle Creek MI 49017- 3084 and request a copy
  of Department of Defense Form 2345 or call DLSC at the above
  number. The solicitation/data package will be mailed to the
  data custodian identified in block 3 of the DD Form 2345. The
  extent of foreign participation has not yet been determined.
  MOU country sources must contact the Contracting Officer within
  15 calendar days of the date of this synopsis notice to receive
  a copy of the solicitation at the time it is initially issued.
  Issuance of the RFP will not be delayed to review requests
  from MOU country sources received after 15 days or from non-MOU
  country sources. Nothing in this notice contradicts other restrictions,
  identified in the synopsis notice or solicitation, regarding
  eligible sources (e.g., if this is a small-business set-aside,
  foreign sources may not participate as potential prime contractors
  but could, if otherwise eligible, participate as subcontractors).
  See Note (s) 22, 26.
CITE: (I-353 SN013449)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOL DAAJ09-97-Q-0487
DUE 013197
POC Evelyn Kelley, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-0784.
DESC: NSN: 5998-01-414-2758, P/N: 8520668-902, QTY: 7 Each, applicable
  to the OH-58 Program. FOB Origin with delivery of 7 each 180
  days ARO to New Cumberland, PA. This procurement requires prequalification.
  Contractors who desire to be prequalified must submit qualification
  documentation. This proposed contract action is for supplies
  for which the Government does not own specifications or drawings.
  It is restricted to the following approved source, Honeywell,
  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. See Numbered Note(s):
  22.
CITE: (I-353 SN013470)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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, SPEC BOEING HELICOPTERS
SOL SP0451-97-Q-F435
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JBPA  Richmond VA 23297-5312 AC (804)279-3129. 
  For copies of RFQ solicitations,  contact the buyer. PO C:
   Lorraine Ricks/BB731/804-279-3129; KO:   Joyce M. COOP er/804-279-5279.
DESC: PR-NO:  YPG96284000993 NSN 5995-01-312-5475, cable assembly,
  spec.   Boeing helicopters, CAGE 77272, P/N A02ES161-2, and
  Unison Industries  LTD partnership, CAGE 59501, P/N 10-321745-1.
   Specifications, plans  or drawings relating to the procurement
  described are not available and  cannot be furnished by the
  government.  Option to Inc qty apply.   Unrestricted.  Other
  than full and open comp (sole source) FAR. 6.302-1.   More
  than one source.  92 -EA Del to San Diego CA 92132-5044 Del
  by 156  days ARO.  All responsible sources may submit offer
  which DGSC shall  consider.
CITE: (I-354 SN013534)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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, PRIN KAISER ELECTRONICS A KAISER
SOL SP0451-97-Q-F434
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JBPA  Richmond VA 23297-5312 AC (804)279-3129. 
  For copies of RFQ solicitations,  contact the buyer. PO C:
   Lorraine Ricks/BB731/804-279-3129; KO:   Joyce M. Coo per/804-279-5279.
DESC: PR-NO:  YPG96289001839 NSN 5995-01-168-4782, cable assembly,
  prin.   Kaiser Electronics, CAGE 09344, P/N 37520-19B.  Specifications,
  plans  or drawings relating to the procurement described are
  not available and  cannot be furnished by the government. 
  Option to Inc qty apply.   Unrestricted.  Other than full and
  open comp (sole source) FAR 6.302-1.   Only one source (NOTE
  22).  19 -EA Del to Stockton CA 95296 Del by 270  days ARO.
   All responsible sources may submit offer which DGSC shall
   consider.
CITE: (I-354 SN013535)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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, SPECIAL PURPOSE, ELECTRICAL LUCAS
  WESTERN  INC
SOL SP0451-97-Q-F433
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JBPA  Richmond VA 23297-5312 AC (804)279-3129. 
  For copies of RFQ solicitations,  contact the buyer. PO C:
   Lorraine Ricks/BB731/804-279-3129; KO:   Joyce M. COOP er/804-279-5279.
DESC: PR-NO:  YPG96299000862 NSN 5995-01-122-3580, cable assembly,
   special purpose, electrical.  Lucas Western Inc, CAGE 00462,
  P/N  42305E730.  Specifications, plans or drawings relating
  to the procurement  described are not available and cannot
  be furnished by the government.   Option to Inc qty apply.
   Unrestricted.  Other than full and open comp  (sole source)
  FAR 6.302-1.  Only one source (NOTE 22).  25 -EA Del to  Stockton
  CA 95296 Del by 166 days ARO.  17 -EA Del to Mechanicsburg
  PA  17055-0789 Del by 166 days ARO.  All responsible sources
  may submit offer  which DGSC shall consider.
CITE: (I-354 SN013536)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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, ELECTROMAGNETIC
SOL SP0930-97-Q-0595
DUE 010697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96290000548 NSN 5945-00-660-9315, CAGE 96906
  Part No  MS24171-D1 nonpile-up main contact arrangement:  1
  pole single throw,  normally open, double make, momentary action;
  main contact maximum  voltage rating in volts:  28.0 DC main
  contract load current rating at  maximum rated voltage:  200.0
  amperes DC resistive load 100.0 amperes DC  inductive load,
  200.0 amperes DC motor load; operating voltage rating  and
  type at specified temp:  28.0 volts DC 25 deg Celsius single
  winding;  500 -EA Del to Memphis TN 38114-5210 Del by 31 May
  97.  Full and open  competition:  miitary specification item
  various increments solicited:   275 to 749 PR quantity:  500
  EA delivery schedule:  270 days set aside  type:  unrestricted
  (sole source/single source (no preference) size  standard:
   750 all responsible sources may submit offer which DESC shall
   consider.
CITE: (I-354 SN013597)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--THIS IS A PCG ITEM.
SOL SP0930-97-Q-A119
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:  YPE96297000685 NSN 5945-01-282-6900, CAGE 81349
  Part No  M83536/15-021M nonpile-up main contact arrangement
  4 pole, double throw,  both positions maintained.  Main contact
  maximum voltage rating in volts  115.0 AC and 28.0 dc.main
  contact load current rating at maximum rated  voltage 10.0
  amperes DC resistive load 8.0 amperes AC and 8.0 amperes DC
   inductive load 2.0 amperes AC and 2.0 amperes DC lamp load
  4.0 amperers AC  and 4.0 amperes DC operating voltage rating
  and type at specified motor  load temp 28.0 volts DC 25 deg
  celisus single winding nominal operating  current rating and
  type 120.00 milliamperes DC single winding 700 -EA Del  to
  Lathrop CA 95330 Del by 03 May 97.  Full and oopen cmpetition:
    military specification item various increments solicited:
   701 to 1999 PR  quantity:  700 EA delivery schedule:  90 days
  set aside type:   unrestricted (sole source/single source)
  (no preference) size standard:   750 all responsible sources
  may submit offer which DESC shall consider.
CITE: (I-354 SN013599)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--THIS IS A PGC ITEM.
SOL SP0930-97-Q-A118
DUE 010297
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:  YPE96299000717 NSN 5945-01-263-2808, CAGE 81349
  Part No  M83536/17-002L @NONPILE-UP main contact arrangement
  4 pole, dou ble throw,  one position momentary @MAIN contact
  maximum voltage rating in volts 11 5.0  AC and @28.0 DC @MAIN
  contact load current rating at maximum rat Ed  voltage 10.0
  amperes AC and @10.0 amperes DC @8.0 amperes AC and @8.0  amperes
  DC @2.0 amperes AC and @2.0 amperes DC @4.0 amperes AC and
  @4.0  amperes DC @OPERATING voltage rating and type at specified
  temp 115.0  volts AC 25 deg Celsius @NOMINAL operating current
  rating and type 40.0  milliamperes DC 125 -EA Del to Mechanicsburg
  PA 17055-0789 Del by 01 Apr  97.  125 -EA Del to Lathrop CA
  95330 Del by 01 Apr 97.  Full and open  cmpetitin:  military
  specification item various increments solicited:  1  to 300
  PR quantity:  250 EA delivery schedule:  150 days set aside
  type:   unrestricted (sole source/single source) (no preference)
  size standard:   500 all responsible sources may submit offer
  which DESC shall consider.
CITE: (I-354 SN013600)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--SWITCH, SENSITIVE
SOL SP0930-97-Q-A117
DUE 020697
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:  YPE96302000859 NSN 5930-00-938-4794, CAGE 91929
  Part No  444EN1-6 @SWITCH contact arrangement 4 pole, double
  throw, both  positions maintained single switch unit @MAXIMUM
  DC voltage rating in volts  28.0 @CONTACT load current rating
  at maximum DC Volta GE rating 7.0  amperes resistive and 4.0
  amperes inductive and 4.0 amperes motor @BODY  style 81M bushing
  mounted commercial OFF-THE-SHELF item adequate catalog  data
  is available at DESC for the evaluation of alternate offers
  414 -EA  Del to Lathrop CA 95330 Del by 16 Dec 96.  Other than
  full and open  competition:  part numbered item product offered
  clause applies various  increments solicited:  200 to 1400
  PR quantity:  44 EA delivery schedule:   414 EA within 120
  days, balance rate:  250 EA every 30 days thereaft  set-aside
  type:  total small business set aside size standard:  500 all
   responsible sources may submit offer which DESC shall consider.
CITE: (I-354 SN013601)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--SEMICONDUCTOR DEVICE, THYRSTOR QUOTE/AWARD TO BE
   IAW(90911)22D1245 AND POSSESS
SOL SP0960-97-Q-A073
DUE 012197
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:  YPE96302000936 NSN 5961-01-226-2103, CAGE 04801
  Part No  22D1245-3 no releaseable data sufficient for manufacturing
  purposes.   Written solicitation 31 -EA Del to Lathrop CA 95330
  Del by 09 Mar 97.   20 -EA Del to Mechanicsburg PA 17055-0789
  Del by 09 Mar 97.  Buyer name:   D. Bloomer/ext. 67407 Co name:
   T. Woodgeard/ext. 67373 other than  full and open competition:
   NOTE 22 of CBD applies. part numbered item.  products offered
  clause applies.  Various increments solicited:  from 25  to
  49/from 50 to 99/from 100 to 249.  PR quantity:  51 EA line
  quantity  DODAAD destinations 1 31 W62G2T Stockton CA 95296-0130
  2 20 SW3100  Mechanicsburg PA 17055-0789 more than 3 DESTINATIONS-(Y/N):
   N delivery  schedule:  50 within 90 days and 50 every 90 days
  thereafter.  Set-aside  type:  unrestricted (sole source/single
  source) (no preference) size  standard:  500 all responsible
  sources may submit offer which DESC shall  consider.
CITE: (I-354 SN013602)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, SENSITIVE
SOL SP0930-97-Q-A118
DUE 010997
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:  YPE96134000663 NSN 5930-00-394-0733, CAGE 91929
  Part No  4CE8 @SWITCH contact arrangement 2 two circuit, doubl
  E break/double make,  one position momentary sing le switch
  unit @MAXIMUM AC voltage rating in  volts 250.0 @CONTACT load
  current rating at maximum AC Volta GE rating  10.0 amperes
  resistive @MAXIMUM DC voltage rating in volts not rated @BODY
   style 14M bushing or two hole mounting 30 -EA Del to Lathrop
  CA 95330 Del  by 20 Nov 96.  Other than full and open ompetition:
   part numbered item  various increments solicited:  1 to 100
  PR quantity:  30 EA delivery  schedule:  120 days set aside
  type:  total small business set aside size  standard:  500
  all responsible sources may submit offer which DESC shall 
  consider.
CITE: (I-354 SN013606)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PUSH
SOL SP0930-97-Q-0815
DUE 010697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96162000441 NSN 5930-01-283-6757, CAGE 18350
  Part No  TD140MF079Y2 58 -EA Del to Mechanicsburg PA 17055-0789
  Del by 01 Feb 97.   Other than full and open competition: 
  PAR numbered item.  Products  offered clause applies various
  increments solicited:  10 to 99 PR  quantity:  58 EA delivery
  schedule:  120 days set aside:  unrestricted  (sole source/single
  source) (no preference) size standard:  750 all  responsible
  sources may submit offer which DESC shall consider.
CITE: (I-354 SN013607)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--SWITCH, PROXIMITY
SOL SP0900-96-T-P804
DUE 020497
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96178000122 NSN 5930-01-216-7077, CAGE 07217
  Part No  624804-1-1 CAGE 19207 Part No 12336773 108 -EA Del
  to Mechanicsburg PA  17055-0789 Del by 27 Dec 96.  See NOTES
  9, 22, other Tan full and oopen  cmpetition:  part numbered
  item products offered clause applies various  increments solicited:
   50 to 200 PR quantity:  108 EA delivery schedule:   108 EA
  within 200 days, balance rate:  108 EA every 30 days thereaft
   set aside type:  unrestricted (sole source/single source)
  (no preference)  size standard:  500 all responsible sources
  may submit offer which DESC  shall consider.
CITE: (I-354 SN013608)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PUSH
SOL SP0930-97-Q-A115
DUE 020497
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96227000498 NSN 5930-00-562-1280, CAGE 86831
  Part No  5500-2 no releaseable data sufficient for manufacturing
  purposes.  13 - EA Del to Mechanicsburg PA 17055-0789 Del by
  05 Oct 96.  20 -EA Del to  Lathrop CA 95330 Del by 05 Dec 96.
   Other than full and open competition:   part numbered item
  products offered clause applies various increments  solicited:
   1 to 150 PR quantity:  33 EA delivery schedule:  18 EA  withing
  240 days, balance rate 18 EA every 30 days thereafter set asisde
   type:  unrestricted (sole source/single source (no preference)
  size  standare:  500 all responsible sources may submit offer
  which DESC shall  consider.
CITE: (I-354 SN013609)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--RELAY, ELECTROMAGNETIC
SOL SP0900-97-T-0440
DUE 010297
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:  YPE96281000275 NSN 5945-01-168-6569, CAGE 81349
  Part No  M83726/27-001W nonpile-up main contact arrangement:
   1 pole, double  throw, one position, momentary. main contact
  maximum voltage rating in  volts:  28.0DC.  Main contact load
  current rating at maximum rated  voltage:  2.0AMPERES DC resistive
  load, 200.0 milliamperes DC lamp load.  operating voltage rating
  and type at specified temp:  28.0VOLTS DC 25DEG  Celsius single
  winding.  63 -EA Del to Mechanicsburg PA 17055-0789 Del  by
  20 Apr 97.  40 -EA Del to Lathrop CA 95330 Del by 20 Apr 97.
   Full  and open competition:  military specification item various
  increments  solicited:  100 to 249 PR quantity:  103 EA delivery
  schedule:  280  days set-aside type:  unrestricted (sole source/single
  source) (no  prference) size standard:  500 all responsible
  sources may submit offer  which DESC shall consider.
CITE: (I-354 SN013610)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--SWITCH, PROXIMITY
SOL SP0930-97-Q-A116
DUE 020497
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96310001297 NSN 5930-01-120-1719, CAGE 05606
  Part No  798E845 CAGE 91929 Part No 113FW41-R2 23 -EA Del to
  Lathrop CA 95330 Del  by 14 Apr 97.  12 -EA Del to Mechanicsburg
  PA 17055-0789 Del by 14 Apr  97.  Other than full and open
  competition:  part numbered item products  offered clause applies
  various increments solicited:  10 to 299 delivery  schedule:
   35 EA W/in 240 days, balance rate 35 EA every 30 days  thereafter
  set-aside:  unrestricted (sole source/sigle source) (no  preference)
  size standard:  500 PR quantity:  35 EA all responsible  sources
  may submit offer which DESC shall consider.
CITE: (I-354 SN013612)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--SWITCH, PRESSURE
SOL SP0930-97-Q-A123
DUE 020397
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96320000505 NSN 5930-01-161-8189, CAGE 02750
  Part No  6607-2-110 CAGE 78286 Part No 70652-02451-135 no additional
  descriptive  data available 62 -EA Del to Mechanicsburg PA
  17055-0789 Del by 08 May 97.   47 -EA Del to Lathrop CA 95330
  Del by 08 May 97.  See NOTES 9, 22,  other than full and open
  competition:  part numbered item. products  offered clause
  applies.  Various incremnts solicited:  1 to 400 PR  quantity:
   109 EA delivery schedule:  109 EA, 120 days set-aside type:
    unrestriced with preferential consideration for SDB size
  standard:  500  all responsible sources may submit offer which
  DESC shall consider.
CITE: (I-354 SN013615)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--SOLENOID, ELECTRICAL
SOL SP0930-97-Q-A114
DUE 020697
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:  YPE96326000522 NSN 5945-00-945-2330, CAGE 81982
  Part No  58829 no releaseable data sufficient for manufacturing
  purposes.  15 -EA  Del to Lathrop CA 95330 Del by 10 Dec 96.
   Other than full and open  competition:  part numbered item.
  products offered clause applies.   Various increments solicited:
   1 to 49 PR quantity:  15 EA delivry  schedule:  15 EA, 120
  days set-aside type:  unrestriced with  preferential consideration
  for SDB size standard:  750 all responsible  sources may submit
  offer which DESC shall consider.
CITE: (I-354 SN013616)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-T-0156
DUE 010897
POC AMSMI-AC-CDCB, Jerri Vickers, Team Chief, 205-842-7630/FAX
  205-876- 9633. Solicitations are to be requested by Fax.
DESC: THIS IS A COMBINED SYNOPSIS/SOLICITATION. Synopsis No.5396-96
  (MA) NSN 5998-01-391-5273, Army P/N 11470803-3, 13 EACH, PRON
  D17H0023, Inspection/Acceptance Pts: Source. Inspection requirements:
  52.246-2, 52.246-16, MIL-Q-9858A, Bar Coding Required. FOB
  Point: Destination. Destination: XU Transportation Officer,
  Defense Dist Depot Susquehanna, New Cumberland, PA 17070-5001.
  Packaging: A C IAW MIL-P-45213E dated 8 Aug 89, Supplemented
  by MIL-P-116J. Delivery Schedule 220 days after contract award.
  Best possible delivery requested. 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. Restricted Source is Raytheon Company, Missile Systems
  Div., Andover Plant, 350 Lowell Street, West Andover, MA 01810.
  All responsible sources may submit a quotation which shall
  be considered by this agency. Inquiries may be sent to the
  address above. The most recent representative unit price and
  quantity relative to this acquisition is NSN 5998-01-391-5273,
  Awd Date 092696, Qty 15, Unit Price $2,375.00. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer bid.
  Adequate drawings, specifications, or other technical data
  are not available for this procurement and will not be furnished.
  Potential offerors are encouraged to pursue qualification for
  future buys in accordance with MICOM Pamphlet 702-1 available
  through Internet. SIC Code 3679, 500 employees, quotes should
  be submitted to Commander, U.S. Army Missile Command, Acquisition
  Center, Redstone Arsenal, AL 35898-5280, AMSMI-AC-CDCB, Jeri
  Vickers, reference DAAH01-97-T-0156. See Numbered Note(s):
  22.
CITE: (I-354 SN013758)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-T-0169
DUE 010897
POC AMSMI-AC-CDCB, Jerri Vickers Contracting Officer, 205-842-7630/FAX
  205-955-7737.
DESC: SNNOPSIS NO. 5402-96 (MA) THIS IS A COMBINED SYNOPSIS/SOLICITATION,
  PRON D1701413; NOUN: CIRCUIT CARD ASSEMBLY; NSN: 5998-01-396-3983,
  APN: 11475218-003, QTY: 4, INSPECTION/ACCEPTANCE PTS, SOURCE
  INSPECTION REQUIREMENTS: MIL-I-45208, 52-246-2, 52-246-16,
  BAR CODING REQUIRED. FOB POINT: DESTINATION. DESTINATION: XU
  TRANSPORTATION OFFICER, DEFENSE DIST DEPOT SUSQUEHANNA, NEW
  CUMBERLAND, PA 17070-5001. PACKAGING: A/B IAW MIL-P-45213E,
  DATED 8 AUG 96, SUPPLEMENTED BY MIL-P-116J. DELIVERY SCHEDULE
  120 DAYS, BEST POSSIBLE DELIVERY REQUESTED. OFFERORS MUST BE
  APPROVED AND QUALIFIED. 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 ADEQUATE
  DOCUMENTATION TO ACQUIRE FROM OTHER THAN THE APPROVED SOURCE.
  RESTRICTED SOURCE IS RAYTHEON COMPANY , MISSILE SYSTEMS DIVISION,
  ANDOVER PLANT 350 LOWELL STREET, WEST ANDOVER, MA 01810. ALL
  RESPONSIBLE SOURCES MAY SUBMIT A BID, PROPOSAL, OR QUOTATION
  WHICH SHALL BE CONSIDERED BY THIS AGENCY. INQUIRIES MAY BE
  SENT TO ADDRESS ABOVE. THE MOST RECENT REPRESENTATIVE UNIT
  PRICE AND QUANTITY RELATIVE TO THIS ACQUISITION IS NSN: 5998-01-396-3983,
  AWD DATE: 10 MAY 96, QTY: 2, UNIT PRICE $11,436.50. 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 AND WILL NOT BE FURNISHED. POTENTIAL OFFERORS
  ARE ENCOURAGED TO PURSUE QUALIFICATION FOR FUTURE BUYS IN ACORDANCE
  WITH MICOM PAMPHLET 702-1 AVAILABLE THROUGH INTERNET. SIC CODE
  3674, NUMBER OF EMPLOYEES: 500, QUOTES SHOULD BE SUBMITTED
  TO COMMANDER, U.S. ARMY MISSILE COMMAND, ACQUISITION CENTER,
  REDSTONE ARSENAL, AL 35898-5280, ATTN: AMSMI-AC-CDCB, JERRI
  VICKERS, (REFERENCE DAAH01-97-T-0169, PRON D1701413. See Numbered
  Note(s): 22.
CITE: (I-354 SN013759)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-T-0149
DUE 010897
POC AMSMI-AC-CDCB, JERRI VICKERS Contracting Officer, 205-842-7630/FAX
  205-876-9633. Solicitations are to be requested by Fax.
DESC: Synopsis No. 5399-96 (MA) This is a combined Synopsis/Solicitation,
  Pron D1701359; Noun: Circuit Card Assembly; NSN 5889-01-377-8821,
  Army P/N 11469757, 11 each. Inspection/Acceptance PTS: Source;
  Inspection Requirements: Mil-Q-9858A, 52.246-2, 52.246-16,
  Bar Coding Required. Fob Point: Destination. Destination: XU
  Transportation Officer, Defense Dist Depot Susquehanna, New
  Cumberland, PA 17070-5001. Packaging: A/C Iaw Mil-Std-2073,
  Supplemented by Mil-P-116J. Delivery schedule 170 days, best
  possible delivery requested. Offerors must be approved and
  qualified. 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 adequate
  documentation to acquire from other than the approved source.
  Restricted source is Raytheon Company, Missile Systems Division,
  Andover Plant, 350 Lowell Street, West Andover, MA 01810. All
  responsible sources may submit a quotation which shall be considered
  by this agency. Inquiries may be sent to address above. The
  most recent representative unit price and quantity relative
  to this acquisition is NSN 5889-01-377-8821, Awd Date 26 Sep
  96, Qty 6, Unit Price $7,760. 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 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. SIC Code 3679, Number
  of employees 500, Quotes should be submitted to Commander,
  U.S. Army Missile Command, Acquisition Center, Redstone Arsenal,
  AL 35898-5280, ATTN: AMSMI-AC-CDCB, Jerri Vickers, (Reference
  DAAH01-97-T-0149, Pron D1701359. See Numbered Note(s): 22.
CITE: (I-354 SN013760)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-T-0165
DUE 010897
POC AMSMI-AC-CDCB, Jerri Vickers Contracting Officer, 205-842-7630/FAX
  205-876-9633. Solicitations are to be requested by Fax.
DESC: THIS IS A COMBINED SYNOPSIS/SOLICITATION. Synopsis No.
  5405-96 (MA) NSN 5998-01-395-8578, Army P/N 11469185-8, 2 each,
  PRON D1701483, Inspection/Acceptance Pts, Inspection - Source,
  Acceptance Source. Inspection requirements: 52.246-2, 52.246-16,
  and 52.246-11. MIL-I-45208. Bar Coding Required. FOB Point:
  Destination. Destination: XU Transportation Officer, Defense
  Dist Depot Susquehanna, New Cumberland, PA 17070-5001. Packaging
  A/B IAW MIL-P-45213E, dated 8 Aug 89, supplemented by MIL-P-116J.
  Delivery schedule 210 days after contract award, best possible
  delivery requested. Offerors must be approved and qualified.
  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 adequate documentation
  to acquire this item from other than the approved source. Restricted
  source is Raytheon Company, Missile Systems Division, Andover
  Plant, 350 Lowell Street, West Andover, MA 01810. All responsible
  sources may submit a quotation which shall be considered by
  this agency. Inquiries may be sent to address above. The most
  recent representative unit price and quantity relative to this
  acquisition is NSN 5998-01-395-8578, Awd Date 062496, Qty 2,
  Unit Price $14,434. 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 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. Sic Code 3674, number of employees 500. Quotes
  should be submitted to Commander, U.S. Army Missile Command,
  Acquisition Center, AMSMI-AC-CDCB, Jerri Vickers, Redstone
  Arsenal, AL 35898-5280, reference DAAH01-97-T-0165. See Numbered
  Note(s): 22.
CITE: (I-354 SN013761)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-T-0175
DUE 010897
POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250.
DESC: THIS IS A COMBINED SYNOPSIS/SOLICITATION, Synopsis No.
  5404-96, Pron: D1701317; NOUN: Circuit Card Assembly; NSN 5998-01-267-3121,
  Army P/N 5003790-2, Qty 24 each; Inspection/Acceptance Points:
  Source; Inspection Requirements: MIL-I, and MIS-50000; Bar
  Code markings required. Fob Point: Destination: XU Transportation
  Officer, Red River Army Depot, Texarkana, TX 75507-5000; 5
  each, Packaging: A/C IAW MILSTD2073, Destination: XU Transportation
  Officer, Defense Dist Depot Susquehanna, New Cumberland, PA
  17070-5001, 9 each, Packaging: A/C IAW MILSTD2073, Destination:
  XU Defense Dist Region West, Distribution Depot San Joaquin,
  Trans Ofc, P.O. Box 960001, Stockton, CA 95296-0130, 9 each,
  Packaging: A/C; 1 each, A/B IAW MILSTD2073, Supplemented by
  MIL-P-116J. Delivery schedule 192 days after contract award,
  best possible delivery requested. Offerors must be approved
  and qualified. 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 adequate
  documentation to acquire this item from other than the approved
  source. Restricted source is Rockwell International Corporation,
  Defense Electronics Operations, Anaheim Division, 3370 Miraloma
  Avenue, P.O. Box 4192, Anaheim, CA 92803. All responsible sources
  may submit a quotation which shall be considered by this agency.
  Inquiries may be sent to address above. The most recent representative
  unit price and quantity related to this acquisition is NSN
  5998-01-267-3121, Awd Date 093096, Qty 24, Unit Price $3,945.
  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 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. SIC Code 3679; number of employees 500. Quotes should
  be submitted to Commander, U.S. Army Missile Command, Acquisition
  Center, AMSMI-AC-CDDA, Attn: Donna Willard, Redstone Arsenal,
  AL 35898-5280. Reference DAAH01-97-T-0175. See Numbered Note(s):
  22.
CITE: (I-354 SN013762)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-T-0186
DUE 010897
POC AMSMI-AC-CDDA, DONNA WILLARD, Team Chief, 205-876-1510/FAX
  205- 842-6108.
DESC: THIS IS A COMBINED SYNOPSIS.SOLICITATION. Synopsis No.
  5409-96 (MA) NSN 5999-01-167-1452, Army P/N 340441, 23 each,
  D1701318, Inspection Acceptance Pts, Inspection - Source, Acceptance
  Source. Inspection requirements: MIL-I-45208. Bar Coding required.
  FOB Point: Destination. Destinations: SU USAMC War Reserve
  General Supply ACT Camp Carroll Korea, APO AP 96260-5000, Quantity
  1 each, Packing A/B IAW MILSTD2073, supplemented by MIL-P-116J,
  xu Transportation Officer, Defense Dist Depot Susquehanna,
  New Cumberland, PA 17070-5001, Quantity 1 each, Packing A/B
  IAW MILSTD2073, supplemented by MIL-P-116J, XU Transportation
  Officer, Red River Army Depot, Texarkana, TX 75507-5000, Quantity
  12 each, Packing A/C IAW MILSTD2073, supplemented by MIL-P-116J,
  XU Transportation Officer, Defense Dist Depot Susquehanna,
  New Cumberland, PA 17070-5001 Quantity 9 each, Packing AC IAW
  MILSTD2073, Supplemented by MIL-P-116J. Delivery Schedule 210
  days after contract award, best possible delivery requested.
  Offerors must be approved and qualified. 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. Restricted Source is Northrop
  Corporation, Electronic Division, 2301 West 120th, Street,
  Post Office Box 5032, Hawthorne, CA 90250-3363. All responsible
  sources may submit a bid, proposal, or quotation which shall
  be considered by this agency. The most recent representative
  unit price and quantity relative to this acquisition is NSN
  5999-01-167-1452, Awd Date 090892, Qty 9, Unit Price $4,064.37.
  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 qualificaition
  for future buys in accordance with MICOM Pamphlet 702-1 available
  through Internet. SIC Code 3679, number of employees 500, Quotes
  should be submitted to Commander, U.S. Army Missile Command,
  Acquisition Center, AMSMI-AC-CDDA, Donna Willard, Redstone
  Arsenal, AL 35898-5280, reference DAAH01-97-T-0186. See Numbered
  Note(s): 22.
CITE: (I-354 SN013763)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  NJ 07703-5008
SUBJECT: 59--CIRCUIT CARD ASSEMBLY, INVERTER ASSEMBLY
SOL DAAB07-97-Q-F013
DUE 020697
POC Contact Jennifer Augustine, 908/532-1613, AMSEL-ACCB-A-BB,
    Contracting Officer, Alan A. Kotch
DESC: Inverter Assembly, NSN:  5805-01-143-8130, P/O AN/TTC-39,
  IAW GTE   Government Systems Corp. P/N SM-D-817480, Qty 43
  each, delivery to New   Cumberland, PA.  Circuit Card Assembly,
  NSN:  5998-01-120-3113, P/O   AN/TTC-39, IAW GTE Government
  Systems Corp. P/N SM-E-815557, Qty 17 each,   delivery to New
  Cumberland, PA.  A noncompetitive acquisition is proposed 
   with GTE Government Systems Corp., Taunton, MA because this
  procurement is   confined to the contractor's P/N referred
  to and must be compatible in form,   fit and function with
  existing equipment.  The Government has no way of   evaluating
  a substitute item.  However, all responsible sources may submit
  a   quote which shall be considered by the agency.  Most recent
  representative   unit price for NSN:  5805-01-143-8130 is $869.00
  for a quantity of 33 each,   awarded 21 Mar 88.  Most recent
  representative unit price for NSN:    5998-01-120-3113 is $386.00
  for a quantity of 25 each, awarded 25 Aug 87.    The Government
  provides this data without assuming responsibility for its
    accuracy or for any conclusions or interpretations which
  may be drawn from   this data.  The data is provided solely
  for information purposes and should   not be relied upon as
  a basis for preparation of an offer.  See Note 22.
EMAILADD: defazioj@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-354 SN013792)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-A055
DUE 020197
POC AMSMI-AC-CDDB, Mary Pitman Contracting Officer, 205-876-8039.
DESC: Synopsis No. 5394-96 (MA) NSN 5915-01-345-4444, Army P/N
  E80018-1. 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 16, known quantity of 41,
  and a maximum quantity of 57. Plus options for base year and
  one program. Destinations to be furnished. Delivery schedule
  210 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 GEC/UK/Aerospace, Inc., 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
  5915-01-345-4444, Awd Date 110896, Qty 41, Unit Price $1,888.00.
  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. See Numbered Note(s): 22.
CITE: (I-354 SN013888)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-A059
DUE 020197
POC AMSMI-AC-CDDA, Donna Willard Contracting Officer, 205-876-4250.
DESC: Synopsis No. 5412-96 (MA) NSN 5998-01-414-6648, Army P/N
  350111-301. 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 30, known quantity of 66,
  and a maximum quantity of 80. Plus options for base year and
  three one program years. 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 Northrop Corporation, Electronics
  Division, 2301 West 120th Street. P.O. Box 5032, Hawthorne,
  CA 90250-3363. 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. See Numbered Note(s): 22.
CITE: (I-354 SN013890)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 59--SPARES FOR THE DEEP SUBMERGENCE OBSTACLE AVOIDANCE
  SONAR (DS/OAS) SYSTEM
SOL N00406-9
DUE 010897
POC M. Steinbacher
DESC: This is a synopsis for an order against basic ordering
  agreement (BOA) N00104-97-G-A754 with applied research laboratory
  (ARL) on a sole source basis. Items required are various spares
  in support of the recently installed deep submergence obstacle
  avoidance sonar (DS/OAS) system. Types of spares to be procured
  include but not limited to circuit card assembly, power supplies
  and projectors. These NAVSEA certified items to be procured
  on a sole source basis with applied research laboratory (ARL).
  Delivery schedule to be within 30 days after award. FOB destination,
  puget sound naval shipyard bremerton wa 98314-5000. All responsible
  sources may submit (offer/bids/quotation) which shall be considered
  by fleet & industrial supply center puget sound. Telephone
  requests will not be honored Fax requests will be honored at
  (360) 476-2931 note 22 applies
CITE: (I-354 SN013907)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a, =  Tinker Air Force Base Ok 73145-3028
SUBJECT: 61--MOTOR DC =
SOL F34601-97-07051
DUE 020697
POC For copy, Phil Mcconnell/Lidac/[405]739-4347, For additional
  =  information contact Phil Mcconnell/Lidac/[405]739-4347
DESC: Item 0001 NSN 6105-00-902-3698TP P/N: 48289-3-2, THIS MOTOR
  =  DRIVES A GEAR ASMBLY THAT OPENS AND CLOSES A VALVE. MOTOR
  IS APPROX. 2.97 IN. LONG X LONG X 1.33 IN. WIDE X 1.33 IN HIGHNHA
  1660007770154. C-141/C-130 ACFTALLIED-SIGNAL CORP 75EA. Destn:
  Tinker Air Force Base Ok 73145-3028. Delivery: 31 JAN 97 75
  ea Qualification requirements: Sources must be qualified prior
  to being considered for award. The solicitation will contain
  instructions for obtaining further information on this requirement.
  The qualification requirements for this item were established
  prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do
  not apply. These qualification requirements apply to line item(s)
  0001 The approximate issue/response date will be 07 Jan 97.
  To: Alliedsignal Aerospace Company, Torrance Ca 90504-6099.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. The proposed contract action is for supplies
  and services for which the Government intends to solicit and
  negotiate with only one, or a limited number of sources under
  the authority of FAR 6.302. Interested persons may identify
  their interest and capability to respond to the requirement
  or submit proposals. This notice of intent is not a request
  for competitive proposals. However, all proposals received
  within forty five-days (thirty days if award is issued under
  an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Award will be made only if the offeror,
  the product/service, or the manufacturer meets qualification
  requirements at the time of award in accordance with FAR clause
  52.209-1. The solicitation identifies the office where additional
  information can be obtained concerning qualification requirements
  as cited in each individual solicitation. It is suggested that
  small business firms or others interested in subcontracting
  opportunities in connection with the described procurement
  make contact with the firm(s) listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the Government.
  Note: An Ombudsman has been appointed to hear concerns from
  offerors or potential Offerors during the proposal development
  phase of this acquisition. The purpose of the Ombudsman is
  not to diminish the authority of the program director or contracting
  officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call the Ombudsman at (405)
  736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
  Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. See Note
  (s) NUMBERED NOTE 26.
CITE: (I-353 SN013421)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste
  2ah77a, =  Tinker Air Force Base Ok 73145-3028
SUBJECT: 61--MOTOR A C =
SOL F34601-97-R-08110
DUE 020697
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
  =  information contact Captain Dan Hicks/Lidab/[405]739-5997
DESC: Item 0001 NSN 6105-01-036-5478TP P/N: 35890, Component
  part of =  1660010043145. Consists of various cmpts and metals.
  Motor operates on 115 V.A C4 cps with 1.2 amps at operating
  voltage. Appl E3A acft 42EA. Applicable to: E3. Destn: Tinker
  Air Force Base Ok 73145-3028. Delivery: 31 Dec 96 35 ea 31
  Dec 97 7 ea The approximate issue/response date will be 07
  Jan 97. The anticipated award date will be 31 Mar 97. Written
  procedure will be used for this solicitation. To: Allied Signal-Allied
  Signal Aero, Tempe Az 85285-2200. No telephone requests. Only
  written or faxed requests received directly from the requestor
  are acceptable. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. Authority:
  10 U.S.C. 2304(C)(1), Justification: Supplies (or Services)
  required are available from only one or a limited number of
  responsible source(s) and no other type of supplies or services
  will satisfy agency requirements. The proposed contract action
  is for supplies and services for which the Government intends
  to solicit and negotiate with only one, or a limited number
  of sources under the authority of FAR 6.302. Interested persons
  may identify their interest and capability to respond to the
  requirement or submit proposals. This notice of intent is not
  a request for competitive proposals. However, all proposals
  received within forty five-days (thirty days if award is issued
  under an existing basic ordering agreement) after date of publication
  of this synopsis will be considered by the Government. A Determination
  by the Government not to compete this proposed contract based
  upon responses to this notice is solely within the discretion
  of the Government. Information received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. It is suggested that small business
  firms or others interested in subcontracting opportunities
  in connection with the described procurement make contact with
  the firm(s) listed. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. Note: An Ombudsman
  has been appointed to hear concerns from offerors or potential
  Offerors during the proposal development phase of this acquisition.
  The purpose of the Ombudsman is not to diminish the authority
  of the program director or contracting officer, but to communicate
  contractor concerns, issues, disagreements, and recommendations
  to the appropriate government personnel. When requested, the
  Ombudsman will maintain strict confidentiality as to source
  of the concern. The Ombudsman does not participate in the evaluation
  of proposals or in the source selection process. Interested
  parties are invited to call the Ombudsman at (405) 736-3273.
  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed
  solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
  AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written
  Quotation will be issued. The anticipated award date will be
  60 days after the issuance of this notice. See Note (s) 26.
CITE: (I-353 SN013432)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--ELECTRONIC CONTROL
SOL SP0430-97-R-0337
DUE 121896
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. AM Y Richards/ZZ880/804-279-4283.
  Judith H.  Hawthorne/804 -279-4905.
DESC: PR-NO:  RPG96299000864 NSN 6110-01-268-8739:  electronic
  control.   Eaton Corp.  Defense product marketing CAGE 52304.
   P/N 599730.   Synopsis is cancelled in its entirety.
CITE: (I-353 SN013511)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--BATTERY, NONRECHARGEABLE
SOL SP0430-97-B-0517
DUE 020797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Contact:  Jim  Willcox/ZY283/804279-5368. contracting:  Michael
  E.  Kuszmaul/804-279-5800.
DESC: PR-NO:  ARG96341045003 NSN 6135-00-470-7779, Battery, 
  nonrechargeable.  I/A/W drawing NR 13873 TDPL-004707779-96188,
  DTD  07/06/96.  I/A/W drawing NR 42470 Dwg 10800100 Rev B DTD
  04/30/69.  Type  number Dwg P/N 10800100.; 24 cells, OA dim
  LG 12.125 ref only.   Recommend btry assy marking:  NSN btry
  assy no.  Contract No., Mfg name,  Mfg FSCM, date of Mfg. 
  Recommend refrigerated storage area to extend.   Shelf life
  beyond 12 months.  Tech data package availability:  1 - Del
   to (Call contracting office) Del by 30 Dec 96.  1,000 - Del
  to Tracy CA  95376-5000 Del by 90 on each order.  1,100 - Del
  to Richmond VA  23297-5900 Del by 90 on each order.  Option
  to ext term of contract:  60  total months.  Duration of contract
  period:  one base year, 4 option  years.  See NOTE 1. drawings,
  interim procurement descriptions and  deviation lists may be
  examined or obtained from Defense General Supply Center.  
   IQC:  total EST'd qty:  2100, quan. miminum:  500, max. K
  qty:   2600.  All responsible sources may submit offer which
  DGSC shall consider.
CITE: (I-353 SN013515)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--BATTERY, STORAGE
SOL SP0430-97-Q-Q302
DUE 012397
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    contact:  from announcement, phone or write DGSC Attn DGSC-JJAB
  Richmond  VA 23297-5312 AC (804)279-3350. Fo R copies of RFQ
  solicitations,  contact the buyer.
DESC: PR-NO:  FPG96331000432 NSN 6140-01-393-2369, Battery, storage.
    Eldec Corp, CAGE 08748, P/N BA29-1. Eagle-Picher Industries
  Inc, 3820  S hancock exp, CAGE 50120, P/N epi-18229.  9 -EA
  Del to Barksdale AFB  LA 71110-2417 Del by 30 days.  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-353 SN013517)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--POWER SUPPLY
SOL SP0430-97-Q-Q309
DUE 012397
POC Contact:  for copies of RFQ solicitations, contact the buyer.
   contact:  Myra Severt/ZY187/804-279-4286. contracting officer:
   Michael  Kuszmaul/804-279-5800.
DESC: PR-NO:  YPG96317000816 NSN 6130-00-137-0167, power supply.
    Mid-eastern Ind Inc, CAGE 06179, P/N PR40-5-01-09.  Power
  EN Inc, CAGE  61987, P/N ser 3100/mod 4006.  PPM Inc, CAGE
  29504, P/N HPPG-40-5.   @OUTPUT voltage rating 0.0 DC volts
  minimum and @40.0 DC volts maximum  single power output @OUTPUT
  current rating 0.0 DC amperes minimum an D  @5.0 DC amperes
  maximum single power output @INPUT voltage rating 115.0 AC
   volts nominal SIN gle operating power rqmt 16 -EA Del to Tracy
  CA  95376-5000 Del by 80 days.  47 -EA Del to Mechanicsburg
  PA 17055-0789  Del by 80 days.  See NOTE 1.  Specifications,
  plans or drawings 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-354 SN013537)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPEC
SOL SP0451-97-Q-H593
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. SH aron
  Glasscock/BG350/804-279-3172.  contractoffficer/L.  McCormick.
DESC: PR-NO:  FPG96332000602 NSN 6150-01-325-8545, cable assembly,
  spec  P/N 35-35351-516. specifications, plans or drawings relating
  to the  procurement described are not available and cannot
  be furnished by the  government. unrestricted.  See NOTE 22.
   10 - EA Del to Mechanicsburg  PA 17055-0789 Del by DARO. 
  All responsible sources may submit offer which  DGSC shall
  consider.
CITE: (I-354 SN013700)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--WIRING HARNESS
SOL SP0451-97-Q-H586
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. SH aron
  Glasscock/BG350/804-279-3172.  contractofficer/L.  McCormick.
DESC: PR-NO:  YPG96338000895 NSN 6150-01-345-3240, wiring harness,
  P/N  15-004-252-1.  Specifications, plans or drawings relating
  to the  procurement described are not available and cannot
  be furnished by the  government. unrestricted. see NOTE 22.
   The final contract award  decision may be based upon a combination
  of price, past performance and  other evaluation factors as
  described in the solicitation.  Tech data  package abailability:
   22 -EA Del to Richmond VA 23297-5900 Del by DARO.   All responsible
  sources may submit offer which DGSC shall consider.
CITE: (I-354 SN013710)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPEC
SOL SP0451-97-Q-H588
DUE 020597
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. SH aron
  Glasscock/BG350/804-279-3172.  contractofficer/L.  McCormick.
DESC: PR-NO:  YPG96339000456 NSN 6150-01-188-3548, cable assembly,
  spec  P/N P2N01T01087.7 specifications, plans or drawings relating
  to the  procurement described are not available and cannot
  be furnished by the  government. unrestricted.  See NOTE 22.
  the final contract award  decision may be based upon a combination
  of price, past performance and  other evaluation factors as
  described in the solicitatio 49 -EA Del to  Barstow CA 92311-5014
  Del by 90 DARO.  ` all responsible sources may submit  offer
  which DGSC shall consider.
CITE: (I-354 SN013711)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Purchase Services Branch, Attn:  Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth, NH  03801-2590
SUBJECT: 61--ARMATURE STACK
SOL N00102-97-Q-1231
DUE 011097
POC J J NOSEWORTHY,CONTRACT SPECIALIST, 207-438-2798(jjn%c530pns@ns01.ports.navy.mil),
  Contracting Officer, Phil Cotton, 207-438-2423
DESC: Negotiations to be conducted with Argo Marine & Industrial,
  Virginia Beach, Va.  To replace armature laminations on 2 ea
  500KW SSMG rotors from "semi closed slot type" to "open slot
  type".  Units as mfg by GE. See note 22
EMAILADD: jjn%c530pns@ns01.ports.navy.mil), Contracting Officer,
  Phil Cotton, 207-438-2423
EMAILDESC: 
CITE: (I-354 SN013866)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 63--Alarm and Signal, and Security Detection Systems
OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 1001, 761ST TANK
  BATTALION AVE, FORT HOOD TX 76544-5059
SUBJECT: 63--CABINATE, CENTRAL MUTIPLEXER MODEL 7370 INCLUDES
  INSTALLATION PN SJ7370 MFG SHANE GELLING
SOL DAKF48-97-Q-0030
DUE 122496
POC Purchasing Agent Joanne Smonko (817) 287-5730 (Site Code
  DAKF48)
DESC: Cabinet, Central Multiplexer, Model 7370, Shane Gelling
  P/N SJ7370, including installation, to be delivered to Fort
  Hood, TX. Request for Quotation DAKF48-97-Q-0030. Tentative
  Issue date is 9 Januaary 1997 and Tentative Closing Date is
  18 January 199. The anticipated delivery and installation date
  is 1 May 1997. A sole source purchase order with Shane Gelling,
  98 Prospect Ave., Seacliff, NY 11579 is anticipated. The standard
  Industrial Classification Code (SIC) is 5063.
CITE: (I-354 SN013822)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: C17 Aircraft Contracting Division, 485 Quentin Roosevelt
  Rd.,  Kelly Afb, Texas 78241-6425
SUBJECT: 66--INDICATOR
SOL F41608-97-R-0094
DUE 020397
POC For copy, FAX TO LCK AT (210)925-9020, For additional  information
  contact Wynne, P./lck2636/[210]925-6837
DESC: Item 0001 NSN 6620-01-367-4960LD P/N: 372-066-001, INDICATOR,
   RATIO,ENGIN PRESSURE ALUMINUM SIZE/DIMENSIONS: 3.00 Inches
  high by 6.75 inches wide by 11.5 inches deep. Weight 5 pounds
  FORM, FIT AND FUNCTION: Provides status of engine parameters
  to ensure control of each engine. Backup for main avionics
  multi-function display system. PREDOMINANT MATERIAL OF MANUFACTURE:
  Electronic equipment chassis, front panel display and controls,
  rear panel and 2 connectors, circuit cards and electronic components
  as an assembly. 11EA. Applicable to: C17 Aircraft. Destn: Kelly
  Afb, Texas 78241-6425. Delivery: 28 Nov 97 11 ea The approximate
  issue/response date will be 06 Jan 97. To: Mcdonnell Douglas
  Corp, Long Beach Ca 90807-4418. To: Parker-Hannifin Corp, Smithtown
  Ny 11787-0000. To:, . 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) 22,26.
CITE: (I-353 SN013392)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Directorate Of Contracting, Sa-Alc/Pkos 1288 Growdon
  Road Bldg  1585, Kelly Afb, Texas 78241-5318
SUBJECT: 66--DIGITAL & VISISON READOUT SYSTEMS
SOL F41650-97-R-0502
DUE 020397
POC For copy, Fax request to PKOS at (210)925-8990, For additional
   information contact Martinez, M./pkoc/[210]925-5827
DESC: Item 0001 NSN 6625-L6-326-0100 P/N: MASTER - G (MG), P/N
  MILL  VISION (MV) P/N: MASTER - TP (TP), P/N TURN VISION (TV)
  Purchase ACU Rite Digital Readout System's (DRO's) in order
  to remain consistent and compatible with existing equipment.
  Function: used for precision measuring and positioning accuracy
  during repair and manufacturing. Size: Various sizes. Delivery
  date 30 days ARO. ea. Applicable to: N/A. Destn: SA-ALC/F2TIME
  KELLY AFB, TX 78241-6037. The approximate issue/response date
  will be 06 Jan 97. The anticipated award date will be 28 FEB
  97. Written procedure will be used for this solicitation. To:
  Rex Supply Corp, San Antonio Tx 78219-0000. To: AJ ROD CO,
  HOUSTON TX 77011. To: McDOWELL MACHINERY & SUPPLY CO, DALLAS
  TX 75220. 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: (I-353 SN013395)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: 66--OSCILLOSCOPE
SOL F42650-97-T-6489
DUE 011497
POC For copy, Alison Trowbridge/Pkoc/[801]775-2381, For additional
   information contact Alison Trowbridge/Pkoc/[801]775-2381
DESC: Honeywell Oscillograph, NSN: 6625P1858TAH, P/N: 1858T79H,
  3  each. Honeywell Rack Mount, NSN: 6625P1677610100, P/N: 16776101-002,
  3 each. Honeywell Amplifier, NSN: 6625P1882LGD (low gain differential)
  P/N: 1882LGD, 13 each. Honeywell Amplifier, NSN: 6625P1881HGD
  (high gain differential) P/N: 1881HGD, 2 each. Honeywell Amplifier,
  NSN: 6625P1883AMPD (medium gain differential), P/N: 1883A-MPD,
  7 each. Delivery: 28 Jan 97 Destn: Hill AFB UT 84056 Items
  must meet all interface requirements with existing Test Consoles.
  The approximate issue/response date will be 03 Jan 97. The
  anticipated award date will be 14 Jan 97. Oral procedure will
  be used for this solicitation. To: Metrum Distributors, Salt
  Lake City UT 84115. All responsible sources solicited may submit
  a bid, proposal, or quotation which shall be considered. It
  is suggested that small business firms or others interested
  in subcontracting opportunities in connection with the described
  procurement make contact with the firm(s) listed. Request for
  copies of solicitations must reference the entire solicitation
  number, including purchasing office identification number.
  To expedite your request, limit the number of individual solicitation
  numbers requested per letter to not more than 10. Don't request
  information on this requirement until after the issue date.
  An Ombudsman has been appointed to hear concerns from offerors
  or potential offerors during the proposal development phase
  of this acquisition. The purpose of the Ombudsman is not to
  diminish the authority of the program director or contracting
  officer, but to communicate contractor, concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to the source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call Jack S. Jones if your
  concerns are not satisfied by the contracting officer (801)777-6991.
  This synopsis contains enough information for the buyer to
  receive oral quotes. No separate written solicitation will
  be issued. If you are interested in quoting on this acquisition,
  please contact the buyer stated above with your quote.
CITE: (I-353 SN013401)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 66--INDICATOR , LIQUID QUANTITY
SOL F41608-97-R-23543
DUE 020797
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Ortiz, F./ldkte/[210]925-8975
DESC: Item 0001 NSN 6680-00-877-7009 P/N: 393084-11881, 4.2 Inches
   long, 115 Vac, 400HZ single phase, predominant material metal
  w/elec. components. Function: Indicates amt of liquid oxygen
  in a tank. 6ea. Applicable to: C-130. Destn: FMS Requirement.
  Delivery: 31 DEC 97 6 ea Government furnished drawings and
  specifications are not available. The approximate issue/response
  date will be 08 Jan 97. The anticipated award date will be
  31 Mar 97. Written procedure will be used for this solicitation.
  To: Simmonds Precision Products Inc, Vergennes Vt 05491-8801.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable. All responsible
  sources solicited may submit a bid, proposal, or quotation
  which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  Justification: Supplies (or Services) required are available
  from only one or a limited number of responsible source(s)
  and no other type of supplies or services will satisfy agency
  requirements. See Note (s) 22,33,73,.
CITE: (I-353 SN013460)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS-AL-PC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
SUBJECT: 66--MOLECULAR BEAM EXPITAXY (MBE) REACTOR
SOL DAAL01-96-R-9384
DUE 020797
POC Patricia States, Contract Specialist, (301) 394-4348, Carolyn
  S. Gonser, Contracting Officer, (301) 394-1604.
DESC: This is a modification to a synopsis issued November 5,
  1996 under solicitation DAAL01-96-R-9384. Organizations that
  have already requested the solicitation in response to the
  November 5, 1996 synopsis have been placed on the solicitation
  mailing list, and need not respond to this synopsis. The folllowing
  represents the revised requirements for this solicitation.
  The contractor shall provide and install one (1) Molecular
  Beam Epitaxy (MBE) System that will provide state-of-the-art
  capabilities in the deposition of thin films of arsenide, antimonide
  and phosphide materials for the Army Research Laboratory at
  Adelphi, Maryland. The system shall be fitted with 20 ports
  for evaporation cells. The system shall include software and
  hardware to achieve these objectives via fully automated processes.
  The contractor shall perform a site survey and install the
  MBE system in the new Physical Sciences Building, in Adelphi,
  MD. Commencement of the site survey and installation of the
  system will begin when the new building is complete, which
  is expected to be no earlier than 1 July 1998. The contractor
  shall demonstrate that the unit meets manufacturer's stated
  specifications, prior to acceptance of the system. The contract
  shall also provide spare parts, documentation, and an industry
  standard warranty that will include parts, labor, and shipping
  for at least one year from the date of acceptance of the system.
  The contractor shall also provide formal training to U.S. Army
  Research Laboratory personnel. All responsible sources may
  submit a bid or proposal which will be considered by the Agency.
  No telephone requests will be honored.
CITE: (I-353 SN013472)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--CAP, LENS MOUNTING
SOL SP0440-97-R-0255
DUE 020797
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:  Shirley maxe Y/AX607/804-279-3364.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  YPG96291000941 NSN 6650-01-331-8502, cap lens mounting
  the  open/closing date for solicitation SP0440-97-R-0255 has
  been changed from  97 Jan 27 to 97 Feb 07.
CITE: (I-353 SN013512)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, LIQUID
SOL SP0440-97-R-0283
DUE 020797
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:  Shirley maxe Y/AX607/804-279-3364.
  contracting officer:   Kreylon V.  Crewe/804-279-4105.
DESC: PR-NO:  YPG96311000913 NSN 6680-01-312-3202, transmitter,
  liquid  the open/closing date for solicitation SP0440-97-R-0283
  has been changed  from 97 Jan 27 to 97 Feb 07.
CITE: (I-353 SN013513)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GEAR AND BEARING UN
SOL SP0440-97-Q-U491
DUE 020797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, Jeannette Bowman/AY80
   9/804-279-3927/contracting officer:  Karen McKinney/AY8 04/804-279-4780
   contact the buyer.
DESC: PR-NO:  FPG96327000276 NSN 6615-00-919-2695, gear and bearing
  unit,  P/N various, specifications, plan S or drawings relating
  to the  procurement described are not available and cannot
  be furnished by the  government.  Delivery 120 days ARO. (sole
  source) FAR 6.302-1.  Inten  DED sources Barden Corp. P/N Z224ZAX22,
  Honeywell P/N 2586456, General  Motors P/N 2930472.  Dfars
  205.207 (D) (IV).) all responsible sources may  submit offer
  which DGSC shall consider.
CITE: (I-353 SN013516)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--HOUSING-MOTOR GYRO
SOL SP0440-97-Q-U488
DUE 020797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, contact Jeannette Bow
   man/AY809/804-279-3927, contracting officer:  Karen mck  inney/AY804/804-279-4780
  contact the buyer.
DESC: PR-NO:  YPG96169001591 NSN 6615-01-252-6965, housing-motor
  gyro,  Honeywell, P/N 10042638, specificati ons, plans or drawings
  relating to  the procurement descr ibed are not available and
  cannot be furnished by  the government. delivery 180 days ARO.
   (sole source) FAR 6.302-1.  All  responsible sources may submit
  offer which DGSC shall consider.
CITE: (I-353 SN013519)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--SHAFT AND BEARING
SOL SP0440-97-Q-U492
DUE 020797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, contact Jeannette Bow
   man/AY809/804-279-3927, contracting officer:  Karen mck  inney/AY804/804-279-4780.
  contact the buyer.
DESC: PR-NO:  YPG96327000837 NSN 6615-00-786-5777, shaft and
  bearing,  qplfar 52.209-1 OR 52.209-2 (NOTE 23), P/N various,
  specifications,  plans or drawings rela ting to the procurement
  described are not available  and cannot be furnished by the
  government.  Delivery 180 day S ARO.   Intended sources:  Allied
  Signal P/N 1314570-1, Kearfott P/N 321696,  Barden Corp. P/N
  PZ168.  All responsible sources may submit offer which  DGSC
  shall consider.
CITE: (I-354 SN013538)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GAGE, FUEL FLOW
SOL SP0440-97-Q-U490
DUE 020797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, contact Jeannette Bow
   man/AY802/804-279-3927, contracting officer:  Karen mck  inney/AY804/804-279-4780.
  contact the buyer.
DESC: PR-NO:  YPG96332000904 NSN 6620-00-557-3179, gage, fuel
  flow,  intended sources Allied Signal, air instro.  Delivery
  180 ARO, (sole  source) FAR 6.302-1.  All responsible sources
  may submit offer which DGSC  shall consider.
CITE: (I-354 SN013539)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--LAMP BOARD ASSEMBLY
SOL SP0440-97-Q-U489
DUE 020797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Contact:  Jeannette  Bowman/AY809804-279-3927/ contract ing
  officer:  Karen  McKinney/804-279-4780
DESC: PR-NO:  YPG96332000906 NSN 6620-01-127-7389, lamp board
  assembly,  Canadian Marconi Co., P/N 220-41984 4-002, specifications,
  plans or  drawings relating to the procurement described are
  not available and  cannot be furnished by the government. delivery
  150 days ARO.  Sole  source FAR 6.302-1, dfars 205.207 (D)
  (IV).) all responsible sources may  submit offer which DGSC
  shall consider.
CITE: (I-354 SN013540)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--STATOR ASSEMBLY
SOL SP0440-97-Q-U487
DUE 020797
POC Contact:  Jeannette Bowman/AY809/804-279-3927 contracting
  of  ficer:  Karen McKinney Attn: DGSC-JJAB Richmond VA 23297
  -5312 AC  (804)279-3350. for copies of RFQ solicitation S,
  contact the buyer.
DESC: PR-NO:  YPG96339000552 NSN 6615-00-398-0705, stator assembly,
   Kearfott guidance & navigation Corp.  P/N 315415, specifications,
  plans  or drawings relating to the procurement described are
  not available and  canno T be furnished by the government.
   Delivery 180 ARO.  Sole source  FAR 6.302-1.  Dfars 205.207
  (D) (IV).) all responsible sources may submit  offer which
  DGSC shall consider.
CITE: (I-354 SN013542)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TORQUER, SIGNAL GENERATOR
SOL SP0440-97-Q-U465
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  DSCR-JGPB/ay 809/804-279-3927,
  contracting officer:  Karen  McKinney/ 804-279-4780.
DESC: PR-NO:  YPG96320000845 NSN:  6615-01-257-2450, torquer,
  Signal  generator, honey well Inc., CAGE 94580, P/N 10042617-116
  49 -EA Del  to Mechanicsburg PA 17055-0789 Del by 150 days.
   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-354 SN013678)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--DIAL AND LIGHT ASSEMBLY
SOL SP0440-97-Q-U466
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  DSCR-JGPB/ay 809/804-279-3927,
  contracting officer:  Karen  McKinney/ 804-279-4780.
DESC: PR-NO:  YPG96320001023 NSN 6610-00-430-5199, dial and light
   assembly, jet electronics & technology Inc., CAGE 25583, P/N
   542-1028-01 26 -EA Del to San Diego CA 92132-5044 Del by 150
  days.  74 - EA Del to Barstow CA 92311-5014 Del by 150 days.
   Unrestricted.   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-354 SN013679)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--ROTOR HOUSING ASSY
SOL SP0440-97-Q-U463
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  DSCR-JGPB/ay 809/804-279-3927,
  contracting officer:  Karen  McKinney/ 804-279-4780.
DESC: PR-NO:  YPG96326000919 NSN 6615-00-405-6484, rotor housing
  assy,  jet electronics & technology Inc., CAGE 25583, P/N 502-1154-01
  35 -EA  Del to Tracy CA 95376-5000 Del by 180 days.  9 -EA
  Del to San Diego CA  92132-5044 Del by 180 days.  See NOTE
  23.  Unrestricted.   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-354 SN013681)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TELETORQUE UNIT, COM
SOL SP0440-97-Q-U464
DUE 020397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  DSCR-JGPB/ay 809/804-279-3927,
  contracting officer:  Karen  McKinney/ 804-279-4780.
DESC: PR-NO:  YPG96344001022 NSN 6610-00-093-4171, teletorque
  unit, COM  Sequa Corp Kollsman Div., CAGE 89944, 1377N0411
  35 -EA Del to Tinker  AFB OK 73145-9013 Del by 180 days.  Unrestricted.
   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-354 SN013685)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--GYROSCOPE, RATE
SOL DAAH01-97-T-0257
DUE 010897
POC AMSMI-AC-CDDA, Donna Willard, Team Chief, 205-876-1510/Solicitation
  should be requested VIA Fax Number 205-876-9633.
DESC: THIS IS A COMBINED SYNOPSIS/SOLICITATION, Synopsis No.
  5418-96 (MA) NSN 6615-01-288-4749, Army P/N 1D54296-1, 16 each;
  PRON D1701324, Inspection/Acceptance Pts. Source, Inspection
  requirements: MIL-I-45208, 52.246-2, 52.246-16. Bar Coding
  Required. FOB Point: Destination. Destination: Red River Army
  DEPOT, TEXARKANA, TX Quantity 16 each, Packing A/C IAW MILSTD2073,
  Supplemented by MIL-P-116J. Delivery schedule 220 days after
  contract award. Offerors must be approved and qualified. 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. Restricted source is McDonnell Douglas Corporation,
  Defense and Electronics System, 5301 Bolsa Ave., Huntington
  Beach, CA 92647. All responsible sources may submit a quotation
  which shall be considered by this agency. Inquiries may be
  sent to the address above. The most recent representative unit
  price and quantity relative to this acquisition is NSN 6615-01-288-4749,
  Awd Date 082295, Qty 12, Unit Price $4,046.00. The Government
  provides this price history without assuming the responsibility
  for any resulting conclusions or interpretations that may be
  made. The price history is provided for informational purposes
  only and should not be relied upon as a basis for offer/bid.
  Adequate drawings, specifications, or other technical data
  are not available for this procurement and will not be furnished.
  Potential offerors are encouraged to pursue qualifiation for
  future buys in accordance with MICOM Pamphlet 702-1 Available
  through Internet. Sic Code 3679, Number of employees 500. Quotes
  should be submitted to Commander, U.S. Army Missile Command,
  Acquisition, AMSMI-AC-CDDA, Donna Willard, Redstone Arsenal,
  AL 35898-5280, reference DAAH01-97-T-0257. See Numbered Note(s):
  22.
CITE: (I-354 SN013766)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197
SUBJECT: 66--INSTRUMENTS AND LABORATORY EQUIPMENT
SOL DAAL01-96-R-9891
DUE 123096
POC Reginald Godwin, Contract Specialist, (301) 394-3148, Kathleen
  M. Tennant, Contracting Officer, (301) 394-3439.
DESC: This is a combined synopsis/solicitation for a commercial
  item prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation;
  a proposal is being requested and a written solicitation will
  not be issued. The solicitation number is DAAL01-96-R-9891.
  This acquisition is issued as a request for proposal (RFP).
  It is intended to award a contract to Rank Taylor Hobson, Inc.,
  2100 Golf Road, Suite 350, Rolling Meadows, IL 60008-4231,
  pursuant to 10 U.S.C. 2304(c)(1). Market research has demonstrated
  that Rank Taylor Hobson, Inc., is the only vendor capable of
  meeting the Government's minimum needs. The solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-41. The associated
  Standard Industrial Classification Code (SIC) is 3829. The
  small business size standard is 500 employees. The following
  is a list of the contract line item numbers and items, quantities
  and units of measure. CLIN No. 0001-Provide a Form Talysurf
  Non-contact Profilometer Laser System, 1 each, CLIN No. 0002-On-site
  formal training, 1 lot, Not separately priced. Description
  of requirements: The Army Research Laboratory (ARL) intends
  to procure a Form Talysurf Non-contact Profilometer Laser System.
  The Form Talysurf Non-contact Profilometer Laser system is
  comprised of a laser pick-up, motorized stage, data acquisition
  system, form and surface texture software with 3D capabilities,
  and vibration isolation system. The contractor shall provide
  on-site training for two (2) Government personnel on the proper
  operating procedures and maintenance requirements for the Form
  Talysurf Laser System. The Form Talysurf Laser System shall
  have a 120mm traverse length with variable measuring speeds;
  resolution requirements of 16nm at 1mm range and 0.6nm at 0.04mm
  range. Also, resolution shall be better than 12um at 6mm range;
  straightness accuracy of 0.5 um over the 120mm traverse and
  0.1um over the 20mm traverse; form accuracy of 0.25um over
  40mm with skidless range of 6mm using the best fit straight
  line method. The system shall have a motorized index stage
  and controller. The system shall have non-contact capability
  (laser pick-up). The system shall have a digital instrumentation
  module. The digital instrumentation module shall be a state-of-art
  microprocessor with Pentium CPU. The accompanying software
  shall be able to handle various surface geometries and be able
  to show 3D topographic analysis of the surface texture. The
  digital instrumentation module shall have an output device.
  The contractor shall provide their standard warranty to include
  parts and labor for a period of at least one (1) year from
  the date of Government acceptance. Delivery shall not be made
  prior to March 1997, unless agreed to by the Contracting Officer.
  The contractor shall notify the Contracting Officer at least
  10 days prior to delivery. Delivery shall be made to the Army
  Research Laboratory, Aberdeen Proving Ground, Maryland. Acceptance
  shall be performed at Army Research Laboratory, Aberdeen Proving
  Ground, Maryland following a successful operation demonstration.
  The FOB point is destination. The provision at 52.212-1, Instructions
  to Offerors - Commercial, applies to this acquisition. The
  following addenda have been attached to this provision: 52.211-6,
  52.215-16, 52.215-41, 52.216-1 - The Government contemplates
  award of a Firm Fixed Price contract resulting from this solicitation,
  52.233-2 - Protests, as defined in Section 33.101 of the Federal
  Acquisition Regulation, that are filed directly with an agency,
  and copies of any protests that are filed with the General
  Accounting Office or the General Services Administration Board
  of Contract Appeals, shall be served on the Contracting Officer
  (addressed as follows) by obtaining written and dated acknowledgment
  of receipt from: Army Research Laboratory, ATTN: Kathleen M.
  Tennant, AMSRL-CS-AL-PS, 2800 Powder Mill Road, Adelphi, MD
  20783-1197. In accordance with 52.215-41, the offeror shall
  submit, with its offer, a copy of its catalog price list or
  information other than cost or pricing data for determining
  reasonableness of the price proposed. Funds are presently available
  for this acquisition. Although this is a sole source procurement,
  firms interested in submitting a proposal may do so, but must
  include all information required by this synopsis, along with
  descriptive literature which clearly demonstrates that the
  proposed items meets all/each of the requirements contained
  herein. Failure to submit this information may result in the
  proposal receiving no further consideration. Information must
  be submitted prior to the offer due date/time. Responses must
  be made by the due date stated below. Offerors shall include
  a completed copy of the provision at FAR 52.212-3, Offeror
  Representations and Certifications - Commercial Items, and
  DFARS 252.212-7000, Offeror Representations and Certifications
  - Commercial Items, with its offer. The following addenda have
  been attached to these clauses: 52.215-11, 252.225-7006, Contractor
  Establishment Code and, Commercial and Government Entity Code.
  The clause at 52.212-4, Contract Terms and Conditions - Commercial
  Items, applies to this acquisition. The following addenda have
  been attached to this clause: 52.203-3, 52.211-5, 52.211-7,
  52.211-15, 52.215-42, 52.225-11, 52.232-17, 52.237-2, 52.242-13,
  52.247-34, 252.225-7008, 252.225-7009, 252.225-7025, 252.232-7006
  and 252.212-7001 with the following applicable DFARS clauses
  contained therein 252.225-7007, 252.225-7012 and 252.233-7000.
  The clause at 52.212-5, Contract Terms and Conditions Required
  to Implement Statutes or Executive Orders - Commercial Items,
  applies to this acquisition. The following additional FAR clauses
  cited in this clause are applicable: 52.203-6, 52.203-10, 52.219-8,
  52.222-26, 52.222-35, 52.222-36 and 52.222-37. The following
  additional contract requirement(s) or terms and conditions
  apply: The Contractor shall provide an industry standard warranty
  to include parts and labor, for a period of one (1) year from
  the date of Government acceptance. The acquisition is rated
  under Defense Priorities and Allocations System (DPAS) as DO.
  See Numbered Note 22 of the Commerce Business Daily. Offers
  are due on 06 January 1997, 2:00 pm, at the Army Research Laboratory,
  2800 Powder Mill Road, Adelphi, MD 20783-1197. For information
  regarding this solicitation, please contact Reginald Godwin
  on (301) 394-3148.
CITE: (I-354 SN013773)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: US Army Aviation and Troop Command, ATTN:AMSAT-A-PLBB,4300
  Goodfellow St. Louis, MO
SUBJECT: 66--INDICATOR, LIQUID LEVEL
SOL DAAJ09-97-R-0015
DUE 012097
POC Phil Eatherton, Contract Specialist (314)263-0733 OR MS Rita
  Surgeon, Contracting Officer (314)263-0742.
DESC: NSN: 6680-01-123-7727, IAW USAATCOM's technical data package
  145ES004 OR IAW Parker-Hanifin part number 218-008-001, Quantity
  20 each. Applicable to the the CH-47 aircraft. Delivery will
  be FOB Origin for New Cumberland, PA (10), Stockton, CA (5)
  and Texarkana, TX (5). Required delivery is 150 days after
  receipt of order. Approved sources are Boeing Helicopter Division
  and Parker-Hanifin (Gull Electronic Systems Division). This
  requirement requires prequalification. Justification for other
  than full and open competition is FAR 6.302-1. All responsible
  sources may submit an offer which shall be considered by the
  agency. Subject to availability of funds. No telephone requests
  for solicitations will be accepted. You may fax your request
  to AMSAT-A-PLBB, Phil Eatherton, Contract Specialist, on (314)263-9012.
  See Numbered Note(s): 23.
CITE: (I-354 SN013777)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Purchase Services Branch, Attn:  Code 535.3, Portsmouth
  Naval Shipyard, Portsmouth, NH  03801-2590
SUBJECT: 66--INSTRUMENTS AND LABORATORY EQUIPMENT
SOL N00102-97-Q-1063
DUE 020797
POC Carla Gordon, Contract Specialist, 207-438-1772 (cmg%530%pns@ns01.ports.navy.mil),
  Contracting Officer, Patricia Vachon, 207-438-1320.  FAX 207-438-1251.
DESC: Item 0001, Horizontal Dry Method Magnetic Particle Inspection
  Equipment in accordance with specifications to be listed on
  Enclosure 1 and MIL-STD-271F, MIL-STD-6867C, AND MIL-STD-278F(SH)
  with exceptions to be noted in upcoming solicitation, One(1)
  each. Deliveries to Portsmouth Naval Shipyard, Portsmouth,
  NH  03801-2590 FOB destination within 12 weeks after award
  of contract. All responsible sources may submit a bid, proposal
  or quotation which shall be considered by the agency.
EMAILADD: cmg%530%pns@ns01.ports.navy.mil), Contracting Officer,
  Patricia Vachon, 207-438-1320.  FAX 207-438-1251.
EMAILDESC: 
CITE: (I-354 SN013799)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 67--CURTAIN ASSEMBLY RECON/OPTICAL INC CAI (11871)
SOL SP0500-97-Q-J367
DUE 012197
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  M. Kashow/LAB31/215-697-0939 buy er:
   Margaret  Kashow/LAB31/215-697-0939
DESC: PR-NO:  YPI96332000996 NSN 6720-00-888-3623, CICA - descriptive
   data is proprietary BOA may exist for this item-check BOA
  listing action  started Comp Code B 84183 action started Comp
  Code I 84183 action started  Comp Code G 85001 Tech data package
  availability:  131 -EA Del to  Mechanicsburg PA 17055-0789
  Del by 17 Jan 97.  30 -EA Del to Tracy CA  95376-5000 Del by
  17 Jan 97.  RFQ due date:  97JAN21 specs:   Recon/Optical Inc
  P/N 5602-147 primary qty:  161 EA deliveries to CONUS  (excluding
  Alaska) delivery schedule:  120 days ADO offers will be  evaluated
  with a 10% preference for small disadvantaged business concerns.
    Drawings/specs are not required.  To obtain a copy of this
  solicitation  please send FAX request to 215-697-6333 or X1462
  X2978.
CITE: (I-354 SN013544)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 67--PREAMPLIFIER ASSEMBLY RECON/OPTICAL INC CAI DIV
  (11871)
SOL SP0500-97-Q-J566
DUE 012197
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  M. Kashow/LAB31/215-697-0939 buy er:
   Margaret  Kashow/LAB31/215-697-0939
DESC: PR-NO:  YPI96332000997 NSN 6760-00-899-1769, @MAJOR components
   capacitor 3, cup encapsulation 1, diode 4, printed wiring
  board 2,  resistor 13, resistor variable 2, transistor 5 @OVERALL
  length 2.022  inches nominal @OVERALL width 1.022 inches nominal
  @OVERALL height 1.062  inches nominal Tech data package availability:
   50 -EA Del to  Mechanicsburg PA 17055-0789 Del by 20 Feb 97.
   50 -EA Del to Tracy CA  95376-5000 Del by 20 Feb 97.  RFQ
  due date:  97JAN21 specs:   Recon/Optical Inc P/N 7320-840
  primary qty:  100 deliveries to CONUS  (exlcuding Alaska) delivery
  schedule:  120 days ADO offers will be  evaluated with a 10%
  preference for small disadvantaged business concerns.   Drawings/specs
  are not required.  To obtain a copy of this solicitation  please
  send FAX request to 215-697-6333 or X1462 or X2978.
CITE: (I-354 SN013552)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: 67--HIGH RESOLUTION DIGITAL CAMERA SYSTEM
SOL F33601-97-Q-0042
POC For Copy, ASC/PKWO, ATTN: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309, POC: T. Hayes/PKWOCA/937-257-5852,
  FAX No (937) 257-3926.
DESC: Wright-Patterson AFB OH has a requirement for a high resolution
  digital camera system. 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. Solicitation F33601-97-Q-0042
  is a request for quotation (RFQ). This solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 90-40. This is a small
  business set-aside procurement. The associated Standard Industrial
  Code (SIC) for this procurement is 3861, and the small business
  size standard is 500 employees. There is one line item for
  a high resolution digital camera. Description: The high resolution
  digital camera system shall have the following specifications:
  Resolution of 1.5 MP image size (1524x1012); Dynamic Range:
  12 bits/color, Integration to 2 seconds; Gain of 1x to 4x;
  Camera Body: Nikon N90 F-Mount adapters; Standard storage chip
  size of 14mm x 9.3mm; Computer Interface with standard SCSI
  Controller and cables; Software driver compatible with Photoshop
  plug-in Windows Twain Driver; Post acquisition software compatible
  with Windows 95; Print photgraphic color print quality 1.9
  minutes per page; Printer compatible with Windows 95 print
  driver, up to 64 MB RAM for caching of print jobs. POST ACQUISITION
  SPECIFICATIONS: Count and size object automatically; Image
  files in TIFF, Targa, Halo, IMG, and PCX format; Measure areas,
  perimeters, lengths, and angles; Export measurements to statistical
  and spreadsheet package via DDE; Display measurements as histograms,
  and scatter-grams; Output intensity map in ASCII format; Create
  direct and inverse transforms (FFT). Contractor shall supply
  two (2) sets of commercial off the shelf operation and maintenance
  manuals, to be delivered with the equipment. All offerors shall
  submit literature and materials demonstrating that their system
  meets the requirements as stated above. Date of delivery is
  90 days after receipt of order; place of delivery and acceptance
  is Wright-Patterson AFB OH. FOB Destination. Solicitation provision
  at FAR 52.212-1, Instruction to Offerors--Commercial Items
  (Oct 1995) is hereby incorporated by reference. FAR 52.212-2,
  Evaluation--Commercial Items. Evaluation criteria to be included
  in paragraph (a) of provision 52.212-2 are as follows: (1)
  technical capability of the system offered to meet the Government's
  requirements; (2) past performance; (3) price, in descending
  order of importance. Technical and past performance, when combined,
  are more important than price. All offerors are to include
  with their offers a completed copy of FAR 52.212-3, Offeror
  Representations and Certifications--Commercial Items (available
  on request). FAR 52.212-4, Contract Terms and Conditions--Commercial
  Items (OCT 1995) is hereby incorporated by reference. The following
  additional FAR clauses which are cited in clause 52.212-5,
  Contract Tems and Conditions Required to Implement Statues
  or Executive Order--Commercial Items are applicable to this
  acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative
  Action for Special Disabled and Vietnam Era Veterans; 52.222-36,
  Affirmative Action for Handicapped Workers; 52.222-37, Employment
  Reports on Special Disabled Veterans and Veterans of the Vietnam
  Era. Contractor shall provide a standard commercial warranty
  of one (1) year. All offers are due 1600 EST on 22 Jan 97 and
  must be submitted to ASC/PKWOCA, Attn: Timothy Hayes, 1940
  Allbrook Drive, Ste 3, Wright-Patterson AFB OH 45433-5309,
  (937)257-5852 Ext. 4306. Faxed offers will not be accepted.
  An Ombudsman has been established for this acquisition. The
  only purpose of the Ombudsman is to receive and communicate
  serious concerns from potential offerors when an offeror prefers
  not to use established channels to communicate his/her concern
  during the proposal development phase of this acquisition.
  Potential offerors should use established channels to request
  information, pose questions, and voice concerns before resorting
  to use of the Ombudsman. Potential offerors are invited to
  contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52,
  2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642,
  at (937) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious
  concerns only. See Numbered Note(s): 1.
CITE: (I-354 SN013895)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: U.S. International Trade Commission 500 E Street, SW.,
  Washington, DC 20436
SUBJECT: 70--DATABASE INFORMATION RETRIEVAL SERVICES
SOL 06100-OOGC-7001
DUE 123096
POC Debi Kearns, Contract Specialist (202) 205-2736.
DESC: The U.S. International Trade Commission intends to issue
  a Delivery Order against an existing Basic Ordering Agreement
  (BOA) with the Library of Congress To West Publishing Company
  to renew the WESTLAW Subscription Services for automated legal
  research service. Services will continue through September
  30, 1997. All responsible sources may respond. No telephone
  calls will be accepted. No award will be based on any offer
  or proposal received in response this notice. No solicitation
  document exists.
CITE: (I-353 SN013473)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: 70--THE MATHWORKS, INC., SOFTWARE LICENSE AND MAINTENANCE
SOL N66604-96-Q-1606
DUE 122696
POC Contact Dian Locke, (401) 841-2442 X205 or C. W. Garand,
  Contracting Officer, (401) 841-2442 X269.  Fax number (401)
  841-4820.
DESC: The Naval Undersea Warfare Center Division Newport has
  a requirement for the acquisition of three (3) perpetual licenses
  and three (3) years of maintenance for the following: Site
  ID 80297 - 1 user license for  MatLab, ML7-42c and the following
  tools; Signal Processing Toolbox SG30-b.  Site ID 77832 - 4
  user license for  MatLab, ML7-42c and the following tools:
   Signal Processing Toolbox SG30-b: Simulink SL-13c; and Statistics
  Toolbox ST-20.  Site ID 79441 - 1 user license for  MatLab,
  ML7-42c and the following tools; Control Systems Toolbox, CT-30b;
  MU-Analysis and Synthesis Toolbox, MU-20; Non Linear Control
  Design Toolbox, NC-10a; Robust Control Toolbox, RC-20b;  Signal
  Processing Toolbox SG30-b; Simulink SL-13c; System Identification
  Toolbox, ID-40.  It is intended to issue a Firm Fixed Price
  Contract per FAR part 13 on a sole source basis to The MathWorks,
  Inc., Natick, MA.The MathWorks, Inc. is the developer of the
  software (which is proprietary).  The following Small Business
  size standards apply: SIC 3571, 1,000 employees. See Note 1
  and Note 22.
LINKURL: http://www.npt.nuwc.navy.mil/contracts
LINKDESC: 
EMAILADD: LOCKE@CODE59.NPT.NUWC.NAVY.MIL
EMAILDESC: 
CITE: (I-354 SN013581)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Naval Air Warfare Center TSD, Code 274, Attn: Rita  
  Schnyder, 12350 Research Parkway, Orlando FL 32826-3275
SUBJECT: 70--GENERAL PURPOSE ADP PROCESSING EQUIPMENT, SOFTWARE,
  SUPPLIES AND SUPPORT EQUIPMENT
SOL N61339-97-R-0016
DUE 020897
POC Contact Point--LINDA GANS, 407-380-4059/CONTRACTING OFFICER,
  SUSAN GREGORY MINOR, 407-380-8020
DESC: No known NSN items, no specifications available. The Government
  intends to negotiate on a sole source basis with Trident International,
  Inc., Orlando, FL.  The parts to be acquired are various Trident
  Int'l computer 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 parts to be replaced.
   Requested Del 90 days.  Only written requests for Solicitation
  will be honored and should contain Contractor's Data Universal
  Numbering System (DUNS).  FAX No. (407) 380-4164. See note
  22. 
LINKURL: http://www.ntsc.navy.mil/contract/porcure.htm
LINKDESC: 
EMAILADD: linda_gans@ntsc.navy.mil
EMAILDESC: 
CITE: (W-354 SN013636)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: U.S. International Trade Commission 500 E Street, SW.,
  Washington, DC 20436
SUBJECT: 70--DATABASE INFORMATION RETRIEVAL SERVICES
SOL 06100-OOGC-7001
DUE 123096
POC Myra Lay.
DESC: The U.S. International Trade Commission intends to issue
  a Delivery Order against an existing Basic Ordering Agreement
  (BOA) with the Library of Congress to West Publishing Company
  to renew the WESTLAW Subscription Services for automated legal
  research service. Services will continue through September
  30, 1997. All responsible sources may respond. No telephone
  calls will be accepted. No award will be based on any offer
  or proposal received in response this notice. No solicitation
  document exists.
CITE: (I-354 SN013788)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NISE East, 4600 Marriott Drive, PO Box 190022, North
        Charleston, SC 29419-9022
SUBJECT: 70--MINIRATE ALARM RATEMETER
SOL N65236-97-Q-0652
DUE 011097
POC Point of Contact - Terri Jones, 803-974-4115;  FAX      
  803-974-5471
DESC: (200) EACH, MINIRATE ALARM RATEMETER   SPECIFICATIONS ARE
        AVAILABLE UPON REQUEST WITH THE REQUEST FOR QUOTATION.
   ALL       RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH WILL
  BE CONSIDERED BY       THE GOVERNMENT.  TO REQUEST A COPY OF
  THE REQUEST FOR QUOTATION, FAX        YOUR  REQUEST TO TERRY
  JONES AT  (803) 974-4115. The government       intends to award
  on a sole source basis to XETEX, INC.  Note 22       applies;
  however, all offers received within fifteen days, after   
     calendar date of publication of original synopsis will be
  considered       by the government.
EMAILADD: jonest@niseeast.nosc.mil
EMAILDESC: 
CITE: (D-354 SN013844)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NASA, Johnson Space Center, BJ23, Houston, TX 77058
SUBJECT: 70--MODIFICATION TO THE REQUEST FOR INFORMATION FOR
  THE JSC INFORMATION TECHNOLOGY CONTRACT.
SOL 9-BJ23-06-6-17P
DUE 121796
POC Contract Specialist: Judith A. Sparks, (281) 483-4152 Contract
  Officer: Ronald Johnson, (281) 483-4164
DESC: The Johnson Space Center has withdrawn the Information
  Technology Contract Request for Information. Johnson Space
  Center supports the NASA desktop outsourcing initiative led
  by the Goddard Space Flight Center.
CITE: (I-354 SN013910)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential
  Sources Sought
OFFADD: Social Security Administration, Office of Acquisition
  and Grants, 1710 Gwynn Oak Avenue, Baltimore, Maryland 21207-0696
SUBJECT: 70--DASD TRACKING SOFTWARE
POC Marcia Friedman Katz        Tel: 410-965-9477
DESC: The Social Security Administration (SSA) seeks to identify
  vendors who can provide software to track, control and manage
  Direct Access Storage Device (DASD) requirements and DASD storage
  space requests. The software must run on IBM compatible systems
  with Multiple Virtual Storage/Enterprise Systems Architecture
  (MVS/ESA) Version 5.2.2 and higher with Job Entry Subsystem
  3 (JES3), Version 5.2.1 and higher and the Data Facility System
  Managed Storage (DFSMS) Version 1.3 and higher.  The package
  must include the following functionalities:  1.) Provide a
  historical database of DASD requirements; 2.) Standardize and
  automate DASD space requests; 3.) Track requests and requirements
  in groupings such as by application, department or storage
  group; 4.) Provide an ISPF or CICS interface; 5.) Provide flexible
  reporting and forecasting; and, 6.) Provide for security (protection)
  to authorize users and allow for review of entries.  Additionally,
  SSA requires the software be presently licensed, fully supported
  and documented, including future enhancements, revisions and
  updates of the product. The software must be fully operational
  and running successfully at a minimum of three sites comparable
  in size and complexity to SSA, excluding any of the vendor's
  computer systems.  Vendors capable of providing a product with
  the functionalities and mandatory specifications as stated
  above are invited to submit complete information, software
  description, pricing, brochures and GSA Schedule Contracts
  (if applicable) about their product.  Interested parties must
  response to this notice in writing within 15 calendar days
  from the date of this publication.  Please refer to MFK-9701.
   THIS IS A REQUEST FOR PRODUCT INFORMATION ONLY.  This is not
  a request for proposal (RFP).  Information received will be
  used in SSA's assessment of capable sources.  The Government
  does not intend to pay for information received.  REQUESTS
  FOR COPIES OF A SOLICITATION WILL NOT BE HONORED OR ACKNOWLEDGED.
CITE: (I-354 SN013737)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Department of Veterans Affairs, Great Lakes Healthcare
  Systems, Contract Service Center, Bldg. 5, 5000 West National
  Ave., Milwaukee WI 53295
SUBJECT: 71--REFURBISHED OFFICE EQUIPMENT
SOL 69D-182-97
DUE 012497
POC Gloria Whitaker, Contracting Officer, (414) 384-2000x6917
DESC: Provide refurbished office equipment for 23 sub stations
  and 3 private offices located at Great Lakes Healthcare System
  Contract Service Center, Milwaukee, Wisconsin. Requirement
  includes design and installation. Requests for solicitations
  must be submitted in writing. No telephone requests will be
  accepted. Faxed requests are acceptable. Fax No. (414) 382-5383.
  Set-aside for small business concern.
CITE: (I-354 SN013742)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Disa/ditco/dts6 2300 East Drive Scott Afb Il 62225- 5406
SUBJECT: 71--WORKSTATIONS AND WORKSURFACES NECESSARY THE CONSOLIDATION
  OF THE FT. RITCHIE RCC/COLS RCCS.
SOL DCA200-97-R-0047
POC Natalie Smith-Davis 
DESC: The Defense Information Technology Contracting Organization
  intends to award a sole source procurement for the additional
  workstations and worksurfaces necessary to accomodate the consolidation
  of the Ft. Ritchie RCC/Cols RCCs increasing the mission area
  responsibility at the DISA Columbus DMS.    The workstations
  and miscellaneous parts are required to enable attachment to
  the existing Ft. Ritchie RCC Command Bridge Console.    The
  anticipated release date of the Request for Proposal is 06
  Jan 1997 with a closing date of 07 February 1997.  All responsible
  sources may submit a proposal  which shall be considered. 
  The proposal must be received in Hard Copy.  
CITE: (W-354 SN013865)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--COLD FOOD COUNTER, M COSPOLICH REFRIGERATOR CO
SOL SP0500-97-Q-SH41
DUE 012397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Robert Kubiak/VAB22/215-697-9238 buyer:
   Lynne  DeSanto/VAB26/215-697-9211
DESC: PR-NO:  YPI96248001532 NSN 7310-01-388-1017, 5 -EA Del
  to see  Preface to Navy address Co Del by 07 Sep 96.  RFQ due
  date:  97JAN23  primary qty:  5 deliveries to CONUS (exlcuding
  Alaska) delivery schedule:   120 days ADO NOTES 1 and 9 apply
  to obtain a copy of this solicitation  please send FAX request
  to 215-697-6333 or X1462 or X2978.
CITE: (I-354 SN013547)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: General Services Administration General Products Center
  Stock  Contracting Division (7FXIR-D4) 819 Taylor Street, RM
  6A24 Fort Worth,  Texas 76102-6114
SUBJECT: 73--PAPER CONICAL WATER CUPS
SOL 7FXI-D4-97-7364-N
DUE 030597
POC Frank Lioce, contracting officer, 817-978-4544
DESC: Preinvitation notice scheduled to issue on or about 12-23-96.
    Solicitation scheduled to issue on or about 01-31-97.  NSN's
   7350-00-224-7702 and 7350-00-290-0584.  Commercial item description
   A-A-2577 dated 08-19-88.  Spec. & whether an offeror, its
  product, or  service must meet a qualification requirement
  in order to be eligible for  award, & identification of the
  office from which additional information  about the qualification
  requirement may be OBTAINED.) contract period  07-01-97 or
  date of award, whichever is later, through 06-30-99.  I-FSS-168,
  option to extend the term of the contract.  See NOTE 12 trade
   agreements.  All responsible sources may submit a quotation
  which, if  timely received, shall be considerd.
CITE: (I-354 SN013937)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: U.S. Department of Commerce, Acquisition Services, 14th
  & Constitution Ave., N.W., Room H-6517, Washington, D.C. 20230
SUBJECT: 76--ELECTRONIC ON-LINE LEGAL INFORMATION SERVICES
POC Michael B. Smith
DESC: The U.S. Department of Commerce intends to issue a Delivery
  Order per the provisions of the Library of Congress, Fedlink
  Basic Ordering Agreement (95CLFB0040) for Electronic On-Line
  Legal Information Services.  This is not a Request for Proposals,
  but rather an inquiry to determine the availability of qualified
  firms.  This office believes that only West Publishing of St.
  Pauls, MN can provide this service.  Firms believing that they
  have the ability to furnish these services must furnish detailed
  technical information clearly demonstrating their capabilities
  within 15 days of the date of this notice.  This is not a solicitation
  or the announcement of a forthcoming solicitation.  There is
  no document to request, however, all responsive capability
  statements will be considered.  If no affirmative response
  is received by the 15th day afterpublication of this notice
  which clearly demonstrates a firm's ability to provide the
  above services, a Delivery Order will be issued to West Publishing
  in accordance with the terms of the Basic Ordering Agreement.
CITE: (I-354 SN013801)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives
OFFADD: General Services Administration, paints and chemicals
  center,  Acquisition Division, GSA center, 400 15TH Street
  S.W., Auburn, WA  98001-6599
SUBJECT: 80--COATING COMPOUND (BITUMINOUS), PLASTIC COATING COMPOUND
   (STRIPPABLE), PUTTY (ZINC CHROMATE) AND PLUMBING FIXTURE SETTING
  COMPOUND
SOL TFTP-97-AT-8305
DUE 030197
POC Donna R. ramirez, 206-931-7079
DESC: The General Services Administration has a requirement for
  coating  compound, bituminous, solvent type IAW military specification
  MIL-C-450  and MIL-C-18480; plastic coating compound (strippable)
  in accordance with  military SPECIFICATIONSMIL-C-6799, MIL-P-149
  and MIL-P-23242; putty,  Zinc chromate, general purpose, IAW
  military specification MIL-P-8116;  and plumbing fixture setting
  compound iawfederal specification TT-P-1536.   QPL requirements
  are required for MIL-C-450, MIL-C-6799 and MIL-P-149.   This
  procurement is a two year fixed-price contract W/economic price
   adjustment for direct delivery FOB destination to various
  GSA depots and  locations in the continental US.  The standard
  industrial classification  codes for this acquisition are 2851,
  2891 and 2952.  The small business  size standard is 500 employees.
   The solicitation packages will be  available O/A February
  1, 1997.  The time for receipt of proposals shall  be 30 days
  from the date of issuance of the solicitation.  All sources
   may submit a proposal which shall be considered by the agency.
   However,  all sources responding to this synopsis shall submit
  information relative  to business status, including identification
  as to whether it is a small,  large, minority-owned and/or
  women-owned business.  NOTE codes 2, 9,  12, 23 and 26 apply.
CITE: (I-354 SN013949)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives
OFFADD: General Services Administration, Acquisition Division
  10FTP-P 400  15TH Street SW, Auburn, WA 98001-6599
SUBJECT: 80--8010 - VARIOUS ENAMELS, PAINTS AND PRIMER
SOL TFTP-97-DP-8028
DUE 011597
POC Y. Trevino (206) 931-7090
DESC: Indefinite, multi-year quantity requirements contract for
  delivery  to various GSA depots (Burlington, NJ; Ft. Worth,
  TX; Palmetto, GA;  and Stockton, CA).  Various colors IN 1
  and 5 gallon cans IAW  specifications TT-E-485, TT-E-509C (small
  business SET-ASIDE), TT-E-516A  (QPL qualifications), A-A-2994
  primer, formally TT-E-545C, small  business SET-ASIDE) and
  MIL-E-15090C.  Material will be required to be  available for
  inspection and testing by the government prior to shipping.
    Contract period July 1, 1997 thru June 30, 1999, with an
  economic price  adjustment clause.  All responsible sources
  may submit a bid which shall be  considered.  NOTE:  firms
  responding to CBD notice 80-INTERIOR alkyd  enamels and primer,
  so.  TFTP-96-DP-8007, DTD 11/12/96, will  automatically be
  send a copy of this solicitation.  Therefore those firms  need
  not respond to this notice.  Written requests preferred.
CITE: (I-354 SN013967)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives
OFFADD: General Services Administration, Acquisition Division
  10FTP-P 400  15TH Street SW, Auburn, WA 98001-6599
SUBJECT: 80--8010 - INTERIOR ALKYD ENAMELS AND PRIMER
SOL TFTP-96-DP-8007
POC Y. Trevino (206) 931-7090
DESC: This is a modification of a synopsis published on 11/12/96
  for  interior alkyd enamels and primer, under Sol. TFTP-96-DP-8007.
   This  project is canceled due to items being consolidated
  into Sol  TFTP-970DP-8074.  Those firms responding to the synopsis
  published on  11/12/96 will automatically be send copies of
  Sol. TFTP-97-DP-8028 and  Sol. TFTP-97-DP-8074.
CITE: (I-354 SN013968)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives
OFFADD: General Services Administration, Acquisition Division
  10FTP-P 400  15TH Street SW, Auburn, WA 98001-6599
SUBJECT: 80--8010 - VARIOUS ENAMELS (ACRYLIC-EMULSION, GLOSS,
   SEMI-GLOSS, LOW LUSTER,, FLOOR AND DECK, INTERIOR AND EXTERIOR.
SOL TFTP-97-DP-8074
DUE 011597
POC Y. Trevino (206) 931-7090
DESC: Indefinite, multi-year quantity requirements contract for
  delivery  to various GSA depots (Burlington, NJ; Ft. Worth,
  TX; Palmetto, GA;  Stockton, CA) and locations within the contiguous
  United States.   Various colors and sizes iawspecifications
  TT-E-487, TT-E-527G and  TT-3-529G (QPL qualifications) TT-P-1565,
  TT-E-2784 (small business  SET-ASIDE) and MIL-E-1115D.  Material
  will be requiredto be available for  inspection and testing
  by the government prior to shipping.  Contract  period July
  1, 1997 thru June 30, 2002, with an economic price  adjustment
  clause.  All responsible sources may request a copy of the
   solicitation.  Written requests preferred.
CITE: (I-354 SN013969)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 81--SHIPPING AND STORAG
SOL N0038397RM074
DUE 012897
POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 6K-8145-01-435-1598-UN, SPEC NR TDP VER 001, Ref Nr
  15771, Qty 93 EA, Delivery FOB Origin, See Note 22
CITE: (I-354 SN013621)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 81--SHIPPING AND STORAG
SOL N0038397RM128
DUE 012897
POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 6K-8145-99-362-7955-UN, SPEC NR TDP VER 001, Ref Nr
  15770, Qty 1 EA, Delivery FOB Origin, See Note 22
CITE: (I-354 SN013622)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 81--SHIPPING AND STORAG
SOL N0038397RM129
DUE 012897
POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 6K-8145-99-562-4237-UN, SPEC NR TDP VER 001, Ref Nr
  15772, Qty 1 EA, Delivery FOB Origin, See Note 22
CITE: (I-354 SN013623)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 81--SHIPPING AND STORAG
SOL N0038397RM130
DUE 012897
POC Contact Point, Mary Ellen A Eisele, 0232.28, (215)697-1181,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 6K-8145-99-562-4237-UN, SPEC NR TDP VER 001, Ref Nr
  15772, Qty 31 EA, Delivery FOB Origin, See Note 22
CITE: (I-354 SN013624)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: General Services Administration, 2FYS, Business Service
  Center  region 2, RM 18-130, 26 Federal Plaza, New York, NY
  10278
SUBJECT: 81--8115 BOX, SHIPPING, CORRUGATED FIBERBOARD, SINGLE
  WALL
SOL 2FYS-BG-96-0002-S
DUE 022197
POC Margo michelsen-clare 212-264-7386
DESC: This solicitation is cancelled.
CITE: (I-354 SN013931)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: General Services Administration 26 Federal Plaza room
  19-116 New  York, NY 10278
SUBJECT: 81--35/05 PLASTIC BAGS(G.P) AND PLASTIC SHEETS SHRINK
  TUNNEL
SOL 2FYS-BQ-97-0013
POC Lonnie Cummings Contract Specialist telephone:  212-264-2497
  FAX:   212-264-1780
DESC: This is an amendment to solicitation 2FYS-BQ-97-0013-N
  that  previously appeared in the CBD.  The original issue date
  was December  16,1996 and closing date was January 7, 1997.
   The new issue date will  be December 22, 1996 and the new
  closing date will be January 17, 1997.   Bid samples will be
  required for allline items under this solicitation.   If you
  have any questions please Call Lonnie Cummings at 212-264-2497.
    All those who called in or faxed requesting a copy have already
  been added to  the mailing list and do not have to Call again.
CITE: (I-354 SN013932)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 83--TENT SECTIONS
SOL SP0100-96-R-4008
DUE 020297
POC Contact:  DPSC-FOTM-1 buyer-liz Bailey 215/737-3071
DESC: This solicitation is hereby modified to change the items
  being  purchased.nsn:  8340-01-198-5358 is deleted and substituted
  with NSN:   8340-01-198- 7618.  A quantity of 500 of these
  will be required.  On NSN:   8340-01-213-9557 a quantity of
  600 units is required. these items are  tent sections, temper
  desert Tan.  For information please contact Liz  Bailey 215/737-3071.
CITE: (I-354 SN013554)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--MATTRESS TICKING
SOL 1PI-B-1951-97
DUE 020797
POC Contract Specialist, CLARK, MILLIE, 202/508-3970
DESC: UNICOR, Federal Prison Industries, Inc., intends to enter
  into a one year Indefinite Delivery Indefinite Quantity contract
  with one option year for delivery to Federal Prison Industries,
  USP Atlanta, GA. Item No.1: UNICOR APECS No. FAB-0562, estimate
  Maximum 15,000 yards of Fabric, Slip Resistant Ticking. 100%
  polyester, stitch bonded fabric with acrylic foam backing or
  knit construction. 82" weight: 4.5 oz per sq yd. Ticking shall
  be similar or equal to tietex Style C-165, Pattern 9055, color
  silver.Must meet or exceed minimum requirements of DOC-FF-472
  Flammability Standards. Guaranteed Minimum Amount is 5,000
  yards. Item No. 2: UNICOR APECS No. FAB-0482, estimated Maximum
  50,000 yards of Fabric, Satin Ticking 100% polyester satin
  knit construction. Width 84" weight 3.2 oz per sq. yd. color
  Navy in accordance with PPP-P-1134. Must meet or exceed minimum
  requirements of DOC-FF-472 flammability standards. Guaanteed
  minimum Amount is 25,000 Yds. Delivery is 30 days after each
  delivery order. Delivery order limitations are Item 0001 Minimum
  is 2,000 yards and Maximum is 15,000 yards. Item 0002 Delivery
  order limitations are Minimum 2,0000 yards and Maximum 50,00
  yards. Telephone requests will not be honored. All requests
  for solicitation must be written on your company letterhead.
  Please indicate your business size (Large or Small, Women-Owned
  or Small Disadvantaged) on all requests. All responsible sources
  may submit a bid, which shall be considered by the Agency.
  Facsimile request will be honored at number 202-508-8498.
CITE: (I-354 SN013814)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--DECORATION SET, NAVY, ACHIEVEMENT
SOL SP0100-97-Q-4069
DUE 092197
POC Contact:  DPSC-FOTM-2 buyerloretta Cicirello 215/737-3294
DESC: PR-NO:  YPT96347000003 NSN 8455-00-926-6784, 25,000 -SE
  Del to  Mechanicsburg PA 17055-0789 Del by 14 Jul 97.  See
  NOTES 1, 9, item  description:  decoration set, Navy, achievement.
   First article  required.  Utilizaing simplified procedures
  if procurement is under  $100,000.  Quantity:  25,000 unit
  of issue:  SE production leadtime:   165 days No. of deliveries:
   6.
CITE: (I-354 SN013580)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: 84--DIVERS HOT WATER SUITS
SOL N61331-97-Q-1813
DUE 010697
POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol
  A. Dreger, Contracting Officer, (904)234-4863.
DESC: The Coastal Systems Station, Dahlgren Division, NSWC, Panama
  City, FL intends to award a sole source Purchase Order to Diving
  Unlimited International Inc,. San Diego, CA for the manufacture
  of 36 each Hot Water Suits in accordance with NAVSEA drawing
  608-6264929 and other associated drawings. These are source
  controlled drawings to the contractor cited above and cannot
  be substituted without NAVSEA approval. This will be an Indefinite
  Quantity Purchase Order and the period of performance will
  be for three (3) years. The contractor shall procure all required
  material, parts and accessories and these items shall be inspected
  by an authorized EX14 project representative prior to the manufacture
  of the Hot Water Suits. See Note 22.
CITE: (I-354 SN013756)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 85--Toiletries
OFFADD: General Services Administration Business Service Center,
  region 2  26 Federal Plaza, room 18-130, NY NY 10278
SUBJECT: 85--40 PAPER, TOILET
SOL 2FYP-DR-970008-S
DUE 011797
POC Karen Hutson-Harris - 212-264-2675
DESC: This item was suppose to be issued on December 13, 1996
  but it will  be issued December 17, 1996 and bid opening date
  is now January 17, 1996.
CITE: (I-354 SN013942)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91--COAL, BITUMINOUS
SOL SP0600-97-R-0047
DUE 020397
POC Contact P. Fordham, Contract Specialist, (703) 767-8533/D.
  Frankel, Contracting Officer, (703) 767-8524
DESC: Modification:  This synopsis was originally published in
  the CBD on 9 Dec and modified on 11 and 19 Dec 96.  This modification
  is issued to change the closing date to 03 Feb 97.  All other
  information published in the original synopsis remains the
  same.
CITE: (I-354 SN013795)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Gilcrest Electric And Supply Company, Nasa Plum Brook
  Station, 6100 Columbus Avenue, Sandusky Oh 44870
SUBJECT: 93--FABRICATED GRAPHITE PARTS
SOL 7404
POC Marlisa M. Young, (419) 621-3258
DESC: Fabricate and Machine several Graphite Parts to be used
  in the hot train rebuild of a heater unit in the Hypersonic
  Tunnel Facility (HTF), located at the NASA Plum Brook Station,
  Sandusky, Ohio.  This solicitation will be for material authorized
  under NASA Contract Number NAS3-26951.  Delivery will be to
  NASA, Plum Brook Station, Sandusky, Ohio 4870.  Delivery required
  by February 1997.  Requests for this solicitation must be received
  no later than 4:30pm E.S.T., on December 30, 1996.  When calling
  please be prepared to state name, address, and solicitation
  number.  FAX request and e-mail requests are acceptable and
  should be sent to Marlisa M. Young at 419-621-3276 or pbyounm@lims01.lerc.nasa.gov,
  using solicitation number 7404.  All responsible sources may
  submit a bid which shall be considered.***** 
CITE: (W-353 SN013381)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Gilcrest Electric And Supply Company, Nasa Plum Brook
  Station, 6100 Columbus Avenue, Sandusky Oh 44870
SUBJECT: 93--FABRICATED GRAPHITE PARTS
SOL 7404
POC Marlisa M. Young, (419) 621-3258
DESC: Fabricate and Machine several Graphite Parts to be used
  in the hot train rebuild of a heater unit in the Hypersonic
  Tunnel Facility (HTF), located at the NASA Plum Brook Station,
  Sandusky, Ohio.  This solicitation will be for material authorized
  under NASA Contract Number NAS3-26951.  Delivery will be to
  NASA, Plum Brook Station, Sandusky, Ohio 4870.  Delivery required
  by February 1997.  Requests for this solicitation must be received
  no later than 4:30pm E.S.T., on December 30, 1996.  When calling
  please be prepared to state name, address, and solicitation
  number.  FAX request and e-mail requests are acceptable and
  should be sent to Marlisa M. Young at 419-621-3276 or pbyounm@lims01.lerc.nasa.gov,
  using solicitation number 7404.  All responsible sources may
  submit a bid which shall be considered.***** 
CITE: (W-353 SN013382)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Gemini 8-m Telescopes Project, AURA, 950 N. Cherry Ave.,
  P.O. Box 26732, Tucson, Arizona, 85726-6732. FAX (520) 318-8590
SUBJECT: 93--FABRICATION OF 50 CARBON COMPOSITE BAFFLE LEAVES
SOL 8101298
DUE 011097
POC John Roberts (520) 318-8413, Contracts Manager, Andrew Flach
  (520) 318-8537.
DESC: The Gemini 8-m Telescopes Project is seeking qualified
  firms to fabricate 50 carbon composite baffle leaves that will
  be used as part of the M2 Deployable Baffle assemblies on the
  Gemini telescopes. Each leaf will be composed of high-stiffness
  carbon composite, be approximately 300 mm wide, 560 mm long
  and 2.5 mm thick, and be curved about its long axis. Each leaf
  will also have a stainless steel backing plate bonded to it.
  The Gemini 8-m Telescopes Project is an international collaboration
  to build two 8-meter telescopes, one to be located on Mauna
  Kea in Hawaii, the other to be located on Cerro Pachon in Chile.
  The Gemini project partners include the USA, United Kingdom,
  Canada, Argentina, Brazil, and Chile. The Gemini project is
  operated  by the Association of Universities for Research in
  Astronomy (AURA) under contract to the National Science Foundation.
  Companies who are interested in receiving the Request for Proposal
  for this procurement should send a letter of interest by 3
  January, 1997, to the address below: Gemini 8-m Telescopes
  Project, 950 North Cherry Avenue, P.O. Box 26732, Tucson, Arizona
  85726-6732, Attn: Contracts Manager, Request for Proposal No.
  8101298, FAX (520) 318-8590.
CITE: (M-354 SN013863)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 95--ALUMINUM Z- BAR
SOL 1PI-R-0664-97
DUE 123096
POC Contract Specialist, MITCHELL, BETH, 202/508-3960
DESC: Correction to 1PI-R-0664-97: Size shall be 2 5/8" x 3"
  x 2 5/8". There is a variance of 1/8" of any of the 3 sizes.
  For any additional questions, you may submit a fax to Beth
  Mitchell at 202/508-8498.
CITE: (I-354 SN013813)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: U.S. Forest Service, Shasta-Trinity National Forest,
  2400 Washington Avenue, Redding, CA 96001
SUBJECT: 99--SUPPLY OF SEEDLING PROTECTORS AND BAMBOO STAKES
SOL RFQ 97-06
DUE 020697
POC Lynda Gilley, (916) 246-5227, Contracting Officer, Cleveland
  Percy, (916) 246-5161.
DESC: Project consist of supplying approximately 300,000 seedling
  protectors and approximately 250,000 bamboo stakes for the
  Yolla Bolla Ranger District, Shasta Trinity National Forest.
  The approximate first delivery shall be April 1, 1997.
CITE: (M-354 SN013720)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: minerALS MANAGEMENT SERVICE, PROCUREMENT & PROPERTY MANAGEMENT
   DIV, 381 ELDEN STREET MAIL STOP 2500, HERNDON, VA 20170-4817
SUBJECT: 99--99-GEOLOGICAL AND GEOPHYSICAL DATA
SOL 7-8100-1002 1435-02-97-RQ-40287
DUE 021097
POC Contract Specialist, MARY A. HADEN, (303)275-7376
DESC: The Minerals Management Service intends to award a contract
  to  ARCO Alaska, Inc., P.O. Box 100360, Anchorage, Alaska 99510-0360,
   utilizing other than full and open competition for the purchase
  of  approximately 6.44 line miles of 2-D seismic reflection
  data. The  subject data is within the State of Alaska jurisdiction
  and adjacent to  Federal OCS jurisdiction waters. This data
  was acquired in conjunction  with OCS data acquired under OCS
  Permit No. 93-02. No solicitation is  available for this sole
  source acquisition. Authority for this  non-competitive acquisition
  is found under 41 U.S.C. 253(c)(1) and (5).
CITE: (I-354 SN013728)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Bureau of Land Management, 6881 Abbott Loop Rd., Anchorage,
  AK 99507
SUBJECT: 99--CARGO NETS
SOL 1422-L953-Q97-2001
DUE 012496
POC Terese Bertini, 907/267-1320.
DESC: SYNOPSIS The Government anticipates entering into a sole-source
  contract with P & R Mfg. Inc. P.O. Box 7, Mineral Wells, Texas
  76067. The cargo nets were designed for the Fire Service to
  be used specifically with a helicopter and in specially designed
  packing boxes for fire use. This is a simplified procurement
  using commercial acquisition procedures described in Part 12
  of the FAR. Firms which believe they can furnish equivalent
  equipment will be considered but only if responding with clear
  and convincing documentation, in writing, substantiating their
  ability to meet the entire requirement refer to 1422-L953-Q97-2001.
  This data must be submitted within thirty calendar days after
  publication of this notice. This is a request for quotation
  and no solicitation documents exist. The helicopter cargo net
  shall have a safe working load of 6,000 pounds and demonstrate
  a proof test of 12,000 pounds. The net shall be a 15-foot x
  15- foot square, consisting of net mesh and a perimeter rope
  of a size that shall meet the working load weight and proof
  test requirements. Tethering rings shall connect to segments
  of the perimeter rope, the perimeter rope shall be divided
  into two segments of equal length with rings at the segment
  junctions. Thimbles shall be used so the perimeter ropes perform
  as drawstrings as the load is lifted, enclosing the top of
  the net during transport. All component materials, including
  metallic and non-metallic parts, shall be new and not reprocessed
  or reworked. The perimeter rope of the cargo net shall be nylon,
  Dacron, or polypropylene. The perimeter rope shall have a maximum
  of 5/8 of an inch diameter. The perimeter rope shall be anchored
  to the net by plasticized wrapped jointing at each intersection.
  The spacing between the intersection strands shall be maintained
  during all usage of the net so that the distance between the
  centers of the adjacent intersection shall not exceed six (6)
  inches. The net mesh shall be made of three strand polypropylene,
  and a minimum of 3/8 of an inch in diameter. The rope for the
  net mesh shall be alternating colors of black and yellow interwoven.
  The extremities of the cargo net shall be fitted with plastic
  thimbles, spliced or swaged to the ends of the net strands.
  Splices shall incorporate a minimum of four tucks. Thimbles
  shall not crack or break when the net on which they are installed
  is stressed too maximum working load. Thimbles on each side
  of the hoist rings and where connected to the hoist ringer
  shall be made of steel. The hoist rings shall be a minimum
  of two and one half inches inside diameter. Approximate finished
  weight of net shall be 42 pounds. All materials used shall
  not be affected by exposure to desert sunlight or outdoor storage
  for a period of at least one (1) year. All materials used shall
  be unaffected in their physical properties by exposure to dust,
  moisture herbicides, pesticides and other chemicals found in
  general fire fighting forestry work conditions, or to jet fuel,
  and oils and additives used for and around helicopters. The
  cargo net shall be capable of performing as designed throughout
  the temperature range of O degrees F to 140 degrees F. Each
  net shall be marked showing the rated capacity, the manufacturer,
  and the date of manufacture. Markings shall be permanently
  stamped or embossed with a durable tag securely attached to
  the net. Written certification by a qualified engineer shall
  be provided for the designed cargo net. This certification
  shall document the net prototype can pass a proof test of 12,000
  pounds. Only written or facsimile inquiries will be accepted,
  at Bureau of Land Management, 6881 Abbott Loop Road, Anchorage,
  AK 99507 the fax number is (907) 267-1434. Upon written or
  facsimile request a clause packet and a drawing of the cargo
  net will be furnished.
CITE: (I-354 SN013780)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. ARMY MEDICAL RESEARCH ACQ ACTIVITY, 820 CHANDLER
  ST, FORT DETRICK MD 21702-5014
SUBJECT: A--NON-INVASIVE METHEMOGLOBIN MONITOR
POC Contracting Officer Patricia M. McAllister (301) 619-7360
  Contract Specialist Cheryl A. Lowery (301) 619-7150 (Site Code
  DAMD17)
CNT DAMD17-97-C-7003
AMT $150,000
DTD 121696
TO OHMEDA, 1315 WEST CENTURY DRIVE, LOUISVILLE, CO 80027
CITE: (I-354 SN013815)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: A--MINE COUNTERMEASURE PROGRAM
POC Jesse L. Johnson, Contract Specialist, (904)234-4539 Carol
  A. Dreger, Contracting Officer, (904)234-4863.
CNT N61331-97-D-0009/N61331-97-R-0008
AMT $979,952.00
LINE 0001 - 0002
DTD 121896
TO Arinc, Inc. 2551 Riva Rd. Annapolis, MD 21401
CITE: (I-354 SN013885)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: A--SMART WEAPONS MASTER PLANNING SUPPORT SERVICES FOR
  THE AMC SMART WEAPONS MANAGEMENT OFFICE (AMC-SWMO)
POC (PCF) Anthony Grayson, Contract Specialist, AMSMI-AC-CFHC,
  (205) 842- 7319, Dana E. Holmes, Contracting Officer, AMSMI-AC-CF,
  (205) 842- 0521.
CNT DAAH01-94-C-0089/P00073
AMT $80,000.00
LINE N/A
DTD 121896
TO Dynetics Incorporated 1000 Explorer Blvd, P O Drawer B, Huntsville,
  AL, 35806-2806
CITE: (I-354 SN013886)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 210000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: A--MANUFACTURING RESEARCH AND DEVELOPMENT OF X-BAND
  ACTIVE ELECTRONICALLY SCANNED ARRAY TRANSMIT/RECEIVE MODULES
POC William T. Monckton, Contract Specialist, (619) 939-8234
  or John R. Davidson, Contracting Officer, (619) 939-7408.
CNT N68936-97-C-0017
AMT $4,498,223.00
LINE 0001 AND 0002
DTD 121796
TO Raytheon Electronic Systems, 180 Hartwell Road, Bedford, MA
  01730
CITE: (I-354 SN013896)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: US ARMY CORPS OF ENGINEERS FT WORTH DIST, 819 TAYLOR
  STREET, ROOM 6A18, P O BOX 17300 ATTN CESWF-ED-MC, FORT WORTH
  TX 76102-0300
SUBJECT: C--NATIONAL RANGE CONTROL CENTER, WHITE SANDS MISSILE
  RANGE, NEW MEXICO
POC Contract Specialist John H. Rodgers (817) 978-7058 (Site
  Code DACA63)
CNT DACA63-97-C-0007
AMT $262,397
DTD 121396
TO MERRICK & COMPANY, P O BOX 22026, DENVER, CO 802220026
CITE: (I-354 SN013826)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box
  25047, Denver, CO 80225-0047
SUBJECT: F--HAY: ALFALFA
POC N/A
CNT 1422-N651-P97-0004
AMT $50,000.00
LINE N/A
DTD 121796
TO M. Van Vliet & Sons, Inc. 15799 S. Carrolton Rd., Escalon,
  CA  95320
LINKURL: N/A
LINKDESC: 
EMAILADD: N/A
EMAILDESC: 
CITE: (W-353 SN013383)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air =  Force Base Ok 73145-3015
SUBJECT: J--ENGINEERING SERVICES =
CNT F34601-97-D-0086, F34601-96-R-48248 =
AMT $339,649 =
DTD 121796
TO Chrysler Tech Airborne Systems Co, Po Box 154580, Waco Tx
  =  76715-4580
CITE: (I-353 SN013426)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Materiel Systems Contracting Division, 4375 Chidlaw Road
  Rm C022,  Wright-Patterson Afb Oh 45433-5006
SUBJECT: J--HARDWARE MAINTENACNE
CNT F19628-97-C-0319
AMT $28,032
DTD 121896
TO Storage Technology Corp, 12200 Tech Rd, Silver Spring Md 
  20904-1983
CITE: (I-353 SN013438)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: J--ASBESTOS ANALYSIS SERVICES
CNT F04699-97-D-0025, F04699-96-R-0205
AMT $174,625
DTD 112596
TO Precision Micro Analysis Inc, 3463 Ramona Ave Ste 16,  Sacramento
  Ca 95826 0000
CITE: (I-353 SN013443)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: General Services Administration, Public Buildings Service,
  Contracts Branch (5PMC, M/S 33-3), 230 South Dearborn Street,
  Room 3324, Chicago, Illinois 60604-1696
SUBJECT: J--ELEVATOR MAINTENANCE SERVICE, FEDERAL BUILDING, 536
  S. CLARK ST., U.S. CUSTOMHOUSE, 610 S. CANAL ST., AND FEDERAL
  PARKING FACILITY, 450 S. FEDERAL ST., CHICAGO, IL
POC Lorraine Scott, Contract Specialist, 312/886-6936
CNT GS05P96GAC0044
AMT $546660
DTD 121896
TO Dover Elevator Company, 4118 N. Nashville, Chicago, IL 60634
EMAILADD: lscott@fed.gov
EMAILDESC: 
CITE: (W-353 SN013495)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, Lockheed Martin
  Marietta, 86 South Cobb Drive, Marietta, Ga 30063
SUBJECT: J--REPAIR OF CIRCUIT CARDS
POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin
  Marietta, Marietta, GA  (770) 494-6770
CNT N00383-96-G-006J, RK03
AMT $31,298.00
LINE B032,B033,B035
DTD 110596
TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive,
  Marietta, GA 30063
CITE: (W-354 SN013827)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, Lockheed Martin
  Marietta, 86 South Cobb Drive, Marietta, Ga 30063
SUBJECT: J--REPAIR OF CIRCUIT CARDS AND POWER ALARMS
POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin
  Marietta, Marietta, GA  (770) 494-6770
CNT N00383-96-G-006J, RK04
AMT $72,480.00
LINE B017,B036
DTD 112796
TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive,
  Marietta, GA 30063
CITE: (W-354 SN013828)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, Lockheed Martin
  Marietta, 86 South Cobb Drive, Marietta, Ga 30063
SUBJECT: J--REPAIR OF CIRCUIT CARDS 
POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin
  Marietta, Marietta, GA  (770) 494-6770
CNT N00383-96-G-006J, RK05
AMT $46,045.00
LINE B012,B014,B019
DTD 120496
TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive,
  Marietta, GA 30063
CITE: (W-354 SN013830)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, Lockheed Martin
  Marietta, 86 South Cobb Drive, Marietta, Ga 30063
SUBJECT: J--REPAIR OF CIRCUIT CARDS AND CONTROL PANELS 
POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin
  Marietta, Marietta, GA  (770) 494-6770
CNT N00383-96-G-006J, RK06
AMT $29,352.00
LINE B020,B023,B027,B028,
DTD 120496
TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive,
  Marietta, GA 30063
CITE: (W-354 SN013833)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, Lockheed Martin
  Marietta, 86 South Cobb Drive, Marietta, Ga 30063
SUBJECT: J--REPAIR OF PITCH TRIM ACTUATORS
POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin
  Marietta, Marietta, GA  (770) 494-6770
CNT N00383-96-G-006J, RK07
AMT $156,260.00
LINE A005
DTD 121196
TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive,
  Marietta, GA 30063
CITE: (W-354 SN013834)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Defense Contract Management Command, Lockheed Martin
  Marietta, 86 South Cobb Drive, Marietta, Ga 30063
SUBJECT: J--REPAIR OF ACTUATORS
POC Sharon Comstock, Contract Administrator, DCMC Lockheed Martin
  Marietta, Marietta, GA  (770) 494-6770
CNT N00383-96-G-006J, RK08
AMT $210,500.00
LINE A001
DTD 121196
TO Lockheed Martin Aeronautical Systems, 86 South Cobb Drive,
  Marietta, GA 30063
CITE: (W-354 SN013838)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: L--CETS
POC Gerald Furey, Contract Negotiator, (215)697-9621.
CNT N00140-97-D-K130
AMT $1,057,759.00
LINE 0001
DTD 112296
TO Litton Systems, Inc. Guidance & Control Systems Division 19601
  Nordhoff Street Northridge, CA 91324
CITE: (I-353 SN013475)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8,
  PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890
SUBJECT: M--OPERATION & MAINTENANCE OF TWO (2) GOVERNMENT-OWNED,
  MOVABLE SPAN BRIDGES, CROSSING THE ATLANTIC INTERCOASTAL WATERWAY
  AT HOBUCKEN AND FAIRFIELD, NC.
POC Contracting Officer SHERREL SHOLAR-JACKSON (910) 251-4866
  (Site Code DACW54)
CNT DACW54-97-C-0011
AMT $363,550
DTD 120196
TO WINCOR MANAGEMENT GROUP INC, POST OFFICE BOX 160, 1401 NORTH
  ELLIS AVENUE, DUNN, NC 28335
CITE: (I-354 SN013818)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Division of Acquisition Management, Oklahoma City Area
  Health Service, 3625 NW 56th Street, Five Corporate Plaza,
  Oklahoma City, Oklahoma 73112
SUBJECT: Q--GENERAL DENISTRY SERVICES
POC Ronald G. Grinnell, (405) 951-3883, Contracting Officer,
  (405) 951-3891.
CNT 246-97-0014
AMT $1,216,094.18 Base ($6,080,470.90 Base + 4 Option Years
LINE Schedule I, II and II
DTD 110196
TO Delta Dental Plan of Oklahoma, 3501 Lakeside Dr., P.O. Box
  54709, Oklahoma City, Oklahoma 73154
CITE: (M-354 SN013718)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: National Park Service, Harpers Ferry Center, Office of
  Procurement, P.O. Box 50, Taylor Street, Harpers Ferry, West
  Virginia  25425-0050
SUBJECT: R--MULTIMEDIA TOUCH SCREEN VISITOR INFORMATION SYSTEMS
  FOR HARPERS FERRY NATIONAL HISTORICAL PARK, HARPERS FERRY,
  WEST VIRGINIA
POC Kimberly A. Strite, Contract Specialist, (304) 535-6485
CNT 1443-CX-1100-97-004
AMT $198,011
DTD 121396
TO SilverCreek Digital Media, Inc., 967 East Murray-Holladay
  Road, Suite 2A, Salt Lake City, Utah  84117
CITE: (I-353 SN013380)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: US Department of Commerce, NOAA, Acquisition, Grants
  and Facilities, Acquisition Management Division, General Contracts
  Branch, OFA512:ET, 1325 East-West Highway, STA 4301, Silver
  Spring, Maryland  20910-3283
SUBJECT: R--ENGINEERING AND TECHNICAL SUPPORT SERVICES FOR FLEET
  REPLACEMENT AND MODERNIZATION PROJECT OFFICE
CNT 50-DGNA-4-00037, Task Order 56-DGNA-7-60011
AMT $35,158.56
DTD 121396
TO Resource Consultants, Inc., 1960 Gallows Road, Vienna, Virginia
  22182
CITE: (I-354 SN013543)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Small Business Administration, Office of Procurement
  and Grants Management, 409 3rd Street, SUITE 5000,5th Floor,
  Washington, D.C. 20416
SUBJECT: R--SUBSCRIPTION FOR WESTLAW COMPUTERIZED LEGAL RESEARCH
POC Kyle B. Groome   (202) 205-6622
CNT 7.2221.0212
AMT $25,195 Per MO.
DTD 012197
TO West Publishing Corporation, P.O. Box 64833, St. Paul, MN
  55164-1803
LINKURL: http://www.gpo.gov/procurement/index.html
LINKDESC: 
CITE: (W-354 SN013829)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, Al 35898-5280
SUBJECT: R--SYSTEM ENGINEERING AND TECHNICAL ASSISTANCE SUPPORT
  TO THE LAUNCH ROCKET SYSTEM PROJECT OFFICE
POC (PCF) Maria Vencill, Contract Specialist, AMSMI-AC-CFHA,
  (205) 876- 2566, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA,
  (205) 876-7321.
CNT DAAH01-97-C-0042/P00003
AMT $470,755.00
LINE N/A
DTD 121996
TO Madison Research Corporation 401 Wynn Drive, Huntsville, AL,
  35805
CITE: (I-354 SN013887)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Contracting Squadron (CONS/LGC), 4380B Alabama Road,
  Moody AFB GA 31699-1794
SUBJECT: S--CLEAN AND PUMP OIL WATER SEPARATORS
POC T. Green, (912) 257-2959, Buyer; K.D. Dawsey, (912) 257-3465,
  Contracting Officer
CNT F09607-97-D7003
AMT $29,441
DTD 110696
TO Holland Oil Co, Inc, 1101 West Hill Ave, Valdosta GA 31603
CITE: (M-354 SN013719)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Centers for Disease Control and Prevention (PGO), 255
  East Paces Ferry Road, N.E., Room 419, Atlanta, Georgia 30305
SUBJECT: S--PICKUP AND DISPOSAL OF RADIOACTIVE WASTE - PERFORM
  LAB RADIATION SURVEYS
POC Cynthia Alred, Contract Specialist, (404) 842-6763
CNT 200-97-0012
AMT $109,505
LINE N/A
DTD 121696
TO Bionomics, Inc., P.O. Box 817, Kingston, TN 37763
CITE: (I-354 SN013771)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
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--GUARD SERVICE
POC Katherine Miles or Ruth Cummings, (816) 926-7078
CNT GS06P97GXM0027
AMT $23,840.33
LINE N/A
DTD 121896
TO Lyons Security Service, Inc., 180 N. Riverview, Anaheim, CA
  92808
CITE: (W-354 SN013836)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: 1201 Oakridge Dr., Suite 150, Ft. Collins, CO 80525-5562
SUBJECT: S--NATURAL GAS SERVICE
POC Stew Penrod, Procurement Technician, 970-229-5571 or fax
  970-229-5531.
CNT 54-82HW-7-3
AMT $34,680.00
LINE N/A
DTD 101696
TO Mountain Iron and Supply Company, 257 North Broadway, Suite
  200, Wichita, KS 67202
CITE: (I-354 SN013880)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Atlanta Regional Printing Procurement Office, U.S. Government
  Printing Office, 1888 Emery St. NW, Suite 110, Atlanta, GA
   30318
SUBJECT: T--VARIOUS PUBL.
CNT Program 1462-S
AMT $100,666
DTD 120296
TO Thornton Services, P.O. Box 5807, 151 Import Circle (35806),
  Huntsville, AL 35816.
CITE: (M-354 SN013733)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: U--EDUCATION AND TRAINING SERVICES
POC Scott Cobb, Contract Negotiator, (215)697-9645.
CNT N00140-97-C-0222
AMT $7,944,544.16
LINE SEE BELOW
DTD 112096
TO San Diego Community College, 3375 Camino Del Rio, San Diego,
  CA 92108- 3883 LOT 1 0001-0008, 0011-0018, 0021-0029, 0032-0041,
  0044-0053
CITE: (I-353 SN013477)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: U--EDUCATION AND TRAINING
POC Scott Cobb, Contract Negotiator, (215)697-9645.
CNT N00140-97-D-G223
AMT $5,936,960.00
LINE SEE BELOW
DTD 112996
TO San Diego Community College 3375 Camino Del Rio South San
  Diego, Ca. 92108-3883.Lot 0009-0010;0019-0020;0030-0031;0042-0043;0054-0055.
CITE: (I-353 SN013478)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  New Jersey   07703-5008
SUBJECT: U--SUPPORT TRAINING SERVICES
POC S. Pieczara, CS, 908/532-5500, AMSEL-ACCB-C-BS
CNT DAAB07-96-D-H003
AMT $25,760.00
DTD 121696
TO Viatech, Inc, 615 Hope Rd, Eatontown, NJ 07724
EMAILADD:   caprionr@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-354 SN013633)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  New Jersey   07703-5008
SUBJECT: U--ATM BACKBONE
POC C. Rakowski, CS, 908/532-4386, AMSEL-ACCA-D-AV
CNT DAAB07-97-C-D604
AMT $412,000
DTD 121796
TO AT&T Corp, Defense Markets, Greensboro, NC 07806
EMAILADD:   caprionr@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-354 SN013634)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  New Jersey   07703-5008
SUBJECT: U--SUPPORT TRAINING SERVICES
POC S. Pieczara, CS, 908/532-5500, AMSEL-ACCB-C-BS
CNT DAAB07-96-D-H003
AMT $25,760.00
DTD 121696
TO Viatech, Inc, 615 Hope Rd, Eatontown, NJ 07724
EMAILADD:   caprionr@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-354 SN013726)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  New Jersey   07703-5008
SUBJECT: U--ATM BACKBONE
POC C. Rakowski, CS, 908/532-4386, AMSEL-ACCA-D-AV
CNT DAAB07-97-C-D604
AMT $412,000
DTD 121796
TO AT&T Corp, Defense Markets, Greensboro, NC 07806
EMAILADD:   caprionr@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-354 SN013727)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: V--LODGING-HOTEL/MOTEL
POC Joanne Hoover, Contract Negotiator, (215)697-9689.
CNT N00140-97-D-M213
AMT $96,019.00
LINE 0001, 0002, 0004
DTD 102996
TO Holiday Inn Express-Waukegan 619 S. Greenbay Road Waukegan,
  IL 60085
CITE: (I-353 SN013476)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: DA, DIRECTORATE OF CONTRACTING, FORT DRUM, NY 13602-5220
SUBJECT: V--PACKING, CRATING AND DRAYAGE SERVICES, FORT DRUM,
  NEW YORK
POC Contracting Officer MARIA J. PIZARRO (315) 772-6514 (Site
  Code DAKF36)
CNT DAKF36-97-D-0002
AMT $1,142,652
DTD 121396
TO RRB INCORPORATED, LIVINGSTON MOVING AND STORAGE, 6303 COFFEEN
  STREET, WATERTOWN, NY 13601
CITE: (I-354 SN013821)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: General Services Administration, General Procurement
  Branch (9FBG), 450 Golden Gate Ave, 4th Floor West, San Francisco,
  CA 94102
SUBJECT: V--OFFICE RELOCATION, US GEOLOGICAL SURVEY, SACRAMENTO,
  CA
POC Joseph Brown, Contract Specialist 415 522-2832
CNT GS-09F-80493
AMT $26,713.00
LINE 0001
DTD 112696
TO First Class Moving Systems, Inc., 6015A Power Inn Road, Sacramento,
  CA 95824
EMAILADD: JosephBrown@GSA.GOV
EMAILDESC: 
CITE: (W-354 SN013918)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: General Services Administration General Procurement Branch
   (3FBG-W) 490 L'Enfant Plaza, East, STE 8214
SUBJECT: V--SHIPMENT OF U. S. SAVINGS TYPE SECURITIES BY ARMORED
  CARRIER  FOR THE DEPARTMENT, BUREAU OF THE PUBLIC DEBT
POC MS. LA'Vaida D. hunt (202) 619-8910
CNT GS-11F-97-EPD-0115
AMT $100,000.00
LINE 1-PITTSBURGH, PA
DTD 120596
TO Dunbar armored, Inc 7675 Canton center drive Baltimore,  Maryland
  21224-2028
CITE: (I-354 SN013935)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commanding Officer, Naval Facilities Engineering Command,
  P. O. Box 190010, North Charleston, SC  29419-9010.
SUBJECT: Y--35/10 TON CRANE ADDITION, NWS, CHARLESTON,SC
POC N/A
CNT N62467-96-C-1107
AMT $306,373.00
DTD 121796
TO Hydro Power, Inc. 1221 hulman Street, PO Box 2181, Terre Haute,
  IN  47802
CITE: (I-353 SN013467)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commanding Officer, Naval Facilities Engineering Command,
  P. O. Box 190010, North Charleston, SC  29419-9010.
SUBJECT: Y--PROPANE/AIR SYSTEM, AFB, CHARLESTON,SC
POC N/A
CNT N62467-95-C-0784
AMT $342,770.00
DTD 121896
TO Ely Energy, Inc. 11385 E. 60th Place South, Tulsa, OK 74146-6828
CITE: (I-353 SN013484)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US Army Corps of Engineers, LRD (CESWL-CT), PO Box 867,
  Little Rock, AR 72203-0867
SUBJECT: Y--REPAIR DORMITORY, B-746, LITTLE ROCK AIR FORCE BASE,
  JACKSONVILLE, ARKANSAS
POC Contracting Officer, Virginia A. Moore, (501)324-5721.
CNT DACA03-97-C-0002 (contract)/DACA03-97-B-0001 (solicitation)
AMT $1,465,000.00
LINE N/A
DTD 121896
TO Robinette-Burnett Construction Company, 111 N. Fillmore, Suite
  1, Little Rock, Arkansas 72205
CITE: (I-354 SN013782)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS
  CENTER, P. O. BOX 2250, WINCHESTER VA 22604-1450
SUBJECT: Y--DEPOT 21, UPGRADE OF CAVES 8, 10 & 11, CAIRO, EGYPT
POC Contracting Officer Nancy R. Aronhalt (540) 665-3686 (Site
  Code DACA78)
CNT DACA78-97-C-0007
AMT $789,000
DTD 120496
TO ENCORP INTERNATIONAL INC, WOODRIDGE CORPORATE CENTER, 7223
  N DIXIE HIGHWAY SUITE A, FAIRFIELD, OH 450148502
CITE: (I-354 SN013817)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Federal Bureau of Prisons, MDC Brooklyn, 100 29th St.,
  Brooklyn, NY 11232
SUBJECT: Y--5TH FLOOR SELECTIVE DEMOLITION, ENCAPSULATING AND
  PAINTING
POC John G. Hume, Supervisory Contract Specialist, (718) 832-4213.
CNT RFP 429-0033-7
AMT $43,754.80
LINE J429c-033
DTD 121296
TO Beachwood Builders, Inc., P.O. Box 406, Beachwood, NJ 08722
CITE: (M-354 SN013840)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
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: Z--REPAIR MCNAIR ROAD, FORT MYER, ARLINGTON, VA
CNT DACA31-97-C-0011
AMT $448,000.00
DTD 121796
TO A & W Contracting Corporation, P. O. Box 248, Lorton, VA 22199
CITE: (I-354 SN013800)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: DEPARTMENT OF ARMY, PACIFIC OCEAN DIV, CORPS OF ENGINEERS,
  ATTN: CEPOD-CT BLDG S230, FT SHAFTER HI 96858-5440
SUBJECT: Z--FY96 RDT&E, MODERNIZE TRANSIENT HOUSING, BLDG 704;
  FY96/97 BMAR, RPR UPH, BLDG 563, CORAL AND FY96/97 RDT&E, RPR/RPL
  ROOFS, 12 FACILITIES, KWAJALEIN, U.S. ARMY KWAJ ATOLL, MARSHALL
  ISLANDS
POC Contact Jody Muraoka, Contract Specialist, (808) 438-8575,
  Florence K. Nii, Contracting Officer, (808) 438-8594 (Site
  Code XXCA83)
CNT DACA83-97-C-0001 /DACA83-96-R-0045
AMT $9,905,672
DTD 121796
TO SAN JUAN CONSTRUCTION INC, 99 1421 KOAHA PL BAY #3, AIEA,
  HI 96701
CITE: (I-354 SN013807)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USPFO FOR IOWA, IOWA ARMY NATIONAL GUARD, CAMP DODGE
  7700 NW BEAVER DR, JOHNSTON IA 50131-1902
SUBJECT: Z--REPAIR PARKING LOTS
POC Contract Specialist Esther L. Beechler, CPT (515) 252-4275
  (Site Code DAHA13)
CNT DAHA13-97-C-0001
AMT $306,869
DTD 121696
TO SIOUX CITY ENGINEERING COMPANY, 1500 OMAHA STREET, BOX 567,
  SIOUX CITY, IA 51102
CITE: (I-354 SN013820)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 1201 Oakridge Dr., Suite 150, Ft. Collins, CO 80525-5562
SUBJECT: Z--AUTOMATIC TRANSFER SWITCH
POC Stew Penrod, Procurement Technician, 970-229-5571 or fax
  970-229-5531.
CNT 50-82HW-6-31
AMT $135,000.00
LINE N/A
DTD 093096
TO Rickard Electric, Inc., 1220 41st Street Northwest, Fargo,
  ND 58102
CITE: (I-354 SN013881)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 1201 Oakridge Dr., Suite 150, Ft. Collins, CO 80525-5562
SUBJECT: Z--ROOF REPAIR
POC Stew Penrod, Procurement Technician, 970-229-5571 or fax
  970-229-5531.
CNT 50-82HW-6-25
AMT $161,153.00
LINE N/A
DTD 091396
TO Quality Trust Construction, Inc., 133 East Home Street, Junction
  City, KS 66441
CITE: (I-354 SN013882)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 1201 Oakridge Dr., Suite 150, Ft. Collins, CO 80525-5562
SUBJECT: Z--HVAC RENOVATION
POC Stew Penrod, Procurement Technician, 970-229-5571 or fax
  970-229-5531.
CNT 50-82HW-7-11
AMT $518,223.00
LINE N/A
DTD 120696
TO Custom Aire Inc., 5624 1st Avenue North, Grand Forks, ND 58203
CITE: (I-354 SN013883)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracting Division, 1940 Allbrook Dr, Ste
  3 Bldg 1, WPAFB OH 45433-5309
SUBJECT: Z--EXTERIOR REVNOVATIONS GREEN ACRES/PINE ESTATES
POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste
  3, WPAFB OH 45433-5309 POC: L. ANDERSON/PKWOEB/937-257-4844
  Fax No 937-257-3926.
CNT F33601-97-C-W001, F33601-96-R-9064
AMT $1,269,000.00
LINE N/A
DTD 122396
TO DKM Construction, P.O. Box 340, Piketon OH 45661
CITE: (I-354 SN013894)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--LUBRICATOR ASSEMBLY. ON F16 AIRCRAFT.
SOL SP0760-97-Q-0010
CNT SP0760-97-M-3966
AMT $46,112.00
LINE 0001 THROUGH 0002
DTD 121996
TO Luna defense systems Inc 5040 calmview Ave Baldwin Park CA
   91706-1801
CITE: (I-354 SN013560)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 12--GIMBAL SUBASSEMBLY
SOL 96TW65-82-P-0900
CNT F04606-96-G-0017-UB08
AMT $43,504.00
LINE 0001
DTD 121896
TO Hughes Aircraft Co Corp offices 7200 Hughes ter P.O.Box 80028
  Los  Angeles CA 90080-0028
CITE: (I-354 SN013591)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 12--Fire Control Equipment
OFFADD: WR-ALC/PKXOA, 235 Byron St, Robins AFB, GA 31098-1611
SUBJECT: 12--CONVERTER/PROGRAMMER
POC N/A
CNT F09603-96-C-0674/F09603-96-R-21042
AMT $3,743,650.00
LINE N/A
DTD 120696
TO Dynamic Controls HS Inc, One Hamilton Road, Windsor Locks
  CT 06096-1010
CITE: (W-354 SN013979)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 15--FASTENERS FOR THE COLD HOLE --1560K0172277A
CNT F04606-97-C-0024, F04606-94-R-603360001
AMT $483,604
DTD 121296
TO National Utilities Co/Nuco, 1700 Hickory Dr/Po Box 14639,
  Fort  Worth Tx 76117-6020
CITE: (I-353 SN013409)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--SEAL, BARREL AIRCRAF
CNT F41608-96-G-0020-TY02
AMT $89,894.00
LINE 0001 THROUGH 0002
DTD 120496
TO Rockwell Intl Corp Defense Electronics OPNS Anaheim divisions
   3370 miraloma Ave P.O.Box P O Box 3105## Anaheim CA 92803-3105
CITE: (I-353 SN013499)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--SCREEN ASSEMBLY, RIG
SOL SP0460-96-R-2531
CNT SP0460-97-C-5125
AMT $231,040.00
LINE 0001 THROUGH 0003
DTD 121896
TO Srm Mfg Co 109 Industrial Loop Fredericksburg TX 78624-5401
CITE: (I-353 SN013504)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--TORQUE SHAFT ASSEMBLY
SOL SP0460-97-Q-D315
CNT SP0460-97-M-6398
AMT $52,521.00
LINE 0001
DTD 121896
TO W and G Machine Co Inc 4 Hamden Park Dr P.O.Box 6187 Hamden
  CT  06517-3149
CITE: (I-353 SN013509)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--SUPPORT, IDLER
SOL SP0460-97-R-0126
CNT SP0460-97-C-0137
AMT $29,250.00
LINE 0001
DTD 121896
TO Aero Components P. O. Box 120157 419 West Fork Dr.  Arlington,
   TX 76012
CITE: (I-354 SN013523)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--TAIL PIPE ASSEMBLY,
SOL SP0460-96-R-2795
CNT SP0460-97-C-5120
AMT $107,568.00
LINE 0001
DTD 121896
TO Compucraft Industries Inc 8941 complex Dr San Diego CA 92123-1405
CITE: (I-354 SN013530)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--DUCT, CABIN AIR
CNT SP0460-97-M-2370
AMT $40,300.00
LINE 0001 THROUGH 0002
DTD 121396
TO Fmh Corp 345 Fischer Ave Costa Mesa CA 92626-4522
CITE: (I-354 SN013656)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--PANEL, STURCTURAL ACFT
CNT SP0460-97-M-4487
AMT $51,000.00
LINE 0004
DTD 121396
TO Advanced composite technology Inc 106 Bell pky P O Box 2250
   Woodstock GA 30188
CITE: (I-354 SN013657)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--GUARD, MUFFLER-EXHAUST
SOL SP0460-96-Q-AM92
CNT SP0460-97-M-6305
AMT $34,149.90
LINE 0001 THROUGH 0002
DTD 121396
TO Aero Products Co 815 E Rosecrans Ave Los Angeles CA 90059-3510
CITE: (I-354 SN013660)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--TRAILING EDGE, AIRCRAFT
SOL SP0460-96-Q-XP69
CNT SP0460-97-M-4538
AMT $48,995.00
LINE 0001
DTD 121396
TO H A C Corp 537 Camden Dr P.O.Box 531166 Grand Prairie TX 75053
CITE: (I-354 SN013663)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--EJECTOR ASSEMBLY
SOL SP0460-97-Q-D899
CNT SP0460-97-M-6370
AMT $63,840.00
LINE 0001
DTD 121396
TO Brown Helicopters Inc 10100 Aileron Ave Pensacola FL 32506
CITE: (I-354 SN013670)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--PANEL, STRCUTURAL
SOL SP0460-96-Q-AE99
CNT SP0460-97-M-4608
AMT $55,020.00
LINE 0001
DTD 121496
TO H A C Corp 537 Camden Dr P.O.Box 531166 Grand Prairie TX 75053
CITE: (I-354 SN013671)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--HOUSING, LATCH
SOL SP0460-97-Q-C059
CNT SP0460-97-M-4596
AMT $73,006.44
LINE 0001 THROUGH 0002
DTD 121396
TO The Hartwell Corp 900 South Richfield Placentia CA 92670-6788
CITE: (I-354 SN013688)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--WINDSHIELD PANEL
SOL SP0460-96-Q-AN42
CNT SP0460-97-M-6269
AMT $92,556.00
LINE 0001
DTD 121396
TO PPG Industries Inc works no 22 1719 Highway 72 E P O Box 2200
   Huntsville AL 35804-4816
CITE: (I-354 SN013697)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
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--DUCT ASSY
POC N/A
CNT F09603-97-M-0158/F09603-97-R-11504
AMT $65,312.00
LINE N/A
DTD 120996
TO Senoir Flexonics Inc, Stainless Steel Products Div, 2980 N
  San Ferando Blvd, Burbank, CA 91504-2522
CITE: (W-354 SN013976)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air =  Force Base Ok 73145-3015
SUBJECT: 16--HYDRAULIC SPARE: C5 AIRCRAFT; P/N 707834C; 25 EA
  -- =  1650004799406
CNT F34601-94-G-00270129, FD2030-97-0-6074 =
AMT $60,199 =
DTD 121796
TO Sundstrand Aerospace, Po Box 7002, Rockford Il 61125-7002
  =
CITE: (I-353 SN013418)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air =  Force Base Ok 73145-3015
SUBJECT: 16--HYDRAULIC SPARE: C5 AIRCRAFT; P/N 701682; 61 EA
  -- =  1650001994685
CNT F34601-94-G-00270134, FD2030-97-0-6086 =
AMT $42,548 =
DTD 121796
TO Sundstrand Aerospace, Po Box 7002, Rockford Il 61125-7002
  =
CITE: (I-353 SN013419)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--SEAT, AIRCRAFT
SOL SP0460-97-Q-D356
CNT SP0460-97-M-6447
AMT $54,436.25
LINE 0001
DTD 111996
TO Oro Mfg Co 5000 Stitt St P.O.Box 5018 Monroe NC 28110-3966
CITE: (I-353 SN013501)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--SEAT BACK ASSEMBLY, AIRCRAFT
SOL SP0460-96-Q-AA43
CNT SP0460-97-M-4586
AMT $45,248.04
LINE 0001
DTD 121896
TO Crestview aerospace Corp.  5486 Fairchild Rd Crestview FL
  32536  Crestview FL 32536
CITE: (I-353 SN013508)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--VALVE, REGULATING, FLUID.
SOL SP0740-96-Q-GD02
CNT SP0740-97-M-4002
AMT $28,583.00
LINE 0001
DTD 121996
TO Vickers Inc Fluid Control and Actuation Div 4690 Colorado
  Blvd  P.O.Box 39787 Griffith STA Los Angel Los Angeles CA 90039-1106
CITE: (I-354 SN013555)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--SHAFT ASSEMBLY
SOL SP0770-96-Q-YD94
CNT SP0700-95-G-0002-0198
AMT $35,351.00
LINE 0001 THROUGH 0002
DTD 121396
TO MOOG Inc Aircraft Group Seneca St at Jamison Rd East Aurora
  NY  14052
CITE: (I-354 SN013642)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--HOUSING ASSEMBLY, CENTER-PROBE
SOL SP0460-96-R-2898
CNT SP0460-97-C-0135
AMT $49,959.00
LINE 0001 THROUGH 0002
DTD 121396
TO Tek precision Co LTD 205 W industry CT P O Box 9020 Deer Park
  NY  11729-9020
CITE: (I-354 SN013652)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--PANEL, RELAY ASSEMBLY, SIDEWINDER
SOL SP0460-96-Q-CC88
CNT SP0460-97-M-2361
AMT $47,528.00
LINE 0001
DTD 121396
TO Bruder industry Inc 11362 monier Park Pl Bldg 3A Rancho cordova
   CA 95742
CITE: (I-354 SN013659)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--SEAT ASSEMBLY
SOL SP0460-96-Q-X029
CNT SP0460-97-M-4415
AMT $65,364.00
LINE 0001
DTD 121396
TO Ami Industries Inc 1275 N Newport Rd Colorado Springs Co 
  80916-2779
CITE: (I-354 SN013665)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--STOP, RETRACT, JACKSCREW
SOL SP0460-96-Q-XX06
CNT SP0460-97-M-4492
AMT $30,494.20
LINE 0001 THROUGH 0002
DTD 121396
TO Kit Pack Co 410 Thorpe Rd Las Cruces NM 88005-5830
CITE: (I-354 SN013686)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--KIT WIRE REPAIR TOOL
SOL SP0460-97-R-0133
CNT SP0460-97-C-5102
AMT $149,340.00
LINE 0001 THROUGH 0003
DTD 121396
TO Raychem Corp 300 Constitution Dr Menlo Park CA 94025-1111
CITE: (I-354 SN013692)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 20--RACK, STOWAGE EEBD
SOL SP0451-97-Q-GA01
CNT SP0490-97-M-AE27
AMT $28,028.50
LINE 0001 THROUGH 0002
DTD 121896
TO Turnbull metal products Inc 10213 Lorraine Rd Gulfport MS
  39503
CITE: (I-353 SN013505)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services Administration, automotive commodity,
   acquisitiondivision (FCAPX), Washington, DC 20406
SUBJECT: 23--LIGHT TRUCKS
SOL FCAP-X2-CHOICE-N
POC Denise Banks (703) 308-4148
CNT GS-30F-97031
AMT $94,392,110.00
LINE VARIOUS
DTD 111896
TO Ford Motor Company, Ford Division, 300 Renaissance Center,
   detroitmi 48243
CITE: (I-354 SN013939)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services Administration, Automotive Center, acquisition,
   Division (FCAPX), Washington, DC 20406
SUBJECT: 23--LIGHT TRUCKS
SOL FCAP-X2-CHOICE-N
POC Denise Banks (703) 308-4148
CNT GS-30F-97032
AMT $79,529,867.00
LINE VARIOUS
DTD 111896
TO General Motors Corporation, fleet operations-bid center, 30007
   van Dyke Avenue, Warren, MI 48090
CITE: (I-354 SN013940)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services Administration, Automotive Center, Acquisition
   Division (FCAPX), Washington, DC 20406
SUBJECT: 23--LIGHT TRUCKS
SOL FCAP-X2-CHOICE-N
POC Denise Banks (703) 308-4148
CNT GS-30F-97030
AMT $74,834,667.00
LINE VARIOUS
DTD 111896
TO Chrysler corporation, 1401 H Street, n.w., Suite 700,  Washington,
  DC 20005
CITE: (I-354 SN013941)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services adminustration/FCA Automotive Center
  room 604  Washington, DC 22202
SUBJECT: 23--TRUCKS
SOL FCAP-A2-04380-N
POC Ann dubler 703-308-4414
CNT GS-30F-97036
AMT $25,536.00
LINE 1
DTD 110796
TO Pete Eischen Chev-Olds, Inc. Fairview, OK 73737
CITE: (I-354 SN013951)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Service Administration/FCA Automotive Center,
  room 604  Washington, DC 22202
SUBJECT: 23--TRUCK
SOL FCAP-A1-38667-N
POC Jay Katz 703-308-4414
CNT GS-30F-97038
AMT $30,173.00
LINE 1
DTD 110796
TO Pete Eischen Chev-Olds, Inc. 2323 North Main Fairview, OK
  73737
CITE: (I-354 SN013952)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services administration/FCA automotive cente,
  room 604  CMB#4 Washington, DC 22202
SUBJECT: 23--TRUCK
SOL FCAP-A1-03935-N
POC Jay Katz 703-308-4414
CNT GS-30F-97015
AMT $92,440.00
LINE 1
DTD 101696
TO Curtis Chevrolet 5929 Georgia Ave., NW Washington, DC 20011
CITE: (I-354 SN013953)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 23--WHEEL AND TRACK VEHICLES
SOL 7FXG-T5-96-2301-1
POC Alan Searsy 817 978-8370
CNT GS07F9405G
AMT $100,000.00
DTD 120596
TO Goldthwaite's of Texas, Inc. 1401 foch St. Fort Worth, TX
   76107
CITE: (I-354 SN013957)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 23--WHEEL AND TRACK VEHICLES
SOL 7FXG-T5-96-2301-1
POC Alan Searsy 817 978-8370
CNT GS07F9408G
AMT $100,000.00
DTD 120696
TO House of kawasaki, Inc. 7900 NW 10TH Oklahoma City, OK 73127
CITE: (I-354 SN013958)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 23--WHEEL AND TRACK VEHICLES
SOL 7FXG-T5-96-2301-1
POC Alan Searsy 817 978-8370
CNT GS07F9400G
AMT $100,000.00
DTD 120496
TO Arctic CAT, Inc. 600 Brooks Ave. S. Thief River Falls, MN
   56701
CITE: (I-354 SN013965)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 28--STAGE 1 TURBINE NOZZLE/J85 ENGINE --2840012845409RX
CNT F41608-97-C-0072, F41608-97-R-49495
AMT $193,020
DTD 121196
TO Canadian Commercial Corp, 50 O'connor St, 11th Floor, Ottawa
   Ontario K1a 0s6, Canada 00000 0000
CITE: (I-353 SN013389)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air =  Force Base Ok 73145-3015
SUBJECT: 28--BLADE SETS; APPL: TF33 ENGINE; P/N 476624; 285 EA
  -- =  2840009873757RV
CNT F34601-97-C-0072, F34601-96-R-53160 =
AMT $414,390 =
DTD 121696
TO Therm Inc, Po Box 220, Ithaca Ny 14851-0310 =
CITE: (I-353 SN013424)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air =  Force Base Ok 73145-3015
SUBJECT: 28--SEAL, MATALLIC A/C; P/N 9505M12G02; 308 EA --2840011906884PR=
   =
CNT F34601-97-C-0093, F34601-96-R-0090 =
AMT $200,200 =
DTD 121696
TO Philips Export B V Machinefabriek, Acht Building Ak =  Groenewoudeseweg
  1, Postbus 218 Eindhoven 5600 Md, Netherlands R
CITE: (I-353 SN013425)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 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--ENGINE WITH CON
CNT DAAE0796CT256P00002
AMT $771,493
DTD 101796
TO United Defense L.P., P.O. Box 15512 York, PA174051512
CITE: (I-353 SN013490)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--SEAL, RING, STATIONARY
SOL SP0480-97-R-0046
CNT SP0480-97-C-5127
AMT $184,746.00
LINE 0001AA THROUGH 0002AB
DTD 121896
TO Electro-Methods Inc 330 Governors Hwy P.O.Box 54 South Windsor
  CT  06074-2422
CITE: (I-353 SN013506)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--SEAL ASSEMBLY
SOL SPO480-97-Q-J377
CNT SP0480-97-M-F381
AMT $32,324.15
LINE 0001 THROUGH 0002
DTD 121896
TO Car-Graph Inc 1545 W Elna Rae St P.O.Box 3879 Tempe AZ 85280-3879
CITE: (I-354 SN013522)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--INSERT, TURBINE BLADE
SOL SP0480-97-Q-J116
CNT SP0480-97-M-F418
AMT $99,742.72
LINE 0001AA THROUGH 0003AC
DTD 121896
TO Net shapes Inc 1336 E Francis St Ontario CA 91761
CITE: (I-354 SN013525)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--HEAT SHIELD, TURBINE
SOL SP0480-97-R-0041
CNT SP0480-97-C-5121
AMT $145,908.25
LINE 0001 THROUGH 0002
DTD 121396
TO Danville Metal Stamping Co Inc 20 Oakwood Ave Danville IL
  61832
CITE: (I-354 SN013654)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--PLATE SET, GAS TURBINE
SOL SP0480-96-Q-W359
CNT SP0480-97-M-F238
AMT $26,040.00
LINE 0001 THROUGH 0002
DTD 121396
TO Engineered products Co the 601 Kelso St P.O.Box 108 flint
  MI  48501
CITE: (I-354 SN013673)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 28--3RD STAGE SEGMENT --2840011951084PT
CNT F34601-94-G-0028SAUT
AMT $49,517
DTD 121296
TO United Technologies Corp/Pratt And, Whitney Acft Group Govt
  Prod  Div, P O Box 109600, West Palm Beach Fl 33410-9600
CITE: (I-354 SN013851)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt
  Road, Kelly  Afb, Texas 78241-6427
SUBJECT: 28--BLADE, C8, APPL TO THE C130 ACFT --2840008770024RW
CNT F34601-95-G-0012SA64, FD2050-96-4-6262
AMT $1,101,794
DTD 121696
TO Allison Engine Company, P O Box 420, Indianapolis In 46206-0420
CITE: (I-354 SN013852)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt
  Road, Kelly  Afb, Texas 78241-6427
SUBJECT: 28--E SEAL --2840012235821TB
CNT F41608-96-M-2601, FD2050-96-4-6299
AMT $32,490
DTD 121396
TO Eg & G Pressure Science, 11642 Old Baltimore Pike, Beltsville
   Md 20705-1210
CITE: (I-354 SN013853)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 29--HOUSING/APPL TF39 ENGINE --2915009694092PS
CNT F34601-95-G-0010SA38, F41608-96-R-49493
AMT $72,007
DTD 121196
TO Woodward Governor Co, Po Box 405, One Woodward Way, Rockton
  Il  61072-0405
CITE: (I-353 SN013386)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 29--VALVE AND SLEEVE ASSY --2915000999231PE
CNT F42600-95-G-7501SA3X
AMT $298,485
DTD 033197
TO Allied Signal Inc., Aerospace Equipment Systems, 1300 W Warner
   Rd Po Box 22200, Tempe Az 85285 2200
CITE: (I-353 SN013397)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 29--FLYWEIGHT, FUEL CONT/J69 ENGINE --2915004600669PE
CNT F42600-95-G-7501SA4G, F41608-96-R-50255
AMT $103,390
DTD 121196
TO Allied Signal Inc., Aerospace Equipment Systems, 1300 W Warner
   Rd Po Box 22200, Tempe Az 85285 2200
CITE: (I-353 SN013462)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--PARTS KIT, VALVE, GATE
SOL SP0480-97-Q-JA08
CNT SP0480-97-M-F374
AMT $34,522.00
LINE 0001 THROUGH 0002
DTD 121896
TO ITT Fluid Technology Corp ITT Aerospace Controls Div 28150
   Industry Dr Valencia CA 91355
CITE: (I-353 SN013502)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--DETECTOR, METALLIC PARTICLE
SOL SP0480-97-Q-J734
CNT SP0480-97-M-F380
AMT $80,187.90
LINE 0001 THROUGH 0002
DTD 121896
TO Vickers Inc Tedeco Div 24 E Glenolden Ave Glenolden PA 19036-2107
CITE: (I-354 SN013528)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--ADAPTER, IGNITER
SOL SP0480-97-R-0412
CNT F34601-96-G-0003-TY15
AMT $89,349.24
LINE 0001AA THROUGH 0003
DTD 121896
TO CFM Intl Inc 111 Merchant St RM 205 Cincinnati OH 45246
CITE: (I-354 SN013531)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--INJECTOR, FUEL.
SOL 96TLB5-32-P-0700
CNT SP0740-97-M-2660
AMT $47,393.00
LINE 0001 THROUGH 0004
DTD 121996
TO Delavan Inc Gas Turbine Products Div 811 4TH St P.O.Box 65100
   West Des Moines IA 50265-0100
CITE: (I-354 SN013562)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--FILTER ELEMENT, FLUI
SOL SP0480-97-Q-J143
CNT F09603-95-G-0013-TY16
AMT $87,000.00
LINE 0001 THROUGH 0002
DTD 121496
TO Pall Aeropower Corp Sub of Pall Corp 6301 49TH St N Pinellas
  Park  FL 34665-5798
CITE: (I-354 SN013661)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--VALVE, FLAPPER FUEL
SOL SP0480-97-Q-J068
CNT SP0480-97-M-F276
AMT $26,500.00
LINE 0001 THROUGH 0002
DTD 121396
TO Crane Co Lear Romec Div 241 S Abbe Rd P O Box 4014 Elyria
  OH  44036
CITE: (I-354 SN013668)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--GEARSHAFT, DRIVE
SOL SP0480-97-Q-J152
CNT N00383-93-G-M111-TY27
AMT $35,875.05
LINE 0001 THROUGH 0002
DTD 121396
TO Sundstrand Aerospace 4747 Harrison Ave Rockford IL 61125-7002
CITE: (I-354 SN013694)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 29--CHEMICAL TREATMENT SYSTEM
POC J. Pavlicek
CNT N00406-97-M-E453
AMT $52,638
LINE N/A
DTD 121696
TO aqua-chem inc water technologies division p o box 421 milwaukee
  wi 53201
CITE: (I-354 SN013898)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 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--SPROCKET WHEEL
CNT DAAE0797DT0050001
AMT $597,770
DTD 121296
TO Gibraltar sprocket Co, 3500 24TH St port huron, MI480606869
CITE: (I-353 SN013491)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 32--Woodworking Machinery and Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 32--34 - WOODWORKING AND METAL WORKING MACHINERY AND
  EQUIPMENT
SOL 7FXI-D7-96-3201-1
POC Dwight Young 817 978-8372
CNT GS07F9406G
AMT $200,000.00
DTD 120696
TO Morey machinery manufacturing Corp. 102 Midland Avenue ext.
   Middletown, NY 10940
CITE: (I-354 SN013922)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 35--Service and Trade Equipment
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: 35--PROTOTYPE DEV. & TESTING OF MAGNETOELASTIC PROBES
POC Mitch Robinson, Contract Negotiator, (215)697-9644.
CNT N00140-97-C-G217
AMT $74,775,439.00
LINE LOT 0001-0002
DTD 121196
TO Karta Technology 1892 Grandstand, San Antonio, Tx 78238
CITE: (I-353 SN013479)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 36--SAW, CHAIN PORTABLE POWER 18 INCH.
CNT SP0490-97-C-5123
AMT $149,571.00
LINE 0001 THROUGH 0004
DTD 121896
TO Industrial supply Corp.  1905 Westwood Avenue P. O. Box 6356
   Richmond, VA 23230
CITE: (I-353 SN013503)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 41--COOLER UNIT, AIR
SOL SP0441-97-Q-R021
CNT SP0441-97-M-T744
AMT $29,400.00
LINE 0001
DTD 121896
TO Mcintyre engineering Co Inc 201 S Hill Dr brisbane CA 94005
CITE: (I-354 SN013526)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 41--COOLING COIL, AIR, DU
SOL SP0441-97-Q-R017
CNT SP0441-97-M-T627
AMT $26,424.00
LINE 0001
DTD 121396
TO Mcintyre engineering Co Inc 201 S Hill Dr brisbane CA 94005
CITE: (I-354 SN013658)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 41--PLATE, DISCHARGE VAL
SOL SP0441-96-Q-KC73
CNT SP0441-97-M-T626
AMT $26,372.48
LINE 0001
DTD 121396
TO Am-mac Inc 38 Fairfield Pl West Caldwell NJ 07006
CITE: (I-354 SN013664)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 41--DISPLAY CAB REFRIGERATOR
POC D. Gordon
CNT N00406-97-M-E582
AMT $55,034
LINE N/A
DTD 121996
TO cospolich refrigerator 949 industry road kenner la 70062
CITE: (I-354 SN013899)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PUMP UNIT, ROTARY.
SOL SP0760-96-Q-BA42
CNT SP0760-97-M-7915
AMT $32,600.00
LINE 0001
DTD 121996
TO Dover Corp Blackmer pump Div 1809 Century Ave SW Grand Rapids
  MI  49509-1530
CITE: (I-354 SN013557)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--IMPELLER, PUMP, CENTRIFUGAL, 9.730 IN. OUTSIDE
SOL SP0760-97-Q-0034
CNT SP0760-97-M-6722
AMT $26,251.95
LINE 0001
DTD 121996
TO W&W Logistics, Inc.  CN2520 West Caldwell, NJ 07007-2520
CITE: (I-354 SN013559)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 43--POTABLE WATER PUMPS
POC D. Gordon
CNT N00406-97-M-D981
AMT $37,304
LINE N/A
DTD 121296
TO j supply co u s highway 1 north hilliard fl 32046-1529
CITE: (I-354 SN013900)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
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--DUCT ASSEMBLY, ENGINE BLEED AIR.
SOL SP0740-97-R-0004
CNT F42600-94-G-7559-UB6G
AMT $97,015.24
LINE 0001
DTD 121996
TO Boeing Co, The Defense and Space Group PO Box 3999 7755 E.
   Marginal Way Seattle WA.  98124-2499
CITE: (I-354 SN013558)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--ELBOW, SWIVEL FLANGE TO TUBE.
SOL SP0740-96-Q-GD14
CNT SP0740-97-M-4003
AMT $85,029.04
LINE 0001
DTD 121996
TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI  49203-1972
CITE: (I-354 SN013556)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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. STEEL. 3/4 IN. OD, .032!!
SOL 96TCE0-52-P-0700
CNT SP0740-97-M-6578
AMT $29,520.00
LINE 0001
DTD 121996
TO Lewis and Saunders Inc 93 Lexington Dr P O Box 678 Laconia
  NH  03247
CITE: (I-354 SN013561)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC.  3 INCHES ID, 50
SOL SP0750-96-Q-0457
CNT SP0750-97-M-0194
AMT $25,325.82
LINE 0001 THROUGH 0004
DTD 121996
TO J G B enterprises Inc 115 Metropolitan Dr.  P. O. Box 209
   Liverpool, NY 13088-0209
CITE: (I-354 SN013563)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--EXPANSION JOINT, PIPE.
SOL SP0770-96-Q-PN55
CNT SP0770-97-M-CP15
AMT $69,571.00
LINE 0001
DTD 121996
TO Flexible metal hose Co 2467 Mountain industrial Blvd Tucker
  GA  30085
CITE: (I-354 SN013564)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, METAL. 1/4 INCH INSIDE DIAMETER,
SOL 96TBX7-52-P-0700
CNT SP0750-97-M-5087
AMT $34,461.00
LINE 0001 THROUGH 0004
DTD 121396
TO Anamet Inc 698 S Main St P.O.Box 2618 Waterbury CT 06725-1430
CITE: (I-354 SN013641)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air =  Force Base Ok 73145-3015
SUBJECT: 48--HYDRAULIC SPARES: MULTIPLE AIRCRAFT --4810008934536HS
  =
CNT F34601-97-M-0271, FD2030-96-0-9076 =
AMT $59,466 =
DTD 121696
TO Crane Co, Hydro-Aire Div, Po Box 7722, Burbank Ca 91510-7722
  =
CITE: (I-353 SN013427)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 49--TESTER-CONTROLLER-HEAT, PROPORTIO --4920003072554
CNT F42600-94-G-7559SA37, F41608-96-R-14397
AMT $268,500
DTD 121196
TO Boeing Defense And Space Group, P O Box 3999/Ms: 3e-65, 7755
  E  Marginal Way, Seattle Wa 98124 2499
CITE: (I-353 SN013396)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 49--PRESSURE TRANSDUCERS
POC B. Juneau
CNT N00406-97-M-E613
AMT $56,457
LINE N/A
DTD 121796
TO eaton corp pressure sensors division 15 durant ave bethel
  ct 06801-1901
CITE: (I-354 SN013901)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 51--WRENCH BEARING --5120008097981PS
CNT F41608-97-M-0415
AMT $29,550
DTD 121796
TO Herco Aircraft Machine Inc, P O Box 3655, San Antonio Tx 
  78211-0655
CITE: (I-353 SN013456)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 51--PUNCH, DRIVE PIN
SOL SP0490-97-X-K162
CNT SP0490-97-M-AC93
AMT $31,464.00
LINE 0001 THROUGH 0002
DTD 121396
TO B and E machine shop and sheet metal FAB Inc 3059 SE Monroe
  St  Stuart FL 34997
CITE: (I-354 SN013667)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: GSA FSS TCC TAD (6FESP-G3) 1500 East Bannister Road Kansas
  City,  Mo 64131
SUBJECT: 51--FINGER WRENCH SET(S)
SOL 6FES-G3-96C303-I
POC Sandra J. grant (816) 926-7678
CNT 6FES-G3-96C303-I
AMT $100,000.00
LINE M0123-123G
DTD 121696
TO K-d tools Div., easco hand tools P.O. Box 3767 Lancaster,
  PA  17604
CITE: (I-354 SN013944)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 56--TKO HEAVYWEIGHT KNOCK-OUT DOCK DOOR UNDER THE NEW
  ITEM  INTRODUCTORY SCHEDULE (NIIS) PROGRAM
SOL 7FXG-G5-FC-96-321
POC Ellie Upchurch 817 978-8492
CNT GS07F9386G
AMT $125,000.00
DTD 112696
TO Hpd international, Inc. 20896 enterprise Ave. Brookfield,
  WI  53045
CITE: (I-354 SN013930)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--FILTER BANK
SOL SPO970-97-Q-A043
CNT SP0970-97-M-1554
AMT $93,500.00
LINE 0001
DTD 121896
TO Salisbury engineering Inc 1955 northwood Dr salisbury MD 
  21801-8809
CITE: (I-354 SN013588)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  New Jersey   07703-5008
SUBJECT: 58--VIS FOR M109A6-OPTION
POC J. Key, CS, 908/532-1064, AMSEL-ACCA-D-AW
CNT DAAB07-92-C-B008
AMT $375,269.00
DTD 121096
TO Grumman Aerospace Corp, MS-C34-005, S Oyster Bay Rd, Bethpage,
  NY   11714
EMAILADD:   caprionr@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-354 SN013632)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  New Jersey   07703-5008
SUBJECT: 58--VIS FOR M109A6-OPTION
POC J. Key, CS, 908/532-1064, AMSEL-ACCA-D-AW
CNT DAAB07-92-C-B008
AMT $375,269.00
DTD 121096
TO Grumman Aerospace Corp, MS-C34-005, S Oyster Bay Rd, Bethpage,
  NY   11714
EMAILADD:   caprionr@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-354 SN013724)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a,
  Tinker Air =  Force Base Ok 73145-3015
SUBJECT: 59--CIRCUIT CARD ASSEMBLY; P/N 7893542-011; 43 EA --
  =  5998011806301NT
CNT F34601-95-G-00090008, FD2030-96-3-5409 =
AMT $134,160 =
DTD 121696
TO Canadian Commercial Corp, 50 O'connor St 11th Floor, Ottawa
  On =  K1a 0s6
CITE: (I-353 SN013420)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--DIPLEXER
CNT F34601-95-G-0004-UD90
AMT $89,968.00
LINE 0002
DTD 121896
TO Northrop Grumman Corp electronic sensors and systems Div Rolling
   Meadows site 600 Hicks Rd Rolling Meadows IL 60008-1098
CITE: (I-354 SN013583)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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, THERMOSTATIC
SOL SP0930-97-Q-A043
CNT SP0930-97-M-2325
AMT $28,091.70
LINE 0001 THROUGH 0002
DTD 121896
TO John A. becker Co., 1341 E. Fourth Street Dayton OH 45402-2235
CITE: (I-354 SN013585)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, SENSITIVE
SOL SP0930-97-Q-A024
CNT SP0930-97-M-2415
AMT $30,170.00
LINE 0001 THROUGH 0002
DTD 121896
TO Saint switch Inc 950 E state Ave P.O.Box 604 Saint Charles
  IL  60174-0604
CITE: (I-354 SN013586)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--RESOLVER, ELECTRICAL
SOL SP0930-96-Q-A152
CNT SP0930-97-M-2358
AMT $36,450.00
LINE 0001
DTD 121896
TO Litton Systems Inc Poly-Scientific Div 1213 N Main St Blacksburg
   VA 24060
CITE: (I-354 SN013587)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
CNT SP0970-97-C-0017
AMT $434,775.00
LINE 0001AA THROUGH 0003AN
DTD 121896
TO Alektronics Inc 3510 Stop Eight Rd Dayton OH 45414
CITE: (I-354 SN013589)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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, PRESSURE
SOL SP0930-96-Q-1740
CNT SP0930-97-M-1481
AMT $25,641.00
LINE 0001
DTD 121896
TO Hydra electric 3151 kenwood St Burbank CA 91505-1052
CITE: (I-354 SN013590)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-2315
AMT $39,100.00
LINE 0001 THROUGH 0004
DTD 121896
TO Figgie Intl Inc Hartman Electrical Mfg Div 175 N Diamond St
   Mansfield OH 44902-1004
CITE: (I-354 SN013592)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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 SP0960-96-Q-A198
CNT SP0960-97-M-1573
AMT $40,527.00
LINE 0001
DTD 121896
TO Litton Systems Inc Guidance and Control Systems Div 5500 Canoga
   Ave Woodland Hills CA 91367-6621
CITE: (I-354 SN013593)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-0654
AMT $71,250.00
LINE 0001
DTD 121896
TO KDI/triangle electronics Inc sub of KDI Corp 60 S Jefferson
  Rd  Whippany NJ 07981
CITE: (I-354 SN013594)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CONNECTOR, PLUG, ELECTRICAL
SOL SP0935-96-Q-5778
CNT SP0935-97-M-1581
AMT $59,967.64
LINE 0001
DTD 121896
TO Shiloh Industries Inc 5988 Executive Blvd Dayton OH 45424-1453
CITE: (I-354 SN013595)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--COIL ASSEMBLY, ELECT
CNT SP0905-97-M-1247
AMT $28,473.75
LINE 0001 THROUGH 0002
DTD 121896
TO M C aerospace Corp 118 Indianwood Rd P.O.Box 126 Lake Orion
  MI  48362
CITE: (I-354 SN013604)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 59--CIRCUIT CARD ASSEMB - AND SIMILAR REPLACEMENT PART
POC Contact Point, Rebecca A Mentzer, 02131.16, (717)790-3062,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John
  G Labosh, 02131, (717)790-2844
CNT N0010497CJA07, Sol Nr N00104-96-R-JA76, NIIN LLH788324
AMT $176,311
DTD 122896
TO Cardion Inc , Woodbury ,NY 11797-0000
CITE: (I-354 SN013625)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--BRUSH, ELECTRICAL CONTACT
SOL SP0430-97-Q-P124
CNT SP0430-97-M-P355
AMT $37,509.15
LINE 0001 THROUGH 0002
DTD 121396
TO Miraj corporation 345 Route 17 Hasbrouck Hts, NJ 07604
CITE: (I-354 SN013655)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army CECOM, CECOM Acquisition Center, Ft. Monmouth,
  New Jersey   07703-5008
SUBJECT: 59--SBIR, PHASE I
POC M. Paterno-Mihalko, CS, 908/532-5204, AMSEL-ACCC-CE
CNT DAAB07-97-C-J531
AMT $100,000.00
DTD 121296
TO Scientific Systems Co, 500 W Cummings PK Suite 39, Woburn,
  MA 01801
EMAILADD:   caprionr@doim6.monmouth.army.mil
EMAILDESC: 
CITE: (D-354 SN013725)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 61--CELL BATTERY; F-16 AIRCRAFT --6140013392305WF
CNT F42620-97-C-0016, F42620-97-R-22042
AMT $119,149
DTD 121696
TO Marathon Power Technologies, Battery Products, Po Box 8233,
  Waco  Tx 76714-8233
CITE: (I-353 SN013405)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 61--MOTOR TORQUE --6105011548955WF
CNT F42620-97-C-0018, F42620-96-R-1034
AMT $374,220
DTD 121696
TO Inland Motor Division, 501 First Street, Radford Va 24141-1427
CITE: (I-353 SN013406)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Sa-Alc/Propulsion Directorate, 143 Billy Mitchell Blvd
  Ste 6,  Kelly Afb, Texas 78241-6015
SUBJECT: 61--GEARBOX; APPL:J85 ENGINE --6105005535158
CNT F09603-94-G-0058SA06, F41608-95-R-46399
AMT $395,000
DTD 121196
TO Kollsman Inc, 220 Daniel Webster Highway, Merrimack Nh  03054-4844
CITE: (I-353 SN013411)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--REGULATOR, VOLTAGE
SOL SP0430-96-Q-BS01
CNT SP0430-97-M-P471
AMT $67,150.00
LINE 0001
DTD 121896
TO Reliance Electric Co Kato engineering Div 2075 Howard Dr P.O.Box
   8447 mankato MN 56002-8447
CITE: (I-354 SN013529)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--REPEATER, SYNCHRO TA
SOL SP0430-97-Q-P040
CNT SP0430-97-M-P485
AMT $27,523.00
LINE 0001
DTD 121896
TO Sperry marine Inc 1070 Seminole Trl Charlottesville VA 22901-2891
CITE: (I-354 SN013533)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--PANEL, POWER DISTRIBUTION
SOL SP0430-96-R-1145
CNT SP0430-97-C-5110
AMT $201,025.00
LINE 0001
DTD 121396
TO Rotair Industries, Inc.  964 Crescent Avenue Bridgeport, CT
   06607
CITE: (I-354 SN013666)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, DIRECT CURRENT
SOL SP0430-97-Q-P022
CNT SP0430-97-M-P386
AMT $51,051.42
LINE 0001
DTD 121396
TO ITT Fluid Technology Corp ITT Aerospace Controls Div 28150
   Industry Dr Valencia CA 91355
CITE: (I-354 SN013687)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR DIRECT CURRENT
SOL SP0430-96-Q-BR23
CNT SP0430-97-M-P390
AMT $72,979.00
LINE 0001 THROUGH 0002
DTD 121396
TO Motor technology Inc 2796 Culver Ave Dayton OH 45429-3724
CITE: (I-354 SN013690)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, ALTERNATING CURRENT
SOL SP0430-96-R-2559
CNT SP0430-97-C-5116
AMT $117,500.00
LINE 0001
DTD 121396
TO E-Systems Inc Montek Div 2268 S 3270 W Salt Lake City UT 84119
CITE: (I-354 SN013695)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--ARMATURE, MOTOR
SOL SP0430-96-R-0883
CNT SP0430-97-M-P359
AMT $37,644.16
LINE 0001AA THROUGH 0001AC
DTD 121496
TO Lucas Aerospace Power Equipment Corp 777 Lena Dr Aurora OH
  44202
CITE: (I-354 SN013696)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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-BG37
CNT SP0430-97-M-P387
AMT $39,014.32
LINE 0001 THROUGH 0002
DTD 121396
TO Gec-Marconi Aerospace Inc 110 Algonquin Pky Whippany NJ  07981-1640
CITE: (I-354 SN013698)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 61--LOGIC CONTROLLER
POC M. Klose
CNT N00406-97-C-4024
AMT $103,925
LINE N/A
DTD 121296
TO eaton corporation specific industry control 4265 north 30th
  street milwaukee wi 53216
CITE: (I-354 SN013902)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 61--CABLE
POC R. Jacobson
CNT N00406-97-M-2732
AMT $44,538
LINE N/A
DTD 121796
TO custom datacom p o box 1858 242 butler st westbury ny 11590-9058
CITE: (I-354 SN013903)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 61--POWER SUPPLY
POC R. Jacobson
CNT N00406-97-M-E683
AMT $70,690
LINE N/A
DTD 121896
TO transistor devices inc 85 horsehill road cedar knolls nj 07927
CITE: (I-354 SN013904)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 61--POWER DISTRIBUTION EQUIPMENT
SOL 7FXI-E5-96-6109-3
POC Kay Nelson 817 978-2491
CNT GS07F9402G
AMT $500,000.00
DTD 120596
TO Efi electronics 2415 S 2300 W Salt Lake City, UT 84119
CITE: (I-354 SN013959)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 61--POWER DISTRIBUTION EQUIPMENT
SOL 7FXI-E5-96-6109-3
POC Sheila Brannan 817 978-8421
CNT GS07F9415G
AMT $125,000.00
DTD 121696
TO Christi automotive products 2851 McGaw Irvine, CA 92714
CITE: (I-354 SN013963)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 62--CTRL LIGHT, VARIOUS NSN, QTY, P/N. --6220012128771
CNT F41608-96-D-1048, F41608-95-R-23738
AMT $93,768
DTD 121196
TO Aerospace Avionics Inc, 1000 Macarthur Memorial Hwy, Bohemia
  Ny  11716-0000
CITE: (I-353 SN013387)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--FLASHLIGHT
SOL SP0441-97-Q-R131
CNT SP0441-97-M-T835
AMT $28,674.00
LINE 0001 THROUGH 0003
DTD 111996
TO Divers Den 4833 E. business Hwy 98 P. O. Box 10606 Panama
  City,  FL 32404-1606
CITE: (I-353 SN013500)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--LIGHT, MARKER, GROUND
SOL SP0411-97-R-0315
CNT SP0411-97-C-5117
AMT $152,496.40
LINE 0001
DTD 121396
TO The Brinkmann corporation DBA/brinkmnn lighting products,
  Inc  1204 W. 27TH Street Kansas City, Jackson cty, Mo 64108-
CITE: (I-354 SN013691)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--ADJUSTMENT ASSEMBLY.
SOL SP0440-96-R-2597
CNT F09603-95-G-0002-TY93
AMT $144,450.00
LINE 0001AA THROUGH 0001AF
DTD 121896
TO Smiths Industries Aerospace and Defense Systems Inc. Grand
  Rapids  Div 4141 Eastern Ave SE Grand Rapids MI 49518-8727
CITE: (I-353 SN013507)

[Commerce Business Daily: Posted December 18, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--PRISM, OPTICAL INSTRUMENT
SOL SP0440-96-Q-HY33
CNT SP0440-97-M-X716
AMT $58,750.00
LINE 0001
DTD 121896
TO E R precision optical Corp 3442 Parkway center CT Orlando
  FL  32808
CITE: (I-353 SN013510)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--METER MOVEMENT
SOL SP0440-97-Q-T297
CNT SP0440-97-M-X708
AMT $40,548.20
LINE 0001 THROUGH 0002
DTD 121896
TO Eur-Pac Corp 132 Sutton St Brooklyn NY 11222-3732
CITE: (I-354 SN013524)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--TEST SET SUBASSEMBLY
SOL SP0920-96-Q-A164
CNT SP0920-97-M-0937
AMT $42,050.00
LINE 0001AA THROUGH 0001AC
DTD 121796
TO Giga-tronics Inc 4650 Norris Canyon Rd San ramon CA 94583-1320
CITE: (I-354 SN013584)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, LIQUID QUANTITY
SOL SP0440-96-Q-H540
CNT SP0440-97-M-X542
AMT $36,575.00
LINE 0001AA THROUGH 0002AB
DTD 121396
TO Simmonds Precision Products Inc 100 Panton Rd Vergennes VT
   05491-8801
CITE: (I-354 SN013662)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--THERMOCOUPLE ASSY, E
SOL SP0440-96-R-2563
CNT SP0440-97-C-0118
AMT $25,556.70
LINE 0001
DTD 121396
TO Thermocontrol Inc 5728 Hartsdale Dr Houston TX 77036-2112
CITE: (I-354 SN013669)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, LIQUID QUANTITY
SOL SP0440-96-R-3193
CNT SP0440-97-C-0126
AMT $43,056.00
LINE 0001 THROUGH 0002
DTD 121396
TO Simmonds Precision Products Inc 100 Panton Rd Vergennes VT
   05491-8801
CITE: (I-354 SN013693)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 69--Training Aids and Devices
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 69--TARGET FRAME, COMBINATION
CNT SP0450-97-M-K482
AMT $52,192.70
LINE 0001
DTD 121396
TO A G H Industries P O Box 1852 7420 Whitehall Fort Worth TX
   76118-6426
CITE: (I-354 SN013653)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Social Security Administration, Office of Acquisition
  and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696
SUBJECT: 70--CONSOLIDATED LAN MAINTENANCE
CNT SSA 600-97-28910
AMT $3,974,881.00
DTD 121896
TO Unisys Corporation, 8008 Westpark Dr, McLean, Virginia 22102
CITE: (I-354 SN013736)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: DHHS/PSC/ADP Acquisitions Branch Parklawn Bldg., Room
  5-95, 5600 Fishers Lane, Rockville, MD 20857
SUBJECT: 70--LAN/PC SUPPORT SERVICES FOR SAMHSA
POC Naomi Haney, Contract Specialist; Jacqueline R. Jones, Contracting
  Officer
CNT 213-97-0001
AMT $3,680,137
LINE N/A
DTD 112996
TO Hi-Tech International, Inc., 2800 Shirlington Road, Suite
  1001, Arlington, VA 22206
CITE: (I-354 SN013871)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 70--SOFTWARE LICENSE & TECH SUPPORT
POC R. O'Donnell
CNT N00406-97-M-E828
AMT $3,140
LINE N/A
DTD 121996
TO remedy corporation 1505 salado dr mountain view ca 94043
CITE: (I-354 SN013905)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 73--FOOD SERVICE EQUIPMENT
SOL 7FXG-Y8-95-7354-B
POC Jo Ann Stanley 817 978-2505
CNT GS07F8875G
AMT $1,782,308.00
DTD 030596
TO Somat corporation C/O Eagle Marketing Group P.O. Box 681837
CITE: (I-354 SN013923)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 73--FOOD SERVICE EQUIPMENT
SOL 7FXG-Y8-95-7354-B
POC Jo Ann Stanley 817 978-2505
CNT GS07F8880G
AMT $125,000.00
DTD 030496
TO National conveyor Corp. C/O Eagle Marketing Group P.O. Box
   681837
CITE: (I-354 SN013924)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 73--FOOD SERVICE EQUIPMENT
SOL 7FXG-Y8-95-7354-B
POC Jo Ann Stanley 817 978-2505
CNT GS07F9354G
AMT $276,000.00
DTD 030496
TO CNC company P.O. Box 658 3541 rockbridge Rd. avondale estates,
   GA 30002
CITE: (I-354 SN013925)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 73--FOOD SERVICE EQUIPMENT
SOL 7FXG-Y8-95-7354-B
POC Jo Ann Stanley 817 978-2505
CNT GS07F8880G
AMT $125,000.00
DTD 030496
TO National conveyor Corp. C/O Eagle Marketing Group P.O. Box
   681837 Houston, TX 77268
CITE: (I-354 SN013955)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 73--FOOD SERVICE EQUIPMENT
SOL 7FXG-Y8-95-7354-B
POC Jo Ann Stanley 817 978-2505
CNT GS07F8875G
AMT $1,782,308.00
DTD 030596
TO Somat corporation C/O Eagle Marketing Group P.O. Box 681837
   Houston, TX 77268-1837
CITE: (I-354 SN013956)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND
  HOBBIES;  TOYSAND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT
  AND SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Robert F. Zentell 817 978-8654
CNT GS07F9339G
AMT $453,000.00
DTD 112796
TO Montgomery marketing, Inc. P.O. Box 241367 Montgomery, AL
   36124-1367
CITE: (I-354 SN013926)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND
  HOBBIES;  TOYSAND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT
  AND SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Margaret Evans, 817 978-8646
CNT GS07F9387G
AMT $384,000.00
DTD 120596
TO Willpower equipment, Inc. 13320=33RD Ave. N Plymouth, MN 
  55441
CITE: (I-354 SN013927)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND
  HOBBIES;  TOYSAND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT
  AND SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Kellie Stoker 817 978-8655
CNT GS07F9394G
AMT $125,000.00
DTD 120996
TO Icarian fitness equipment 12660 branford St. Sun Valley, CA
   91352
CITE: (I-354 SN013928)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND
  HOBBIES;  TOYSAND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT
  AND SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Kellie Stoker 817 978-8655
CNT GS07F9392G
AMT $125,000.00
DTD 120296
TO Crown gym MATS, Inc. 27 West 929 industrial Ave. Barrington,
   IL 60010
CITE: (I-354 SN013929)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC & RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES;
  TOYS  AND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT AND SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Kellie Stoker 817 978-8655
CNT GS07F9393G
AMT $125,000.00
DTD 120496
TO Dillards Government Sales Div. dillards marine & sportws 113-B
   E. Shockley ferry Rd. Anderson, SC 29624
CITE: (I-354 SN013960)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS AND
  HOBBIES;  TOYSAND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT
  AND SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Robert F. Zentell 817 978-8654
CNT GS07F9316G
AMT $125,000.00
DTD 101296
TO First fitness equipment, Inc. 841 southway circle Fort Worth,
   TX 76115
CITE: (I-354 SN013962)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC AND RECREATIONAL EQUIPMENT; CRAFTS & HOBBIES;
  TOYS  AND PRESCHOOL AIDS; AND THEATRICAL EQUIPMENT AND SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Kellie Stoker 817 978-8655
CNT GS07F9398G
AMT $125,000.00
DTD 120996
TO Five seasons sports 145 monticello Rd. pawtucket, RI 02861
CITE: (I-354 SN013964)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 78--ATHLETIC & RECREATIONAL EQUIPMENT; CRAFTS AND HOBBIES,
  TOYS  AND PRESCHOOL AIDS AND THEATRICAL EQUIPMENT & SUPPLIES
SOL 7FXG-J3-96-7802-B
POC Sharon Strohecker 817 978-8381
CNT GS07F9404G
AMT $125,000.00
DTD 120596
TO Sportables scoreboards P.O. Box 1480 Murray, KY 42071
CITE: (I-354 SN013966)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 80--Brushes, Paints, Sealers and Adhesives
OFFADD: GSA Acquisition Division 400 15TH Street S.W. Auburn,
  WA  98001-6599
SUBJECT: 80--POLYTHIOETHER SEALING COMPOUND
SOL TFTP-96-AB-8365
POC Sharon Flannery 206 931-7898
CNT GS-10F-40662
AMT $294,934.00
DTD 120496
TO Courtaulds Aerospace (ASC-DALLAS) grand praire, TX 75050
CITE: (I-354 SN013973)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 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--CLOTH, SATIN, GLASS, 2.89 OZ MIN TO 3.25 OZ MAX
SOL SP0100-97-Q-4014
CNT SP0100-97-M-EA85
AMT $93,846.61
LINE 0001AB
DTD 121296
TO Trevarno Division hexcel Corp.  P. O. Box 608 Lancaster, Ohio
   43130
CITE: (I-354 SN013639)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
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--CLOTH, BALLISTIC NYLON, WATER-REPELLENT
POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942
CNT 1PI-C-2887-97
AMT $283,840
LINE 0001-0005
DTD 120996
TO NATIONAL DYE WORKS, INC., PO BOX 3 ROUTE #1, LYNCHBURG, SC
  29080
CITE: (I-354 SN013810)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
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--TWILL FABRIC
POC Contracting Officer, MCPHERSON, CHYREL, (202)508-3942
CNT 1PI-C-2901-97
AMT $277,440
LINE 0001
DTD 121696
TO Atlantic Textiles, 2934 PACIFIC AVE, Longport, NJ 08403
CITE: (I-354 SN013812)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--BAG, WATERPROOF, CLOTHING
SOL SP0100-96-R-0039
CNT SP0100-97-C-4006
AMT $1,070,211.60
LINE 0001AA
DTD 121896
TO Wirt inflatable specialists Inc Pike St P.O.Box 1325 Elizabeth
  WV  26143-9369
CITE: (I-354 SN013553)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--GLOVE SHELLS, RADIOACTIVE CONTAMINANTS
CNT SP0100-97-C-5013
AMT $52,536.60
LINE 0001AA THROUGH 0001BA
DTD 121296
TO I S a Corp 3540 Brooks St N P.O.Box 4370 Salem OR 97302
CITE: (I-354 SN013638)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--SHIRT, WOMAN'S, OPEN NOTCH COLLAR,
CNT SP0100-97-M-CA57
AMT $37,305.60
LINE 0001AA THROUGH 0004AA
DTD 121296
TO Macon Apparel Corp 2760 N Main St Madisonville KY 42431
CITE: (I-354 SN013640)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--X-LARGE
CNT SP0100-96-C-4032
AMT $27,286.22
LINE 0006AA
DTD 121796
TO Lajas Industries Inc 65 of infantry Ave no 109 S lajas PR
  00667
CITE: (I-354 SN013713)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 84--WORK GLOVES
SOL 7FXG-R4-96-8436-S
POC Nan Martin 817 978-2801
CNT GS07F90920
AMT $214,378.00
DTD 120996
TO Carolina glove Co. P.O. drawer 820 newton, NC 28658
CITE: (I-354 SN013961)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 93--PLASTIC MATERIAL, CELLULAR
SOL SP0441-97-Q-R230
CNT SP0441-97-M-T682
AMT $73,872.00
LINE 0001 THROUGH 0003
DTD 121896
TO Crest-Foam Corp 100 Carol Pl Moonachie NJ 07074-1304
CITE: (I-354 SN013521)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 93--PLASTIC MATERIAL, CELLULAR
SOL SP0441-97-Q-R075
CNT SP0441-97-M-T681
AMT $32,319.00
LINE 0001
DTD 121896
TO Crest-Foam Corp 100 Carol Pl Moonachie NJ 07074-1304
CITE: (I-354 SN013527)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 93--SORBENT, OIL
SOL SP0441-97-Q-R253
CNT SP0441-97-M-T686
AMT $84,815.25
LINE 0001 THROUGH 0003
DTD 121896
TO M and I supply Inc 1018 windward Ridge pky P.O.Box 1127 Alpharetta
   GA 30239-1127
CITE: (I-354 SN013532)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 93--PLASTIC SHEET, PRESS
SOL SP0441-97-Q-R301
CNT SP0441-97-M-T432
AMT $53,200.00
LINE 0001 THROUGH 0002
DTD 121396
TO S A R C O P.O. Box 893 Voorhees, n.j.  08043
CITE: (I-354 SN013672)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 93--SORBENT, OIL
SOL SP0441-97-Q-R296
CNT SP0441-97-M-T640
AMT $82,825.00
LINE 0001 THROUGH 0002
DTD 121396
TO M and I supply Inc 1018 windward Ridge pky P.O.Box 1127 Alpharetta
   GA 30239-1127
CITE: (I-354 SN013689)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN:
  AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197
SUBJECT: 99--HIGH POWER (14KW) LASER SYSTEM
POC Omar Ali, Contract Specialist, (301) 394-1048, Kathleen M.
  Tennant, Contracting Officer, (301) 394-3439.
CNT DAAL01-97-C-0063, DAAL01-96-R-9852
AMT $701,421.00
LINE 0001-0003
DTD 121696
TO Convergent Energy System, Inc., 300 Pleasant Valley Road,
  South Windsor, CT 06074
CITE: (I-354 SN013774)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Fleet and Industrial Supply Center, San Diego, Bid Officer,
  937 N. Harbor Drive, San Diego, CA 92132-0212
SUBJECT: 99--CONTRACTOR OPERATED CIVIL ENGINEERING SUPPLY STORE
POC Contracting Officer, Fran L. Cass; Contract Specialist Jo
  Escalera,(619)532-2558
CNT N00244-97-D-5076 awarded to CC Distributors Inc. for a base
  year and two option years
AMT $3,910,382.83
DTD 121096
TO CC Distributors Inc., 210 McBride Lane, P.O. Box 9153, Corpus
  Christi, TX 78469-9153
CITE: (I-354 SN013832)

[Commerce Business Daily: Posted December 19, 1996]
[Printed Issue Date: December 23, 1996]

PART: SPECIAL NOTICES
SUBJECT: TEMPORARY--SUSPENSION OF SERVICE DUE TO OVERDUE BILL
  FOR THE CBD PRINTING FEE
DESC: Effective January 13, 1997, the following Contracting Offices
  will not be allowed to publish notices in the Commerce Business
  Daily (CBD) because they have not paid their overdue bills
  for the month of September for the CBD Printing Fee.  GPO221002,
  ADMINISTRATIVE OFFICE OF THE US COURTS, OFSAS-CD-CB, WASHINGTON,
  DC 20544 GPO221003, ADMINISTRATIVE OFFICE OF THE U.S.
  COURTS, TECHNOLOGY POLICY, PLANNING & ACQUISITION OFFICE, ONE
  COLUMBUS CIRCLE, NE, SUITE 3-170, WASHINGTON, DC 20544 GPO341092,
  USDA, NATURAL RESOURCES CONSERVATION SERVICE, 2121-C 2ND ST.,
  STE. 107, DAVIS, CA 95616-5475 GPO341125, USDA, NATURAL
  RESOURCES CONSERVATION SERVICE, ONE CREDIT UNION PLACE, SUITE
  340, HARRISBURG, PA 17110-2993 GPO341160, CONTRACTING
  OFFICER, COCONINO NATIONAL FOREST, 2323 E GREENLAW LANE, FLAGSTAFF,
  AZ 86004-1890 GPO341196, USDA FOREST SERVICE, PIKE & SAN
  ISABEL NATIONAL FOREST, CIMARRON & COMANCHE NATIONAL GRASSLANDS,
  1920 VALLEY DR., PUEBLO, COLORADO 81008-1797 GPO361034,
  DEFENSE INTELLIGENCE AGENCY, BUILDING 6000, BOLLING AFB, WASHINGTON,
  DC 20340-3084 GPO361066, DCMC TWIN CITIES, 3001 METRO
  DRIVE, BLOOMINGTON, MN 55425-1573 GPO362013, DOD/DLA/DEFENSE
  NATIONAL STOCKPILE CENTER, DIRECTORATE OF STOCKPILE CONTRACTS,
  8725 JOHN J KINGMAN ROAD STE 3339, FT BELVOIR VA 22060-6223
   GPO362505, DEFENSE SUPPLY SERVICE-WASHINGTON, 5200 ARMY
  PANTAGON, WASHINGTON, D.C. 20310-5200 GPO371023, DIRECTORATE
  OF CONTRACTING, WALTER REED ARMY MEDICAL CENTER, WASHINGTON,D.C.
  20307-5000 GPO371034, HEADQUARTERS, MILITARY TRAFFIC MANAGEMENT
  COMMAND, ATTN: JOINT TRAFFIC MANAGEMENT OFFICE (MTTM-D), ROOM
  117, MR. FRANK LAMM, 5611 COLUMBIA PIKE, F GPO371035,
  USA GARRISON FORT BELVOIR, DIRCTRT OF CONTRACTING, 9410 JACKSON
  LOOP STE101, FT BELVOIR VA 22060-5134 GPO371045, DA FORT
  MYER MILITARY COMMUNITY, DIRECTORATE OF CONTRACTING, 204 LEE
  AVENUE, FORT MYER VA 22211-1199 GPO371087, US ARMY INDUSTRIAL
  OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL 61299-6000
   GPO371105, DIRECTORATE OF CONTRACTING, BLDG 606, IOWA
  AVENUE, P. O. BOX 140, FT LEONARD WOOD MO 65473-0140 GPO371137,
  U.S. ARMY ENGINEER DISTRICT, SF, COE, ATTN: CESPN-CT, 333 MARKET
  ST. RM.704, SAN FRANCISCO CA 94105-2197 GPO371149, WALLA
  WALLA DIST, CORPS OF ENG, WALLA WALLA WA 99362-1876 GPO371155,
  CHIEF, WIESBADEN REGIONAL CONTRACTING CENTER, ATTN: AEUCC-C-AIA,
  CMR 410,BOX 744, APO AE 09096 GPO371195, CONTRACTING DIVISION,
  ATTN: AMCPM-RMA, ROCKY MOUNTAIN ARSENAL , COMMERCECITY CO 80022-1748
   GPO371209, DIRECTORATE OF CONTRACTING, ATZC-DOC, 1733
  PLEASONTON ROAD, FORT BLISS, TX 79916-6816 GPO371248,
  DIRECTORATE OF CONTRACTING, ANME-OC, BLDG 4216, FORT MEADE
  MD 20755-5081 GPO371264, CORPUS CHRISTI ARMY DEPOT, DIRECTORATE
  OF CONTRACTING, 308 CRECY STREET BLDG 129 STOP 7, CORPUS CHRISTI
  TX 78419-5260 GPO371267, DIRECTORATE OF CONTRACTING, ATTN:
  ATZS-DKO-I, P.O. BOX 12748, FORT HUACHUCA, AZ 85670-2748 GPO371296,
  COMMANDER, USAIC&FH, ATTN: ATZS-TPT, FORT HUACHUCA, AZ GPO371312,
  PANTEX PLANT, AMARILLO, TEXAS GPO381059, COMMANDER, MARINE
  CORPS SYSTEMS COMMAND, CODE CTC, WASHINGTON DC 20380-1775
  GPO381082, OFFICE OF NAVAL RESEARCH, 800 NORTH QUINCY STREET,
  ARLINGTON, VA 22217-5660 GPO381129, OFFICER IN CHARGE
  OF CONSTRUCTION, COASTAL SYSTEMS STATION, DAHLGREN DIVIION,
  6703 WEST HIGHWAY 98, SUITE 126, PANAMA CITY, FLORIDA 32407-7001
   GPO381177, CONTRACTS & PROCUREMENT DIVISION, CONTRACTS
  BRANCH, CODE 643, 1000 23RD AVENUE, PORT HUENEME, CA 93043-4301
   GPO381204, FLEET & INDUSTRIAL SUPPLY CENTER, PUGET SOUND,
  CODE 200, 467 W STREET, BREMERTON, WA GPO381237, FISC
  NORFOLK DETACHMENT PHILADELPHIA, 700 ROBBINS AVE., BLDG. 2B.,
  PHILADELPHIA, PA 19111-5084 GPO381249, DEFENSE CONTRACT
  MANAGEMENT COMMAND, 100 PLASTICS AVENUE, PITTSFIELD MA 01201
   GPO381271, COMMANDING OFFICER, NAVY PUBLIC WORKS CENTER,
  CODE 861, PURCHASE BRANCH,PEARL HARBOR, HAWAII 96860-5470
  GPO381292, NISE EAST CHARLESTON, CONTRACTS DIVISION, 4600
  MARRIOTT DR., N. CHARLESTON, S.C. 29406-6504 GPO381334,
  DEPARTMENT OF THE NAVY, SOUTHWEST DIVISION, NAVAL FACILITIES
  ENGINEERINGCOMMAND, OFFICER IN CHANGE OF CONSTRUCTION-LOS ANGELES
  AREA, NAVAL WEAPONS STATION, BUILDING 230 (WEST WING), SEAL
  BEACH, CA 90740-5000 GPO381337, OFFICER IN CHARGE OF CONSTRUCTION,
  CODE ROIC.BZ, BLDG. 504, NAVAL AIR FACILITY, EL CENTRO, CA
  92243-5008 GPO381356, PURCHASING AND CONTRACTING BRANCH,
  2010 HENDERSON RD., QUANTICO, VA 22134-5045 GPO381390,
  NAVY EXPERIMENTAL DIVING UNIT, 321 BULLFINCH RD. PANAMA CITY,
  FL. 32407-7015 GPO381395, OFFICER IN CHARGE OF CONSTRUCTION,
  4600 BELLEAU AVE., SAN DIEGO, CA 92140-5396 GPO381422,
  MARINE FORCES RESERVE REGIONAL CONTRACTING OFFICE, 4400 DAUPHINE
  STREET,ROOM 306, NEW ORLEANS LA 70146-5400 GPO381442,
  DEPARTMENT OF THE NAVY, ROOSEVELT ROADS NAVAL STATION, BUILDING
  1205, CEIBA, PUERTO RICO 00735 GPO381458, MWR DEPT. BLDG
  100, CODE N9216, NAVSTA INGLESIDE, TX 78362 GPO391243,
  HQ AMC/DOKAI, 402 SCOTT DR, UNIT 3A1, SCOTT AFB IL 62225-5302
   GPO391264, OPERATIONAL CONTRACTING DIVISION, 127 FW/LGC,
  29553 GEORGE AVENUE - BLDG303, ROOM 114, SELFRIDGE ANG BASE
  MI 48045-5399 GPO391292, 35TH CONTRACTING SQUADRON/LGCV,
  UNIT 5201, APO AP 96319-5201 GPO391307, INDIANA AIR GUARD,
  OPERATIONAL CONTRACTING OFFICE, 970 S. PETERCHEFF STREET, TERRE
  HAUTE, INDIANA 47803-5055 GPO391375, DET 1, 15 SPTG/SVXA,
  515 TINKER RD, WAIMANALO, HI 96795 GPO414017, NATIONAL
  INSTITUTES OF HEALTH; OFFICE OF PURCHASING AND CONTRACTS, OPM/OD;
  6006 EXECUTIVE BLVD., SUITE 311, ROCKVILLE, MD 20892-7058
  GPO416803, SUBSTANCE ABUSE AND MENTAL HEALTH SERVICES ADMINISTRATION,
  OFFICE OF PROGRAM SERVICES, DIVISION OF CONTRACTS MANAGEMENT,
  5600 FISHERS LANE, ROCKWA GPO416848, NATIONAL INSTITUTE
  ON DRUG ABUSE DIVISION OF INTRAMURAL RESEARCH PO BOX 5180 BALTIMORE,
  MD 21224-0180 GPO431155, BUREAU OF INDIAN AFFAIRS, BRANCH
  OF ROADS, CONSTRUCTION/HEAVY EQUIPMENT UNIT (CHEU), PO BOX
  1983, FARMINGTON, NEW MEXICO 87499 GPO431175, 324 SOUTH
  STATE STREET, P.O. BOX 45155, SALT LAKE CITY, UT 84145-0155
   GPO451006, WOODLAND JOB CORPS CENTER, 3300 FORT MEADE
  ROAD, LAUREL, MARYLAND 20724 GPO471002, UNITED STATES
  DEPARTMENT OF STATE, DIPLOMATIC TELECOMMUNICATIONS SERVICE-PO,
  3920 PENDER DRIVE, FAIRFAX CENTER, VA 22030 GPO481013,
  DEPARTMENT OF THE TREASURY (2024), FEDERAL LAW ENFORCEMENT
  TRAINING CENTER, ADMINISTRATION DIVISION, 1300 W. RICHEY AVENUE,
  ARTESIA, NM 88210 GPO482002, DEPARTMENT OF THE TREASURY
  (DY) - US CUSTOMS SERVICE, FIELD PROCUREMENT SVCS. GROUP, 6026
  LAKESIDE BLVD., INDIANAPOLIS IN 46278 GPO491060, FEDERAL
  HIGHWAY ADMINISTRATION, 610 EAST FIFTH STREET, VANCOUVER, WA
  98661-3893 GPO491108, U.S. COAST GUARD ISC, FACENG/CAB,
  PO BOX 195025, KODIAK, AK 99619-5025 GPO491116, COMMANDER,
  USCG MAINTENANCE & LOGISTICS COMMAND ATLANTIC (VPL) 300 EAST
  MAIN STREET TOWER, NORFOLK, VA 23510-9102 GPO491117, DOT,
  MARITIME ADMINISTRATION, RM 7324, 400 7TH ST., S.W. WASHINGTON,
  DC 20590-0001 GPO645080, LOCKHEED MARTIN ENERGY SYSTEMS,
  INC., P.O. BOX 628, PIKETON, OHIO 45661 GPO656019, U.S.
  ENVIRONMENTAL PROTECTION AGENCY, ACQUISITION SECTION (MCC-10J)
  77 W.JACKSON, CHICAGO, IL 60604 GPO682008, GENERAL SERVICE
  ADMINISTRATION, PBS,,BUSINESS SERVICE CENTER,26 FEDERAL PLAZ
  A,RM18-130,NEW YORK,NY 10278 GPO682180, GENERAL SERVICES
  ADMINISTRATION, SOUTH PROPERTY MANAGEMENT CENTER, FEDERAL BUILDING
  3, SUITE 1033, 4700 SILVER HILL ROAD SUITLAND, MARYLAND 20746
   GPO682186, GENERAL SERVICES ADMINISTRATION, 450 GOLDEN
  GATE AVE (9PMFC), 4TH FLOOR, SAN FRANCISCO, CA 94102-3434
  GPO751082, LOCKHEED MARTIN SPACE INFORMATION SYSTEMS, MARINA
  PLAZA, SUITE 500, 2450SOUTH SHORE BLVD., P.O. BOX 58487, HOUSTON,
  TEXAS 77258 GPO802001, SMALL BUSINESS ADMINISTRATION,
  409 3RD ST. SW, WASHINGTON, DC 20416 GPO823001, U.S. INFORMATION
  AGENCY, GENERAL SERVICES BRANCH, 301 4TH ST., SW, RM. 101,
  WASHINGTON, DC 20547 GPOFRN334, INTERNATIONAL PROCUREMENT
  OFFICE, NIPPON TELEGRAPH AND TELEPHONE CORPORATION, MARUKINBANCHO
  BLDG. 6F, 6-28 ROKUBANCHO-CHIYODA-KU, TOKYO 102 JAPAN GPOLAB012,
  JOANNE TRUJILLO, SANDIA NATIONAL LABORATORIES, TECHNOLOGY PARTNERSHIPS
  AND COMMERCIALIZATION, P.O. BOX 5800-MS 1380 GPOLAB014,
  LOS ALAMOS NATIONAL LABORATORY, MAIL STOP C334, P.O. BOX 1663,
  LOS ALAMOS, NM 87545 GPOMSC011, ON-SITE INSPECTION AGENCY,
  WASHINGTON, DC 20041- 0498 GPOMSC141, ALLIED SIGNAL INC.,
  KANSAS CITY DIVISION, P.O. BOX 419159, KANSAS CITY, MO 64141-6159
   GPOMSC269, MAX M. COLE, BUREAU DIRECTOR, PROGRAM UTILIZATION,
  DIVISION OF MEDICAID,SUITE 801, ROBERT E. LEE BUILDING, 239
  NORTH LAMAR STREET, JACKSON, MS 39201-1399 GPOMSC276,
  GUAM WIC PROGRAM, P.O. BOX 2816, AGANA,GU 96932 GPOPFO025,
  US PROPERTY & FISCAL OFFICE-NY, ATTN: MNPF-PC, 330 OLD NISKAYUNA
  ROAD, LATHAM NY 12110-2224 GPOPFO038, USPFO FOR MISSOURI,
  PURCHASING AND CONTRACTING, 7101 MILITARY CIRCLE, JEFFERSON
  CITY, MO 65101-1200 GPOPFO039, USPFO LOUISIANA, BLDG 39
  ROOM 212 DLS P, JACKSON BARRACKS, NEW ORLEANS LA70146 Background:
  For approximately 45 years the Commerce Business Daily (CBD)
  provided free printing services to agencies. During this period,
  printing expenses were paid with appropriated funds. Beginning
  October 1, 1995 the CBD no longer received appropriated funds.
  Agencies are now charged a fee for printing services. The
  cost is $5 per each notice submitted electronically and $18
  per each notice submitted in manuscript form. The U.S. Government
   Printing Office has reported that the Contracting Offices
   listed in this notice have not paid their overdue bills for
  the CBD Printing Fee. We understand that the bills are overdue
  by at least 60 days. Recently, these offices were notified
  by phone and fax of their overdue bills. The CBD staff understands
  that the temporary suspension of service may interrupt the
  schedule for a contract action. However, the CBD program is
  funded through the Printing Fee, and all organizations must
  pay their bills accordingly. The billings and payments for
  the Printing Fee are managed by the U.S. Government Printing
  Office. Their phone numbers are (800) 567-8476 or (202) 512-2083.
CITE: (W-354 SN013837)