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

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome, NY 13441-4514
SUBJECT: A--RADIO FREQUENCY WEAPON MODELING IMPROVEMENTS
SOL F30602-97-R-0036
POC Bonnie L. Goetz, Contract Specialist, AC (315)330-2008, Michael
  Granieri, Program Manager, AC (315)330-7673
DESC: The RFP will be released no sooner than fifteen (15) days
  after publication of this notice. Period of performance is
  twenty four (24) months. The purpose of this effort is to develop
  and implement improvements/updates in an existing software
  computer code system that is needed to aid in the analysis
  of Radio Frequency Weapon systems for technological assessments.
  The computer code consists of a specialized object orientated
  expert system containing two special modes of operation: Beam
  forming and HPM Technology modes. A knowledge of High Power
  Microwave (HPM) technology and physics modeling are required
  in the delivery of a HEIMDALL computer code that will interface
  with user WINDOWS NT commands and computer systems. Technical
  reports, special software familiarization and a demonstration
  is included as part of the delivery requirements of this effort.
  Foreign participation is excluded at the prime contractor level.
  SECRET clearances will be required for performance. An Ombudsman
  has been appointed to hear significant concerns from offerors
  or potential offerors during the proposal development phase
  of this acquisition. Routine questions, such as clarifications
  of the Statement of Work or the terms and conditions, are not
  considered to be "significant concerns" and should be communicated
  directly to the Contracting Officer, Arnold J. Kloven, Jr.,
  315-330-4767. The purpose of the Ombudsman is not to diminish
  the authority of the contracting officer or program manager,
  but to communicate contractor concerns, issues, disagreements
  and recommendations to the appropriate Government personnel.
  The Ombudsman for this acquisition is Vincent Palmiero, Chief,
  Policy and Management Division, at 315-330-7746. 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.
  The Ombudsman should only be contacted with issues or problems
  that have been previously brought to the attention of the Contract
  Specialist/Contracting Officer and could not be satisfactorily
  resolved at that level. No telephone requests for the solicitation
  will be honored. All requests must be addressed to the attention
  of the Contract Specialist, Bonnie L. Goetz, reference the
  code I-7-4012-L, and contain the respondent's Commercial and
  Government Entity (CAGE) code. All responsible sources may
  submit a proposal in response to the RFP which shall be considered.
   See Numbered Note 26.   
LINKURL: N/A
LINKDESC: 
EMAILADD: goetzb@pintail.pk.rl.af.mil
EMAILDESC: 
  e-mail.
CITE: (W-358 SN014641)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB,
  OH 45433-7607
SUBJECT: A--FIXED WING VEHICLE DEMONSTRATION PROGRAM
SOL PRDA-97-02-FIK
POC Jarens D. Murray, 2LT, USAF, Contract Negotiator, (937) 255-5901,
  Mr. Larry Kopa, Contracting Officer, (937) 255-5901`
DESC: NOTICE:  INCORPORATE CHANGES AS FOLLOWS:  PART 1 of 2,
  Section B - Requirements, 2), sentence which reads, "The demonstration
  program will strike a balance between the FWV goals achieved,
  the number and types of technologies flight tested and demonstrated,
  and the degree of "missionization" incorporated in the demonstrator
  platform(s)." is changed to read as follows:  "The demonstration
  program will strike a balance between the FWV goals achieved,
  the number and types of technologies flight tested and demonstrated."
   The sentence which reads, "The flight demonstrator shall be
  an uninhabited modular system consisting of the vehicle management
  system, vehicle platform, sensor packages, data recording devices,
  and other systems required to flight validate an identified
  subset of technologies from the Fixed Wing Vehicle program
  thrust areas: structure, flight control, aeromechanics, and
  subsystems." is changed to read as follows:  "The flight demonstrator
  shall be an uninhabited modular system consisting of the vehicle
  management system, vehicle platform, data recording devices,
  and other systems required to flight validate an identified
  subset of technologies from the Fixed Wing Vehicle program
  thrust areas: structure, flight control, aeromechanics, and
  subsystems. "   The following sentence which reads, "An additional
  goal of the Fixed Wing Vehicle Demonstration program will be
  the capability to demonstrate other technologies such as avionics,
  propulsion and weapons after the initial flight test by employing
  the vehicle modularity." is deleted in its entirety.  The section
  entitled, 1.  PROGRAM STRATEGY: and sentence which reads, 
  "The intent of the Fixed Wing Vehicle Demonstration program
  is to develop an uninhabited modular flight test vehicle(s)
  to flight demonstrate aircraft technologies." is changed to
  read as follows:  "The intent of the Fixed Wing Vehicle Demonstration
  program is to develop modular flight test vehicle(s) to flight
  demonstrate aircraft technologies."  The sentence which reads,
   "BLOCK I will investigate the interrelated issues of technology
  candidates, FWV goals, technology demonstration requirements,
  vehicle concepts, "mission" performance requirements, cost,
  schedule, and BLOCK II planning." is changed to read as follows:
   "BLOCK I will investigate the interrelated issues of technology
  candidates, FWV goals, technology demonstration requirements,
  vehicle concepts, cost, schedule, and BLOCK II planning.  The
  sentence which reads, "The purpose of BLOCK II is to design,
  develop, construct, and flight test modular uninhabited flight
  demonstration vehicle(s)." is changed to read as follows: 
  "The purpose of BLOCK II is to design, develop, construct,
  and flight test modular flight demonstration vehicle(s)." 
  The section entitled, 2. TECHNICAL APPROACH:  the sentence
  which reads, "These requirements are meant to communicate the
  Air Force desire for an air-vehicle platform capable of performing
  some type of notional fighter/attack mission." is deleted in
  its entirety. The following sentence which reads,  "Preliminary
  vehicle requirements of the modular demonstration platform
  are:  (1) maneuvering capability... ." is change to read as
  follows:  "Preliminary vehicle requirements of the modular
  demonstration vehicle are:  (1) maneuvering capability... ."
   Subpart (4) of this section which reads,  "(4) The vehicle
  design should be compatible with signature requirements expected
  for next generation combat air vehicles.  These signature requirements
  may be classified (reference: Security Classification Guide
  for Air Force Low/Counter Low Observables (LO/CLO) Programs
  dated 3 January 1994." is deleted in its entirety.  Subpart
  (8) which reads,  "(8) Government intends on providing a production
  engine and vehicle control station.  Contractors should suggest
  a production version of these systems along with modifications
  necessary to support their proposed vehicle." is changed to
  read as follows:  "(8) Government intends on providing a production
  engine and vehicle control station for flight test.  Contractors
  should suggest a production version of these systems along
  with modifications necessary to support their proposed vehicle."
  - THE FOREGOING REPRESENTS ALL REQUIRED CHANGES FOR PRDA 97-02-FIK
   PART 1 OF 2.  INCORPORATE CHANGES FOR PART 2 OF 2 AS FOLLOWS:
   The section entitled, 3.  PAYOFF:  the sentence which reads:
  "The successful flight demonstration of a modular uninhabited
  Fixed Wing Vehicle platform will show that the integrated technologies
  are mature enough to be incorporated into production builds
  of new military aircraft."  is changed to read as follows:
  "The successful flight demonstration of a modular uninhabited
  Fixed Wing Vehicle demonstrator will show that the integrated
  technologies are mature enough to be incorporated into production
  builds of new military aircraft."  The following sentence which
  reads:  "The specific goals from the national Fixed Wing Vehicle
  program are to demonstrate 20% reduction in production ...
  ." is changed to read as follows:  "The specific goals from
  the national Fixed Wing Vehicle program are to demonstrate
  or exceed 20% reduction in production ... ."  The section entitled,
  5.  SECURITY REQUIREMENTS:  the sentences which reads:  "However,
  an offeror may have relevant approaches to investigating the
  impact of signature requirements on vehicle design aspects
  of the Fixed Wing Vehicle Demonstration program that cannot
  be addressed in their proposal because of security limitations
  (reference:  Security Classification Guide for Air Force Low/Counter
  Low Observables (LO/CLO) Programs dated 3 January 1994).  Further,
  no special access required information is authorized for submission
  with your proposal."  are deleted in their entirety.  The section
  entitled, C-ADDITIONAL INFORMATION, subpart (5), sentence which
  reads, "Proposal should include propulsion and control station
  requirements for the modular uninhabited air vehicle." is changed
  to read as follows,  "Proposal should include propulsion and
  control station requirements for the modular uninhabited demonstrator
  ." THE FOREGOING REPRESENTS ALL REQUIRED CHANGES FOR PRDA 97-02-FIK
   PART 2 OF 2.  ALL OTHER REQUIREMENTS OF WL/FIKA PRDA 97-02
  FIK PARTS I AND II REMAIN IN FULL FORCE AND EFFECT. 
CITE: (W-358 SN014648)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: A--R--SPACECRAFT STUDY FOR THE BURST ARC SECOND IMAGING
  SPECTROSCOPY (BASIS) MISSION UNDER THE SMALL EXPLORER ANNOUNCEMENT
  OF OPPORTUNITY
SOL RFO5-00217/238
DUE 021997
POC Darlene Walter, Contracting Officer, (301) 286-4239 Bradley
  J Poston, Contracting Officer (301) 286-6843.
DESC: 17. R - NASA/GSFC intends to issue Request for Offer (RFO)5-00217/238
  on a full and open competitive basis for a spacecraft study
  effort. This effort is in support of GSFC's forthcoming proposal
  submission for the Burst Arc Second Imaging Spectroscopy (BASIS)
  spacecraft in response to NASA Headquarters' upcoming Small
  Explorer Announcement of Opportunity (AO), which is scheduled
  to be released on March 7, 1997. A copy of the draft Small
  Explorer AO is available on the World Wide Web at: http://www.hq.nasa.gov/office/oss/research.htm.
  The BASIS Mission will focus on detection and origin of gamma
  ray burst. The basic requirement is for a preliminary spacecraft
  study effort in support of GSFC's Step 1 proposal for the BASIS
  mission. This effort will include providing a preliminary spacecraft
  concept and support of a red team review of the Step 1 proposal.
  In addition to the basic requirement, there will be two options.
  Option 1 is for support of a Step 2 proposal for the BASIS
  Mission. Option 1 will only be exercised if the Step 1 proposal
  is selected for further consideration. Option 1 requires a
  spacecraft design concept with a maturity level equivalent
  to a Phase A study with supporting analyses, trade studies,
  risk identification, and participation in the instrument/spacecraft
  trade studies. Option 1 will also include contractor participation
  in red and blue team reviews of the Step 2 proposal. Option
  2 requires a full Phase B study effort. Option 2 will only
  be exercised if the Step 2 proposal is selected for further
  consideration. The Option 2 effort will include the development
  of a baseline flight design (flight and ground), identification
  of all interfaces, preliminary interface control documents
  , design specifications for all subsystems and breadboard any
  high risk items. The Option 2 effort will require the following
  plans: Facility Plans, Fabrication Plans, Verification Plans,
  Contamination Plans, Product Assurance Implementation Plans,
  Integration and Test Plans and Configuration and Control Plans.
  NASA/GSFC plans to award a firm fixed price study contract
  with two firm fixed price options. This effort will be performed
  primarily at the Contractor's facility. The resulting firm-fixed-price
  contract will be for $25,000, Option 1 will be for $200,000,
  and Option 2 will be $2,000,000. The RFO is scheduled to be
  released on or before January 22, 1996. Proposals will be due
  approximately four weeks after the RFO release date. We anticipate
  a contract award date of March 23, 1997. Interested parties
  shall submit a written request for a copy of the RFO to Ms.
  Darlene Walter within 15 days of the publication of this synopsis
  to the address listed above. All responsible concerns may submit
  a proposal which will be considered by NASA/GSFC.
CITE: (I-358 SN014777)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB,
  OH 45433-7607
SUBJECT: A--DEFENSE PRODUCTION ACT (DPA) INDIUM POSPHIDE WAFERS
  (INP)
SOL BAA-97-01-MTPD
DUE 011697
POC Mary Jones, Contract Negotiator, WL/MPTD (937) 255-4427,
  Willa Eichelman, WL/MPPD
DESC: The original BAA annoucement which was published 16 December
  1996 is amended as follows: Proposal response date is changed
  from 15 Jan 97 to 16 Jan 97. 
CITE: (W-358 SN014817)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute Of Standards And Technology, Acquisition
  And Assistance Division, Grants Office, Bldg. 301, Room B129,
  Gaithersburg, Md 20899
SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETINGS
SOL 97-02
DUE 043097
POC Customer Representative Phone 1-800-ATP-FUND; Fax (301) 926-9524
DESC: REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING: The
  NIST Advanced Technology Program (ATP) is soliciting proposals
  under its focused program competition 97-02, Motor Vehicle
  Manufacturing Technology (MVMT) and announces a public meeting
  (Proposers' Conference) for all interested parties. This notice
  provides general information for this focused program competition
  97-02. An estimated $10 million to $15 million in first-year
  ATP funding is available under this focused program competition.
  The ATP reserves the right to utilize for this competition
  more or less funding than the amount stated above. The actual
  number of proposals funded will depend on the quality of the
  proposals received and the amount of funding requested in the
  highest ranked proposals. Outyear funding is contingent on
  the approval of future Congressional appropriations and satisfactory
  project performance. This is the second of three competitions
  planned for this ATP focused program. One additional competition
  is planned. Award recipients will be required to share non-proprietary
  information at workshops which will be held throughout the
  duration of the program. The ATP operates under program procedures
  published at Part 295, Title 15, of the Code of Federal Regulations.
  The ATP Proposal Preparation Kit dated November 1996 (containing
  proposal cover sheets, other required forms, background material,
  and instructions for submission of proposals) and the focused
  program paper entitled "Motor Vehicle Manufacturing Technology
  (MVMT), Supplemental Information Focused Program Competition
  97-02," may be obtained by phone (1-800-ATP-FUND), fax (301-926-9524
  or 301-590-3053), e-mail (atp@nist.gov), or written request
  at the address shown below. Note that those individuals whose
  names are currently on the ATP mailing list should have already
  received the new November 1996 version of the ATP Proposal
  Preparation Kit. The supplemental information paper for this
  focused program is available on our world wide web site (http://www.atp.nist.gov)
  and printed copies are available upon request from ATP. Only
  FULL proposals are being solicited under this focused program
  competition 97-02. Abbreviated/pre-proposals WILL NOT be accepted.
  Proposals submitted by facsimile or electronic mail WILL NOT
  be accepted. If a proposer's proposal is judged to be of high
  enough quality to be invited in for an oral review, ATP reserves
  the right to submit a list of questions to the proposer that
  must be addressed at the oral review. The due date for submission
  of full proposals is 3 p.m. Eastern time on Wednesday, April
  30, 1997. Should the NIST facility be closed on the specified
  due date, ATP proposals will be due at 3 p.m. Eastern time
  on the next business day that the NIST facility is open. Proposals
  received after this deadline WILL NOT be considered. Send proposals
  to: Advanced Technology Program, National Institute of Standards
  and Technology, Administration Building (Bldg.101), Rm. A407,
  Quince Orchard & Clopper Roads, Gaithersburg, MD 20899-0001.
  Mark envelope Focused Program 97-02. The goal of the MVMT focused
  program is to promote U.S. economic growth by focusing on manufacturing
  process technology as the means to drive the competitiveness
  of American firms by strengthening manufacturing capabilities
  along the entire automotive production chain. The program will
  advance manufacturing processes by concentrating on technical
  bases of specific manufacturing processes and by making processes
  reconfigurable and easily coupled with other processes in a
  complete manufacturing system. To be in scope, business plans
  of proposals must contribute to the overall goals of reducing
  manufacturing and capital equipment cost of introducing a new
  vehicle model by an order of magnitude, reducing the time to
  market from the current U.S. industry standard of 42 to 48
  months to 24 months, and increasing the global competitiveness
  of U.S. firms by strengthening their ability to team with suppliers.
  Technical plans of proposals must concentrate on specific technical
  improvements in manufacturing processes and process monitoring
  and control, developing flexible, reconfigurable equipment
  to produce diverse product families, and developing agile manufacturing
  systems to permit rapid, low-cost product conversion and efficient
  equipment re-utilization. Proposals in the following MVMT technical
  thrust areas are especially welcome. Material Processes and
  Equipment Thrust Area: (A) Stamping and metal forming processes,
  including technologies for imbedding sensors in tools and processes,
  flexible CNC bending and forming technologies, closed-loop
  real-time monitoring and control systems for in-process self-corrective
  action, press and slide forming processes, and the development
  of material handling systems. (B) Advanced Machining, including
  reconfigurable machining systems with increased precision for
  producing high-volume parts, and agile transfer lines using
  modular units. Abrasive machining, including process developments
  for superabrasives, machine tool development for increasing
  static and dynamic rigidity, and control technology for greater
  precision in form and surface finish. (D) Constructive technologies
  for rapid fabrication of production tooling and functional
  parts, including metal spraying, investment casting using rapid
  prototype models as patterns, vapor plating, direct metal deposition,
  three dimensional printing, droplet based manufacturing, free
  form fabrication, and free form powder molding. (E) Net shape
  forming of advanced materials, including dimensional repeatability,
  reduction in physical variation through real-time sensing and
  control, interface chemistry control, and increasing processing
  reliability. Assembly Processes and Equipment Thrust Area:
  (F) Powertrain Assembly, including systems equipped with flexible
  feeders, tool magazines for end effectors capable of driving
  screw and bolts, installing interference and snap rings, and
  delivering adhesives. (G) General Assembly, including material
  handling to and from the assembly line extending across the
  supply chain, new joining technologies to reduce the number
  of discrete fasteners in joining dissimilar materials, and
  inspection technologies to validate assembly processes and
  ensure the integrity of components both before and after assembly.
  Information and Knowledge Processing Thrust Area: (H) Intelligent
  process monitoring and control, including application of object-
  and agent-oriented software technologies to real-time problems,
  genetic techniques that evolve control strategies, and applications
  of complex dynamics for enhanced adaptivity. (I) Integration
  of Product and Process Information, including direct use of
  product data in production, and feedback of product and process
  information to process designers. A public meeting (Proposers'
  Conference) for potential proposers and other interested parties
  under this focused program competition 97-02 will be held on
  Thursday, February 13, 1997, at the Gaithersburg Hilton, 620
  Perry Parkway, Gaithersburg, MD. The conference will begin
  at 9:30 a.m. Eastern time and end at approximately 2 p.m. and
  will provide general information regarding the ATP, hints on
  preparing good proposals (covering the same material presented
  at previous ATP Proposers' Conferences), and will provide an
  opportunity for attendees to ask questions on the scope and
  technical and business goals of this focused program. Attendance
  at this public meeting is not required. No registration fee
  will be charged. To register for this public meeting or for
  further information, contact ATP, by phone: 1-800-ATP-FUND;
  fax: 301-926-9524 or 301-590-3053; or e-mail: atp@nist.gov.
  In addition to the focused program bidders' conference in Gaithersburg,
  ATP is considering some additional bidders' conferences in
  other locations. Should any additional conferences be arranged,
  that information will be published in the CBD and on our www
  site. On December 5, 1996, ATP announced in the CBD the General
  Competition 97-01 and six bidders' conferences to be held throughout
  the country from January 6-13, 1997. Interested parties are
  welcome to attend any of these for additional information on
  the ATP and for hints on preparing good proposals.
EMAILADD: atp@nist.gov
EMAILDESC: 
CITE: (W-358 SN014822)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute Of Standards And Technology, Acquisition
  And Assistance Division, Grants Office, Bldg. 301, Room B129,
  Gaithersburg, Md 20899
SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING
SOL 97-03
DUE 043097
POC Customer Representative Phone 1-800-ATP-FUND; Fax (301) 926-9524
DESC:  REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING: The
  NIST  Advanced Technology Program (ATP) is soliciting proposals
  under its focused program competition 97-03, Information Infrastructure
  for Healthcare (IIH) and announces a public meeting (Proposers'
  Conference) for all interested parties. This notice provides
  general information for this focused program competition 97-03.
  An estimated $10 million to $15 million in first-year ATP funding
  is available under this focused program competition. The ATP
  reserves the right to utilize for this competition more or
  less funding than the amount stated above. The actual number
  of proposals funded will depend on the quality of the proposals
  received and the amount of funding requested in the highest
  ranked proposals. Outyear funding is contingent on the approval
  of future Congressional appropriations and satisfactory project
  performance. This is the third of four competitions planned
  for this ATP focused program. One additional competition is
  planned. Award recipients will be required to share non-proprietary
  information at workshops which will be held throughout the
  duration of the program. The ATP operates under program procedures
  published at Part 295, Title 15, of the Code of Federal Regulations.
  The ATP Proposal Preparation Kit dated November 1996 (containing
  proposal cover sheets, other required forms, background material,
  and instructions for submission of proposals) and the focused
  program paper entitled "Information Infrastructure for Healthcare,
  Supplemental Information Focused Program Competition 97-03,"
  may be obtained by phone (1-800-ATP-FUND), fax (301-926-9524
  or 301-590-3053), e-mail (atp@nist.gov), or written request
  at the address shown below. Note that those individuals whose
  names are currently on the ATP mailing list should have already
  received the new November 1996 version of the ATP Proposal
  Preparation Kit. The supplemental information paper for this
  focused program is available on our world wide web site (http://www.atp.nist.gov)
  and printed copies are available upon request from ATP. Only
  FULL proposals are being solicited under this focused program
  competition 97-03. Abbreviated/pre-proposals WILL NOT be accepted.
  Proposals submitted by facsimile or electronic mail WILL NOT
  be accepted. If a proposer's proposal is judged to be of high
  enough quality to be invited in for an oral review, ATP reserves
  the right to submit a list of questions to the proposer that
  must be addressed at the oral review. The due date for submission
  of full proposals is 3 p.m. Eastern time on Wednesday, April
  30, 1997. Should the NIST facility be closed on the specified
  due date, ATP proposals will be due at 3 p.m. Eastern time
  on the next business day that the NIST facility is open. Proposals
  received after this deadline WILL NOT be considered. Send proposals
  to: Advanced Technology Program, National Institute of Standards
  and Technology, Administration Building 101, Rm. A407, Quince
  Orchard & Clopper Roads, Gaithersburg, MD 20899-0001. Mark
  envelope Focused Program 97-03. The goal of this Information
  Infrastructure for Healthcare focused program is to promote
  U.S. economic growth by supporting sustained, high-risk research
  and development which will accelerate the development of critical
  information infrastructure technologies to enable enhanced,
  more fully integrated medical information systems across the
  healthcare industry, greatly reducing costs and errors in handling
  medical information. Proposals submitted to this competition
  must be in the areas of infrastructure development technologies
  or user interface and efficiency-enhancement technologies.
  Specifically, infrastructure development technologies are the
  tools for: business process modeling; total quality management;
  enterprise integration; domain analysis; verification and validation.
  In the areas of user interface and efficiency-enhancement technologies,
  proposals must fall in one or more of the following areas:
  information access, transmission, storage, and retrieval; multimedia
  information; security and privacy; mobile and collaborative
  computing. The scope of this solicitation is discussed in more
  detail in the focused program paper referred to above. Research
  proposed under this solicitation should be tailored to the
  requirements of the healthcare information infrastructure but
  should be applicable to other domains as well. Proposals must
  include a discussion of how the project will enhance and/or
  speed up the development of the information infrastructure
  for healthcare, and detail should be provided on synergy with
  any on-going efforts, whether Federally or privately funded.
  Evidence should be provided of interface efforts and integration
  across projects, teams, technologies, and domains. Attention
  should be given to the end user who will access the system
  to obtain the information sought, with insight to use by both
  large institutions and small, private users. Other areas of
  discussion should, when applicable, cover: the proposal's impact
  on any existing or developing standards efforts; issues related
  to security, privacy, and confidentiality; scalability; system
  requirements and performance; relevance of the technology being
  suggested to related legislative and regulatory issues. This
  solicitation will not accept proposals which differ in content
  and focus from the scope discussed above. Specifically excluded
  are projects whose sole or primary focus is the development
  of specialized medical equipment or technologies that do not
  pertain to the healthcare information infrastructure. A public
  meeting (Proposers' Conference) for potential proposers and
  other interested parties under this focused program competition
  97-03 will be held on Thursday, February 13, 1997, at the Gaithersburg
  Hilton, 620 Perry Parkway, Gaithersburg, MD. The conference
  will begin at 9:30 a.m. local time and end at approximately
  2 p.m. and will provide general information regarding the ATP
  and hints on preparing good proposals (covering the same material
  presented at previous ATP Proposers' Conferences), and will
  provide an opportunity for attendees to ask questions on the
  scope and technical and business goals of this focused program.
  Attendance at this public meeting is not required. No registration
  fee will be charged. To register for this public meeting or
  for further information, contact ATP, by phone: 1-800-ATP-FUND;
  fax: 301-926-9524 or 301-590-3053; or e-mail: atp@nist.gov.
  In addition to the focused program bidders' conference in Gaithersburg,
  ATP is considering some additional bidders' conferences in
  other locations. Should any additional conferences be arranged,
  that information will be published in the CBD and on our WWW
  site. On December 5, 1996, ATP announced in the CBD the General
  Competition 97-01 and six bidders' conferences to be held throughout
  the country from January 6 - 13, 1997. Interested parties are
  welcome to attend any of these for additional information on
  the ATP and for hints on preparing good proposals. 
EMAILADD: atp@nist.gov
EMAILDESC: 
CITE: (W-358 SN014828)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute of Standards and Technology, Bldg.
  101, Room A430, Gaithersburg, MD  20899-0001
SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING
SOL Q-
DUE 043097
POC Customer Representative 1-800-287-3863
DESC: Department of Commerce Technology Administration National
  Institute of Standards and Technology (NIST) Advanced Technology
  Program Administration Building 101, Rm. A407 Gaithersburg,
  MD 20899-0001 Date: December 23, 1996 REQUEST FOR PROPOSALS
  AND NOTICE OF PUBLIC MEETING:  The NIST Advanced Technology
  Program (ATP) is soliciting proposals under its focused program
  competition 97-02, Motor Vehicle Manufacturing Technology (MVMT)
  and announces a public meeting (Proposers' Conference) for
  all interested parties.  This notice provides general information
  for this focused program competition 97-02.  An estimated $10
  million to $15 million in first-year ATP funding is available
  under this focused program competition.  The ATP reserves the
  right to utilize for this competition more or less funding
  than the amount stated above.  The actual number of proposals
  funded will depend on the quality of the proposals received
  and the amount of funding requested in the highest ranked proposals.
   Outyear funding is contingent on the approval of future Congressional
  appropriations and satisfactory project performance.  This
  is the second of three competitions planned for this ATP focused
  program. One additional competition is planned.  Award recipients
  will be required to share non- proprietary information at workshops
  which will be held throughout the duration of the program.
   The ATP operates under program procedures published at Part
  295, Title 15, of the Code of Federal Regulations.  The ATP
  Proposal Preparation Kit dated November 1996 (containing proposal
  cover sheets, other required forms, background material, and
  instructions for submission of proposals) and the focused program
  paper entitled "Motor Vehicle Manufacturing Technology (MVMT),
  Supplemental Information Focused Program Competition 97-02,"
  may be obtained by phone (1-800-ATP- FUND), fax (301-926-9524
  or 301-590-3053), e-mail (atp@nist.gov), or written request
  at the address shown below.  Note that those individuals whose
  names are currently on the ATP mailing list should have already
  received the new November 1996 version of the ATP Proposal
  Preparation Kit.  The supplemental information paper for this
  focused program is available on our world wide web site (http://www.atp.nist.gov)
  and printed copies are available upon request from ATP.  Only
  FULL proposals are being solicited under this focused program
  competition 97-02.  Abbreviated/pre- proposals WILL NOT be
  accepted.  Proposals submitted by facsimile or electronic mail
  WILL NOT be accepted.  If a proposer's proposal is judged to
  be of high enough quality to be invited in for an oral review,
  ATP reserves the right to submit a list of questions to the
  proposer that must be addressed at the oral review.  The due
  date for submission of full proposals is 3 p.m. Eastern time
  on Wednesday, April 30, 1997.  Should the NIST facility be
  closed on the specified due date, ATP proposals will be due
  at 3 p.m. Eastern time on the next business day that the NIST
  facility is open.  Proposals received after this deadline WILL
  NOT be considered. Send proposals to:  Advanced Technology
  Program, National Institute of Standards and Technology, Administration
  Building (Bldg.101), Rm. A407, Quince Orchard & Clopper Roads,
  Gaithersburg, MD 20899-0001. Mark envelope Focused Program
  97-02.  The goal of the MVMT focused program is to promote
  U.S. economic growth by focusing on manufacturing process technology
  as the means to drive the competitiveness of American firms
  by strengthening manufacturing capabilities along the entire
  automotive production chain.  The program will advance manufacturing
  processes by concentrating on technical bases of specific manufacturing
  processes and by making processes reconfigurable and easily
  coupled with other processes in a complete manufacturing system.
   To be in scope, business plans of proposals must contribute
  to the overall goals of reducing manufacturing and capital
  equipment cost of introducing a new vehicle model by an order
  of magnitude, reducing the time to market from the current
  U.S. industry standard of 42 to 48 months to 24 months, and
  increasing the global competitiveness of U.S. firms by strengthening
  their ability to team with suppliers.  Technical plans of proposals
  must concentrate on specific technical improvements in manufacturing
  processes and process monitoring and control, developing flexible,
  reconfigurable equipment to produce diverse product families,
  and developing agile manufacturing systems to permit rapid,
  low-cost product conversion and efficient equipment re-utilization.
   Proposals in the following MVMT technical thrust areas are
  especially welcome. Material Processes and Equipment Thrust
  Area:  (A) Stamping and metal forming processes, including
  technologies for imbedding sensors in tools and processes,
  flexible CNC bending and forming technologies, closed-loop
  real-time monitoring and control systems for in-process self-corrective
  action, press and slide forming processes, and the development
  of material handling systems. (B) Advanced Machining, including
  reconfigurable machining systems with increased precision for
  producing high- volume parts, and agile transfer lines using
  modular units. (C) Abrasive machining, including process developments
  for superabrasives, machine tool development for increasing
  static and dynamic rigidity, and control technology for greater
  precision in form and surface finish. (D) Constructive technologies
  for rapid fabrication of production tooling and functional
  parts, including metal spraying, investment casting using rapid
  prototype models as patterns, vapor plating, direct metal deposition,
  three dimensional printing, droplet based manufacturing, free
  form fabrication, and free form powder molding. (E) Net shape
  forming of advanced materials, including dimensional repeatability,
  reduction in physical variation through real-time sensing and
  control, interface chemistry control, and increasing processing
  reliability. Assembly Processes and Equipment Thrust Area:
   (F) Powertrain Assembly, including systems equipped with flexible
  feeders, tool magazines for end effectors capable of driving
  screw and bolts, installing interference and snap rings, and
  delivering adhesives. (G) General Assembly, including material
  handling to and from the assembly line extending across the
  supply chain, new joining technologies to reduce the number
  of discrete fasteners in joining dissimilar materials, and
  inspection technologies to validate assembly processes and
  ensure the integrity of components both before and after assembly.
   Information and Knowledge Processing Thrust Area: (H) Intelligent
  process monitoring and control, including application of object-
  and agent-oriented software technologies to real-time problems,
  genetic techniques that evolve control strategies, and applications
  of complex dynamics for enhanced adaptivity. (I) Integration
  of Product and Process Information, including direct use of
  product data in production, and feedback of product and process
  information to process designers.  A public meeting (Proposers'
  Conference) for potential proposers and other interested parties
  under this focused program competition 97-02 will be held on
  Thursday, February 13, 1997, at the Gaithersburg Hilton, 620
  Perry Parkway, Gaithersburg, MD.  The conference will begin
  at 9:30 a.m. Eastern time and end at approximately 2 p.m. and
  will provide general information regarding the ATP, hints on
  preparing good proposals (covering the same material presented
  at previous ATP Proposers' Conferences), and will provide an
  opportunity for attendees to ask questions on the scope and
  technical and business goals of this focused program.  Attendance
  at this public meeting is not required. No registration fee
  will be charged.  To register for this public meeting or for
  further information, contact ATP, by phone: 1-800-ATP-FUND;
  fax: 301-926- 9524 or 301-590-3053; or e-mail: atp@nist.gov.
   In addition to the focused program bidders' conference in
  Gaithersburg, ATP is considering some additional bidders' conferences
  in other locations.  Should any additional conferences be arranged,
  that information will be published in the CBD and on our www
  site.  On December 5, 1996, ATP announced in the CBD the General
  Competition 97-01 and six bidders' conferences to be held throughout
  the country from January 6-13, 1997.  Interested parties are
  welcome to attend any of these for additional information on
  the ATP and for hints on preparing good proposals.
LINKURL: http://www.atp.nist.gov
LINKDESC: 
CITE: (I-358 SN014925)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: National Institute of Standards and Technology, Bldg.
  101, Room A430, Gaithersburg, MD  20899-0001
SUBJECT: A--REQUEST FOR PROPOSALS AND NOTICE OF PUBLIC MEETING
SOL Q-
DUE 043097
POC Customer Representative 1-800-287-3863
DESC: Department of Commerce Technology Administration National
  Institute of Standards and Technology (NIST) Advanced Technology
  Program Administration Building 101, Rm. A407 Gaithersburg,
  MD 20899-0001 Date: December 23, 1996 REQUEST FOR PROPOSALS
  AND NOTICE OF PUBLIC MEETING:  The NIST  Advanced Technology
  Program (ATP) is soliciting proposals under its focused program
  competition 97-03, Information Infrastructure for Healthcare
  (IIH) and announces a public meeting (Proposers' Conference)
  for all interested parties.  This notice provides general information
  for this focused program competition 97-03.  An estimated $10
  million to $15 million in first-year ATP funding is available
  under this focused program competition.  The ATP reserves the
  right to utilize for this competition more or less funding
  than the amount stated above.  The actual number of proposals
  funded will depend on the quality of the proposals received
  and the amount of funding requested in the highest ranked proposals.
   Outyear funding is contingent on the approval of future Congressional
  appropriations and satisfactory project performance.  This
  is the third of four competitions planned for this ATP focused
  program.  One additional competition is planned.  Award recipients
  will be required to share non-proprietary information at workshops
  which will be held throughout the duration of the program.
   The ATP operates under program procedures published at Part
  295, Title 15, of the Code of Federal Regulations.  The ATP
  Proposal Preparation Kit dated November 1996 (containing proposal
  cover sheets, other required forms, background material, and
  instructions for submission of proposals) and the focused program
  paper entitled "Information Infrastructure for Healthcare,
  Supplemental Information Focused Program Competition 97-03,"
  may be obtained by phone (1-800-ATP- FUND), fax (301-926-9524
  or 301-590-3053), e-mail (atp@nist.gov), or written request
  at the address shown below.  Note that those individuals whose
  names are currently on the ATP mailing list should have already
  received the new November 1996 version of the ATP Proposal
  Preparation Kit.  The supplemental information paper for this
  focused program is available on our world wide web site (http://www.atp.nist.gov)
  and printed copies are available upon request from ATP.  Only
  FULL proposals are being solicited under this focused program
  competition 97-03. Abbreviated/pre-proposals WILL NOT be accepted.
   Proposals submitted by facsimile or electronic mail WILL NOT
  be accepted.  If a proposer's proposal is judged to be of high
  enough quality to be invited in for an oral review, ATP reserves
  the right to submit a list of questions to the proposer that
  must be addressed at the oral review.  The due date for submission
  of full proposals is 3 p.m. Eastern time on Wednesday, April
  30, 1997.  Should the NIST facility be closed on the specified
  due date, ATP proposals will be due at 3 p.m. Eastern time
  on the next business day that the NIST facility is open.  Proposals
  received after this deadline WILL NOT be considered.  Send
  proposals to:  Advanced Technology Program, National Institute
  of Standards and Technology, Administration Building 101, Rm.
  A407, Quince Orchard & Clopper Roads, Gaithersburg, MD 20899-0001.
   Mark envelope Focused Program 97- 03.  The goal of this Information
  Infrastructure for Healthcare focused program is to promote
  U.S. economic growth by supporting sustained, high-risk research
  and development which will accelerate the development of critical
  information infrastructure technologies to enable enhanced,
  more fully integrated medical information systems across the
  healthcare industry, greatly reducing costs and errors in handling
  medical information.  Proposals submitted to this competition
  must be in the areas of infrastructure development technologies
  or user interface and efficiency-enhancement technologies.
   Specifically, infrastructure development technologies are
  the tools for: business process modeling; total quality management;
  enterprise integration; domain analysis; verification and validation.
    In the areas of user interface and efficiency-enhancement
  technologies, proposals must fall in one or more of the following
  areas: information access, transmission, storage, and retrieval;
  multimedia information; security and privacy; mobile and collaborative
  computing.  The scope of this solicitation is discussed in
  more detail in the focused program paper referred to above.
   Research proposed under this solicitation should be tailored
  to the requirements of the healthcare information infrastructure
  but should be applicable to other domains as well.  Proposals
  must include a discussion of how the project will enhance and/or
  speed up the development of the information infrastructure
  for healthcare, and detail should be provided on synergy with
  any on-going efforts, whether Federally or privately funded.
   Evidence should be provided of interface efforts and integration
  across projects, teams, technologies, and domains.  Attention
  should be given to the end user who will access the system
  to obtain the information sought, with insight to use by both
  large institutions and small, private users. Other areas of
  discussion should, when applicable, cover: the proposal~s impact
  on any existing or developing standards efforts; issues related
  to security, privacy, and confidentiality; scalability; system
  requirements and performance; relevance of the technology being
  suggested to related legislative and regulatory issues.  This
  solicitation will not accept proposals which differ in content
  and focus from the scope discussed above.  Specifically excluded
  are projects whose sole or primary focus is the development
  of specialized medical equipment or technologies that do not
  pertain to the healthcare information infrastructure.  A public
  meeting (Proposers' Conference) for potential proposers and
  other interested parties under this focused program competition
  97-03 will be held on Thursday, February 13, 1997, at the Gaithersburg
  Hilton, 620 Perry Parkway, Gaithersburg, MD.  The conference
  will begin at 9:30 a.m. local time and end at approximately
  2 p.m. and will provide general information regarding the ATP
  and hints on preparing good proposals (covering the same material
  presented at previous ATP Proposers' Conferences), and will
  provide an opportunity for attendees to ask questions on the
  scope and technical and business goals of this focused program.
  Attendance at this public meeting is not required.  No registration
  fee will be charged.  To register for this public meeting or
  for further information, contact ATP, by phone: 1-800-ATP-FUND;
  fax: 301-926- 9524 or 301-590-3053; or e-mail: atp@nist.gov.
  In addition to the focused program bidders' conference in Gaithersburg,
  ATP is considering some additional bidders' conferences in
  other locations. Should any additional conferences be arranged,
  that information will be published in the CBD and on our WWW
  site.  On December 5, 1996, ATP announced in the CBD the General
  Competition 97-01 and six bidders' conferences to be held throughout
  the country from January 6 - 13, 1997.  Interested parties
  are welcome to attend any of these for additional information
  on the ATP and for hints on preparing good proposals.
LINKURL: http://www.atp.nist.gov
LINKDESC: 
CITE: (I-358 SN014926)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--ADVANCED TECHNOLOGY RADAR WARNING RECEIVER ANTENNA
  PROTOTYPE
SOL N68936-96-C-0177
DUE 010697
POC Peggy Richter, Contract Specialist, (619) 939-8177 or Diane
  Foucher, Contracting Officer, (619) 939-9664.
DESC: The Naval Air Warfare Center Weapons Division, China Lake,
  CA intends to procure on a Other than Full and Open basis 2
  each low band and 2 each high band advanced technology radar
  warning receiver microwave antenna prototypes under contract
  N68936-96-C-0177 which is based on an unsolicited proposal.
  The antennas are extremely light weight and innovative materials
  and methods are beeing evaluated. A scalable design is being
  used. The intent is to obtain additional prototypes on an existing
  contract with Target Microwave 1605 Capital Ave, Plano TX 75074
  and is sole source due to the unique capabilities of Target
  Microwave. All responsible sources may submit an offer which
  will be considered. Award will be on or about 45 days after
  puplication of this notice. All responses must be received
  no later than 45 days after publication of this notice. The
  Government WILL NOT BE USING FAR part 12 procurement methods
  on this procurement. See Numbered Note(s): 22.
CITE: (I-358 SN014932)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Space and Strategic Defense Command, ATTN:
  CSSD-CM-CT, PO Box 1500 Huntsville, AL 35807-3801, 106 Wynn
  Drive, Huntsville, AL 35805-1990
SUBJECT: A--IMAGE ENHANCEMENT SYSTEM FOLLOW-ON EFFORT SUPPORT
  OF THE KINETIC ENERGY ANTI-SATELLITE WEAPON SYSTEM PROGRAM
SOL N/A
POC Eileen Broady, Contract Specialist, (205) 955-1187, W. L.
  Schick, Contracting Officer, 955-1187
DESC: The U.S. Army Space and Strategic Defense Command is proposing
  a new contract for "Image Enhancement System (IES) Follow-on
  Effort Support of the Kinetic Energy Anti-Satellite Weapon
  System Program," for IES enhancements for which the government
  intends to solicit and negotiate with only one source under
  authority of FAR 6.302.1(2)(iii)(b) to provide services from
  only one responsible source. The basis for the limitation is
  that to award to any other source would result in substantial
  duplication of cost. The period of performance will be until
  30 Sep 98 with an option for an additional 2 years. This contract
  is planned to be issued to DESE Research, Inc., 315 Wynn Drive,
  Suite 2, Huntsville, AL 35805, by other than full and open
  competition to supply services from only one responsible source.
  The objective of the proposed contract will require the contractor
  to perform various analyses of data fusion of multiple data
  sources and architectures to assure effective utilization of
  the potential benefits derived from the IES developed under
  contract with DESE. The contractor shall optimize the IES operational
  software for selected sensors and the IES related BM/C3 requirements.
  These analyses will include IES implications on active space
  control defense systems, including missile interceptor seekers
  and defense systems, test, and simulation. This effort will
  take advantage of, and exploit the results of IES SBIR work
  of DESE, Inc. Software maturity achieved by DESE, Inc., to
  date is critical. See Note 22.
CITE: (I-358 SN014942)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--ELECTRONIC WARFARE ADVANCED CONCEPT DEMONSTRATION
  TECHNICAL SERVICES
SOL N68936-97-R-0061
POC Jane Price, Contract Specialist, (619) 939-4267 or Diane
  Foucher, Contracting Officer, (619)939-9664.
DESC: The Naval Air Warfare Center Weapons Division (NAWCWPNS),
  China Lake, CA intends to procure on a competitive basis Electronic
  Warfare Advanced Concept Demonstration Technical Services.
  These research efforts will support the Navy's Electronic Warfare
  Advanced Technology (EWAT) Program. The EWAT Program focuses
  on addressing tactical aircraft (TACAIR) threat warning and
  countermeasures requirements. Other functional areas to be
  addressed include end-game countermeasures, situation awareness,
  multi-sensor fusion, missile approach warning, laser warning
  and radar warning. The contractor shall provide advanced concept
  studies, fabrication of demonstration items for testing, concept
  demonstration and risk reduction for threat warning and countermeasure
  related technologies. Also, the contractor shall provide support
  for test and evaluation of the demonstration items, and requires
  highly specialized expertise in Electronic Warfare advanced
  technology. The SIC code is 8731 with a size standard of 1000
  employees. Anticipated award date is 1 May 1997 for a 3 year
  Cost Plus Fixed Fee contract plus 2 one year options. All responsible
  sources may submit an offer which will be considered. Multiple
  contract awards will be made with intent that at least one
  award will be reserved for a small business concern that meets
  the government's requirements. This is an unrestricted best
  value procurement, however, for the award reserved for small
  business, evaluation will be conducted only among proposals
  from small business firms. To obtain a copy of the solicitation
  submit a written request to the POC listed above. See note
  26.
CITE: (I-358 SN014957)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: A--LASER GUIDED TRAINING ROUND PRODUCTION
SOL N00019-96-C-0235
DUE 010297
POC Contact, Sheila McGlynn, Phone (703)604-6100
DESC: The Naval Air Systems Command intends to issue a Full Rate
  Production FFP contract for the Laser Guided Training Round
  (LGTR) to Lockheed Martin Tactical Defense Systems (formerly
  Loral Control Systems Division), Kennedy Drive, Archabald,
  PA 18403. This contract will contain a firm requirement for
  1,800 LGTR Is, with an option for up to 2,100 LGTR Is or IIs.
  This contract will also include requirements for technical
  data, an Operational Security Program, and an option for a
  Technical Data Package. This synopsis is for informational
  purposes only. Lockheed Martin is the sole designer, developer
  and manufacturer of the LGTR and the only source with the technical
  capability, experience, special facilities and data package
  which are required to accomplish this effort. If any company
  is interested in subcontracting opportunities, please contact
  Lockheed Martin directly. See note No. 22 - NAVAIR Synopsis
  No. 20192-96.
CITE: (I-358 SN014967)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
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: B--ELECTROMAGNETIC TECHNICAL SUPPORT SERVICE !!
SOL N00600-97-R-0372
POC The Bid Room at (202) 433-2920.  Fax  response to (202) 433-9569.
   For additional information contact Carla Backus, Code 02W1.4D,
  Contract Specialist, (202) 433-7148.  Contracting Officer:
   Roscoe W. Crawford, (202) 433-5387.!!
DESC: Correction:  This action was orginally published in the
  CBD dated 21 June 1996 and modified on 11 July 1996, Issue
  numbers PSA-1621 and PSA-1634 respectively. A third modification
  was issued in NOV 1996. CORRECTION:  Change the previously
  published FAX response number to(202) 433-9569.  The estimated
  closing date of the solicitation is changed from 6 January
  1997 to 27 January 1997.
CITE: (W-355 SN014432)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Panama Canal Commission, Logistical Support Division,
  Unit 2300, APO, AA 34011-2300
SUBJECT: B--CONSULTANT SERVICES ON THE MAIL SYSTEM
SOL N/A
DUE 012197
POC Edwin W. Durling, Contract Specialist, (507) 272-4680
DESC: Sources Sought:  The Panama Canal Commission (PCC), a corporation
  of the United States Government, is in the process of identifying
  qualified sources of consultant services interested in defining
  the standards required for an efficient, reliable mail system
  comparable to the one presently in use by PCC, and in studying
  alternatives for the effective, appropriate replacement of
  the existing PCC service as provided by the U.S. Armed Forces.
   PCC has an assigned ZIP Code + 4, No. 34011-2300.  The Mail
  System Unit operates according to the administrative rules
  of the Armed Forces (APO) and follows the mailing procedures
  of the United States Postal Service (USPS).  It will be required
  that the study include a macroanalysis of the operations of
  the National Postal System of Panama, general recommendations
  on changes that the Panama Postal System would require in order
  to meet the requirements established by international postal
  systems, and a program for the transition from the existing
  mail system to the proposed system.  It will be required that
  the study be completed within 90 days from date of award. 
  All interested parties shall submit company information, as
  well as any other information related to the topics indicated
  in this announcement, and a budgetary estimate for this procurement,
  to the following addresses:  via U.S. or foreign mail to Panama
  Canal Commission, Purchasing and Contracts Branch, Attn: Edwin
  Durling, Unit 2300, APO AA 34011-2300; by courier to Panama
  Canal Commission, Purchasing and Contracts Branch, Attn: Edwin
  Durling, Building 28, third floor, Balboa, Republic of Panama;
  or by fax at (507)-272-7661. This request for information is
  not to be interpreted as a commitment. Any information provided
  shall be at no cost to PCC. This is a market survey that will
  help PCC obtain the names and addresses of potential offerors
  and review additional information to determine appropriate
  market conditions and requirements when preparing the Request
  for Proposals (RFP).  No RFP is available at this time.  Offers
  will be solicited from potential offerors if an RFP is issued.
   The information received under this market survey will be
  considered confidential and will not be disclosed to third
  parties without the express authorization of the company providing
  the information.  The information is required no later than
  January 21, 1997.
CITE: (I-358 SN014800)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Panama Canal Commission, Logistical Support Division,
  Unit 2300, APO, AA 34011-2300
SUBJECT: B--CONSULTANT SERVICES ON THE MAIL SYSTEM
SOL N/A
DUE 012197
POC Edwin W. Durling, Contract Specialist, (507) 272-4680
DESC: Sources Sought:  The Panama Canal Commission (PCC), a corporation
  of the United States Government, is in the process of identifying
  qualified sources of consultant services interested in defining
  the standards required for an efficient, reliable mail system
  comparable to the one presently in use by PCC, and in studying
  alternatives for the effective, appropriate replacement of
  the existing PCC service as provided by the U.S. Armed Forces.
   PCC has an assigned ZIP Code + 4, No. 34011-2300.  The Mail
  System Unit operates according to the administrative rules
  of the Armed Forces (APO) and follows the mailing procedures
  of the United States Postal Service (USPS).  It will be required
  that the study include a macroanalysis of the operations of
  the National Postal System of Panama, general recommendations
  on changes that the Panama Postal System would require in order
  to meet the requirements established by international postal
  systems, and a program for the transition from the existing
  mail system to the proposed system.  It will be required that
  the study be completed within 90 days from date of award. 
  All interested parties shall submit company information, as
  well as any other information related to the topics indicated
  in this announcement, and a budgetary estimate for this procurement,
  to the following addresses:  via U.S. or foreign mail to Panama
  Canal Commission, Purchasing and Contracts Branch, Attn: Edwin
  Durling, Unit 2300, APO AA 34011-2300; by courier to Panama
  Canal Commission, Purchasing and Contracts Branch, Attn: Edwin
  Durling, Building 28, third floor, Balboa, Republic of Panama;
  or by fax at (507)-272-7661. This request for information is
  not to be interpreted as a commitment. Any information provided
  shall be at no cost to PCC. This is a market survey that will
  help PCC obtain the names and addresses of potential offerors
  and review additional information to determine appropriate
  market conditions and requirements when preparing the Request
  for Proposals (RFP).  No RFP is available at this time.  Offers
  will be solicited from potential offerors if an RFP is issued.
   The information received under this market survey will be
  considered confidential and will not be disclosed to third
  parties without the express authorization of the company providing
  the information.  The information is required no later than
  January 21, 1997.
CITE: (I-358 SN014801)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Panama Canal Commission, Logistical Support Division,
  Unit 2300, APO, AA 34011-2300
SUBJECT: B--CONSULTANT SERVICES ON THE MAIL SYSTEM
SOL N/A
DUE 012197
POC Edwin W. Durling, Contract Specialist, (507) 272-4680
DESC: Sources Sought:  The Panama Canal Commission (PCC), a corporation
  of the United States Government, is in the process of identifying
  qualified sources of consultant services interested in defining
  the standards required for an efficient, reliable mail system
  comparable to the one presently in use by PCC, and in studying
  alternatives for the effective, appropriate replacement of
  the existing PCC service as provided by the U.S. Armed Forces.
   PCC has an assigned ZIP Code + 4, No. 34011-2300.  The Mail
  System Unit operates according to the administrative rules
  of the Armed Forces (APO) and follows the mailing procedures
  of the United States Postal Service (USPS).  It will be required
  that the study include a macroanalysis of the operations of
  the National Postal System of Panama, general recommendations
  on changes that the Panama Postal System would require in order
  to meet the requirements established by international postal
  systems, and a program for the transition from the existing
  mail system to the proposed system.  It will be required that
  the study be completed within 90 days from date of award. 
  All interested parties shall submit company information, as
  well as any other information related to the topics indicated
  in this announcement, and a budgetary estimate for this procurement,
  to the following addresses:  via U.S. or foreign mail to Panama
  Canal Commission, Purchasing and Contracts Branch, Attn: Edwin
  Durling, Unit 2300, APO AA 34011-2300; by courier to Panama
  Canal Commission, Purchasing and Contracts Branch, Attn: Edwin
  Durling, Building 28, third floor, Balboa, Republic of Panama;
  or by fax at (507)-272-7661. This request for information is
  not to be interpreted as a commitment. Any information provided
  shall be at no cost to PCC. This is a market survey that will
  help PCC obtain the names and addresses of potential offerors
  and review additional information to determine appropriate
  market conditions and requirements when preparing the Request
  for Proposals (RFP).  No RFP is available at this time.  Offers
  will be solicited from potential offerors if an RFP is issued.
   The information received under this market survey will be
  considered confidential and will not be disclosed to third
  parties without the express authorization of the company providing
  the information.  The information is required no later than
  January 21, 1997.
CITE: (I-358 SN014802)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Department of Energy, Rocky Flats Environmental Technology
  Site, P.O. Box 928, Golden, CO 80402-0928
SUBJECT: B--MOBILE ON-SITE ANALYTICAL FACILITY
SOL KH700093EP6
DUE 010897
POC D. P. Timbes, Kaiser-Hill Company, L.L.C., FAX (303) 966-8350
  OR 8322.
DESC: Kaiser-Hill Company, L.L.C. (Contractor), is the Integrating
  Management Contractor at the Department of Energy's (DOE) Rocky
  Flats Enviromental Technology Site (Site) near Denver, Colorado.
   Qualified sources are sought for the establishment and operation
  of a mobile on-site analytical laboratory.  Interested qualified
  sources shall have the ability to:  1)  Provide a temporary
  on-site facility suppplied, staffed, equipped and managed by
  the successful Offeror; 2) Provide a facility that is dedicated
  solely to work at the Site;  3) Provide timely turnaround of
  data results;  4)  Perform installation of facility, including,
  but not limited to utility hook-up and facility preparation
   at the location on the site selected by Contractor.  Estimated
  dollar amount of any resultant subcontract is from $1.0 to
  $1.5 million annually.  It is anticipated that the duration
  of any resultant subcontract will be for a two year base period
  with three one year option periods.  Required analytical capabilities
  will include, but are not limited to:  Radiochemistry 1) Gross
  Alpha, Gross Alpha/Beta, and Radiological Screening by Gas
  Proportional Counting, b) Air Filter Counting by Air Filter
  Counting System, c) Filter Loading, Unloading, and Composite
  Preparation.  All work shall be performed at the Site.  Analysis
  of samples that are radiologically contaminated will be required.
   Contractor approval of the selected Offeror's Quality Assurance
  Program is required. Interested qualified sources possessing
  the capabilities described above must submit a letter of interest
  requesting inclusion on the Offeror's Mailing List no later
  than January 8, 1997, to Kaiser-Hill Company, L.L.C., P.O.
  Box 464, Golden, CO 80402-0464, Attn:  D. P. Timbes, Contracts
  & Procurement, Bldg. 850.  Telephone calls will not be accepted.
   No further project specific information will be furnished
  at this time.
CITE: (I-358 SN014810)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: USPFO-MS,  PURCHASING & CONTRACTING DIVISION, 144 MILITARY
   DRIVE, JACKSON MS  39208-8860
SUBJECT: C--ARCHITECT-ENGINEER SERVICES
SOL NA
DUE 012497
POC Major Wayne M. Bryant, Base Civil Engineer, telephone number
   (601)936-8377, First Lieutenant William L. Markham, Contract
  Specialist, USPFO-MS, telephone number (601)936-7566  (Site
  Code DAH A22)
DESC: Architect-Engineers Services: Architect-Engineers Services
  for  the design of repairs and modifications to an existing
  underground hydrant fueling system located at Allen C. Thompson
  Field, Miss issippi Air National Guard Base, Jackson, Mississippi.
   Scope of  services required:  Architect and Engineering services
  are required to provide (i) Type A (Investigative Services)
  - Accomplish field  surveys and investigations which may include
  soil investigations,  topographic surveys; analysis of existing
  facility and utilities; a study of various mechanical and electrical
  systems as a basis for  recommended functional and safety designs;
  perform environmental  assessments as may be required to make
  proper site selection and to determine basis of design; and
  perform other investigations as ne cessary to make a complete
  design.  Prepare a conceptual design  submittal, including
  preliminary site plans, typical cross sections and narrative
  description of proposed mechanical and electrical sys tems,
  and economic or other justification for selected systems. 
   Prepare a cost estimate of the major elements of the project
  and confirm if the project can be accomplished within budget.
   (ii) Type  B, Phase I (65% Design) - Prepare detailed Engineering/
  Architectural  Design calculations, site plan, and utility
  plan.  Prepare outline specification.  Furnish drawings in
  sixty five (65) percent de tail.  Prepare a detailed cost estimate.
   (iii) Type B Phase II, (95%  Design) and III (100% Design)-Prepare
  and furnish Final Design, detailed working drawings and specifications,
  Final Design Analys is, prepare A Final Cost Estimate, and
  obtain any required  construction/environmental permits.  (iv)
  Type C services- Inspection of construction, review of shop
  drawings and material submittals, and  preparation of as-built
  drawings.  Disciplines required to accomplish  the proposed
  work are as follows:  Architect (related experience), Civil
  Engineer (related experience),  Electrical Engineer (spe cialized
  experience), Environmental Engineer (specialized  experience),
  Mechanical Engineer (specialized experience) and Structural
  Engineer.  Significant evaluation factors and relative importance
  in  the selection process are as follows:  (1) Professional
   qualifications of the following disciplines which are not
  meant to be all inclusive:  architect, civil engineer, electrical
  engineer, mechanic al engineer, structural engineer, and pavement
  engineer;  (2)  Specialized experience and technical competence,
  (3) Capacity to complete work on time, (4) Past performance,
  (5) Location in the general  geographical area of the project,
  (6) Demonstrates success in  prescribing the use and recovered
  materials and achieving waste reduction and energy efficiency
  in facility design, and (7) Volume of DO D work in the past
  12 months, based on fees received, with the object  of effecting
  an equitable distribution of DOD A-E contracts among qualified
  firms. All design work will be further governed by Ai r Force
  manuals as modified by the Air National Guard.  Copies of all
   applicable manuals will be provided the Architect-Engineer
  by the Contracting Officer.  The  maximum construction  cost
  of this project is between $1,000,000.00 to $5,000,000.00.
    Firms desiring consideration  shall submit Standard Forms
  254 and 255 to be received no later than  30 calendar days
  after the publication of this notice to Major Wayne M. Bryant,
  172nd Airlift Wing, Base Civil Engineer, 141 Military Drive,
  Jackson, Mississippi 39208-8880.  When  submitting Standard
  Forms 254 and 255, include the number and dollar value of A/E
  contracts awarded by the Air National Guard and  DOD agencies
  respectively during the current calendar year (include  the
  previous year if the previous year is less than 6 months).
   Also include copies of any government A/E evaluation forms
  showing  performance on past work if available. This is not
  a request for  proposal. Numbered Note 24 applies to this announcement.
LINKURL: HTTP://www.ngms.state.ms.us/
LINKDESC: 
  for  the design of repairs and modifications to an existing
  underground hydrant fueling system located at Allen C. Thompson
  Field, Miss issippi Air National Guard Base, Jackson, Mississippi.
EMAILADD: pfomspcc@ngms.state.ms.us
EMAILDESC: 
  Services for  the design of repairs and modifications to an
  existing underground hydrant fueling system located at Allen
  C. Thompson Field, Miss issippi Air National Guard Base, Jackson,
  Mississippi.
CITE: (D-355 SN014434)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: USPFO-MS,  PURCHASING & CONTRACTING DIVISION, 144 MILITARY
   DRIVE, JACKSON MS  39208-8860
SUBJECT: C--INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES
SOL NA
DUE 012497
POC Major Wayne M. Bryant, Base Civil Engineer, telephone number
   (601)936-8377, First Lieutenant William L. Markham, Contract
  Specialist, USPFO-MS, telephone number (601)936-7566  (Site
  Code DAH A22)
DESC: Indefinite delivery, indefinite quantity contract for design
  of  miscellaneous projects located at Allen C. Thompson Field,
  Mississippi Air National Guard Base, Jackson, Mississippi.
   Scope of s ervices required:  Architect and Engineering services
  are required to  design miscellaneous maintenance and repair
  projects, alterations and additions to existing facilities.
   All design work will be  further governed by Air Force manuals
  as modified by the Air National  Guard.  Copies of all applicable
  manuals will be provided the Architect-Engineer by the Contracting
  Officer.  The resultant contr act will be for a base year and
  one option year.  Individual delivery  orders will be issued
  against the resultant contract. Each delivery order will not
  exceed $300,000.00. The cumulative amount of d elivery orders
  will not exceed $1,500,000.00 for the base year and  $1,500,000.00
  for the option year.  These projects will require multi-discipline
  engineering services in investigative, design, and  inspections.
   The services required for each project will be  negotiated
  under a separate delivery order.  The contract will require
  the following services:  (i) Type A (Investigative Services)
  - Acco mplish field surveys and investigations which may include
  soil  investigations, topographic surveys; analysis of existing
  facility and utilities; a study of various mechanical and electrical
  systems a s a basis for recommended functional and safety designs;
  perform  environmental assessments as may be required to make
  proper site selection and to determine basis of design; and
  perform other investi gations as necessary to make a complete
  design.  Prepare a conceptual  design submittal, including
  preliminary site plans, typical cross sections and narrative
  description of proposed mechanical and e lectrical systems,
  and economic or other justification for selected  systems.
   Prepare a cost estimate of the major elements of the project
  and confirm if the project can be accomplished within budget
  .  (ii) Type B, Phase I (65% Design) - Prepare detailed Engineering/
   Architectural Design calculations, site plan, and utility
  plan.  Prepare outline specification.  Furnish drawings in
  sixty five (6 5) percent detail.  Prepare a detailed cost estimate.
   (iii) Type B  Phase II, (95% Design) and III (100% Design)-Prepare
  and furnish Final Design, detailed working drawings and specifications,
  Final  Design Analysis, prepare A Final Cost Estimate, and
  obtain any  required construction/environmental permits.  (iv)
  Type C services- Inspection of construction, review of shop
  drawings and material sub mittals, and preparation of as-built
  drawings.  Disciplines required  to accomplish the proposed
  work are as follows:  Architect, Civil Engineer,  Electrical
  Engineer, Environmental Engineer, Mechanic al Engineer and
  Energy Management Specialist.  Significant evaluation  factors
  and relative importance in the selection process are as follows:
   (1) Professional qualifications of the following discip lines
  which are not meant to be all inclusive:  architect, civil
   engineer, electrical engineer, mechanical engineer, structural
  engineer, and pavement engineer;  (2) Specialized experience
  and techni cal competence, (3) Capacity to complete work on
  time, (4) Past  performance, (5) Location in the general geographical
  area of the project, (6) Demonstrates success in prescribing
  the use and recovere d materials and achieving waste reduction
  and energy efficiency in  facility design, and (7) Volume of
  DOD work in the past 12 months.  Architect-Engineer firms located
  outside the commuting distance  of ninety (90) miles of the
  Jackson area that wish to be considered  must be willing to
  establish a temporary branch office in the Jackson area.  The
  Government will not absorb the cost of establishin g the branch
  office nor will the Government pay out of town travel.   Firms
  desiring consideration shall submit Standard Forms 254 and
  255 to Major Wayne M. Bryant, 172nd Airlift Wing, Base Civil
  Engi neer, 141 Military Drive, Jackson, Mississippi 39208-8880.
   When  submitting Standard Forms 254 and 255, include the number
  and dollar value of A/E contracts awarded by the Air National
  Guard and DOD  agencies respectively during the current calendar
  year (include the  previous year if the previous year is less
  than 6 months).  Also include copies of any government A/E
  evaluation forms showing perf ormance on past work if available.
  This is not a request for  proposal. Numbered Note 24 applies
  to this announcement.
LINKURL: HTTP://www.ngms.state.ms.us/
LINKDESC:  
  for design  of miscellaneous projects located at Allen C. Thompson
  Field, Mississippi Air National Guard Base, Jackson, Mississippi.
EMAILADD: pfomspcc@ngms.state.ms.us
EMAILDESC:  
  for design  of miscellaneous projects located at Allen C. Thompson
  Field, Mississippi Air National Guard Base, Jackson, Mississippi.
CITE: (D-355 SN014435)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Northern Division, Navy Crane Center, NAVFACENGCOM, 10
  Industrial Highway, Mail Stop #82, Lester, PA 19113-2090
SUBJECT: C--INDEF QTY/DLVY CONTRACTS: ENGINEERING/DESIGN, ON-SITE
  INSPECTION SERVICES FOR NEW CRANE PROCUREMENT, CHANGES TO EXISTING
  CRANES, MAINTENANCE INSPECTION, ETC, U.S. NAVY ACTIVITIES WORLD-WIDE
SOL N62472-97-D-1638
DUE 021197
POC Alan Ira Finkelman, Contract Specialist, 610-595-0505, Margaret
  Gettings, Contracting Officer, 610-595-0505.
DESC: Engineering, Design, Other Technical Services, including
  Title II Inspection Services are required in support of new
  procurement and existing cranes of all types at Navy activities
  world-wide under an Indefinite Quantity Type Contract with
  Firm Fixed-Price Delivery Orders. The successful firm or firms,
  i.e., East Coast or West Coast, may be required to perform
  specialized engineering and technical services related to analyzing
  and resolving problems with crane design, manufacturing and
  construction problems and their affect on the delivery schedule.
  There may be requirements for on-site crane and related construction
  inspections to identify and resolve engineering and technical
  problems, including maintenance issues. Therefore, the firm
  or firms selected shall have demonstrated that it posesses
  knowledge and experience in the crane engineering and design
  disciplines of civil, mechanical, structural, electrical engineering
  and quality assurance procedures for the purpose of preparing
  crane designs and specifications for new procurement or resolution
  of existing design and specification problems under on-going
  Navy or other Government or non-government contracts. The selected
  contractors for either the East Coast or West Coast shall identify
  its' written quality assurance procedures it will apply to
  the work ordered and briefly describe them and the recognized
  standard from which they were developed, i.e., ISO 9000, MIL-I-45208
  or other appropriate standards. The selected contractor or
  contractors shall have shown it has successfully performed
  or is capable of performing Title II Inspection Services. The
  firm or firms selected shall have shown it is knowledgable
  of and has actual experience in using standards, building codes,
  policies and regulations from, e.g., The American Institute
  of Steel Construction, American Gear Manufacturers Association,
  American National Standards Institute, National Electrical
  Code, Occupational Safety and Health Administration, American
  Welding Society and other nationally recognized guide lines
  for designing cranes and other similar structures. Project
  orders will require the selected contractor to review crane
  data sheets and facility drawings to determine the need for
  additional data and identify any problems and resolutions.
  The selected contractor for the East Coast or West Coast contract
  may be required to prepare specifications that will include
  all technical, quality assurance, fabrication, inspection and
  testing requirements necessary to allow the Navy to solicit
  competition or modify existing contracts so that a contractor
  may design, fabricate and install overhead electric traveling
  cranes, as well as wall, jib, monorail, underhung, portal,
  stiffleg derrick, container, floating or gantry cranes at specific
  Navy activity sites world-wide. The finished specification
  shall facilitate the procurement of conservatively designed,
  field-proven, commercial equipment. All applicable government,
  industry or other nationally recognized guidelines shall apply.
  MIL-STD-490 shall be applicable for supplemental information.
  The selected contractor for the East Coast or West Coast contract
  shall be capable of preparing accurate cost estimates, performing
  design review, including review of catalog cuts, fabrication,
  shop and as-built drawings, visual inspection, witness and
  perform operational testing, overhaul inspection, plans and
  specifications and consultation services as part of any project
  ordered. The SELECTION CRITERIA will include (in order of importance):
  (1) Recent Specialized Experience of the firm (not going back
  beyond five years) in the type of work described herein; (2)
  Professional qualifications of the staff to be assigned to
  projects ordered, including consultants and subcontractors;
  (3) Capacity to accomplish the work in the required time constraints
  of delivery orders to be issued over the life of the contract.
  Indicate the firms' present workload and availability of the
  assigned team (including consultants and subcontractors) to
  meet the schedules of multiple projects; (4) Past performance
  on contracts with government agencies and private industry
  in terms of cost control, quality of work and compliance with
  performance schedules, with particular emphasis on Department
  of Defense contracts. Briefly describe internal quality assurance
  and cost control procedures and indicate team members who are
  responsible for monitoring these processes. List recent awards,
  commendations and other performance evaluations (do not submit
  copies); (5) Ability of the selected contractor to respond
  to projects within either the East Coast or West Coast Contract
  Award; (6) Ability of the selected contractor to respond under
  unusual circumstances to projects not in its' awarded geographic
  area: (7) Volume of work previously awarded to the selected
  firm by the department within the past 12 month period. It
  is anticipated that the Government will issue two Indefinite
  Quantity/Indefinite Delivery Contracts, one for East Coast
  and one for West Coast requirements. The initial term of the
  two contracts shall be for 12 months each, with an option for
  an additional 12 months. The total contract amount will not
  exceed $500,000 for the initial 12 month term of the East Coast
  contract and the same not to exceed contract dollar amount
  for the West Coast contract, with NO DELIVERY ORDER UNDER EITHER
  CONTRACT EXCEEDING $200,000. The guaranteed minimum contract
  amount of services ORDERED UNDER EACH CONTRACT SHALL BE $10,000.
  The contracts will contain an option to extend the term of
  each contract an additional 12 months for contract dollar amount
  not to exceed $500,000, per the East Coast and West Coast option
  term; no minimum ordering amount applies to the option requirement
  under either contract. These options are exercisable at the
  discretion of the Government and only by the Contracting Officer.
  It is estimated that a contract will be awarded during June
  1997 or sooner. This is an unrestricted requirement for both
  the East Coast and West Coast contracts, all potential firms
  are invited to respond, any large business selected for award
  will be required to submit a subcontracting plan that reflects
  a minimum of 5% participation by Small Disadvantaged Business
  in the contract dollar amount to be subcontracted out. The
  Small Business Size Standard consists of SIC Code 8712 and
  a Dollar Amount of $2.5 million. Those firms that meet the
  requirements described in this announcement shall identify
  which contract they wish to be considered for, East Coast or
  West Coast; and each offeror shall submit one copy each of
  SF 254 (even if this form was submitted within the past 12
  months) and SF 255 for the firm. An SF 254 shall be submitted
  for each consultant or subcontractor listed in Block 6 of the
  firm's SF 255. Indicate the contract number N62472-97-D-1638
  in Block 2b of the SF 255. For consideration on the East Coast
  Contract only, use the letters "EC" after the contract number,
  for consideration on the West Coast Contract only, use the
  letters "WC". Provide a Contractor Establishment Code (CEC)
  and DUNS Number for the address listed in Block 3 and TIN Number
  in Block 3 also. Address all selection criteria issues in Block
  10 of the SF 255 that supports your firm's special or strong
  qualifications for accomplishing the work anticipated to occur
  under these contracts, with additional sheets attached as required.
  The SF 255 plus any additional pages of text shall not exceed
  30 double-sided printed pages using a font no smaller than
  10 point size for either contract; and all pages shall be numbered.
  Pages which do not meet these requirements will be returned
  without consideration. Photographs with minimal descriptions,
  organizational charts no more than three pages or other exhibits
  limited to five pages, will not be considered in the 30 page
  limitation. For firms applying with multiple offices, indicate
  the office that completed each project on Block 8 of the SF
  255; and list which office is under contract for any contracts
  listed in Block 9. The evaluation process will be based on
  the selection criteria noted herein and the strength of each
  firm's response will be determined by how well these selection
  criteria are answered. The firm selected for award of either
  the East Coast or West Coast Contract, including consultants
  and subcontractors, shall not be eligible to participate in
  solicitations or contract modifications resulting from the
  designs or specifications they have developed, this includes
  supplies and services. This is not a Request For Proposal.
  Telegraphic or Facsimile SF 254 and 255 forms are not authorized
  in response to this synopsis. Your submissions shall be sent
  to the address contained in this announcement, to the attention
  of Alan Ira Finkelman, Code 09W2AF, and shall consist of one
  copy of the SF 254, including those for any consultants or
  subcontractors, and one copy of the SF 255 and any attachments
  thereto. All submissions must be received in this office by
  4P.M. Local Time, 11 February 1997. Selection interviews will
  be scheduled as soon as possible after the slate of responses
  received have been evaluated as to which firms are considered
  the most highly qualified in their response to this synopsis.
  Lable the lower corner of the mailing envelope with the statement
  "Engineering, Design and Other Technical Services for N62472-97-D-1638".
CITE: (I-358 SN014778)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: GSA, PBS, Property Development (4PC),Suite 2500,401 West
  Peachtree St. NW,At lanta,GA 30365-2550
SUBJECT: C--CONSTRUCTION MANAGER AS CONSTRUCTOR
SOL GS-04P-97-EXC-0007
DUE 021097
POC Contact,Ron Butler,404/331-4627,Contracting Officer,Ronald
  Butler,404/331-4 627
DESC: Construction Manager As Constructor (CMc) Services Contract
  for the propose d U.S. Courthouse Annex in Savannah, Georgia.
   This modification changes the Con tracting Officer, Ronald
  Butler's telephone number to 404-331-4627.
CITE: (I-358 SN014928)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH
  Ave NE, Poulsbo, WA 98370-7570
SUBJECT: C--A-E SERVICES FOR THE DESIGN OF REPAIR/CONSTRUCTION
  OF SPECIAL PROJECT RC14-94, REPAIR AND UPGRADE ELECTRICAL DISTRIBUTION
  SYSTEM, AULT FIELD AT NAS WHIDBEY ISLAND, WA
SOL N44255-97-C-5506
POC Mary Jo Juarez, Contract Specialist, (360) 396-0264/Barbara
  Neuhauser, Contracting Officer, (360) 396-0256.
DESC: Under the authority of FAR 6.302-1, 10 U.S.C. 2304(c)(1),
  the Engineering Field Activity Northwest intends to award a
  sole source contract to YEI Engineers for the design of repair/construction
  of special project RC14-94 for repair and upgrade of the electrical
  distribution system at Ault Field at NAS Whidbey Island, Washington.
  No other technical information is available. This is not a
  request for proposal. The firm awarded this contract must accept
  responsibility for A-E liability of the entire final design,
  without duplication of cost to the Government, from 0 percent
  to the point which design has already been completed. Interested
  firms may identify their capability to respond to the requirement
  by contacting Barbara Neuhauser, 19917 7th Avenue N.E., Poulsbo,
  WA 98370-7570, telephone (360)396-0256 no later than 4:00 p.m.
  Pacific Time, within 30 days after this notice is published
  in the Commerce Business Daily. A determination by the Government
  not to compete this proposed contract based on responses to
  this notice is solely within the discretion of the Government.
CITE: (I-358 SN014963)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. Army Engineer District, Charleston, Corps of Engineers,
  P.O. Box 919, Charleston, SC 29402-0919
SUBJECT: C--INDEFINITE DELIVERY TYPE CONTRACT FOR SURVEYING AND
  RELATED SERVICES WITHIN THE BOUNDARIES OR ASSIGNMENTS OF THE
  CHARLESTON DISTRICT (STATE OF SOUTH CAROLINA)
SOL DACW60-97-R-0003
POC Don Kight, (803) 727-4249/Contracting Officer, Mrs. Christy
  Watts, (803) 727-4204.
DESC: The selected firm will be responsible for performing various
  types of surveys and services which may include, but not necessarily
  be limited to the following: (1) topographic; (2) traverse
  and triangulation (2nd and 3rd order GPS capabilities); (3)
  levels for vertical control (2nd and 3rd order); (4) route
  location; (5) quantity surveys; (6) land surveys; (7) construction
  layout surveys; (8) hydrographic surveys; (9) geodetic surveys;
  (10) drafting services; and (11) electronic data base records.
  This announcement is open to all businesses regardless of size.
  A firm-fixed-price contract will be negotiated. If a large
  business is selected for this contract, it must comply  with
  FAR 52.219-9 regarding the requirement for a subcontracting
  plan on that part of the work it intends to subcontract. The
  subcontracting goals for this contract are that a minimum of
  40% of the contractor's intended subcontract amount be placed
  with small businesses (SB), including small disadvantaged businesses
  (SDB), and 8% be placed with SDB. The plan is not required
  with this submittal. The firm must have the ability to perform
  the work for the Government in addition to its own existing
  workload without sacrificing quality or timeliness to the Government.
  Firms must address on their SF 255: The ability to perform
  basic horizontal and vertical control surveys to GPS  standards
  including, but not limited to: topographic, traverse, triangulation,
  route location, earthwork, quantity, property, construction
  layout, and transfer all field-gathered data into final drafted
  plan or map form. The firm shall have computer-aided drafting
  capability that is absolutely compatible with the Intergraph
  IGDS System format. The Recording of all final survey into
  a documentation computer file is required. The selected firm
  must demonstrate experience and have in its employ personnel
  with the experience in performing the various types of the
  above listed surveys. Also, the firm must have at least three
  years experience in hydraulic surveying of navigable channels
  and  have either current land surveyor's or professional engineer's
  license in the state(s) where the surveys will be performed.
  Modern electronic horizontal positioning and depth-finding
  equipment shall be available for the surveys to be performed.
  Typical information that will be required as a minimum, includes
  the name, model, and year of manufacturer's stated positioning
  accuracy and capability of the equipment proposed for usage.
  In addition the contractor must provide information that safe
  and suitable vessels are available for operation in the waters
  where the surveys are to be performed as well as the electronic
  positioning and depth-finding equipment. An indefinite-delivery
   type contract for services based on firm-fixed unit prices
  is contemplated with an option year. Total amount for the base
  year will not exceed $750,000.00; total contract amount including
  the option year will not exceed $1,500,000.00; services performed
  on individual delivery orders with no one delivery order exceeding
  $150,000.00. The Government obligates itself to obtain on less
  than $15,000.00 in services during the first year and no less
  than $7,500.00 in services during the option year. All work
  is subject to the availability of funds. The estimated commencement
  date is August 1997 for a period of one year or $750,000.00,
  whichever comes first at the predetermined  rates. Significant
  evaluation factors are stated in Note 24. However, their relative
  order of importance is: (1) Professional capabilities; (2)
  specialized experience and technical competence as required;
  (3) past performance on contracts with respect to cost control,
  quality of work and compliance with performance schedules;
  (4) capability to accomplish the work in the required time;
  (5) knowledge of locality of projects; (6) Geographical location;
  (7) Volume of work previously awarded to a firm by DOD; and
  (8) extent of participation of small business and small disadvantaged
  business in the proposed contract team, measured as a percentage
  of the estimated effort.  Rankings of firms will include determination
  of contractor's capacity to respond quickly to unscheduled
  work. This will include an analysis of in-house capability
  versus the need to subcontract portions of the work. Firms
  desiring consideration shall address the above requested data
  and submit as described in Note 24 to be received in the office
  shown above within 30 days of the appearance of this announcement.
  SF 255 (11/92 Edition is the only one that will be accepted)
  in single copy only is required. Firms having a current (less
  than 12 months) SF 254 on file with the North Pacific Division,
  Corps of Engineers, Portland, Oregon, need not submit a SF
  254 (11/92 Edition) with their SF 255. All Department of Defense
  contracts awarded to the firm and all  affiliates (except consultants)
  during the last twelve months, the total dollar value of each
  award, and point of contact must be listed in Block 10 of the
  SF 255. Failure to include the aforementioned data will reflect
  negatively upon the firm during the evaluation process. This
  is not a request for proposal. Solicitation packages are not
  provided. Cover letters and unnecessarily elaborate brochures,
  or other presentations beyond those sufficient to present a
  complete and effective response are not desired. Phone calls
  and personal visits are discouraged. SIC is 8713, Size Standard
  is $2.5 million. Firms should indicate on block 3 of the SF
  255 their business size  and ACASS number. If required, call
  the ACASS Center at (503) 326-3459 to obtain a number. See
  note 24.
CITE: (M-358 SN014980)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Directorate Of Contracting/Oo-Alc Pko, 6038 Aspen Avenue
  Bldg  1289 Ne, Hill air Force Base, Ut 84056-5000
SUBJECT: C--A&E ENVIROMENTAL SERVICES
SOL F42650-97-R-A056
POC For copy, Solicitation packages not available,,, For additional
   information contact Sharon Price/Pkoe/[801]777-4799
DESC: A&E Environmental Services at US Air Force facilities to
  include Hill AFB UT, Little Mountain Test Annex UT, Utah Training
  Range and other facilities associated with the Air Force mission.
   For additional information, contact Sharon K. Price at 801-777-4799
  or FAX 801-777-0632.  1.  CONTRACT INFORMATION. Indefinite
  Delivery/Indefinite Quantity Contracts for A&E environmental
  services.  The basic award period for the contract will be
  for one year from the date of contract award and will contain
  four one year options.  The SIC code is 8744 (Size Standard
  500).  The award of six contracts is contemplated. Up to four
  contracts will be unrestricted, one contract will be set-aside
  for 8(a) firms, one contract will be set-aside for small business
  firms.  If technically qualified firms for the set-aside portions
  of this acquisition cannot be identified, the set-aside portions
  may revert to unrestricted acquisitions.  The anticipated amount
  of this requirement for all contracts awarded for the basic
  period plus all options is estimated at $48,000,000. 2. PROJECT
  INFORMATION.  Firms shall be multi-disciplined in the environmental
  engineering field.  All contract work must comply with federal,
  state, and local environmental laws and regulations.  Typical
  services required include but are not limited to: (1) remedial
  designs for environmental remedies including site visits and
  investigations, construction drawings, technical specifications
  cost estimates and design analysis; (2) construction supervision
  and inspection of environmental design projects; (3) treatability
  studies and field investigations; (4) preliminary assessments,
  site investigations, remedial investigations, feasibility studies;
  (5) technical environmental assessments for proposed actions;
  (6) technical studies and designs for air pollution control,
  water pollution control, pollution prevention, etc.  3. SELECTION
  CRITERIA.  The selection criteria are listed below in descending
  order of importance.  (1) Professional qualifications, certifications,
  and specialized experience of team members (including first
  tier subcontractors/consultants) necessary for satisfactory
  performance of each type of service listed.  (2) Specialized
  experience and competence, recent experience (within the last
  three years), and anticipated future capabilities of the firm
  (including first tier subcontractors/consultants) in performing
  the types of services listyed. The staff shall be familiar
  with environmental laws, regulations, and issues. The firm
  shall have professionals that are registered in the State of
  Utah. The professional classifications required include but
  are not limited to: engineers, geologists, hydrologists, hydrogeologists,
  chemists, toxicologists, and industrial hygienists.  The firm
  shall also have on staff professional, technical, and support
  staff necessary to accomplish the services listed.  (3) Capacity
  and availability of key staff to accomplish the work in the
  required time and the ability of them to work on several projects
  simultaneously.  (4) Past performance on similar environmental
  contracts with government agencies and public industry in terms
  of cost control, quality of work and compliance with performance
  schedules.  The contractor shall include appropriate contract
  numbers and points of contact.  (5) Location in the general
  geographical area of the project and knowledge of the locality
  of the project, availability of A&E staff to meet frequently
  with Air Force personnel, regulatory agencies, and others in
  the Environmental Management Directorate at Hill AFB.  The
  firm shall have the ability to mobilize staff to project sites
  on relatively short notice. Volume of DoD contracts awarded
  in the last 12 months.  4. SUBMISSION REQUIREMENTS:  See Note
  24 for general submission requirements.  Interested firms having
  the capabilities to perform this work must submit four copies
  of SF 254, and four two copies of SF 255 to OO-ALC/EMX, ATTN:
  Dr. Bob James, 7274 Wardleigh Road, Hill AFB UT 84056-5137.
   To be considered, all submittals must be received not later
  than 2:00PM. MST, 21 Jan 97.  Solicitation number is for identification
  purposes only.  Solicitation packages (specifications, plans,
  bidders' list, etc.) are not available.  This is not a Request
  for Proposal.  See Notes 2, 24.
CITE: (I-355 SN014448)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: GSA, Public Buildings Service  (7PCAC),Property Development
  Div,819 Taylor S t, Rm 11A01,Fort Worth,TX 76102-6105
SUBJECT: C--A-E SERVICES, NEW FEDERAL BUILDING
SOL GS-07P-97-JUC-0002
DUE 122396
POC Contact,Teresa Thompson,817/978-7084
DESC: SIC Code 8712, Architectural-Engineering (A/E) Design Services
  for New Urba n Facility Campus, Oklahoma City, OK. The General
  Services Administration (GSA) Regional A/E Selection Panel
  for the Urban Facility Campus in Oklahoma City, OK has recommended
  the following firms be invited to participate in Stage II Submit
  tals: Dworksy Associates, 3530 Wilshire Blvd., Ste. 1000, Los
  Angeles, CA 90010; Elliott & Assoc., 35 Harrison Ave., Oklahoma
  City, OK  73104; Kallmann McKinnel l & Wood Architects, Inc.,
  939 Boylston St., Boston, MA  02115; Ross, Barney & J ankowski,
  30 West Monroe St., Chicago, IL 60603; and Tigerman McCurry
  Architects , 444 North Wells Street, Chicago, IL  60610.  A
  response to this announcement i s not required.
CITE: (I-358 SN014813)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: U.S. ARMY ENGINEER DIVISION, BUILDING 230, ATTN: CEPOD-ET-MA,
  FT SHAFTER HI 96858-5440
SUBJECT: C--ARCHITECT-ENGINEER SERVICES, INDEFINITE DELIVERY
  ARCHITECT-ENGINEER SERVICES CONTRACT (CIVIL) FOR MISCELLANEOUS
  PROJECTS IN THE PACIFIC REGION.
SOL DACA83-97-R-0004
DUE 012797
POC Harold Nakaoka Technical Manager (808) 438-0021 (Site Code
  XXCA83)
DESC: C--Architect-Engineer Services. Indefinite Delivery Architect-Engineer
  Services Contract (Civil) for Miscellaneous Projects in the
  Pacific Region. (a) CONTRACT INFORMATION: Architect-Engineer
  (Civil) services procured in accordance with PL 92-582 (Broks
  A-E Act) and FAR Part 36, are required for various military
  (with some civil works) projects within the Pacific Region
  (to include Japan and Korea ). An indefinite delivery contract
  will be negotiated and awarded with a base period not to exceed
  one yer and two option periods not to exceed one year each.
  The amount of work in each contract period will not exceed
  approximately $500,000. Work will be issued by negotiated firm
  fixed-price task orders, with maximum amount not to exceed
  the annual contract amount. The Government obligates itself
  to obtain no less than $10,000 in services during the term
  of the base year and $5,000 in services during the term of
  eac option year. The Contracting Officer will consider the
  following factors on deciding which contractor will be selected
  to negotiate an order: current capacity to accomplish the order
  in the required time, uniquely specialized experience, equitable
  distribtion of work among the contractors, and performance
  and quality of deliverables under the current contract. The
  Government may exercise a contract option before the expiration
  of the base contract period or preceding option period f the
  contract amount for the base period or preceding option period
  has been exhausted or nearly exhausted. The contract is anticipated
  to be awarded in June 1997. This announcemnt is open to all
  businesses regardless of size. (b) PROJECT INFORMATION: Work
  includes A-E services; preparation of plans, specifications,
  design analysis, and cost estimates for solicitation of construction
  for repair/renovation, new construction project, or engineering
  studies. Selected projected signs and studies shall be developed
  using metric system of measurements or utilizing CADD. Firms
  must have primary capability in civil and/or subconsultants
  for surveying, architectural, structural, mechanical, electrical,
  cost estimating, and specification writing. (c) SELECTION CRITERIA:
  See Note 24 for general selection process. The PRIMARY selection
  criteri in descending order of importance are: (1) professional
  qualifications of the firm's staff/consultants to be assigned
  to the projects; (2) specialized experience of the firm in
  the design of repair, renovation, alteration, or upgrade projects,
  new constrution projects, and engineering studies; (3) the
  firm's past performance on DoD and private sector contracts
  (cost control, quality of work, compliance with schedule);
  (4) capacity of the firm to accomplish work in the required
  time (size of firm, workload, etc.); (5) knowledge of the locality
  of the projects; and (f) demonstrated success in prescribing
  the use of recovered materials and achieving waste rduction
  and energy efficiency in facility design. The SECONDARY selection
  criteria in descending order of importance are: (1) location
  of the firm; (2) volume of recent DoD work; and (3) participation
  of SB, STBD, historically black colleges and universitis, and
  minority institutions in the proposed contract team, measured
  as a percentage of the estimated effort. Offerer must provide
  adequate documentation in blocks 7g and 10 of the Standard
  Form 255, Architect-Engineer and Related Services Questionnaire
  for Specific Project, to illustrate the extent of participation
  of the above-mentioned groups in terms of the percentage of
  the total anticipated contract efort. The selected firm, if
  a large business firm, must comply with FAR 52-219-9 regarding
  the requirement for a subcontracting plan on that part of the
  work it intends to subcontract. The subcontracting goals for
  this contract are that a minimum of 50% ofthe contractor's
  intended subcontract amount be placed with small business (SB),
  which includes small disadvantaged businesses (STBD), and 30%
  be placed with SDB. The subcontracting plan is not required
  with this submittal but the successful large business firm
  must submit an acceptable plan before any award can be made.
  SUBMISSION REQUIREMENTS: Firms desiring consideration must
  submit a Standard Form 255 o later than 4:00 p.m., Hawaiian
  Standard Time, by the due date shown above or within thirty
  (30) calendar days from date of this announcement, whichever
  is later. Should the due date fall on a weekend or holiday,
  the submittal package will be due the firs workday thereafter.
  All responding firms must also include completed Standard Form
  254 for themselves and their subconsultants, if not already
  on file with t e Pacific Ocean Division. Submittals will be
  sent to the address shown above. Small and disadvantaged firms
  are encouraged to participate as prime contractors or as members
  of joint ventures with other small businesses. All interested
  contractos are reminded that the successful contractor will
  be expected to place subcontracts to the maximum possible extent
  with small and disadvantaged firms in accordance with the provisions
  of Public Law 95-507. For further information regarding this
  proposed aquisition, telephone (808) 438-0021. Request for
  Proposal No. DACA83-97-R-0004 shall be utilized to solicit
  a proposal from the firm selected. This is not a request for
  a proposal."
CITE: (I-358 SN014841)

[Commerce Business Daily: Posted December 21, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: US Department of Commerce/National Oceanic and Atmospheric
  Administration (NOAA), Acquistion Management Division (AMD),
  1325 East West Highway, Station 4301, Silver Spring, MD 20910-3283
SUBJECT: D--MAINTENANCE SERVICES FOR INTERGRAPH HARDWARE AND
  SOFTWARE
SOL 52-DDNC-7-90002
POC Rubie B. King, Contract Specialist, Ina R. Merson, Contracting
  Officer (301) 713-0839
DESC: The U.S. Department of Commerce/NOAA/NOS intends to negotiate
  a sole-source contract with Intergraph Corporation to provide
  on-site maintenance services for its Intergraph Computer graphics
  hardware and software systems. The base period of performance
  is five (5) months, with four (4) twelve (12) months and one
  (1) seven (7) months option periods. Offerors shall supply
  all labor, repair parts, software upgrades, documentation and
  changes as required.  The Resident Engineer must be factory-trained
  and certified by Intergraph to perform preventive maintenance
  and inspection of the equipment.  The offeror shall also be
  required to perform Per-Call maintenance with a four (4) hour
  response time outside the principal period of performance.
  Potential Offerors must furnish and support all necessary software
  and technical documentation, which includes correction of errors,
  and original equipment manufacturer's (OEM) sponsored modifications
  and revisions. Hardware included in this system has been exclusively
  designed and configured to meet the Government's requirements.
  Offerors shall be required to maintain an inventory of spare
  parts and assemblies within the Washington Metropolitian area.
  The software for the system is licensed by Intergraph and is
  proprietary. The hardware and software to be maintained encompasses
  over one hundred line items. The major items are shown as follows:
  CPU's (1 each) Intergraph VAX 785, (1 each) Interserve 5200;
  Memory(6 each) 8MB FMEMO62,(2 each) 64MB FMEM124; Disk Drives
  (5 each) FDSK124 FP F/4,(3 each) FDSK125 337MB,(8 each) FDSK177
  559MB,(2 each) FDSK269 991MB,(6 each) FDSK383 1GB,(1 each)
  FDSK381 2.1GB; (2 each) Interbus File Processor Upgrades; Tape
  Drives (2 each) FMTPO68 6250 tape system,(5 each) FMTP129 2.36
  cartridge; Terminals (16 each) VT100; Workstations (4 each)
  FDSP041 Hi Performance Rasters, (4 each) FDSP213 16Mb IV220,(1
  each) IP6040,(1 each) IV6240, (4 each) IV2020,(1 each) IP2730,(2
  each) FFUR045 IV Opt for dual 21" TD-4,(2 each) UP2020; Backlit
  Digitizing Tables (5 each) FTIS015, (4 each) FTIS079,(8 each)
  FTIS044 digitizer controllers for IP1, (1 each) FTIS138,(1
  each) FTIS145,(4 each) FTIS136 non-backlit,  (3 each) FTIS133
  digitizers; Terminal Servers(3 each) CS/100, (6 each) CS/210;
  Printers (1 each) FLPR015 LA120,(2 each) FLPRXXX LP27-UA; Plotters
  (2 each) FPLOT046 V80 plotters,(2 each) FPLT497 Versatec Plotters
  8944-4R. Intergraph licensed software include: VAX VMS OS,
  UNIX/CLIX OS, IGDS, Microstation, Ingres, IPS, ACTEM, RISIC,
  XNS/VTP, IP/MFIBDL, CSSBase, DecNetEnd, I/NFM, Plotter Drivers.
  A complete list of the equipment to be maintained shall be
  provided upon written request. All responsible sources shall
  respond by submitting a written narrative statement of capability,
  including detailed technical information and other technical
  information literature demonstrating the ability to meet the
  above requirements. Potential offerers must provide at least
  three (3) technical references regarding their experience 
  with maintaining Intergraph LAN systems. Pricing data including
  GSA Schedule if applicable should be included. The response
  must be sufficient to permit agency analysis to establish a
  bona fide capability to meet the requirement. Telephonic or
  FAX responses shall not be accepted. Failure to submit documentation
  will result in the Government proceeding as above. Please refer
  to Solicitation No. 52-DNC-7-90002 in your response. See Note
  22
CITE: (I-356 SN014463)

[Commerce Business Daily: Posted December 21, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: US Department of Commerce/National Oceanic and Atmospheric
  Administration (NOAA), Aquisition Management Division, 1325
  East West Highway, Station 4301, Silver Spring, MD 20910-3283
SUBJECT: D--NATIONAL WEATHER SERVICE DISSEMINATION TECHNOLOGY
  CONFERENCE
DUE 033197
POC Ann Radding (301) 713-1724 ext. 154 or (212) 645-1127
DESC: The Department of Commerce(DOC)/National Oceanic Atmospheric
  Administration (NOAA)/National Weather Service (NWS) willl
  host a Dissemination Technology Conference in Washington D.C.
  beginning on April 15, 1997.  In order to establish a meaningful
  dialog with those in the telecommunications industry who can
  provide this technology, the Dissemination Technology Conference
  shall be a synergistic exchange of information that will provide
  attendees with insight into NWS current operations and future
  plans for information dissemination and provide information
  to the Government that will assist NOAA in competitively procuring
  services in 1998 that cost effectively meet NWS and user dissemination
  requirements. The goal is to provide a non-proprietary, standard,
  open-architecture source of information that can be easily
  received and processed with inexpensive off-the-shelf technology.
  The NWS currently operates the NOAA Weather Radio (NWR) and
  NOAA Weather Wire Service (NWWS) for the purpose of disseminating
  weather and hazard information to the public that is vital
  to the protection of life and property. NWR is a local VHF/FM
  radio broadcast system  which provides information directly
  to the public.  The NWWS is a  contractor-operated, satellite
  based dissemination system intended to provide critical information
  vital to the safety and welfare of the public to local emergency
  managers and mass news disseminators, and thus to the public,
  in the most timely manner possible. The NWWS currently utilizes
  C-band satellite technology that makes any of over 1000 NWS
  products (text, with graphics and satellite imagery currently
  being added) available to more than 1400 customers anywhere
  in the United States and possessions within five seconds of
  transmission with a demonstrated operational availability in
  excess of 0.9998. It is the intent of the NWS to continue to
  operate these systems and, in partnership with the private
  sector, seek means to make the information delivered by them
  to an end user more useful, more widely available, and less
  costly without sacrificing the current levels of timeliness,
  reliability, and availability.  The NWS is interested in methods
  that utilize the existing infrastructure to deliver NWS information
  to the end user with little or no recurring cost. To this end,
  the NWS seeks information and expressions of interest from
  vendors who can  (1) provide a primary telecommunications network
  for the direct delivery of NWS products from NWS offices and
  centers located in the continental U.S., Alaska, Hawaii, and
  Puerto Rico to customers in those areas with service equal
  to or better than the existing NWWS and NWR systems at a lesser
  cost, (2) provide secondary, multi-layered dissemination networks
  that provide additional, different levels of service at lower
  cost, (3) provide auxiliary delivery services beyond NWWS nodes
  via a variety of links (telephone, radio, cable TV, pagers,
  satellite TV etc.), (4) provide hardware and software devices
  and services necessary to utilize the basic NWS data stream
  to create interactive displays and alarm mechanisms that directly
  meet the needs of individuals and groups especially at risk
  from reported hazardous events, and (5) make innovative, value-added
  and technical enhancements (hardware and software) available
  that will allow end users access to the products or additional
  services in a manner that best fits their individual needs.
  The Government is interested in directly disseminating this
  information; that is vital to public safety and welfare and
  that is currently being provided by the NWS through NWWS, NWR,
  and other systems such as audio text, graphics, and imagery
  products; utilizing the most cost effect technologies available.
  An information package describing the Dissemination Conference
  can be obtained by calling Ann Radding at (301) 713-1724 ext.
  154 or (212) 645-1127.
CITE: (I-356 SN014464)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of State, Office of Acquisition, P. O. Box
  9115, Rosslyn Station, Arlington, VA 22219-0244
SUBJECT: D--ELECTRICAL WIRE & POWER EQUIPMENT
SOL S-OPRAQ-97-R-0550
DUE 010397
POC Diane Harrison, Contract Specialist, (703) 875-6064, or;
  Millie 
DESC:  The Department of State is seeking source to provide electrical
  wire  and power equipment for installation on the Department's
  Television  System with 29 channels currently.  The successful
  contractor shall  be responsible for the following requirements:

                       Modernization of the existing 12 each.
   Distribution amplifier  locations to allow for full building.
   2-Way system operation and  60+ Channel Forward Distribution.
   Includes:  new forward and return  amplifiers, equalizers,
  power supplies, engineering, installation  and alignment.
   Modernization of the existing off-air channel  headend equipment
  and receiving antennas.  Includes: new (off-air  channel system
  equipment antennas, mounts and cabling for the 7 EA,  existing
  channels 4, 5, 7, 9, 20, 22, and 26 serviced.   Engineering,
  installation and alignment).  Modernization of the  existing
  22 channel local origination headend.  Includes:  new  system
  modulators, combiners, post amplifiers and audio/video patch
   panels as required to interface to existing State Department
  Feeds.  Modernization of the existing 2 EA.   Sub-Band close
  circuit  origination channels.  Includes:  new sub-band origination
   modulars.  Headend sub-band to distribution processors, equalizers
   and diplexers.  The successful contractor shall be responsible
  for  performing above services and for providing the necessary
  equipment  to accomplish the above task. All requests for
  a copy of the  solicitation must be in writing.  This is 100%
  small business  set-aside. 
EMAILADD: andrea@compusearch.com
EMAILDESC: 
CITE: (W-358 SN014639)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: D--ADP SYSTEMS DEVELOPMENT AND PROGRAMMING SERVICES
SOL N00189-91-D-0333
DUE 011597
POC Ms. Marchetta Smith (757) 445-4505, Ralph Powell, Contracting
  Officer (757) 445-4509
DESC: Under Contract N00189-91-D-0333, the Government intends
  to negotiate on a sole source basis with Lockheed Martin Tactical
  Systems, Inc. to increase FIP development and maintenance of
  Combat Direction Systems (CDS)/Tactical Data (TDS)/Command
  and Decision System Computer Programs.  The increased services
  shall run through 31 March 1997 until the follow-on contract
  is awarded.  The services required by the Officer in Charge,
  Fleet Combat Direction Systems Support Activity.  The estimated
  cost of the increase is $1,633,783.27.
LINKURL: N/A
LINKDESC: 
EMAILADD: HRDET9@MINDSPRING.COM
EMAILDESC: 
CITE: (W-358 SN014642)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: DISA/DITCO/DTS22 2300 East Drive, Scott AFB, IL 62225-
  5406
SUBJECT: D--SPACE SEGMENT CAPACITY
SOL DCA200-97-R-0049
DUE 011097
POC Dawn Underwood, Contract Negotiator, 618-256-9739; Ellen
  Womack, Contracting Officer, 618-256-9459
DESC: DITCO intends to award a sole source contract to COMSAT
  World Systems, Broadcast Services Division, 6560 Rock Spring
  Drive, Bethesda, MD 20817, for seven years (84 months) of space
  segment capacity in the Atlantic, Pacific, and Indian Ocean
  Regions. This will be a multi-year contract with no option
  years. The acquisition which is not reserved for small business
  is placed under SIC code 4899 with a size standard of $7.5
  million. Services required are one each 36 Mhz, full-time,
  29 dbW Effective Isotropic Radiated Power (EIRP) at beam edge
  - premium, global-beam, station-kept, preemptible transponder
  covering the Atlantic, Pacific, and Indian Oceans for a period
  of seven years starting on 1 December 1997. Preferred satellites
  by ocean are as follows: Atlantic - INTELSAT 803 at 338.5 degrees;
  Pacific - INTELSAT 701 at 180 degrees; and, Indian - INTELSAT
  801 at 64 degrees. The transponders are required to deliver
  full-time the Armed Forces Radio and Television Service-Digital
  Television-Direct to Ships (AFRTS-DTV-DTS) service consisting
  of a Scientific-Atlanta PowerVu digitally compressed signal
  carrying two full-time television services with associated
  audio consisting of: One, a full-time news channel with national
  and international news programs from major U.S. networks; and,
  Two, a full-time entertainment channel with entertainment,
  sports and limited news programming from major U.S. program
  producers, networks, and syndicators. Additionally, the AFRTS-DTV-DTS
  service will include in the digitally compressed signal three
  audio/radio services and one 128Kbps data service consisting
  of: Two full-time stereo music services provided by U.S. satellite
  radio music services; one monophonic radio service providing
  full-time national and international news and commentary from
  major U.S. radio networks; and, the data channel carrying daily
  a "Stripes Lite" newspaper, the Early Bird news, and U.S. Navy
  command/internal information printed products. Currently only
  nineteen of 350 U.S. Navy ships can receive live, satellite
  delivered television of some form in some areas of the world.
  However, except in the Mediterranean Sea, where a powerful
  European satellite delivers AFRTS-TV, none of the nineteen
  ships receives full-time, live U.S. news and entertainment
  on the high seas. In order to deliver live U.S. television
  services to a great majority of U.S. Navy ships (225 of 350)and
  the great majority of the deployed sailors and Marines, the
  satellite television signal must be delivered to a television
  receive-only (TVRO) antenna/terminal not exceeding one point
  two (1.2) meters. Services will incorporate, as an upgrade,
  the current AFRTS Digital Audio service transponder capacity
  (3 Mhz) contracted with COMSAT World Systems in the Atlantic
  on INTELSAT 601 at 332.5 and in the Pacific on INTELSAT 703/702
  at 177 which will relieve the government of any termination
  liabilities for these two transponder capacities. A guaranteed
  reservation will be placed to hold the space until December
  1, 1997. 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 request for proposal
  DCA200-97-R-0049. The solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular 90-42. The provision at FAR 52.212-1,
  Instructions to Offerors--Commercial, applies to this acquisition
  with no addenda to this provision. All offerors must include
  a completed copy of the provision at FAR 52.212-3, Offeror
  Representations and Certifications--Commercial Items, with
  its offer. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial
  Items, applies to this acquisition with no addenda. FAR 52.212-5,
  Contract Terms and Conditions Required to Implement Statutes
  or Executive Orders--Commercial Items applies, with the following
  optional clauses being applicable: FAR 52.203-6, Alt I; 52.203-10,
  52.219-8; 52.219-9; 52.222-26; 52.222-35; 52.222-36; 52.222-37;
  and 52.225-19. Additionally, the following contract clauses
  will apply: FAR 52.217-2, Cancellation Under Multiyear Contracts;
  DOD FAR 252.212-7000, Offeror Representations and Certifications--Commercial
  Items; DOD FAR 252.212-7001, Contract Terms and Conditions
  Required to Implement Statutes Applicable to Defense Acquisition
  of Commercial Items. The following clauses are part of DOD
  FAR 252.212-7001: DOD FAR 252.205-7000; 252.219-7003; 252.225-7012;
  252- Offers are due at DITCO, Attention DTS22 (Dawn Underwood),
  2300 East Drive, Scott Air Force Base, IL 62225-5406, not later
  than 10 January 1997, 4:00 p.m. Central Standard Time. Inquiries
  regarding this notice should be directed to Dawn Underwood
  at 618-256-9739. Award will be made after prices are determined
  fair and reasonable. 
EMAILADD: womacke@ditco.disa.mil
EMAILDESC: 
CITE: (W-358 SN014824)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Virginia Contracting Activity, P.O. Box 46563, Washington,
  DC 20050-6563
SUBJECT: D--ASSOCIATED PRESS TELEVISION (APTV) NEWS SERVICE
SOL MDA908-97-R-0005
DUE 012797
POC Contract Specialist, ROBERTA J. FLORES, (202)231-2151
DESC: The Virginia Contracting Activity of the Defense Intelligence
  Agency intends to issue a commercial sole source solicitation
  to Associated Press for continuing access to the open-source
  electronic video newsfeed provided by the Associated Press
  Televiion (APTV) news service. The contract shall provide for
  video newsfeed service consisting of international video news
  reports, raw or roughcut video, and English text scripts and
  rundowns associated with the video news product. The service
  shall consist ofscheduled newsfeed segments, and ad hoc breaking
  events reporting. The newsfeed service shall provide DIA up
  to the minute reports of world wide events via video satellite
  link and accompanying electronic message system. The message
  handling hardware and software are to be provided by the contractor.
  The newsfeed service shall pay for the phoneline which delivers
  the script/rundown to the DIN. The contract will conist of
  a base year period from the date of contract award through
  September 30, 1997, and one option year period from October
  01, 1997 through September 30, 1998. Reference Numbered Note
  22. The Contract Specialist is Ms. Roberta J. Flores at (202)
  231-215, and the
CITE: (I-358 SN014839)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: NASA Langley Research Center, Bid Distribution Office,
  MS 126, Hampton, Virginia 23681-0001
SUBJECT: D--LEASE AND MAINTENANCE OF MSC/NASTRAN SOFTWARE
SOL N/A
POC NASA Langley Research Center, Industry Assistance Office,
  Mail Stop 144, Hampton, Virginia 23681-0001.
DESC: Comments are sought in response to the intent of the NASA
  Langley Research Center to pursue a 2-year extension of a site
  license existent at the Center for the lease of a general purpose
  finite-element software system. The software called MSC/NASTRAN
  version 69 is a NASTRAN finite-element code marketed by the
  MacNeal-Schwendler Corporation. The finite-element code provides
  the salient features listed below. The software provides an
  aeroelastic and flutter analysis, design sensitivity and structural
  optimization, and superelement capability. The software with
  superelement capability operates on approximately 60 computer
  workstations including the following computers: SGI with the
  IRIX operating system, SUN with the SUNOS operating system,
  DEC with the VMS and ULTRIX operating systems, IBM with the
  AIX operating system, and HP with the HP-UX operating system.
  The site license provides for unlimited use on all workstations
  and no limitation as to the number of workstations with the
  software installed. The software provides a macro instruction
  language, DMAP, which facilitates and simplifies the development
  of application specific and custom solutions. This language
  is available to users so that they may develop their own solution
  sequences to solve particular application problems and may
  use existing DMAP sequences created previously at the Center.
  The software contains a set of predefined solutions written
  in the DMAP language that perform standard finite-element solutions
  to a wide variety of analysis problems. The solution sequences
  are available to perform linear static, normal modes, buckling,
  complex eigenvalue, frequency and random response, steady-state
  and transient heat transfer, aerodynamic flutter, aeroelastic,
  implicit non-linear, modal and direct transient, and design
  sensitivity/optimization analyses. A new flutter method, designated
  PKNL (PK No Looping), is available to augment the current K,
  KE, and PK methods. Linear solution sequences are alterable
  by the user in order to modify and customize solution sequences
  to the user's requirements. Further, the vendor provides libraries
  of RFALTERS (rigid format alterations) which the vendor has
  created to perform specialized tasks. These RFALTERS are callable
  by the users for inclusion in their analysis solutions. An
  example would be the provision in the static analysis for stress
  data recovery and the evaluation of failure indices for the
  individual plies of laminated composites. The software provides
  singularity suppression capability, automatic resequencing
  of internal degrees of freedom to minimize solution times,
  substructuring capability, automatic dynamic reduction capabilities
  including the Guyan reduction, a variety of user selectable
  eigenvalue extraction methods including the Inverse Power,
  the Givens, the Modified Givens, the Hessenberg, the Householder
  and the Lanczos methods, component mode synthesis capability
  where the user is allowed to input the substructures directly
  with modal parameters and static test data, cyclic, reflective,
  rotational and axial symmetry capability allowing users to
  exploit the structural symmetry of a finite-element model to
  reduce model preparation and processing time, and the ability
  to analyze laminated composite materials by individual layer.
  Stress discontinuity calculations are available for plate and
  solid elements to identify areas of a model which could benefit
  from mesh refinement. The software is capable of solving problems
  with degrees of freedom limited by machine capacity only and
  offers fully automatic restart capability for all solution
  sequences. The software provides an optional sparse matrix
  solver for linear statics, Lanczos eigenvalue extraction, frequency
  response, transient response and nonlinear analyses. The software
  provides an implicit nonlinear analysis of static and dynamic
  problems which includes capability to use both geometric and
  material nonlinear properties with one, two and three dimensional
  elements. The software provides an extensive library of elements.
  The library includes bar, beam, curved beam, curved pipe, curved
  shell, damping, fluid, heat transfer, interpolating constraint,
  linear strain, mass, stiffness, plate, shear panel, shell,
  rigid constraint, solid elements, gap, 2-D and 3-D crack tip,
  and aeroelastic elements. These elements, where applicable,
  have isotropic, orthotropic, anisotropic, and temperature-dependent
  material properties. The software also provides specialized
  elements including solid p-elements in linear dynamic solution
  sequences, shell and beam p-elements, and curve interface elements
  for global-local analysis. The software provides several types
  of applied loads for static, dynamic, and heat transfer analysis
  including concentrated force and moment, line, pressure, thermal,
  gravity, and centrifugal force loads, time-and frequency-dependent
  loads, displacement, velocity, and acceleration dependent loads,
  follower forces, convection, conduction, and radiation thermal
  loadings, and enforced displacements, velocities, and accelerations.
  The software accepts input from the standard user model files,
  INPUTT2 files, and INPUTT4 files. The software accepts input
  generated by pre-processing programs such as I-DEAS, PATRAN
  and other common pre-processing software packages. The software
  also generates output that is accessible for post-processing
  such as geometry, stresses, displacements, and mode shapes
  by other commercial programs such as I-DEAS and PATRAN. Files
  produced on one computer system are transferable to the other
  systems for further processing. Database utilities are available
  which allow databases to be compressed, archived, or transferred
  between machines. The vendor provides a complete set of hard
  copy documentation for each system and an extensive set of
  documentation on CD's. The vendor provides on site training
  courses covering basic information on the use of the software
  to perform linear static and normal modes analyses and specialized
  courses covering advanced topics such as superelement analysis,
  design sensitivity and optimization, and aeroelastic analysis.
  The vendor has provided courses available on video tape, suitable
  for individualized instruction, covering linear static analysis,
  dynamic and nonlinear analysis, design sensitivities and optimization,
  and DMAP procedures. The vendor provides users with technical
  support by telephone during normal business hours. The finite-element
  software is reliable and provides accurate solutions within
  the current state-of-the-art in engineering computations. To
  insure that results will be reliable and accurate, the vendor
  maintains an aggressive and well documented quality assurance
  program which controls and assures compliance with industry
  standard coding practices, design of user interfaces, accuracy
  of solutions, and accuracy of documentation. The vendor provides
  an error correction program and has a reporting procedure in
  place to inform users of possible errors in the software in
  a timely manner. This information is for planning purposes
  and is not to be construed as a commitment by the Government,
  nor will the Government pay for the information solicited.
  Respondents will not be notified of the results of the evaluation.
  Respondents deemed fully qualified will be considered in any
  resulting solicitation for the requirement. Firms responding
  should indicate whether they are a socially or economically
  disadvantaged business firm, an 8(a) firm, a small business,
  and/or woman-owned business. The Government reserves the right
  to consider a small or 8(a) set-aside based on responses hereto.
  All responses shall be submitted within 14 days from the date
  of publication of this announcement. In responding reference
  SS266.
CITE: (I-355 SN014408)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: minerALS MANAGEMENT SERVICE, PROCUREMENT BRANCH, WASC,
  PO BOX  25165, MS 2730, DFC, DENVER, CO 80225-0165
SUBJECT: D--CATEGORY 5 CABLE PLANTS
SOL 7-4006-7002 1435-02-97-RQ-00001
DUE 012997
POC Contract Specialist, Mary Jo Patrick, (303)275-7373
DESC: Purchase of a fully installed category 5 cable plant for
  Minerals  Management Service locations at 770 Paseo Camarillo,
  Camarillo, CA 93010  and Santa Maria District Office, 222 W.
  Carmen Lane, Suite 201 Santa  Maria, CA 93454. All materials
  and labornecessary to accomplish the job  shall be provided
  by the contractor as called for in site plans provided  by
  the MMS. Scope: 200 drop locations in Camarillo, CA. 20 drop
   locations in Santa Maria, CA. Each drop location has 2 to
  4 terminated  cable drops. Delivery date: February 26, 1996.
  Award of the contract  will be to that source whose proposal
  offers the greatest value to the  government in terms of performance,
  price and other factors. The  anticipated award date is within
  30 days from the closing dateof the  RFQ. This procurement
  is reserved for small business. All responsible  sources shall
  submit a written quotation which will be considered by the
   MMS. No facsimilie or telex quotes will be accepted. The RFQ
  is not  available via electronic data interchange. Send written
  requests to  above address, Attention: Mary Jo Patrick
CITE: (I-358 SN014793)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA, Custer National Forest, 2602 1st Avenue North,
  Billings, MT 59103
SUBJECT: F--HAND TREE PLANTING
SOL R1-08-97-04
DUE 030397
POC Contact Point, Contracting, Kathleen Benson, (406) 657-6361
DESC: Solicitation includes a per thousand tree (MTR) microsite
  hand tree planting contract. 98,200 trees on approximately
  238 acres on the Sioux Ranger District and 14,000 trees on
  approximately 26 acres on the Ashland Ranger District, Custer
  National Forest. Stock type 2-year old bareroot (2-0). Estimated
  start work April 7, 1996.
CITE: (I-358 SN014723)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services--Potential
  Sources Sought
OFFADD: 14th Contracting Squadron, 555 Seventh St, Suite 113,
  Columbus AFB, MS 39710-1006
SUBJECT: F--FORESTRY SERVICES
SOL F22608-97-R0005
DUE 011597
POC Capt Wickson, 14th Contracting Squadron (601) 434-7822, Fax
  (601) 434-7764
DESC: HARVESTING OF TIMBER ON COLUMBUS AIR FOR BASE.  THIS IS
  A SOURCES SOUGHT ANNOUNCEMENT ONLY.  A SOLICITATION IS ANITICIPATED
  IN JANUARY BUT NOT DEFINITE.  THE 14th CONTRACTING SQUADRON
  AT COLUMBUS AFB, MS IS SEEKING SOURCES TO PROVIDE ALL PERSONNEL,
  EQUIPMENT, TOOLS, MATERIALS, AND SUPERVISION NECESSARY TO PERFORM
  FORESTRY SERVICES.  THE SERVICES INCLUDE CLEAR-CUTTING, REMOVAL
  AND SALE OF ALL TIMBER ON OVER 1000 ACRES OF COMMERCIAL FOREST.
   THE 1000 ACRES INCLUDES 132 ACRES OF HARDWOOD. THE SPECIFICATION
  ALSO CALLS FOR AERIAL SPRAYING OF 46 ADDITIONAL ACRES.  675
  OF THE 1000 ACRES MUST BE CLEARED OF STUMPS AND SLASH, CONTOURED,
  PREPPED AND SEEDED WITH BERMUDA GRASS.  THE REMAINING 300 ACRES
  MUST BE REPLANTED WITH SEEDLINGS.  FINALLY, 76 ACRES MUST BE
  SELECTIVELY THINNED.  INTERESTED FIRMS MUST RESPOND BY 15 JAN
  97 WITH LITERATURE SHOWING THE COMPANY'S ABILITY TO MEET THIS
  REQUIREMENT. DIRECT EXPRESSIONS OF INTEREST AS WELL AS LITERATURE
  IN WRITING CAN BE DIRECTED TO CAPT WICKSON, 14 CONS/LGCV, 555
  SEVENTH ST., ROOM. 113, COLUMBUS AFB MS  39710-1006.  PHONE:
  (601) 434-7822.  FACSIMILE: (601) 434-7764/7765.  PLEASE INDICATE
  YOUR COMPANY'S SIZE.
EMAILADD: wickson@colgate.col.aetc.af.mil
EMAILDESC: 
CITE: (W-355 SN014424)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: G--Social Services--Potential Sources Sought
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: G--REPAIR/OVERHAUL OF FLOAT VALVES
SOL F41608-97-R-34505
DUE 021097
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Medina, C./ldkj/[210]925-8881
DESC: Sources are being sought for Repair/Overhaul of  NSN2915-00-349-2159,
  KC135, Float Valve and NSN 2915-00-919-7409, KC135, Float Valve.
  A solicitation will be issued in the near future for contract
  coverage for firm fixed price,two year basic with three one
  year options. Any firm interested in becoming qualified may
  submit inquiry to Fax 210 925-8881 or may mail letter request
  to SA-ALC/LDKJ, BLDG 326, 500 PERRIN, SUITE 3,KELLY AFB TX
  78241-6449. Qualifications requirements will be provided to
  interested sources. POC Chris Medina or Clinton T. Rhea. 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 Qualification Requirements are applicable
  to this acquisition. Sources are being sought for this acquisition.
  The approximate issue/response date will be 13 Jan 97. To:
  Parker-Hannifin Corp, Irvine Ca 92713-1011. To: Boeing Defense
  And Space Group, Seattle Wa 98124 2499. First article test
  required. No telephone requests. Only written or faxed requests
  received directly from the requestor are acceptable. 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-358 SN014680)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: H--ENGINEERING SERVICES
SOL F09603-96-R-40050-01
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Kenneth R. Burke/Lkkb/[912]926-0866
DESC: Subject solicitation is hereby amended to say "Basic Requirement
  of 1 Year plus four succeeding annual options."  All other
  terms and conditions remain the same.
CITE: (I-358 SN014816)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: J--STUB SHAFT
SOL F40650-97-Q-0019
DUE 013097
POC Sue Tate, Contract Specialist (615)454-7801
DESC: Arnold Engineering Development Center (AEDC) has a requirement
  for a discharge-end stub-shaft for an axial flow Allis Chalmers
  VA-1309/VA1308 compressor which was designed and manufactured
  in the early 1960's. The discharge end stub shaft must be modified
  for a 9" bearing. No drawings or specifications are available.
  This procurement is being considered for a sole source to A-C
  Compressor Corporation. Responses must be received not later
  than 15 days after date of publication of this announcement.
  Firms responding to this synopsis must do so in writing and
  indicate whether they are or are not a small business, or small
  disadvantaged business. You may send requests by FAX to (615)454-7330.
CITE: (I-355 SN014405)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue
  Bldg 1289  Se, Hill Air force Base, Ut 84056-5816
SUBJECT: J--LGM 118
SOL F42610-97-Q-0106 01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Cindy Wharton/Lmka/[801]777-4599
DESC: Amended, Change solicitation number to F42610-96-R-60176.
   As a result of this action solicitation F42610-97-Q-0106 is
  cancelled for the following:   Item 0003 Cylinder Assembly,
  NSN:  3040-01-2130-??, ST48D103-2, Delivery:  90 days after
  receipt of reparable end-item, Destn:  Hill AFB UT 84056, 2
  each. Item 0004 Actuator, Hydraulic, NSN:  3010-01-241-7977AI,
  P/N:  ST8099-1,  Delivery:  90 days after receipt of reparable
  end-item, Destn:  Hill AFB UT 84056, 4 each.  Extend date to
  19 Jan 97.
CITE: (I-355 SN014439)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply
  Center, Elizabeth City, NC  27909-5001
SUBJECT: J--REPAIR/OVERHAUL ROTOR ASSY, HP TURB.
SOL DTCG38-97-Q-100022
DUE 011797
POC Contact Linda Hutzler, Contracting Officer, (919) 335-6143
DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends
  to solicit and negotiate a firm fixed price purchase order
  on a sole source basis with AlliedSignal Engines of Phoenix
  AZ for the repair of four(4) EA Rotor Assy, HP Turb. 2840-01-HS1-1451,
  P/N 3001766-14 used on the U.S. Coast Guard HU25 aircraft.
   These parts are determined to be "Flight Critical" and will
  require airworthiness certification. Delivery to ARSC, Elizabeth
  City, NC is required within 60 days after receipt of material.
   The Coast Guard does not own, nor can it provide the proprietary
  specifications for this item.  The standard industrial classification
  (SIC) code for this acquisition is 3724.  This item to be delivered
  to ARSC, Elizabeth City, NC.  Facismile requests for the RFQ
  may be submitted to (919) 335-6496 not later than 1500 on 10
  Jan 1997 and should include evaluation/inspection charges,
  delivery data, and technical data to sufficiently determine
  capability.  For Minority, Women-Owned and Disadvantaged Business
  Enterprises: The Department of Transportation (DOT), Office
  of Small and Disadvantaged Business Utilization (OSDBU), has
  a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts.  Loans are
  available under the DOT Short Term Lending Program (STLP) at
  Prime interest rates to provide accounts receivable financing.
   The maximum line of credit is $500.000.  For further information
  and applicable forms concerning the STLP, please call the OSDBU
  at (800) 532-1169..  See Notes 22 and 26.
CITE: (I-357 SN014467)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply
  Center, Elizabeth City, NC  27909-5001
SUBJECT: J--REPAIR/OVERHAUL MIDFRAME, INNER ASSY
SOL DTCG38-97-Q-100021
DUE 011797
POC Contact Linda Hutzler, Contracting Officer, (919) 335-6143
DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends
  to solicit and negotiate a firm fixed price purchase order
  on a sole source basis with AlliedSignal Engines of Phoenix
  AZ for the repair of one(1) EA Midframe, Inner Assy 2840-01-HS1-0494,
  P/N 3003152-2 used on the U.S. Coast Guard HU25 aircraft. 
  These parts are determined to be "Flight Critical" and will
  require airworthiness certification. Delivery to ARSC, Elizabeth
  City, NC is required within 60 days after receipt of material.
   The Coast Guard does not own, nor can it provide the proprietary
  specifications for this item.  The standard industrial classification
  (SIC) code for this acquisition is 3724.  This item to be delivered
  to ARSC, Elizabeth City, NC.  Facismile requests for the RFQ
  may be submitted to (919) 335-6496 not later than 1500 on 10
  Jan 1997 and should include evaluation/inspection charges,
  delivery data, and technical data to sufficiently determine
  capability.  For Minority, Women-Owned and Disadvantaged Business
  Enterprises: The Department of Transportation (DOT), Office
  of Small and Disadvantaged Business Utilization (OSDBU), has
  a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts.  Loans are
  available under the DOT Short Term Lending Program (STLP) at
  Prime interest rates to provide accounts receivable financing.
   The maximum line of credit is $500.000.  For further information
  and applicable forms concerning the STLP, please call the OSDBU
  at (800) 532-1169..  See Notes 22 and 26.
CITE: (I-357 SN014468)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc/Aircraft Directorate, 375 Airlift Drive-Suite
  1, Kelly Afb  Texas 78241-6334
SUBJECT: J--FLIGHT MANAGEMENT SYSTEM
SOL F41608-97-R-54513
DUE 021097
POC For copy, Borrego, R./laka/[210]925-5434, For additional
   information contact Borrego, R./laka/[210]925-5434
DESC: The USAF proposes to issue a Request For Proposals (RFP)
  calling  for support of the Flight Management System (FMS)
  800 Multifunction Control Display Unit of the C-5 transport
  aircraft. The FMS 800 controls specific communication and navigation
  systems, and provides Global Positioning System (GPS) capability.
  The FMS 800 will consist fo the essential repair, modification,
  update services and software maintenance of the components
  of the system. The contractor will furnish all plant facilities,
  labor, and equipment necessary to perform essential repair,
  calibration and functional testing required to restore reparable
  items to a serviceable condition. All repairs and testing shall
  be done in accordance with the manufacturer's repair specifications.
  The RFP will call for a firm-fixed-price, five year requirements
  contract with a one-year bsic ordering period and 4 one-year
  option ordering periods. Government furnished material/Government
  furnished parts are not authorized. Inspection system shall
  meet or exceed Mil-I-45208A and paragraphs 3.3 and 3.5 of Mil-Q-9858A
  or commercial equivalent. Delivery schedule is 90 days after
  receipt of reparable assets. Quantity to be repaired is a Best
  Estimated Quantity (BEQ). The five (5) components of the FMS
  800 are listed as the following five line items. 0001 NSN:
  4920-01-433-6085lh NOUN: Bus System Interface Unit #1 and #2
  P/N: 822-0993-001 Predominant Material: Electronic components
  Form, Fit and Function: interfaces with the navigation system
  0002 NSN: 4920-01-432-4233LH NOUN: Bus System Interface Unit
  #3 P/N: 822-0994-001 Predominant Material: electronic components
  Form, Fit and Function: interfaces with the navigation system
  0003 NSN: 5826-01-432-9660 LH NOUN: Control Display Unit P/N:
  822-0942-001 Predominant Material: electronic components Form,
  Fit and Function: displays navigation and communication information
  to the pilot. 0004 NSN: 7025-01-433-3126LH NOUN: Data Loader/Transfer
  Device P/N; 622-9731-001 Predominant Material: electronic components
  Form, FIt and Function: loads the flight plan and other data
  of the flight. 0005 NSN: 7045-01-433-3168LH NOUN: Data Cartridge
  P/N: 822-0952-001 Predominant Material: electronic components
  Form, Fit and Function: transfers information from ground station
  to the data loader. BEST ESTIMATED QUANTITIES ITEM PART NUMBER
  YR 1 YR 2 YR 3 YR 4 YR 5 0001 822-0993-001 2 EA 12 EA 18 EA
  25 EA 25 EA 0002 822-0994-001 2 EA 12 EA 18 EA 25 EA 25 EA
  0003 822-0942-001 4 EA 12 EA 18 EA 25 EA 25 EA 0004 622-9731-001
  2 EA 8 EA 12 EA 20 EA 20 EA 0005 822-0952-001 6 EA 10 EA 15
  EA 30 EA 30 EA Government furnished drawings and specifications
  are not available. Fax number (210)925-8812. The approximate
  issue/response date will be 10 Jan 97. To: Rockwell International
  Corp, Cedar Rapids Ia 52402-0000. 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.
CITE: (I-358 SN014686)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc/Aircraft Directorate, 375 Airlift Drive-Suite
  1, Kelly Afb  Texas 78241-6334
SUBJECT: J--VALVE ASSY, HYDRAULIC
SOL F41608-97-R-54544
DUE 021097
POC For copy, Fax request to LAKA at (210)925-8812, For additional
   information contact Sifuentes, L./laka/[210]925-7121
DESC: Teardown analysis and essential repair as required to restore
   reparables to a serviceable condition IAW T.O. 9H8-3-104-1
  and applicable Appendix C. Noun: Valve Assy, Hydraulic Appl.
  C5 Acft NSN:1650-00-241-8862LH P/N:4H90007-107A and 8545504-1
  Size: 8.35 lbs, approximately 5"x2.5" dia.x5" Predominate Material
  of manufacture: unknown Procurement Specification: MIL-H-5606,
  MS28778-16 Function: Regulator senses input hydraulic fluid
  flow rate, temperature, and output pressure; in response to
  these inputs, it regulates pressure outlet hydraulic fluid
  flow from the Ram Air Turbo pump. Government furnished drawings
  and specifications are not available. Facsimile no. 210-925-7121
  The approximate issue/response date will be 10 Jan 97. To:
  Lockheed Corporation, Marietta Ga 30063-0000. 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.
CITE: (I-358 SN014687)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: J--F-16 REPARABLE END ITEM
SOL F42620-97-R-20456
DUE 021197
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Services/Lfks/[801]777-5870
DESC: The Government intends to establish a requirements type
  contract  for essential repair of F-16 reparable end items.
  Work shall be accomplished IAW Appencides A, B and C. Request
  contract coverage for two years. Item 0001 Symbol Control,
  NSN 1270-99-736-0404WF, P/N: 229-026241-07,-06,- 05, or NSN:
  1270-01-170-9667WF, P/N: 229-026241-01,03,04, 3 each. Item
  0002 HUD DU, NSN 6605-99-370-8249WF, P/N: 79-077-10-01K, NSN:
  1270-99- 251-2706WF, P/N: 79-077-06-01K or NSN: 1270-99-771-4187WF,
  P/N: 79-077-05- 01J or NSN: 1270-01-207-3248WF, P/N: 79-077-04-01J
  or NSN: 1270-01-206- 7967WF, P/N: 79-077-99-01D or NSN: 1270-01-206-7966WF,
  P/N: 79-077-99-01C or NSN: 1270-01-206-7965WF, P/N: 79-077-98-01H,
  NSN: 1270-01-193-8096WF, P/N: 79-077-02-01D or NSN: 1270-01-157-8217WF,
  P/N: 79-077-01-01A,02-01C, 300 each. Item 0003 Tube Unit Assy
  NSN: 1270-99-735-6356WF, P/N: 229-026253-03 or NSN: 1270-01-173-0441WF,
  P/N: 229-026253-01,02, 500 each. Item 0004 Chasis Wrd, NSN:
  1270-99-720-7737WF, P/N: 229-026251-05 or NSN: 1270-99-735-6357WF,
  P/N: 229-026251-04 or NSN: 5999-01-173-5127WF, P/N: 229-026251-01,02,03,
  43 each. Item 0005 Symbol output, NSN 5962-01-170-9665WF, P/N:
  229-026239- 01,02,03,10, 40 each. Item 0006 Analog input, NSN:
  5999-99-776-6882WF, P/N: 229-026249-05,06,07 or NSN: 5998-01-173-0665WF,
  P/N: 229-026249-01,03,04, 100 each. Plus 27 additional items.
  Delivery: 30 days after receipt of reparable end item or funded
  order whichever is later. Destn: Hill AFB UT 84056 To include
  all required reports and data. 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)1(II)-(A)4
  have been waived as it is unreasonable to comply at this time.
  These qualification requirements apply to line item(s) all
  The approximate issue/response date will be 09 Jan 97. To:
  Gec-Marconi Avionics Inc, Atlanta Ga 30366-1999. 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 is 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. 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. The estimated quantities are not
  the total requirements of the government, but are an estimate
  of quantities that may exceed what the government activity
  may furnish within its own capabilities. 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) 26.
CITE: (I-358 SN014698)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: J--F-16 REPARABLE END ITEM
SOL F42620-97-R-20476
DUE 021197
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: The Government intends to establish a requirements type
  contract  for essential repair of F-16 reparable end items.
  Work shall be accomplished IAW Appendices A and C. Request
  contract coverage for a Basic and 1 option year. Item 0001
  Optical Modual, NSN: 1270-99-736-0412WF, P/N: 229-026911-02,
  or NSN 1270-01-173-0442WF, P/N: 229-026911-01; 75 each. To
  include all required reports and data. Delivery: 30 days after
  receipt of reparable end item or funded order whichever is
  later. Destn: Hill AFB UT 84056 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)1(II)-(A)4
  have been waived as it is unreasonable to comply at this time.
  These qualification requirements apply to line item(s) all
  The approximate issue/response date will be 09 Jan 97. To:
  Gec-Marconi Avionics Inc, Atlanta Ga 30366-1999. 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 is 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. 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. The estimated quantities are not
  the total requirements of the government, but are an estimate
  of quantities that may exceed what the government activity
  may furnish within its own capabilities. 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) 26.
CITE: (I-358 SN014699)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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 01
POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional
   information contact Jim Braddock/Pkoss/[801]775-2365
DESC: Amended, 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. This procurement
  will be conducted using regular negotiated procedures. Period
  of performance is expected to begin from the date of award
  through 30 Sep 97, including four one- year option periods.
  A fifth option period for less than a year may be added making
  the potential contract duration five years.
CITE: (I-358 SN014712)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--UPGRADE OF OVERHEAD CRANE HOISTS
SOL F42650-97-R-A045
DUE 021097
POC For copy, PKOA/Evelyn Stoltz/(FAX)801-777-6528, For additional
   information contact Rochelle Ombach/Pkos/[801]777-1330
DESC: Design fabricate, assemble, upgrade, test, demonstrate,
  and  delivery new controls for all the overhead cranes in use
  at the Little Mountain Shock and vulnerability integration
  center (S&VIC). Delivery: 45 days ARO The approximate issue/response
  date will be 09 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, the size standard for which is 500 employees. 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-358 SN014714)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of the Interior, U.S. Geological Survey, Office
  of Acquisition and Federal Assistance, Mail Stop 205B, Room
  6A331, 12201 Sunrise Valley Drive, Reston, VA 20192
SUBJECT: J--MAINTENANCE OF INTERGRAPH HARDWARE
SOL 1434-HQ-98-SS-00402
DUE 040197
POC Karen Phillips (703)648-7372 (contact), M. Russell (703)648-7366
  (CO)
DESC: J--The U.S. Geological Survey (USGS) has a requirement
  for preventative and on-call maintenance for Intergraph hardware
  (servers and workstations).  The hardware to be maintained
  is located in Reston, Virginia; Rolla, Missouri; Menlo Park,
  California; and Denver, Colorado.  Multiple awards for each
  of the different locations may be made at the option of the
  Government.  Options for additional systems bought in the future
  will be included.  Some of the systems are located in secure
  facilities that require the Contractor to have a high level
  security clearance.   The anticipated period of performance
  for this contract will be a base year with four option years.
   Requests for Solicitation No. 1434-HQ-98-SS- 00402 must be
  in writing; no telephone requests will be honored.   This requirement
  is not a small business set-aside and is subject to the availability
  of funds. All responsible sources may submit an offer which
  will be considered.
CITE: (I-358 SN014721)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: VA MEDICAL CENTER, 3350 LA JOLLA VILLAGE DRIVE, SAN DIEGO,
  CA 92161
SUBJECT: J--DI WATER TREATMENT SYSTEMS
SOL IFB-664-084-96:CT
POC Charlene Tyson, Contracting Officer
DESC: Notice: Solicitation number IFB-664-084-96:CT, issue date
  10/15/96; due date 11/18/96, for the DI Water Treatment System
  at the VA Medical Center, San Diego, CA is hereby cancelled
  due to changes in requirements. This solicitation may be solicited
  at a later date.
CITE: (I-358 SN014734)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT,
  1300 E AVENUE, FORT LEE VA 23801-1800
SUBJECT: J--ACQUISITION OF MAINTENANCE SERVICES ON MATERIAL HANDLING
  EQUIPMENT (MHE) FOR THE DEFENSE COMMISSARY AGENCY LOCATED AT
  VARIOUS COMMISSARIES WITHIN THE DECA NORTHEAST REGION
SOL DECA01-97-R-0027
DUE 020697
POC Contract Specialist Victoria Vandermier (804) 734-8608 (Site
  Code DECA01)
DESC: Perform maintenance service on material handling equipment
  (MHE) for Government owned equipment located at various stores
  within the Defense Commissary Agency's Northeast Region in
  accordance with the Government's Statement of Work. Base period
  is onor about 1 March 1997 through 28 February 1998, with two
  option years. This solicitation will be issued on an unrestricted
  basis. The Standard Industrial Calssification code is 7699
  and the business size standard in $5 million. Requester's business
  size mut be included on each request for solicitation. This
  solicitation will be issued on or about 6 January 1997 with
  a tentative bid opening date of 5 February 1997. All requests
  for copies of this solicitation must be in writing and may
  be addressed to: Defense Commissary Agency, OC-RAVS, 1300 E
  Avenue, Fort Lee, VA 23801-6390, ATTN: Vicki Vandermier. Requests
  should include telephone and facsimile numbers of requeste.
CITE: (I-358 SN014843)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: US ARMY ARDEC, AMSTA-AR-PCM-I, B-9, PICATINNY ARSENAL
  NJ 07806
SUBJECT: J--A -- BALLISTIC TELEMETRY TRANSMITTERS
SOL DAAE30-97-R-1012
DUE 122096
POC Jeffrey S. Fleming, Contract Specialist, 201-724-5742, Eric
  J. Bankit, Contracting Officer, 201-724-4177 (Site Code W15BW9)
DESC: N/A
CITE: (I-358 SN014848)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: DIRECTORATE OF CONTRACTING, UNITED STATES MILITARY ACADEMY,
  BUILDING 681, WEST POINT NY 10996
SUBJECT: J--DRYDOCKING, CLEANING, PAINTING AND REPAIRS TO US
  ARMY VESSEL
SOL DAMA01-97-Q-0079
DUE 012797
POC Contract Specialist CHRIS LILLY (914) 938-2221 (Site Code
  DAAG60)
DESC: Work to be performed at contractor's facility. The completion
  date will be 60 days after award of the purchase order. Requests
  for copies of the quotation shall be made by FAX (914-938-5855)
  or by telephone (914-938-
CITE: (I-358 SN014857)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: J--FLIGHT CONTROL BOX
SOL F09603-97-Q-40002
DUE 021097
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Patsy Johnson/Lkkb/[912]926-0082
DESC: Subject solicitation is initiated to obtain an urgent repair
   contract in support of MQM-107. Simplified Acquisition Procedures
  (SAP) apply in accordance with FAR part 13. There will be one
  (1) option of 1-4 each included. To obtain a copy of solicitation
  package send a written request or a FAX (912) 926-7572. The
  approximate issue/response date will be 13 Jan 97. The anticipated
  award date will be 17 Mar 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. 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. Offers in
  response to solicitations under ten million dollars may be
  evaluated using the competition for performance program as
  follows: 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.
CITE: (I-358 SN014866)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: J--REPAIR OF COOLER POWER SWITCH
SOL FD2050-96-R-29814
DUE 021097
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Golden, V./ldkac/[210]925-6534
DESC: ESSENTIAL REPAIR OF THE ITEM LISTED BELOW. COOLER POWER
  SWITCH,  NSN 4920-01-130-2292DQ, P/N 612500-291, QUANTITY 6
  EA, DELIVERY 30 DAYS AFTER RECEIPT OF REPARABLES. THE CONTRACTOR
  MAY CONTACT SA-ALC/TILDP (210) 925-6084 FOR INSTRUCTIONS FOR
  VI EWING OR PURCHASING APPLICABLE TECH DATA. The approximate
  issue/response date will be 13 Jan 97. The anticipated award
  date will be 10 MAR 97. Written procedure will be used for
  this solicitation. To: Lockheed Martin Corporation, Fort Worth
  Tx 76101-0748. 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-358 SN014889)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: 452 Operational Contracting Office, 820 Baucom Ave NW
  Suite 101, March ARB CA 92518-2260
SUBJECT: J--LAND MOBILE RADIO (LMR) MAINTENANCE
SOL F04605-97-B0001
DUE 013197
POC Pat Jackson, Contract Specialist, (909) 655-3227 or Roger
  A. Whitman, Contracting Officer, (909) 655-2414.
DESC: Sealed bid. Land Mobile Radio (LMR) maintenance at March
  Air Reserve Base CA. Indefinite Delivery contract for 1 Apr
  97 through 30 Sep 97 with options to extend the contract through
  30 Sep 2001. Copies of the solicitation will be made available
  upon written or faxed requests. Our fax number is  (909) 655-3772.
  No telephone  requests will be honored. All responsible sources
  may submit an offer which will be considered.
CITE: (M-358 SN014905)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: GSA, PMC, Contracts Section (4PMB),Medical Forum   Suite
  600,950 22nd Street North,Birmingham,AL 35203-1126
SUBJECT: J--FULL BUILDING OPERATIONS AND
SOL GS-04P-97-CXC-0003
DUE 021597
POC Contact,Inez Deavers,205/731-0135,Contracting Officer,Joy
  V. Walker,205/731 - -0135
DESC: Provide full building operation & mechanical maintenance
  including elevator maintenance at the FB-CH, Jasper, AL; FB-CH,
  Tuscaloosa, AL; FB-PO-CH, Cullman, AL; and FB, Huntsville,
  AL.  Ballistic Missile Center, Huntsville, AL preventiv e maintenance
  only.  Estimated cost $150,000- $250,000.  Solicitation to
  be issu ed on or about 01/14/97.  The estimated contract period
  will be one year commenc ing on or about 04-01-97, with four
  1-year options.  Not all locations will comm ence 04-01-97.
   Some start 09-01-97.  SIC is 7349.  When requesting a bid,
  provi de information as to whether your organization (together
  with its affiliates) is a large or small business.  The proposed
  procurement is under a 100 percent sma ll business set aside.
   Written or FAX request only (205)731-0138, Attn: Doris H ampton.
   Telephone request not honored.
CITE: (I-358 SN014927)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: J--BARGE OPERATIONS & MAINTENANCE
SOL N00406-94-c-4106
DUE 010597
POC D. Clemens
DESC: Fleet & Industrial Supply Center Puget Sound intends to
  modify contract N00406-94-C-4106 to add eight additional months
  to a contract for operations and maintenance of the Government-owned
  M241 Test Barge located a Fox Island WA. This contract modification
  is being negotiated on a sole source basis with lockheed engineering
  & sciences Co. of San Diego, WA, this notice is published for
  information only. Additional sources are not sought at this
  time. No solicitation package is available. The estimated value
  of this action is over $25,000 but under the simplified acquisition
  threshold.
CITE: (I-358 SN014954)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (v), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 E. Main St., Suite 600, Norfolk, VA 23510-9102
SUBJECT: J--DOCKSIDE REPAIR OF THE USCGC SENECA (WMEC 906)
SOL DTCG80-97-B-3FA760
DUE 022597
POC Contact Mr. Louis Romano, Contract Specialist (757) 628-4651
DESC: Provide all labor, material, and equipment necessary to
  perform dockside repairs including, but not limited to the
  following Minimum Items: 1)Clean and Inspect Heat Exchangers.
  2) Renew line-up Light Assemblies. 3) Renew Ventilation Duck
  Work & Overhaul vent Motors. 4) Clean ventilation system. 5)
  Renew HVAC Unit. 6) Install magazine sprinkler valves. 7) Replace
  potable water tank level indicator. 8) Overhaul countermeasure
  washdown valves. 9) Replace hydraulic oil fill piping. 10)
  Replace anchor windlass starboard control. 11) Overhaul hangar
  drive mechanisms and hangar door. 12) Inspect talon gird installation.
  13) Install man overboard recovery station. 14) Renew pilot
  house windows. 15) Clean and inspect JP-5 fuel tanks. 16) Clean
  and Inspect sewage & grey water collection & holding tanks.
  17) Renew deck covering. 18) Reconfigure shipboard supply storage
  spaces. 19) Provide temporary logistics. Indefinite Items Include,
  but not limited to the following: 1) Minor coating repair.
  Vessel's homeport is Boston, MA. Vessel length is 270 Foot
  "B" Class Medium Endurance Cutter. Vessel availability schedule
  is 05 May 1997 for (42) days. The place of performance for
  this vessel is not geographically restricted. Work will be
  performed at Vessel's Homepier. There will be a non-refundable
  charge of $100.00 required in the form of a certified check
  or money order payable to the U. S. Coast for requested drawings.
  All other referenced documents are available for viewing at
  300 East Main Street, Suite 600, Norfolk, VA. The proposed
  contract listed here is apart of the Small Business Competitiveness
  Demonstration Program. Plans and specifications will be issued
  on or after 18 Dec 96. All responsible sources may submit a
  bid which shall be considered by the United States Coast Guard.
  For Minority, Women-Owned and Disadvantaged Business Enterprises:
  The Department of Transportation (DOT) Office of Small and
  Disadvantaged Business Utilization has programs to assist minority,
  women owned and disadvantage business enterprises to acquire
  short term working capital and bonding assistance for transportation
  related contracts. Loans are available under the DOT Short
  Term Lending Program (STLP) at prime interest rates up to $500,000
  per contract to provide accounts receivable financing. The
  DOT Bonding Assistance Program enables firms to apply for bid,
  performance and payment bonds up to 500,000 per contract. DOT
  provides an 80 percent guaranty on the bond amount to a surety
  against losses. For further information and applicable forms
  concerning the (STPL) and Bonding Assistance Program, please
  call (800) 532-1169.
CITE: (I-358 SN014965)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: J--REPAIR OF CRASH DAMAGED HH-60H
SOL N/A
POC Contact, Emily Harman, Phone (703)604-2000
DESC: The Naval Air Systems Command intends to negotiate an order
  against Basic Ordering Agreement N00019-96-G-0022 with Sikorsky
  Aircraft Corporation (SAC), Stratford, Connecticut for the
  repair of crash damaged HH-60H helicopter BuNo 163787 at Naval
  Station, Mayport, Florida. SAC is the sole developer and manufacturer
  of the HH-60H and has the expertise, technical data, equipment,
  and experienced personnel necessary to repair the aircraft
  in the required timeframe. Detailed data packages do not exist.
  See note No. 22 - NAVAIR Synopsis No. 30193-96.
CITE: (I-358 SN014974)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential
  Sources Sought
OFFADD: Sacramento Alc/Pkxd, 3200 Peacekeeper Way/Suite 9, Mc
  Clellan Air  Force Base Ca 95652-1034
SUBJECT: J--SUBCONTRACTING SYNOPSIS
SOL F04735-97-R-QL03
POC For copy, contact the info office indicated., For additional
   information contact Evans.Q1e/Qlu/[916]643-1051
DESC: Sacramento ALC/QLU proposes to solicit Lockheed Martin
  Skunk Works (LMSW) to prepare a Statement of Work (SOW) for
  an umbrella F-117A Depot-level Weapon System Support Contract
  beginning on 1 Oct 97.  The SOW shall consolidate tasks currently
  performed on the LMSW FY97 sustaining contract and tasks presently
  performed by the F-117A System Program Office (SPO).  The SPO
  includes the Development System Program Office.  The Organizational
  and Intermediate Maintenance and Base Supply activities at
  Holloman AFB NM are not included in this workload.  Functions
  now performed by the SPO which are expected to be contained
  in the umbrella contract are:  Acquisition Management, R&M
  Modification Management, Systems Engineering Management, Configuration
  Management, Tech Order Management, Inventory Management, Component
  Repair/Buy, Readiness Spares Package Management, MICAP Program
  Management, Subcontract Management, Warehousing/Transportation,
  Security Management.  It is the Government's position that
  LMSW, as the F-117A prime contractor, is the only potential
  responsible source. LMSW currently possesses the required engineering
  expertise, technical data, equipment, facilities and personnel
  to accomplish this effort.  The Government did not purchase
  reprocurement data for this weapon system or for any of the
  subsystem components.  LMSW maintains proprietary data rights
  for processes and specifications, including those for low observation
  techniques/components and those required to ensure the stealth
  capability of this aircraft.  This synopsis is issued for subcontracting
  purposes only.  Interested subcontractors should contact: 
  Lockheed Martin Skunk Works (LMSW) 1011 Lockheed Way Palmdale
  CA 93599-1287. Contracting Officer:  Danny H. Evans.
CITE: (I-358 SN014832)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Sa-Alc/Directorate Of Aerospace Fuels, Sfk Building 1621,
  1014  Andrews Rd., kelly Afb, Texas 78241-5603
SUBJECT: K--LIQUID NITROGEN, TYPE II, GRADE B
SOL F41608-97-B-90221
DUE 031197
POC For copy, PKX, Fax Number (210)925-6004, For additional 
  information contact Martinez, Rebecca/Sfk/[210]925-1175
DESC: Line Item 0001, NSN 9135-00-965-2526, Liquid Nitrogen,
  Type II,  Grade B, IAW MIL-PRF-27401D, dated 3 Oct 95. For
  award of a two-year fixed price indefinite delivery requirements
  contract, with provisions for three 1-year option periods to
  extend the orderingperiod by 36 months. This is a new _____________
  requirement. The effective date is 1 July 1997. The BEQ for
  the two years ___________ is 11,000 tons. The total BEQ for
  the option periods is 30,000 tons. Various sources. Deliveries
  are required within 24 hours of receipt of delivery order or
  schedule. FOB destination delivered to Lockheed Martin, Newtown,
  PA, via contractor-furnished tank truck into contractor-furnished
  storage vessels. Line Item 0002-Services for delay and standby
  time. Line Item 0003-Services (tank lease) of five (5) 11,500
  storage tanks; three (3) fixed pressure @45 psi; and two (2)
  variable pressure up to 230 psi. Supplies and pressure builds
  manifold together for four (4) of the tanks with the ability
  to valve one of the four off boost pressure to provide backup
  for tank 5. Tank 5 shall run at 180-230 psi and shall have
  its own ambient vaporizer capable of maintaining the pressure.
  Line Item 0004-Data IAW DD Form 1423-1. Sources: Various Item
  0002 18. Same information as stated above. Item 0003 19. Same
  information as stated above. Item 0004 20. Same information
  as stated above. Specifications only apply. The approximate
  issue/response date will be 07 Feb 97. The anticipated award
  date will be 28 Mar 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. See Note (s) 9.
CITE: (I-358 SN014878)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: K--MODIFICATIONS TO BARGE CONTAINMENT STRUCTURE
SOL N00406-96-C-4102
DUE 010597
POC D. Clemens
DESC: Fleet & Industrial Supply Center Puget Sound intends to
  modify contract N00406-96-C-4102 to add a 9' x 9' equipment
  door to a barge containment structure and to modify the door
  headers to clear interferences between the barge and the rolling
  shelter. This contract modification is being negotiated on
  a sole source basis with Fisherman's Boat Shop of Everett WA.
  This notice is published for information only. Additional sources
  are not sought at this time. No solicitation package is available.
  The estimated value of this action is over $25,000 but under
  the Simplified Acquisition Threshold.
CITE: (I-358 SN014955)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply
  Center, Elizabeth City, NC  27909-5001
SUBJECT: L--TECHNICAL REPRESENTATIVE SERVICES
SOL DTCG38-97-Q-100018
DUE 011796
POC Contact Linda Hutzler, Contracting Officer, (919) 335-6143
DESC: The U. S. Coast Guard Aircraft Repair & Supply Center has
  a requirement for Technical Representative Services trained
  and experienced in the ATF3-6-4D turbofan engine and GTCP-100C
  auxilliary aircraft.  The technical representative will be
  permanently based at ARSC in Elizabeth City NC and will be
  required to visit and revisit the various Coast Guard HU-25
  operating units to perform on the job training, assist in troubleshooting,
  evaluate damage and assist with repairs.  AlledSignal Inc.,
  AlliedSignal Engines, P.O. Box 52181, Phoenix AZ 85072-2181
  is considered to be the only known qualified source that can
  provide these Technical Representative servics.  In the absence
  of other qualified sources it is the intent of the Government
  to negotiate a sole source contract under "other that full
  and open competition" procedures, pursuant to 41 U.S.C.253(c)(1)-only
  one responsible source. Facismile requests for the RFQ may
  be submitted to (919) 335-6496 not later than 1500 on 10 Jan
  1996 and should include prices and technical data to sufficiently
  determine capability. For Minority, Women-Owned and Disadvantaged
  Business Enterprises: The Department of Transportation (DOT),
  Office of Small and Disadvantaged Business Utilization (OSDBU),
  has a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts.  Loans are
  available under the DOT Short Term Lending Program (STLP) at
  Prime interest rates to provide accounts receivable financing.
   The maximum line of credit is $500.000.  For further information
  and applicable forms concerning the STLP, please call the OSDBU
  at (800) 532-1169..  See Note 22.
CITE: (I-357 SN014466)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: DOD/Support Services Contract Section, USCG Aircraft
  Repair & Supply Center, Elizabeth City, NC  27909-5001
SUBJECT: L--TECHNICAL REPRESENTATION SERVICES
SOL DTCG38-97-Q-S00004
DUE 011097
POC Contact Sherri Herring, (919) 335-6491
DESC: This is a combined synopsis/request for quotation for commercial
  items prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice.  This announcement constitutes the only request
  for quotation; proposals are being requested and a written
  request for quotation/solicitation will not be issued.  The
  request for quotation incorporates provisions and clauses in
  effect through Federal Acquisition Circular 90-41.  This is
  an unrestricted requirement.  The Standard Industrial Classification
  Code is 8711. The small business size is 2.5 million in annual
  receipts.  The USCG intends to negotiate and award a purchase
  order to Lockheed Martin Aeronautical Systems Support Company
  for Technical Representative Services to assist Coast Guard
  engineering, technical, and maintenance personnel at ARSC and
  field units in resolving technical, maintenance, product reliability,
  product support, and supply problems related to airframe components
  and systems on the HC-130.  The Technical Representative must
  have access to complete and current technical drawings of airframe
  components and systems and be able to interpret drawing requirements,
  access to component design and test data and manufacturing
  process specifications are required.  ?Qty 104 mandays.  The
  Technical Representative will be based at USCG, Aircraft Repair
  & Supply Center, Elizabeth City, NC  27909-5001.  Final acceptance
  shall be at destination.  Interested parties should call for
  a detailed statement of work.  Closing date and time for receipt
  of offers is 10 January 1997, 3:00pm, Eastern Standard Time.
   Facsimile Offers are acceptable and may be forwarded via Fax
  Number (919)335-6496. FAR provision, 52.212-2 does not apply
  in that award will be made to the offeror who submits the lowest
  price meeting the USCG's requirements.  Offerors are instructed
  to include a completed copy of FAR provision 52.212-3 "Offeror
  Representations and Certifications -- Commercial Items: with
  their bid.  If a copy of this certification is needed, it may
  be requested by calling the contact number identified above.
   Offers may be submitted on company letterhead stationery indicating
  the nomenclature, part number, unit price and extended price
  for the items offered; plus the FOB point, and any discount
  offered for prompt payment, and the business size standard
  and any minority classification.  The offer must be signed
  by a company representative authorized to commit the company.
  The following FAR provisions and clauses apply to this request
  for quotation and are incorporated by reference. FAR 52.212-1
  Instructions To Offerors -- Commercial Items (Oct 1995) FAR
  52.212-2 Evaluation -- Commercial Items (Oct 1995) FAR 52.212-3
  Offeror Representations and Certifications -- Commercial Items
  (Jun 1996) FAR 52.212-4, Contract Terms and Conditions -- Commercial
  Items (Oct 1995) FAR 52.212-5, Contract Terms and Conditions
  Required to Implement Statutes or Executive Orders-Commerical
  Items.  (Aug 1996) FAR 52.222-26, Equal Opportunity (Apr 1984)
  FAR 52.222-35, Affirmative Action for Special Disabled and
  Vietnam Era Veterans (Apr 1984) FAR 52.222-36, Affirmative
  Action for Handicapped Workers (Apr 1984) FAR 52.222-37, Employment
  Reports on Special Disabled Veterans and Veterans of the Vietnam
  Era (Jan 1988) FAR 52.225-3, Buy-American Act--Supplies (Jan
  1994) Defense Priorities and Allocations System Rating: DO-A1.
  For Minority, Women-Owned and disadvantaged Business Enterprises:
  The Department of Transportation (DOT), Office of Small and
  Disadvantaged Business Utilization (OSDBU), has a program to
  assist minority, women-owned and disadvantage business enterprises
  to acquire short-term working capital assistance for transportation-related
  contracts.  Loans are available under the DOT Short Term Lending
  Program (STLP) at prime interest rates to provide accounts
  receivable financing.  The maximum line of credit is $500,000.
   For further information and applicable forms concerning the
  STLP please call the OSDBU at (800) 532-1169.
CITE: (I-358 SN014803)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: San Diego Satellite Printing Procurement Office, U.S.
  Government Printing Office, 2221 Camino Del Rio South, Suite
  109, San Diego, CA 92108
SUBJECT: M--OPERATION AND OR MAINTENANCE OF GOVT. OWNED FACILITY
SOL Program 6950-S
POC Contracting Officer, E.P. Hall-Splendorio, (619) 497-6050.
DESC: The U.S. Government Printing Office San Diego is soliciting
  proposals on a full and open competitive basis from qualified
  organizations to award a 5 year contract (incl. 2 option years)
  to provide all personnel, equipment, tools, materials and supervision
  to manage, staff, operate and maintain all aspects of high
  speed copying/duplicating/reproduction services producing unclassified
  and classified materials in house, on-site at various facilities.
  Prebid conference scheduled for 1/10/97. Bids open approx.
  1/30/97. Bid request on firm's letterhead.
CITE: (M-358 SN014669)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: GSA, Federal Telecommunications Services, (TFB--Room
  G-219), 18th & F Streets, NW, Washington, DC 20405 (202) 501-1401
SUBJECT: M--AUTOMATIC DATA PROCESSING AND TELECOMMUNICATION SERVICES
POC Fred Hargrove, Contract Specialist (202) 501-1401; Deborah
  Ward, Contracting Officer (202) 501-2518.
DESC: The General Services Administration (GSA) intends to issue
  a Delivery Order against the existing Library of Congress FEDLINK
  Basic Ordering Agreement Number 174045-BOA to renew a subscription
  with West Publishing Co./West Services, Inc. for the continued
  use and access of their nationwide database. This subscription
  is for on-line electronic retrieval from databases that provide
  full text access to legal information, along with on-site free
  training and telephone support. Services will be provided for
  fiscal year 1997. This acquisition is considered to be non-competitive
  because the required services are only available from West
  Publishing Co./West Services. Some of the services offered
  are: WIN, FULL-TEXT PLUS, DIALOG, JUMP, KEY   NUMBER SERVICE,
  SHEPARD'S PREVIEW AND EZ ACCESS. These services are exclusive
  to Westlaw. Service will not be limited to central office.
  Use of the Library of Congress FEDLINK Contract is essential
  to ensure continuation of services. This system has custom
  features for GSA. No telephone calls will be accepted. Responses
  should be in writing and include technical information sufficient
  to determine capability. See Numbered Note 22.
CITE: (M-358 SN015001)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: N--Installation of Equipment
OFFADD: Naval Air Warfare Center Tsd, 12350 Research Parkway,
  Orlando, FL 32826-3275
SUBJECT: N--PURCHASE AND INSTALL MODIFICATION KIT
SOL N61339-97-Q-0303
DUE 011597
POC Linda Hill, (407) 380-3107.
DESC: Purchase And Install Modification Kit, Qty: 00000001, EA;
  sole source parts are manufactured by Litton Guidance and Control
  Systems. This includes the purchase and installation of one
  each Triple-S (Synchronous Self-Shifting) clutch kit. Installation
  to be performed at the Device 19E3 site in Great Lakes, IL.
  The government will only accept quotes for new parts. No telephone
  request for solicitation will be accepted. FAX number is (407)
  380-8318. Simplified Acquisition Procedures apply; See Notes
  022. All responsible sources may submit a bid, proposal, or
  quotation which shall be considered by this agency.
CITE: (M-358 SN015004)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: Bureau of Prisons, Federal Correctional Institution,
  McKean County, Pennsylvania, P.O. Box 5000, Bradford, PA 16701
SUBJECT: P--FOOD SERVICE GREASE TRAP PUMPING
POC Peter Digel, Contracting Officer, (814) 362-8900, Ext. 418.
DESC: The Federal Correctional Institution--McKean has a requirement
  to pump (2) food service grease traps at the Federal Correctional
  Institution and Federal Prison Camp--McKean, Lewis Run, PA.
  Facsimile requests for specifications can be sent to Peter
  Digel at (814) 362-1873.
CITE: (M-358 SN014912)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: P--Salvage Services
OFFADD: General Services Administration, Public Buildings Service,
  Room 1300, 18th & F Sts., NW., Washington, DC 20405
SUBJECT: P--CONFERENCE PLANNING/MEETING PLANNING
SOL CAFP-96-00010
DUE 011597
POC Vivian P. Smith, (202) 501-2971, Contract Specialist.
DESC: The General Services Administration, (GSA) 18th & F Streets,
  NW., Washington, DC 20405 intends to procure a Conference Planner/Meeting
  Planning under a Blanket Purchase Agreement in accordance with
  the Simplified Acquisition Procedures on a 100% small business
  set-aside basis (See FAR Clause 52.219-6). The contractor is
  expected to provide services for meeting planning, logistical
  planning, marketing, budget preparation, pre-registration,
  on-site logistics planning and overall post meeting evaluation
  for PBS program offices. The anticipated period of performance
  will be from date of award to September 30, 1997. The Request
  for Quotation (RFQ) will be   evaluated on a low cost, technically
  accepted basis including past performance, experience, price
  and other factors. A technical proposal will be required. Firms
  requesting a copy of the RFQ must identify RFQ-CAFP-BPA-97-00022.
  For technical questions, contact Virginia McDonald on (202)
  501-9165. Point of contact for copy of the RFQ is Vivian Smith
  on (202) 501-2971. TELEPHONE REQUEST WILL NOT BE ACCEPTED.
  Facsimile request will be accepted on (202) 501-1489. Sic codes
  are 8741 & 8742. Closing date is January 15, 1997. Quotes received
  after the closing date will not be considered by the Government.
  THIS REQUIREMENT IS FOR THE WASHINGTON METROPOLITAN AREA ONLY.
CITE: (M-358 SN014998)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: VA Medical Center, Contracting Officer (90C), 4100 West
  Third Street, Dayton, OH 45428
SUBJECT: Q--CONTRACT FOR RHEUMATOLOGY SERVICES
SOL RFP 552-18-97
DUE 021397
POC Donna Robinson 937-267-3993, Contracting Officer Christopher
  E. Yancey, 937-267-3994.
DESC: Scarce Medical Specialist Services: Perform Rheumatology
  Services at the Department of Veterans Affairs Medical Center,
  Dayton, OH one day a week for four hours. The contractor will
  be required to examine all patients at the VA Medical Center
  that have been scheduled in the Rheumatology Clinic for both
  routine and emergency exams. Perform routine rheumatology testing
  as well as diagnosis and treatment of all and any rheumatological
  disorders. The physician shall be responsible to determine
  if any patients require admissions to the hospital. In addition,
  the Rheumatologist shall be responsible for obtaining any necessary
  consultations or other procedures or exams as deemed proper
  for the care of the patient. The physician shall receive calls
  and or communications from surgical residents and consultant
  physicians regarding patients to be seen in the clinic and
  those scheduled for surgery. The physician shall be responsible
  for determining if a patient requires consultation or transfer
  to another facility. All physicians entering into this contract
  must meet the credentialling requirements of this Medical Center
  and must be Licensed and Board Certifiable. The awarded contract
  will be one year in duration and will have two one year options.
  Interested parties may request a copy of the solicitation "RFP
  552-18-97" via fax (937) 262-2138 or by mail. Issue date 12/26/96.
CITE: (I-358 SN014771)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--NATIONAL PRISONER OF WAR MUSEUM EXHIBITS, ANDERSONVILLE
  NATIONAL HISTORIC SITE
SOL 1443-RP-1100-97-005
DUE 022197
POC Kimberly Strite, Contract Specialist (304) 535-6485
DESC: The National Park Service, Harpers Ferry Center, is soliciting
  proposals for the National Prisoner of War Museum Exhibits
  at Andersonville National Historic Site, Andersonville, Georgia.
   The Contractor shall provide all labor, materials, facilities
  and travel necessary to develop, fabricate, transport and install
  museum exhibits.  Work includes:  Postaward Conference at Harpers
  Ferry Center, Harpers Ferry, West Virginia; Two (2) site visits
  to Andersonville National Historic Site, Andersonville, Georg
  ia; exhibit drawings; fabrication of exhibit structures including
  casework, cabinets, drawers, exhibit walls, panels, acrylic
  vitrines, carpet laying, painting, artifact cases and lighting;
  electrical, mechanical and audiovisual hardware; photographs;
  graphics; transportation of exhibits to installation site;
  and installation of exhibits. The Government anticipates award
  of a Firm-Fixed-Price contract.--All requests must be submitted
  in writing, written faxed requests to (304) 535-6424 or Internet
  request t o robin_butler@nps.gov, to Robin Butler.  Envelope
  or facsimile requesting RFP shall be marked as follows: "1443-RP-1100-97-005,
  National Prisoner of War Museum Exhibits, Andersonville National
  Historic Site."  --Availability of the solicitation is limited
  and will be furnished on a first come first served basis until
  the supply is exhausted.  THIS SOLICITATION IS TOTALLY SET
  ASIDE FOR A SMALL BUSINESS.  SIC CODE 3999, Size Standard of
  500 Employees.
CITE: (I-355 SN014430)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of State, Office of Acquisition, P. O. Box
  9115, Rosslyn Station, Arlington, VA 22219-0244
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE AND MANAGEMENT SUPPORT
  SERVICES
SOL 0000-225062
DUE 022097
POC Jo-Ann Stewart, Contract Specialist, (703) 875-6051
DESC:  The U. S. Department of State intends to extend contract
  0000-225062 awarded to DynCorp Support Services Division. 
  It is anticipated that this contract extension will be for
  six months using FAR 52.217-8 Option to Extend Services.  The
  period of performance for this extension will be from March
  1, 1997 through August 31, 1997.  The contract provides for
  Information Technology (IT) support services necessary to perform
  communications maintenance, operations, and engineering; logistical
  operations, and inventory management; IT security and resources;
  and related administrative support service for the Department
  of State, Office  of Information Management.  Therefore, extending
  the current Contract will provide for the continuation of these
  "mission critical" services bridging the gap between expiration
  of the existing contract on February 28, 1997 and award of
  the follow-on  contract in FY-97.  There is no solicitation
  available for this extension.  However, the follow-on contract
  is currently being recompeted as a full and open competition
  under solicitation number S-OPRAQ-97-R-0604.  Interested parties
  should request a copy by  contacting Ms. Jo-Ann Stewart, U.S.
  Department of State, A/OPR/ACQ, P. O. Box 9115, Rosslyn Station,
  Arlington, VA 22219.  No telephone requests will be honored

CITE: (W-358 SN014644)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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-RP02-97EW40465
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        
                          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-358 SN014645)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: R--TRAINING SYSTEM PRODUCT GROUP
SOL F42630-96-R-65926 01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Lt Trent Tuthill/Likt/[801]777-8415
DESC: Amended, Change solictation number to F42630-97-R-25782.
   Information regarding this requirement is now on the World
  Wide Web in draft form and the RFP will be sent electronically
  for downloading by interested contractors. Please contact 1Lt
  Trent Tuthill OO-ALC/LIKT, (801)777-9347 if you have problems.
  Extend approximate issue/response date to 14 Jan 97. Delete
  the following: To process information via the Hanscom Electronic
  RFP Bulletin Board (HERBB). You can access this computer bullentin
  board by dialing (617)377-1487 with a modem (n,8,1) at any
  speed up to 28.8 baud.
CITE: (I-358 SN014703)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Library of Congress, Contracts & Logistics-FEDLINK, 1701
  Brightseat Road, Landover, MD 20785-3799
SUBJECT: R--FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDER
SOL RCCV/WE
POC Joan McCoy, Contract Specialist.
DESC: The Library of Congress intends to issue a delivery order
  against an existing Basic Ordering Agreement to renew a subscription
  with West Publishing Corporation for the continued use and
  access of their database by Nuclear Regulatory Commission,
  Washington DC (RCCV). West provides an online fully-interactive
  legal research service consisting of legal and legal-related
  information including such items as judicial opinions, statutes,
  regulations, and other information. Information is provided
  generally in full-text format and some information includes
  specialized editorial enhancements made by West. West CD-ROM
  Libraries provide topical, full-text information on a wide
  range of legal and legal-related subjects which include federal
  securities, federal taxation, government contracting, federal
  civil practice, federal bankruptcy and Delaware corporate law.
  Service will be continued through September 30, 1997. WRITTEN
  RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT
  TO DETERMINE CAPABILITY. No telephone calls will be accepted.
  No award will be based on any offer or proposal received in
  response to this notice. NO SOLICITATION DOCUMENT EXISTS. (See
  Note 22). REF: RCCV/WE.
CITE: (I-358 SN014754)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Library of Congress, Contracts & Logistics-FEDLINK, 1701
  Brightseat Road, Landover, MD 20785-3799
SUBJECT: R--FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDER
SOL SSLV/DE
POC Joan McCoy, Contract Specialist.
DESC: The Library of Congress intends to issue a delivery order
  against an existing Basic Ordering Agreement to renew a subscription
  with DATATRACE Information Services Co., Inc. for the use and
  access of their services by Social Security Administration
  Library, Baltimore, MD. DATATRACE offers an automated title
  search system which processes and retrieves public records
  from local courthouses in various state locations. Datatrace
  also provides basic document retrieval and delivery services.
  Service will be continued through September 30, 1997. WRITTEN
  RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT
  TO DETERMINE CAPABILITY. No telephone calls will be accepted.
  No award will be based on any offer or proposal received in
  response to this notice. NO SOLICITATION DOCUMENT EXISTS. (See
  Note 22). REF: SSLV/DE.
CITE: (I-358 SN014759)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Ralph H. Johnson Department of Veterans Affairs Medical
  Center, 109 Bee Street, Charleston, SC
SUBJECT: R--SECURITY SERVICE FOR THE STROM THURMOND BUILDING-VAMC
SOL 534-32-97
DUE 011597
POC R.C. Snow, Chief, Acquisition & Materiel Mgmt. (803) 577-5011X7791
DESC: The Veterans Affairs Medical Center intends to award Sole
  Source for Security Services for the Strom Thurmond Building
  with the owner of the building Medical University of South
  Carolina.
CITE: (I-358 SN014774)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Contracting Squadron, 5 CONS/LGCK, 211 Missile Ave, Minot
  AFB, North Dakota 58705-5027
SUBJECT: R--GENERAL LIBRARY SERVICES
SOL F32604-97-R0012
DUE 021297
POC SrA Fabiola Kelly, 701-723-4180 or Delores D. Smith, 701-723-3829
DESC: Services, Non-Personal to perform general library services.
   The contractor shall provide all personnel, equipment, tools,
  materials, supervision, and other items and services necessary
  to perform general library services.  Task include but are
   not limited to administration, circulation, education support,
  mission support, marketing, public relations and programming,
  reference, customer and staff training, acquisitions, automation,
  cataloging, technical procesing and collection management.
   The issue date will be o/a 13 Jan 1997.  This requirement
  is 100 % small business set aside.  The solicitation must
  be requested in writing or by fax. Fax number is (701) 723-4173.
   When requesting information give solicitation number, name,
  address, telephone number and business size.   
CITE: (W-358 SN014805)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Contracting Squadron, 5 CONS/LGCK, 211 Missile Ave, Minot
  AFB, North Dakota 58705-5027
SUBJECT: R--PUBLISHING ELEMENT
SOL F32604-97-R0013
DUE 021297
POC SSgt Gerald Jacobs, 701-723-4183 or Delores D. Smith, 701-723-3829
DESC: Services, Non-Personal to perform general duties of the
  Publishing Element at Minot AFB, ND in compliance with the
  Performance Work Statement. The  contractor shall provide
  all personnel, equipment, tools, materials, supervision, other
  items and services necessary to perform the duties of the Publishing
   Element. Task includes but is not limited to consolidating,
  computing, and  establishing quantitative requirements for
  publications, changes, and  supplements to publications, and
  blank forms. This function requisitions,receives, stores,
  and distributes these items; provides technical assistance,
  editorial assistance, quality control and maintains Master
  Reference Library. This function also manages the base forms
  program and ensures all forms produced are  approved and properly
  numbered, coordinates with higher headquarters on form development,
  monitors special and annual review of forms, and reviews each
   request for local reproduction of. The Issue Date is O/A 13
  Jan 1997. This requirement is a 100% small business set-aside.
  Solicitation must be requested in writing or by fax. Fax number
  is (701) 723-4173. When requesting information give solicitation
  number, name, address, telephone number and size of business.

CITE: (W-358 SN014808)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, STE
  5, Tyndall AFB, FL 32403-5526
SUBJECT: R--INFORMATION MANAGEMENT TYNDALL AFB, FLORIDA
SOL F0863797R7003
DUE 031897
POC Contact Ms. Dale Peaden, Contract Specialist (904)283-8635,
  or Capt. Calnan, Contracting Officer
DESC: Provide all personnel, equipment, tools, materials, supervision
  and other items and services to perform Automated Base Publishing
  Distribution Office and Base Technical Order Distribution Office,
  Administrative Communications, and Postal Service Center functions.
  All requests for the Solicitation must be in writing. Facsimile
  requests will be accepted at (904)283-3963. Period of performance
  will be base plus 4 option years. Note 1 applies.   
LINKURL: micro#c
LINKDESC: 
CITE: (W-358 SN014829)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8,
  PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890
SUBJECT: R--PROFESSIONAL SERVICES FOR DRILLING AND SAMPLING OF
  OVERBURDEN MATERIALS AND ROCK ON LAND WITHIN THE BOUNDARIES
  OF THE WILMINGTON DISTRICT, NC AND VA
SOL DACW54-97-R-0016
DUE 020797
POC Contract Specialist D. ABB STALLINGS (910) 251-4785 (Site
  Code DACW54)
DESC: Contractor will provide professional drilling services
  consisting of various types of geological/geotechnical soil
  and rock drilling and in situ testing for the collection of
  samples and data for engineering purposes within the boundaries
  of the U.S.Army Corps of Engineers, Wilmington District. The
  geographic suite of possible drilling sites that may be encountered
  in Wilmington District's area of operation extend from the
  Atlantic Ocean to the mountains. Some drilling may be done
  around or on rivers,sounds, harbors, ocean, inlets, and lakes.
  Possible drilling sites may include marshes, upland dredge
  disposal sites and dikes, dredge disposal islands, sand bars,
  point bars, shorelines, (including the surf zone) estuaries,
  and others. Interested parties are invited to identify their
  interest and ability to respond to the requirements of this
  notice by requesting a copy of the solicitation in writing
  (FAX 910/251-444). Issue date will be on/or about 7 Jan 1997.
  The Small Business Size Standard is 3.5 million. This solicitation
  is a 100% Small Business Set Aside. SIC: 1481.
CITE: (I-358 SN014859)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Port Hueneme Division (Code 5F11), Naval Surface Warfare
  Center, 4363 Missile Way, Port Hueneme, CA 93043-4307
SUBJECT: R--PROCURE/FABRICATE AND TEST SPARE/REPAIR COMPONENT
  PARTS FOR THE MK 612 MOD 1/2/3/4 GMTS, TO INCLUDE PROVDING
  EMERGENCY TROUBLESHOOTING AND REPAIR SERVICE FOR THE MK 612
  GMTS.
SOL N63394-97-R-1102
DUE 012497
POC Contract Specialist, JAMES E. HALL, (805) 982-5084
DESC: Port Hueneme Division, Naval Surface Warfare Center intends
  to procure spare/repair component parts for the MK 612 Mod
  1/2/3/4 Guided Missile Test Set and emergency troubleshoot,
  repair and/or calibration services from The Standard Missile
  Company (SCO), 1505 Farm Credit Drive, McLean, VA., on a "Sole
  Source" basis pursuant to 10 U.S.C.2304(c)(1) "Only one responsible
  source and no other supplies or services will satisfy agency
  requirements." Hughes Missile Systems Company, part of the
  Joint Venture t form the Standard Missile Company, is the design
  agent/manufacture of the MK 612 GMTS and currently maintains
  the Level II drawings for the
CITE: (I-358 SN014861)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Transamerica Occidental Life Insurance Company, Medicare
  Administration, P.O. Box 54905, Los Angeles, CA 90054-0905
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT
  SERVICES
POC Lloyd Kobayashi Systems Mgr, (213) 742-2853.
DESC: Transamerica Occidental Life Insurance Company (TOLIC)
  which is under contract with HCFA for Medicare Part B claims
  processing is seeking sources for programming support and consultants.
  The skill sets will depend on the project but may include but
  not be limited to; COBOL, VSAM, IDCAMS, OS JCL, TSO ISPF, CICS,
  Endeavor, C, PowerBuilder, Visual Basic, Assembler, Dy1280,
  Windows, OS/2, UNIX, DOS, MS SQL Server, Sybase, Novell Netware
  4.x, NT Workstation and server, Asynchronous and Synchronous
  telecommunication protocols. Programmers/consultants must be
  employees of a contracting company and be able to perform work
  at the TOLIC offices at 1149 S. Broadway, Los  Angeles. Interested
  parties must respond in writing by January 17, 1997 with their
  rates for their junior, intermediate, and senior consultants
  qualified by their skill sets. Responses will be reviewed and
  evaluated 50% on cost and 50% on meeting the specified skill
  sets. This synopsis is for information and planning purposes
  only from the current date through December 31, 1997. It does
  not constitute a commitment by Transamerica Occidental Life
  Insurance Company or Transamerica Insurance Corporation to
  acquire services. There will be no formal reply to the interested
  parties.
CITE: (M-358 SN014907)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Director, Strategic Systems Programs, Attn Code SPN-64,
  1931 Jefferson Davis Hwy, Arlington, Virginia 22202-3518
SUBJECT: R--PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT
  SERVICES
SOL N00030-97-R-0048
DUE 013197
POC Vicki Granat, SPN-64, (703) 607-0911; Contracting Officer:
  Gerard Miskelly, SPN-60, (703) 607-5361.
DESC: Provide the following accounting support and assistance
  during the period 01 April 1997 through 30 Sep 1997, with four
  one-year options: Provide accounting support and assistance
  in meeting organizational requirements relating to the Chief
  Financial Officer's (CFO) Act, incentive fee liability management
  and problem disbursements. Design and maintain specialized
  automated accounting and business management programs. RFP
  N00030-97-R-0048, (SIC 8721), will be issued on or about 31
  December 1996 with proposals due approximately 30 days thereafter.
  All inquiries shall cite RFP N00030-97-R-0048 and be submitted
  in writing to the point of contact. No telephone   inquiries
  will be accepted. Government approved classified (Secret) clearances
  are required for award.
CITE: (M-358 SN014915)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Contracting Squadron, 5 CONS/LGCK, 211 Missile Ave, Minot
  AFB, North Dakota 58705-5027
SUBJECT: R--HAZMART
SOL F32604-97-R0013
DUE 021297
POC SSgt Gerald Jacobs, (701)723-4183 or Delores D. Smith, (701)723-3829
DESC: Services Non-Personal to perform management of the Hazmart
  function at Minot AFB, ND in compliance with the Performance
  Work Statement. The contractor shall provide all personnel,
  equipment, tools, materials, supervision, other items and
  services necessary to perform the duties of Management of the
  Hazmart. Task includes, but, is not limited to, knowledge
  of internal supply functions to include  stock control, customer
  service, bar coding, labeling, document control, and  computer
  operations -- Standard Base Supply System (SBSS), Air Force-
   Environmental Management Information System(AF-EMIS) and computer
  network technologies necessary for the cradle to grave tracking
  of hazardous material.  This includes all sources of hazardous
  material for the base and missile complex.  The contractor
  must be knowledgeable of terminology, codes, abbreviations
  and  graphics for preparing hazardous material documentation.
  The Issue Date is O/A 13 Jan 1997. This requirement is a 100%
  small business set-aside. Solicitation must be requested in
  writing or by fax. Fax number is (701)723-4173. When  requesting
  information give solicitation number, name, address, telephone
   number, fax number, and size of business. 
CITE: (W-358 SN014931)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: R--SPECIAL COMMUNICATION SUPPORT
SOL N00244-96-D-5111
DUE 123096
POC POC Ms. Bonnie Carr, Code D212, Contract Specialist, (619)553-4474.
DESC: The above mentioned solicitation is hereby cancelled in
  its entirety.
CITE: (I-358 SN014956)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Health Care Financing Administration 7500 Security Blvd.,
  Baltimore, MD 21244-1850
SUBJECT: R--NATIONAL 1-800 BENEFICIARY TELEPHONE CUSTOMER SERVICE
  INQUIRY OPERATION
SOL N/A
POC Debbie Strittmatter, Contract Specialist, (410)786-5136.
DESC: The Health Care Financing Administration (HCFA) intends
  to award an Indefinite Delivery Indefinite Quantity (IDIQ)
  contract to operate a national 1-800 beneficiary telephone
  customer service inquiry operation. The objective of the national
  1-800 telephone number is to improve service to HCFA beneficiaries
  by initially providing beneficiaries the convenience of one
  number and ultimately by standardizing customer telephone contacts.
  The current beneficiary call volume experienced by HCFA's existing
  agents exceeds 30 million annually and may increase when the
  1-800 number becomes fully operational. The 1-800 number will
  undergo three phases of implementation: 1) Operation of a currently
  existing hotline to answer inquiries from beneficiaries and
  the general public regarding the Medicare health insurance
  program, especially questions regarding health insurance to
  supplement Medicare (Medigap policies), complaints of Medigap
  sales practices, reports of suspected Medicare waste, fraud
  and abuse, second opinions for non-emergency surgery, and distribution
  of requested publications. Operators will answer basic beneficiary
  inquiries and refer calls to appropriate Agents/Partner, including:
  Carriers; Fiscal Intermediaries; End Stage Renal Disease Network
  Organizations; Peer Review Organizations; Information, Counseling
  and Assistance Grantees; State Medicaid Agencies; or HCFA's
  Central or Regional Offices; 2) Operation of a new single point
  of access 1-800 beneficiary telephone number. Customer service
  representatives will route voice calls coming into the 1-800
  number from 1 to 10 states (not yet designated) initially to
  the appropriate HCFA Agent/Partners. This receipt/routing function
  will be expanded to cover the United States, Virgin Islands,
  and Puerto Rico. The purpose of the single point of access
  is to improve customer service for Medicare beneficiaries,
  however, we anticipate that there will be some calls not directly
  related to Medicare, e.g. dual eligible beneficiary inquiries
  about Medicaid; and 3) Piloting approaches and potentially
  expanding services to deliver structured responses to non-complex,
  beneficiary non-claim inquiries beyond those described above.
  These pilots and services could include responding to inquiries
  through a variety of media (Internet, fax, U.S. mail, and telephone)
  for HCFA-related programs and information. Full expanded service
  capacity could result in excess of 30 million inquiries. In
  addition, the contractor will continue to route all beneficiary
  claims calls to appropriate Agents/Partners. Information and
  experience gained from these pilots and for the services provided
  under this contract will be used to develop and award contracts
  for full-service customer service centers. These full customer
  service center contracts are anticipated no earlier than FY
  2000. HCFA is seeking qualified, expert customer service vendors
  with demonstrated abilities in national 1-800 telephone call
  management of a similar scale. Some knowledge of health care
  and HCFA is preferred, and extensive knowledge of 1-800 telephone
  call operations and management, as well as customer service,
  is necessary. The vendor must also possess experience in all
  logistical aspects of national 1-800 telephone startup, operations
  and management. It is essential that the contractor be free
  of all perceived or actual conflicts with HCFA's purpose in
  undertaking this contract such as the operation or sale of
  managed care plans, Medigap policies, durable medical equipment,
  dialysis services, or any other related provider groups, products
  or services. Specifically, the contractor must not have any
  relationships or arrangements through its business operations
  or its employees that could be considered as lessening the
  company's objectivity concerning any aspect of the referrals
  or information provided to the beneficiaries. The contractor
  must provide information that demonstrates it is free of any
  potential biases and disclose any potential conflicts for evaluation
  by HCFA. Proposals which do not comply with the conflict of
  interest provisions and mandatory qualification standards will
  not be considered. A draft Request For Proposals (RFP) is scheduled
  for release in mid-January 1997. A pre-solicitation conference
  is scheduled for January 30, 1997. Potential offerors are invited
  to bring no more than five representatives from each prime
  and each subcontractor. Expressions of interest to attend the
  pre-solicitation conference should be made by January 24, 1997
  by contacting Debbie Strittmatter, Contract Specialist, at
  (410) 786-5136. Additional information regarding the logistics
  of the conference will be provided with the draft RFP. Vendors
  desiring a hard copy of the draft RFP should send their requests
  to be included on the bidder's list to the address listed above.
  All requests for the draft RFP should specify vendor size and
  status under SIC code 7389. Telephone requests for the RFP
  will not be accepted. It is anticipated that the formal solicitation
  will be available on or about February 25, 1997. An electronic
  copy of the draft and formal solicitation will also be available
  via the Internet at http://www.hcfa.gov/about.htm. Written
  questions/comments concerning the draft RFP should be submitted
  no later than Feb 06, 1997 and may be faxed to (410)786-9088
  (Attention Debbie Strittmatter) or sent via the Internet to
  dstrittmatter@hcfa.gov. For technical assistance in downloading
  from the Internet contact Jeff Stedding at (410) 786-0754.
  Procurement questions can be directed to Debbie Strittmatter,
  Contract Specialist, at (410) 786-5136.
CITE: (I-358 SN014966)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: R--TRANSCRIPTION SERVICES
SOL N00140-97-R-L223
POC Anne Mendoza, Contract Negotiator, (215)697-9675.
DESC: The Fleet and Industrial Supply Center Norfolk Detachment
  Philadelphia intends to procure Transcription Services of Dictated
  Patient Records and Related Documents for the Naval Hospital
  Newport, Rhode Island. The proposed contract is a Firm Fixed
  Price Requirements Type Contract consisting of a Base plus
  two (2) Options. This is a 100% Small Business Set-Aside, The
  applicable Standard Industrial Classification number is 7389.
  The basic period of performance is from 97 Apr 01 to 07 Sep
  30 with three option periods for a total performance of three
  years if all options are exercised. Request for solicitations
  should be made by letter or fax (215)697-9738 attention code
  0343C. Syn 070.
CITE: (I-358 SN014968)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
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: R--ADMINISTRATIVE/SUPPORT SERVICES
SOL SPR-97-0020
DUE 012497
POC Debbie Ethell, Contract Specialist, 217-492-4573,or Debbie
  Ethell@gsa.gov 
DESC: Administrative/Support services at the General Services
  Administration, Sarah Cook House, 508 S. 8th St., Springfield,
  Illinois. Performance period is three years with an estimated
  start date of 2-1-97. This procurement is set-aside for small
  business concerns. Specifications will be available on or about
  January 6,1997. All proposals should be mailed to GSA, Contracts
  Branch, 509 w. Capitol, Suite 206, Springfield, Illinois, 62704.
  Proposals must be received by 2:00 p.m., January 24, 1997.
  Contact Contract Specialist above at 2178-492-4573 to receive
  a copy of this solicitation.
EMAILADD: Debbie Ethell@gsa.gov
EMAILDESC: 
CITE: (W-358 SN014995)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: R--A/OA-10 PRIME CONTRACT
SOL F04606-97-R-0009
POC For copy, contact the info office indicated., For additional
   information contact Johnson.5jg/Pklja/[916]643-3539
DESC: The Draft RFP (DRFP) for the A/OA-10 Prime contract will
  be released on or about 16 JAN 97. The purpose of this contract
  is to establish a long term relationship with a prime contractor
  for support on the A/OA-10 aircraft. Additional information
  regarding the A/OA-10 Prime contract can be found on the web
  site www.mcclellan.af.mil/LA/LAF/tspr.htm. The A/OA-10 Prime
  contract is not part of the depot competition workload being
  competed at McClellan AFB. The A/OA-10 Prime contract will
  be an ID/IQ contract, ordering period of 9 years. The potential
  scope of the effort will include aircraft modification development,
  kit production with the potential for kit installation; integration
  efforts, engineering services, software block cycle changes,
  data of all types, etc. Multiple pricing arrangements of FFP,
  CPAF, CPFF, and T&M will be included. Comments to the DRFP
  will be required 30 days after issuance of the DRFP. Final
  RFP is scheduled for release on or about 22 MAY 97 with award
  of the contract anticipated by MAR 98. EMAIL requests for the
  DRFP to Johnson.Gina@email.mcclellan.af.mil or FAX requests
  to (916)643-0205. Telephone requests will not be accepted.
  No telephone requests. Only written or faxed requests received
  directly from the requestor are acceptable.*****
CITE: (I-355 SN014428)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue
  Bldg 1289  Se, Hill Air force Base, Ut 84056-5816
SUBJECT: R--SBICBM
SOL F42610-97-R-BBBBJ
POC For copy, Ramon Castillo/Lmka/[801]775-2280, For additional
   information contact Ramon Castillo/Lmka/[801]775-2280
DESC: This announcement constitutes a Sources Sought synopsis.
   The following information is provided to do a Market Survey
  of industry to see if there are any potential contractors in
  addition to Lockheed Martin Corp who have the skills and knowledge
  required to conduct this effort.  The Silo-Based Intercontinental
  Ballistic Missile (SBICBM) System Program Office (SPO) Ogden
  Air Logistics Center (OO-ALC) intends to establish a contract
  for Contractor Logistics Support (CLS) for engineering support,
  maintenance, operation and repair to support the test launches
  at Vandenberg AFB for the Peacekeeper Missile.  This support
  effort includes the testing of flight termination ordnance
  system (FTOS) firing units (FU) for the command destruct system
  on the missile, the Fiber Optic Transmitter System (FOTS) which
  includes scheduled and unscheduled maintenance, the electronic
  equipment racks and underground/ above ground fire cabling,
  operation and maintenance of the Firing Unit Test Set (FUTS),
  the repair and maintenance of the Telemetry and Radio Frequency
  test sets, Down Stage Simulator Test Set, Battery Signal Unit,
  and the Ground Data Acquisition System, the maintenance and
  repair of the ground test facility test equipment, maintenance
  and repairs of the launch support equipment  located at the
  launch site and the launch support center, and to provide 
  technical assistance with trouble shooting of critical flight
  safety components.  The effort includes the logistics of government
  owned spares and repair facilities located away from Vandenberg
  AFB.  Lockheed Martin Corp is the only known source for this
  effort.  Special computer controlled test equipment that is
  not government owned must be available to the contractor to
  complete any repairs and perform functional and acceptance
  testing of the repaired items. Trouble shooting the CR-112
  command receiver decoders, the tracking transponders, and other
  flight safety systems to the root cause is also required. 
  A working knowledge of the flight termination system and requirements
  for flight testing on the Western Test Range are essential.
   Potential offerors are requested to submit two copies of an
  unclassified response within 10 days after public display of
  this notice to OO-ALC/LMKA, 6038 Aspen Ave Bldg 1289SE, Hill
  AFB UT 84056,  Attn:  Ramon F. Castillo, Contract Negotiator.
   Information received will be considered solely for the purpose
  of determining whether to conduct a competitive procurement.
   It is suggestes that small business firms or others interested
  in subcontracting in connection with the described procurement
  may contact with the firms listed.  Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by teh government.
   No telephone or FAX requests.  Only written requests received
  directly from the requestor are acceptable.
CITE: (I-355 SN014438)

[Commerce Business Daily: Posted December 21, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: US Department of Commerce/National Oceanic and Atmospheric
  Administration, 1325 East West Highway - Station 4301, Silver
  Spring, Maryland  20910-3283
SUBJECT: R--TRANSLATION & INTERPRETING SERVICES
SOL 7-4051 AND 7-4052
POC Sandy Souders, Lawrence Frazier (301) 713-0854
DESC: The U.S. Dept. of Commerce/International Trade Administration
  is managing three specialized programs (Financial Services;
  Environmental Technologies; Food Processing/Packaging) to train
  managers, scientists, engineers and consultants from the New
  Independent States of the Former Soviet Union (Interns). The
  Training Program consists of seven eight-week Training Sessions.
  The U.S. Dept. of Commerce/International Trade Administration
  will provide the first two weeks of orientation and training
  for each of the three Training Sessions and oversee training
  and development of the remaining six-week portion of the Training
  Sessions. The U.S. Dept. of Commerce/International Trade Administration
  has a requirement for two (2) simultaneous interpreters (Russian-English;
  English-Russian) for each of the Training Programs which will
  start tentatively in January or February 1997 and end December
  1997. Applicants must meet the following requirements: 1) Skills
  comparable to a State Department conference-level simultaneous
  interpreter from English to Russian and Russian to English.
  (Note: skills will be assessed). 2) Ability to travel throughout
  the United States with the group for a two month period. 3)
  Willingness to assist Facilitator when necessary. 4) Ability
  to operate wireless interpreting equipment and to troubleshoot
  equipment when necessary. 5) Legal residency in the United
  States. Applicants must meet the referenced requirements and
  will be further evaluated on their experience, education and
  training. Qualified applicants are invited to submit information
  as to their capabilities and any other pertinent data to the
  address above, to be received no later than 15 days after the
  date of this notice. Award will be made under Simplified Acquisition
  Procedures. (Reference Nos. 7-4051 and 7-4052)
CITE: (I-356 SN014462)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue
  Bldg 1289  Se, Hill Air force Base, Ut 84056-5816
SUBJECT: R--SBICBM
SOL F42610-97-R-BBBBJ
POC For copy, Ramon Castillo/Lmka/[801]775-2280, For additional
   information contact Ramon Castillo/Lmka/[801]775-2280
DESC: This announcement constitutes a Sources Sought synopsis.
  The  following information is provided to do a Market Survey
  of industry to see if there are any potential contractors in
  addition to Lockheed Martin Corp, who have the skills and knowledge
  required to complete this effort. The Silo-Based Intercontinental
  Ballistic Missile (SBICBM) System Program Office (SPO) Ogden
  Air Logicstics Center (OO-ALC), intends to establish a contract
  for Contractor Logistics Support (CLS) for engineering support,
  maintenance, operation and repair to support the test launches
  at Vandenberg AFB for the Peacekeeper missile. This support
  effort includes the testing of the flight termination ordnance
  system (FTOS) firing units(FU) for the command destruct system
  on the missile, the Fiber Optic Transmission System (FOTS)
  which includes scheduled and unscheduled maintenance of the
  electronic equipment racks and underground/above ground fiber
  cabling, operation and maintenance of the Firing Unit Test
  Set (FUTS), the repair and maintenance of the Telemetry and
  Radio Frequency test sets, Down Stage Simulator Test Set, Battery
  Simulator Unit, and the Ground Data Acquisition System, the
  maintenance and repair of the ground test facility test equipment,
  maintenance and repairs of the launch support equipment located
  at the launch silos and the launch support center, and to provide
  technical assistance with trouble shooting of critical flight
  safety components. This effort includes the logistics of government
  owned spares and related repair facilities located away from
  Vandenberg AFB. Lockheed Martin Corp is the only known source
  for this effort. Special computer controlled test equipment
  that is not government owned must be available to the contractor
  to complete any repairs and perform functional and acceptance
  testing of the repaired items. Trouble shooting the CR-112
  command receiver decoders, the tracking transponders and other
  flight safety systems to the root cause are also required.
  A working knowledge of the flight termination systems and requirements
  for flight testing on the Western Test Range (WTR) are essential.
  Potential offerors are requested to submit two (2) copies of
  an unclassified response within 10 days after publication of
  this notice to OO-ALC/LMKA, 6038 Aspen Ave Bldg 1289SE, Hill
  AFB UT 84056-5805, Attn: Ramon F. Castillo, Contract Negotiator.
  Information received will 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 in connection with the described procurement
  make contact with the firms listed. Specifications, plans,
  or drawings relating to the procurement described are incomplete
  or not available and cannot be furnished by the government.
  No telephone or FAX requests. Only written requests received
  directly from the requester are acceptable.
CITE: (I-358 SN014693)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Department of Veteran Affairs Medical Center, Contracting
  Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199
SUBJECT: R--DESIGN AND PERFORM CUSTOMER SATISFACTION SURVEY
SOL 586-30-97
DUE 012297
POC Susan Newton, Contracting Officer
DESC: The notice for Solicitation No. 586-30-97 published December
  6, 1996 is hereby cancelled.
CITE: (I-358 SN014760)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Department of Veteran Affairs Medical Center, Contracting
  Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199
SUBJECT: R--DESIGN & PERFORM TELEPHONE CUSTOMER SATISFACTION
  SURVEY
SOL 586-30-97
DUE 012297
POC Susan Newton, Contracting Officer
DESC: Design and conduct a weekly telephonic customer satisfaction
  survey for VA Network 16. Interested market research firms
  shall be currently engaged in performing the same type of surveys
  for private sector hospital systems (minimum 25 facilities),
  representing the for-profit and not-for-profit sectors; will
  have an ongoing and documented private sector telephone survey
  data base and access to current National Council on Quality
  Assurance (NCQA) data. Successful contractor will work in concert
  with Network 16 project manager. This project is a pilot study
  with a duration of 90 to 180 days.
CITE: (I-358 SN014761)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: Department of Veteran Affairs Medical Center, Contracting
  Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199
SUBJECT: R--DESIGN & PERFORM TELEPHONE CUSTOMER SATISFACTION
  SURVEY
SOL 586-30-97
DUE 012297
POC Susan Newton, Contracting Officer
DESC: Design and conduct a weekly telephonic customer satisfaction
  survey for VA Network 16. Interested market research firms
  shall be currently engaged in performing the same type of surveys
  for private sector hospital systems (minimum 25 facilities),
  representing the for-profit and not-for-profit sectors; will
  have an ongoing and documented private sector telephone survey
  data base and access to current National Council on Quality
  Assurance (NCQA) data. Successful contractor will work in concert
  with Network 16 project manager. This project is a pilot study
  with a duration of 90 to 180 days. Solicitation to released
  on or about 1-6-97. Requests for solicitations must be in writing.
  NO telephone requests will be honored. FAX number is 601-364-1346.
  SUBJECT TO AVAILABILITY OF FUNDING.
CITE: (I-358 SN014781)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration, mid-atlantic region,
  FSS  General Procurement Branch (3FBG), the Wanamaker Building,
  100 Penn  squareeast, room 883, Philadelphia, PA 19107-3396
SUBJECT: S--MATERIAL HANDLING SERVICES (LABORERS AND FORKLIFT
  OPERATORS)  FOR THE GSA NORTHEAST DISTRIBUTION CENTER, BURLINGTON,
  NJ
SOL GS-03F-97-AYC-0010
DUE 022897
POC Patricia Longo, contract specialist/contracting officer,
  (215)  665-3837
DESC: FSC 478 - material handling services (laborers and forklift
   operators) for the GSA northeast distribution center, Burlington,
  NJ,  from July 1, 1997 or date of award, whichever is later)
  and continuing for  a period of one year with two one-year
  options for extension of services.   The procurement is unrestricted
  as to business size.  All responsible  sources may submit a
  proposal, which will be considered by the agency.   Requests
  for solicitation must be in writing to the above address or
  by FAX to  (215)656-3841.  Telephone requests will not be honored.
CITE: (I-355 SN014416)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: S--CHILD CARE SERVICES
SOL N00189-97-R-0010
DUE 022897
POC Ms Marlene Chambley, Contracting Officer, (757) 444-4831
DESC:  The synopsis issued on or about 25 Nov 96 for solicitation
  N00189-97-R-0010 is revised to include the San Diego area for
  a base year and one option year.  The preproposal conferences
  will be rescheduled for February 1997; the solicitation will
  specify time, date and location.  All other terms of the synopsis
  remain unchanged.
LINKURL: N/A
LINKDESC: 
EMAILADD: HRDET9@MINDSPRING.COM
EMAILDESC: 
CITE: (W-358 SN014636)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Contracting Squadron, 366 CONS/LGCV, P O Box 4037, Bldg
  512,  Mountain Home AFB, ID 83648-4037
SUBJECT: S--GROUNDS MAINTENANCE
SOL F10603-96-B0013
DUE 123096
POC Cindy Dixon, Contract Specialist, (208)828-6484
DESC: Invitation For Bid F10603-96-B0013 is cancelled.  The procurement
  has  been set-aside in accordance with the terms of the Javits-Wagner-O
  Day Act  (JWOD) (41 USC 46-48c).
LINKURL: http://www.mountainhome.af.mil
LINKDESC: 
EMAILADD: sheffieb@366lg.mountainhome.af.mil
EMAILDESC: 
CITE: (D-358 SN014665)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Ralph H. Johnson Department of Veterans Affairs Medical
  Center, 109 Bee Street, Charleston, SC
SUBJECT: S--HOUSEKEEPING SERIVICES FOR THE STROM THURMOND BUILDING-VAMC
SOL 534-31-97
DUE 011597
POC R.C. Snow, Chief, Acquisition & Materiel Mgmt. (803) 577-5011X7791
DESC: The Veterans Affairs Medical Center intends to award Sole
  Source for housekeeping for the Strom Thurmond Building with
  the owner of the building Medical University of South Carolina.
CITE: (I-358 SN014775)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: 452 Operational Contracting Office, 820 Baucom Ave NW
  Suite 101, March ARB CA 92518-2260
SUBJECT: T--BASEWIDE COPY SERVICE PLAN
SOL F04605-97-B0003
DUE 022197
POC Pat Jackson, Contract Specialist, (909) 655-3227 or Roger
  A. Whitman, Contracting Officer, (909) 655-2414.
DESC: Sealed bid. Basewide Copy Service Plan Contract at March
  Air Reserve Base CA. Cost per copy contract for 1 Apr 97 through
   30 Sept 97 with options to extend the contract through 30
  Sep 2001. Copies of the solicitation will be made available
  upon  written or faxed requests. Our fax number is (909) 655-3772.
  No  telephone requests will  be honored. All responsible sources
  may submit an offer which will be considered.
CITE: (M-358 SN014903)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
SOL Program B568-S
DUE 012797
POC Richard Weiss, Contracting Office, David M. Thomas, 202-512-2044.
DESC: Single award term contract for period 020197 to 013199
  for NIH (HHS). Production area, Nationwide. Copy pickup in
  Bethesda, MD. Approx. 50 to 100 orders placed throughout the
  year for: saddle-stitched books with separate paper covers
  (majority of covers will contain pockets and require insertion
  of inserts): and, kit folders requiring various sized inserts.
  Estimated number of pages approx. 8 to 96 per order; estimated
  number of copies approx. 500 to 2,000 copies per order. Trim
  size of books: Format A--up to 6 x 9-1/2"; Format B--over 6
  x 9-1/2" up to 8-1/2 x 11". Operations include: printing up
  to 3 Pantone ink colors plus varnish (flood and spot), binding,
  trimming,   inserting, packing and distribution. Quality attributes
  level III. Bid request on firm's letterhead.
CITE: (M-358 SN014924)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services--Potential Sources Sought
OFFADD: U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN,
  P.O. BOX 2288, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH
  STREET MOBILE AL 36602
SUBJECT: T--IND DEL CONTRACT FOR SURVEY, HYDROGRAP & MAPP SERVC
  TO SUPP MOB DIST CIV WKS PROG OPER DIV, PANAMA CITY SITE OFFICE;
  RFP # DACW01-97-R-0016
SOL AEMXXX-97XX-0006
POC Contact Mr. Jack Pruett, 334/441-5755; Contracting Officer,
  Mrs. Sue L. Speights (Site Code W31XNJ)
DESC: 1. CONTRACT INFORMATION: A-E services are required for
  an Indefinite Delivery Contract for Surveying, Hydrographic,
  and Mapping Services to Support the Mobile Districts Civil
  Works Program, Operations Division, Panama City Site Office.
  This announcemnt is open to all businesses regardless of size.
  The Contract will be awarded for a one year period with an
  option to extend the contract for two additional periods, not
  to exceed a total of three years. Work to be subject to satisfactory
  negotiation of inividual task orders with the total contract
  not to exceed $1,000,000 for each contract period. (If the
  $1 million limit for a contract period is exhausted or nearly
  exhausted prior to 12 months after the start of the period,
  the option for the next contract period may be exercised.)
  Selection of AE firms is not based upon competitive bidding
  procedures, but rather upon the professional qualifications
  necessary for theperformance of the required services. If a
  large business is selected for this contract, it must comply
  with FAR 52.219-9 regarding the requirement for a subcontracting
  plan for that part of the work it intends to subcontract. The
  subcontracting goals for his contract are a minimum of 52.5%
  of the contractor's intended subcontract amount be placed with
  Small Businesses (SB), including Small Disadvantaged Businesses
  (SDB), and Women-Owned Business, 8.8% be placed with SDB, and
  5% for Women-Owned Business. The subcontracting plan is not
  required with this submittal. 2. PROJECT INFORMATION: The contract
  will primarily be used to: (A) perform hydrographic survys
  of rivers, bays, and channels that extend into the Gulf of
  Mexico (all soundings will be compensated via Heave Compensation
  Devices as per the U.S. Army, Corps of Engineers Hydrographic
  Survey Manual EM 110-Z-1003 dated 28 February 1991); (B) perform
  Toographic surveys within the Panama City Area Office project
  area; (C) perform Global Positioning System Surveys for high
  order control; (D) perform traverse and triangulation of second
  or third order accuracy, levels for vertical control of second
  or third order accuracy, route locations, roads, levees, dikes,
  and channels, quantity surveys for preconstruction and/or final
  cross-sections, and computatons of quantities using TIN (Triangulated
  Irregular Network). (E) all data collected shall be compatible
  with the Panama City Site Office, Corps of Engineers software
  format. The work will be in Alabama, Georgia, and Florida,
  or other locations within the obile District civil boundaries
  when such work is assigned to the Panama City Site Office.
  3. SELECTION CRITERIA: See Note 24 for general selection process.
  The selection criteria are listed below in descending order
  of importance (first by major criterion and then by each sub-criterion).
  Criteria A thru D are primary. Criteria E thru G are secondary
  and will only be used as "tie-breakers" among technically eqal
  firms. A. Professional Qualifications: The contract will require
  the following disciplines: Use the nomenclature for disciplines
  as noted in this advertisement. (1) Registered Land Surveyor(s)
  in Alabama, Georgia, and Florida; (2) Project Manager; (3)
  Hdrographic Party Chief; (4) Land Party Chief; (5) CADD Operator.
  Resumes (Block 7 of the SF 255) must be provided for these
  disciplines, including consultants. Additional evaluation factors
  are provided in order of importance: B. Specialized experience
  and technical competence in: (1) Fully Automated Hydrographic
  Systems, Either DGPS, Range/Range Or Range/Azimuth; (2) Differential
  Global Positioning ystem (DGPS) real time positioning; (3)
  Topographic surveys using a Total Station with data collector;
  (4) Control surveys using Global Positioning System; (5) Providing
  the data in digital format compatible to AutoCad Release 12;
  (6) In Block 10 of the SF255 describe the firms' quality management
  plan, including the team's organization including an organizational
  chart, quality assurance, cost control, and coordination of
  the in-house work with consultants. C. Capacity to Accomplish
  the Work: the ability, equipment, and expertise to field up
  to three (3) hydrographic survey parties with a sustained effort
  of two (2) hydrographic parties. D. Past Performace: Past performance
  on DOD and other contracts with respect to cost control, quality
  of work, and compliance with performance schedules; E. Geographic
  Location: Geographic location with respect to the southeast
  United States. F. Small Business, Small Disavantaged Business,
  and Women Owned Business Participation: Extent of participation
  of Small Businesses, Small Disadvantaged Businesses, Women
  Owned Businesses, Historically Black Colleges and Universities,
  and Minority Institutions in the proposed contract team, measured
  as a percentage of the total estimated effort; G. Equitable
  Distribution of DOD contracts: Volume of DOD contract awards
  in the last 12 months a described in Note 24. 4. SUBMISSION
  REQUIREMENTS: See Note 24 for general submissions requirements.
  Firms must submit a copy of their SF 254 and SF 255, and a
  copy of each consultant's SF 254. The 11/92 edition of the
  forms must be used, and may be obtaind from the Government
  Printing Office. A Summary of Capability Worksheet must be
  requested and submitted with the proposal. The worksheet in
  Microsoft Word Format, version 97.1 (3.5" unformatted Disk
  must be provided) should be requested by sending a self addressed
  envelope or Floppy Disk Mailer with return postage to: District
  Engineer, U.S. Army Engineer District, Mobile, ATTENTION: CESAM-EN-MS,
  Post Ofice Box 2288, Mobile, Alabama 36628-0001. These must
  be received in the Mobile District Office (CESAM-EN-MN) not
  later than close of business on the 30th day after the date
  of publication of this solicitation in the Commerce Business
  Daily. If the 30th da is a Saturday, Sunday, or Federal holiday,
  the deadline is the close of business on the next business
  day. Regulations requires that any submittals received after
  this date cannot be considered by the Selection Board. Include
  ACASS number in Block 3b and RFP Number in Block 2b of the
  SF 255. Call the ACASS Center at 503-326-3459 to obtain a number.
  Solicitation packages are not provided. This is not arequest
  for proposal. As required by acquisition regulations, interviews
  for the purpose of discussing prospective contractors' qualifications
  for the contract will be conducted only for those firms considered
  highly qualified after submittal review by theselection board.
CITE: (I-358 SN014842)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: HQ Space and Missile Systems Center (AFMC) SMC/PKDV,
  400 N Douglas St., Ste 212E, Los Angeles AFB, CA
SUBJECT: U--PROVIDE EDUCATION AND TRAINING FLIGHT SERVICES AT
  LOS ANGELES AFB, CA
SOL N/A
POC Contact: Christine M. Hickey, Contracting Oficer, at (310)363-5076.
DESC: The 61st Mission Support Squadron (61MSS) is analyzing
  the possible conversion of current government operated Education
  and Training Flight to contract activity based on an OMB Circular
  A-76 cost comparison study. The cost of contract performance
  will be compared to the in-house performance proposal to determine
  who will perform the work. The 61MSS contemplates release of
  a Request for Proposal (RFP) for the Education and Training
  Flight in April l997. Services for this operation include supporting
  approximately 3300 personnel (1800 military and 1500 civilian).
  Over an average 12 month period, approximately 65% of the workload
  is associated with the following programs and involves process/program
  management, task administration, course facilitation, counseling,
  data analysis, some course development and instruction: (a)
  on-site/local workforce training, (b) Acquisition Professional
  Development Program (APDP) and other centrally funded civilian
  and military training, (c) testing services, (d) on-the-job
  training, (e) voluntary off-duty education programs, (f) most
  Air Force Materiel Command unique courses, and (g) occupational
  template balloting. Over the same average timeframe, approximately
  30% of the workload is associated with on-sitev computer training
  and course development and instruction. There are three broad
  categories of on site training. The first is facilitation based
  training, which includes time management classes, civilian
  and military supervisory training, and leadership/ethic classes,
  etc., with an average class size of 25 students. These courses
  run from 1 to 3 days. We offer 25 classes per year. The second
  category is Computer Based Training. Some examples of the classes
  taught are Windows 95 Operating Systems, Basic and Intermediate
  Word, Basic, Intermediate and Advanced Excel and Access. These
  classes average 8 students per class which are 1 to 1.5 days
  in length. There are approximately 200 classes per year. The
  third category of training is on - site instruction. Examples
  of this type of training includes the Air Force Acquisition
  Model (AFAM), the AFMC Education and Training Management System
  (ETMS), and acquisition Reform Training Module (ARTM). For
  this type of training the average class size is from 20-25
  students. They generally run from 1 to 5 days in length. We
  generally offer approximately 15 courses per year. In addition
  to the above workload, approximately 5% of the time is associated
  with managing ETMS. The estimated value of the work is less
  than $5M over a 5 year period. At no additional cost to the
  contractor, the government will provide the following: office
  space, training facilities, furniture, computer equipment,
  including hardware/software support i.e. (maintenance), and
  business equipment such as fax machines, copiers, telephones
  and office supplies. A site visit may be held prior to RFP
  release. The proposed acquisition will be reserved for small
  businesses if sufficient qualified companies are identified.
  All interested sources who have not previously submitted a
  Statement of Capability (SOC) must do so and address the criteria
  mentioned above. The SOC should address experience in the above
  tasking and identify business size. The SOC should be submitted
  within 15 calendar days after the publication date of this
  synopsis. The Standard Industrial Classification (SIC) Code
  for this acquisition is 8299 ($18.5M). All interested sources
  may contact the Contracting Officer at (310) 363-5076 or 363-5083
  and by facsimile at Machine Numbers (310) 363-2463/5075 or
  by e-mail to hickeycm@mareabx1.laafb.af.mil. Any solicitation
  resulting from this synopsis will not result in a contract
  award if government performance is determined to be more advantageous.
  This is the second of three synopses in accordance with OMB
  Circular No. A-76.
CITE: (I-358 SN014729)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Immigration & Naturalization Service, Procurement Division,
  425 I Street, NW., Room 2208, Washington, DC 20536
SUBJECT: U--PERSONNEL TESTING
SOL HRA-7F-26
DUE 010697
POC Jackie H. Francis, Procurement Technician, (202) 514-2062;
  Lesa Scott
DESC: INS requires the creation of 200 logic test questions over
  a five year period of one base year and four option years.
  The INS requires deductive and inductive questions. Qualified
  test question offerors must have a B.A. or B.S. degree; demonstrates
  a minimum of three years of specialized experience in verbal
  reasoning ability measurement, successfully completed course(s)
  in formal logic or have used logic extensively in development
  of test items for tests or reasoning, and demonstrate the ability
  to write logic-based reading comprehension questions. All questions
  must be useable and not previously used in any manner. INS
  testing staff will use these questions to examine   applicants
  for border patrol, and professional law enforcement and adjudicator
  occupations at the entry level. Each question format contains
  a 50 to 100 word stimulus, a single question followed by five
  answer choices. Successful offerors may have to perform specific
  research to select job-related subject matter for question
  ideas. The INS will provide a formal, logic-based taxonomy
  to the successful offeror. Questions will be written at the
  college graduate level. The RFP will require offerors to submit
  resumes, sample questions for evaluation purposes, and ethics/confidentiality
  references. All usable questions will become the sole property
  of the INS.   Each option year is expected to have a minimum
  of 100 questions and option quantities up to 100 additional
  questions. If multiple, qualified offerors are identified,
  the INS may make multiple awards. Qualified offerors shall
  FAX requests for the RFP to (202) 616-7876 by 1/6/97 to Jackie
  Francis, Attn: HRA-7F-26. See Numbered Note(s): 1.
CITE: (M-358 SN014902)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon,
  Washington, D.C. 20310-5200
SUBJECT: V--LODGING
SOL DASW01-97-Q-0160
DUE 010397
POC Contact Contract Specialist Mrs Jeannette Jordan (703) 697-1272
DESC: The Defense Supply Service-Washington, solicits hotel facilities
  for lodging and meeting space for the USA Community and Family
  Support Center for the period of 10 - 17 January 1997.  Hotel
  must have a rating of a 3 Star 4 diamond hotel. Must be in
  Arlington, VA geographical area.  Must be able to accommodate
  672 sleeping rooms and 6 conference rooms for 5 days. Serve
  a working lunch for 117 persons for 5 days from 13 ) 17 January
  1997 and working dinner for 117 persons on 12 January 1997.
  Audio visual equipment is needed.  Please fax (FAX NO. (703)
  697-1272 or (703) 697)8908) to request for the RFQ NLT 03 January
  1997.
CITE: (I-355 SN014441)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential
  Sources Sought
OFFADD: U.S. Dept. of Commerce, National Oceanic & Atmospheric
  Administration, Western Administrative Support Center, Acquisition
  Management Division, Procurement Branch, WC33, 7600 Sand Point
  Way NE, Seattle, WA  98115-0070
SUBJECT: V--CHARTER TWO (2) VESSELS IN SOUTHEAST ALASKA
SOL WASC7-758
DUE 010697
POC Randall Brown, telephone (206) 526-6226, fax (206) 527-5448
DESC: Sources sought for vessel charter to be performed in Southeast
  Alaska. Two vessels will be chartered during the period 9/1/97
  - 10/15/97. Charters will be in and around Little Port Walter,
  eastern Baranof Islands, and western Kuiu Islands in Southeast
  Alaska.  Vessels must be 50' minimum and USCG-inspected.  Skipper
  must possess a 100-ton Master Mariner license.  Each charter
  vessel will transport a four-person scientific crew.  Scientific
  crew may occasionally consist of five people.  This is a 100%
  small business set-aside, see note 1. All responsible sources
  may submit a proposal, which shall be considered by the agency.
   This is a small purchase action with an estimated amount of
  less than $100,000.
CITE: (I-358 SN014831)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Department of the Treasury (DY), U. S. Secret Service,
  Procurement Division, 1310 L Street, N.W., Suite 730, Washington,
  D.C. 20223
SUBJECT: X--LEAD REMOVAL
SOL N/A
DUE 010897
POC Contact:  Contract Specialist, Renea Morton, 202/435-6940;
  FAX No. 202/435-7138
DESC: The U. S. Secret Service is seeking sources to provide
  lead removal and proper disposal of hazardous waste from the
  James J. Rowley Training Center located in Laurel, MD and the
  Post Office Range located in Washington, DC.  Specifically,
  effort will require the chipping, removal, loading, transportation
  and disposal of lead products and lead contaminated filters
  of various sizes. Requirement includes the removal and reinstallation
  of impact plates, scroll plates, spacing plates, lead chute,
  return air filters and exhaust filters.  Contractor shall be
  required to provide all materials and equipment to include,
  but not limited to drums, pallets, forklift(s), protective
  clothing and masks. Contractor shall provide bolts and other
  hardware to assure scroll plates are secured properly after
  chipping is completed.  All lead waste will be packaged, labeled,
  manifested, and transported as E.P.A. hazardous waste No. D008,
  Disposal.  All disposal shall meet Federal/State E.P.A. and
  D.O.T. regulations.  Contractor shall provide an audit trail
  on all waste disposal.  Additional specs will be provided in
  SOW.  Specifications will be issued on or about January 8,
  1977.  Mandatory site visit has been scheduled for 9:00 A.M.,
  January 17, 1997, at 9200 Powder Mill Road, Laurel, MD. Please
  FAX name and address of company representative to the attention
  of Renea Morton, Contract Specialist, at 202/435-7138, to confirm
  attendance.  Space is limited, only one representative per
  company  may go on site visits.  Offers will only be accepted
  from prospective offerors attending the site visit.  Proposals
  are due January 28, 1997.  Firm-fixed priced effort for one
  year.  Offerors must provide information detailing past performance
  in providing similar or like services, for the past three years,
  at time of proposal submission.  See Note 1 and 26
CITE: (I-355 SN014443)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Denver Facilities Service Office USPS, 8055 E. Tufts
  Ave., #400, Denver, CO 80237-2881
SUBJECT: X--NEW CONSTRUCTION LEASED - SAGLE, ID 83860-9998
SOL 072976-97-A-0063
DUE 013197
POC John C. Walters, Real Estate Specialist, (303) 220-6526.
DESC: The USPS is completing final site and building plans for
  a new leased building of 6,500 interior SF on a controlled
  site of 55,757 square feet. Offerors will be required to acquire
  the site, construct the specified building and upon completion,
  agree to execute a lease with the Postal Service for the entire
  property. Any award made under this solicitation will be made
  to the responsible offeror whose proposal is complete; conveys
  an appropriate level of experience and references to assure
  performance of the specified requirements; conveys a well considered
  development plan (i.e. construction cost assessment, identified
  financing/equity sources); and outlines a well-conceived and
  equitable rental package acceptable to the Postal Service.
  This is NOT a sealed bid advertisement and proposals will NOT
  be publicly oipened. Solicitation packages will be available
  on or about December 31, 1996 for a $25.00 non-refundable fee.
  Forward cashier's check or money order, made payable to "USPS
  Disbursing Officer," to A&D Draft Aid Inc., Attn: Diana Esguerra,
  Draft Aid Inc., P.O. Box 40877, Denver, CO 80204-0877. Please
  identify your request with the solicitation number. Information
  concerning solicitation packages and request for planholders
  list should be directed to A&D at (303) 573-5757. For other
  information call or write: John C. Walters, Real Estate Project
  Manager, telephone (303) 220-6526 or David Miller, A/E Project
  Manager (303) 220-6579, at U.S. Postal Service, 8055 E. Tufts
  Avenue, Suite 400, Denver, CO 80237-2881. Offerors are encouraged
  to submit their proposal by one of the methods offered by the
  U.S. Postal Service (First Class, Priority Mail, or Express
  Mail.
CITE: (I-358 SN014728)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: U.S. Postal Service, Denver Facilities Service Office,
  8055 E. Tufts Ave., Suite 400, Denver, CO 80237-2881
SUBJECT: X--NEW CONSTRUCTION LEASED, MANGA, UT
SOL 072976-97-A-0053
DUE 011097
POC Michael Kirby, Real Estate Specialist, (801) 974-2547.
DESC: The USPS is completing final site and building plans for
  a new leased facility on a site located at 8470 W. 2700 S.,
  Manga, UT. The project is set up in two phases. Phase I is
  for approximately 6,500 square feet of interior space and Phase
  II is an additional 6,500 square feet of interior for a total
  of 13,000 square feet. Separate price proposals will be requested
  as follows: Phase I only and Phase I and II combined. Offerors
  will be required to acquire the site, construct the specified
  building and upon completion, agree to execute a lease with
  the Postal Service for the entire property. Any award made
  under this solicitation will be made to the responsible offeror
  who   provides the best overall value to the Postal Service.
  This is NOT a sealed bid advertisement and proposals will NOT
  be publicly opened. Solicitation packages will be available
  on or about December 12, 1996 for a $25.00 non-refundable fee.
  Forward cashier's check or money order, made out to "USPS Disbursing
  Officer," to Tee-Time Reprographics, 875 Delaware Street, Denver,
  CO 80204-4533 (one check per solicitation). Please identify
  your request with the solicitation number. Information concerning
  solicitation packages should be directed to Tee-Time at (303)
  575-6730 FAX (303) 575-8977. For other information call or
  write: Michael Kirby, Real Estate Project Manager,   telephone
  (801) 974-2547 or Charlie Hubbert, A/E Project Manager (801)
  974-2539 USPS, 1760 West 2100 South, Salt Lake City, UT 84199-9991.
  Offerors are encouraged to submit their proposal by one of
  the methods offered by the U.S. Postal Service (First Class,
  Priority Mail, or Express Mail). Submissions will not be returned.
CITE: (M-358 SN014910)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Arnold Engineering Development Center, ATTN: PKP, 100
  Kindel Drive, Suite A332, Arnold AFB TN 37389-1332
SUBJECT: Y--CONSTRUCT METAL BUILDING
SOL F40650-97-Q-0020
DUE 013097
POC Sue Tate, Contract Specialist (615)454-7801
DESC: This procurement is for the materials, labor, and fabrication
  of a 30' x 60' metal building. Building is to have one roll
  up door, walk through metal door, water faucet, electric lights
  and switch. Building must be constructed on concrete slab with
  concrete apron. This work will be done at the Golf Course at
  Arnold Air Force Base, Tennessee. Magnitude of this project
  is $25,000 - $100,000. Requests must be made in writing and
  may be faxed to (615)454-7330. Requests must be received no
  later than 15 days after publication of this notice. This is
  a nonappropriated fund purchase and it does not obligate appropriated
  funds of the United States Government. Nonappropriated funds
  are generated by the military community through the sale of
  goods and services and the collection of fees and charges for
  participation in military community programs. This purchase
  does not involve Federal tax dollars.
CITE: (I-355 SN014407)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn:
  CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900
SUBJECT: Y--BRAC EXPANSION (RUNWAY/APRON/ILS, VEHICLE OPS, HEATED
  PARKING, AND ADDITION TO FIRE STATION), WHEELER-SACK AIRFIELD,
  FT DRUM, YORK
SOL DACA51-97-B-0008
DUE 021497
POC Michael McHugh, 212-264-5995.
DESC: This is an unrestricted procurement. Construction services
  are required at the Wheeler-Sack Airfield, Ft Drum, Watertown,
  New York to demolish existing runway 3-21, construction of
  replacement Runway 3-21, runway connections and overruns, taxiways,
  apron and associated area lighting, associated airfield lighting
  and navaids, light vault reconstruction, instrument landing
  system, deicing pad and associated supply and waste tanks,
  hot pad and access road, tank trail, and Munn's Corner road
  relocation. Construction services are required to add a one
  bay addition to the airfield fire station (Bldg P-2065). Work
  will include concrete foundation, structural steel framing,
  HVAC system, lighting, power and all other necessary work.
  Construction services are required to construct a Departure
  Airlift Group Facility. Work includes concrete foundation,
  structural steel framing, HVAC system, motorized doors, lighting,
  power, and all associated pavement and service utilities as
  required. The magnitude of the project is approximately $25,000,000
  to $50,000,000. Duration of the project is 500 calendar days
  from the receipt of the Notice to Proceed. The SIC for this
  project is 1629. The subcontracting plan must be in conformance
  with all aspects of FAR Subpart 19.7, This includes evaluation
  of an offeror's past performance with respect to its allotment
  of work to Small, Small Disadvantaged and Women-Owned Small
  Business concerns. A contract will not be awarded unless and
  until the Contracting Officer has determined ( with advice
  from SBA ) that it's subcontracting plan provides maximum practicable
  opportunities for Small, Small Disadvantage and Women-Owned
  Small Business concerns to participate in contract performance.
  In determing the acceptability of a proposed subcontracting
  plan the Contracting Officer will evaluate all relevant factors
  inclusive of the evaluation of the offeror's past performance
  in awarding subcontracts for the same or similar products or
  services to Small, Small Disadvantaged and Women-Owned Small
  Businesses. Information on past performance of Subcontracting
  Plan Compliance is included in solicitation. The Corps of Engineers
  is responsible for effectively implementing the small business
  programs within 1ts activities including achieving program
  goals. ALso, to ensure the contracting and technical personnel
  maintain knowledge of small, small disadvantaged, and women-owned
  small business program requirements and take all reasonable
  actions to increase pleasure participation in their activities.
  In line with the emphasis on this program the Corps of Engineers,
  New York District is particularly desirous of increasing subcontracting
  oppotunities for small busines concerns, small diadvantaged
  business concerns and women-owned small business concerns.
  You, as a prime contractor, are required to participate in
  this program by soliciting subcontractor bids from such firms.
  A model subcontracting plan will be provided with the plans
  and specifications. We urge to take action to locate competent
  small disadvantaged and women owned small business concerns
  for your subcontracting opportunities in preparing your bid.
  We urge you to request such sources in the vicinity in which
  the work is to be performed. In addition, it is suggested that
  you contact the local SBA Minority Enterprise Development (MED)
  staff to obtain SBA's certified listing of social and economically
  disadvantaged business concerns in the vicinity in which the
  work is to be performed. In the SBA Syracuse office call 315-448-0432,
  in the Buffalo Office call 716-551-4307. Unfavorable evaluation
  will result in denial of award. Plans and specifications will
  be available on or about 06 January 1997, with a bid opening
  date of on or about Friday, 14 February 1997 at 2:00 P.M.,
  New York City, N.Y. time. All requests for plans and specifications
  must be in writing with enclosed check (personal or business)
  or money order payable to "FAO, USA, COE, NED", in the amount
  of six hundred and fifty dollars ($650.00) per set (non-refundable)
  mailed to: US Army corps of Engineers, Contracting Division,
  Room 1843, Attn: Michael McHugh, 26 Federal Plaza, New York,
  NY 10278-0090. Requesting parties should state the solicitation
  number, giving their complete company name, STREET address
  (plans and specs cannot be delivered to P.O. BOXES), telephone
  and facsimile numbers (including area codes). Before sending
  for plans and specs, however, call Mr Jess Arrington at 212-264-0232
  or Mr Michael McHugh at 212-264-5995 as to the availability
  of plans and specs. The Plans and Specifications may also be
  examined at the following locations: this office at 26 Federal
  Plaza, Room 1831, West Point Area Office, Area Engineer, US
  Army Engineer District (NY), Bldg. 667A, West Point, NY 10996-1591,
  Fort Drum Resident Engineer Office, US Army Corps of Engineers,
  NY District, 4890 George Avenue, Fort Drum, NY 13602-5200,
  Brown's Letters, 1167 McBride Avenue, West Paterson, NJ, and
  F.W. Dodge Co., 1633 Broadway, Paramount Plaza Bldg, New York,
  NY. Any technical questions must be in writing and may be faxed
  to 212-264-3013, attention Michael McHugh.
CITE: (I-355 SN014409)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Y--UPGRADE LIFT STATION CONTROLSL
SOL F08651-97-B-0004
DUE 021097
POC Contact SSgt Anthony J. Smith, Contract Specialist, (904)
  882-5628, Ext. 5271, Cecile A. Ramos, Contracting Officer,
  (904) 882-5628
DESC: Eglin AFB has a requirement to Upgrade Lift Station Controls,
  Eglin AFB, FL.  In general, the work under this contract will
  consist of installing a metal building with foundations, removing
  the electrical controls and replacing with new electrical service.
   The new controls will be installed to maintain the pressure
  to the spray fields by cycling the pumps.  The work will be
  located at spray field lift station, Eglin AFB, FL.  Bid opening
  date of 10 Feb 97 is only an estimated date.  Estimated dollar
  range is between $25,000.00 and $100,000.00.  All responsible
  sources may submit a bid which shall be considered by the agency.
   Firms responding should indicate if they are a small business.
   Solicitation packages are available at a $20.00 nonrefundable
  charge.  All requests must be submitted in writing.  Make check/money
  order payable to DFAS/LI, and mail along with your written
  request to AFDTC/PKO, 205 West D Ave, Suite 541, Eglin AFB
  FL 32542-6862.  No telephone requests for solicitation packages
  are acceptable.   
CITE: (W-355 SN014425)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: GSA, PBS, Property Mgmt Div.,Engineering Svcs Br WPMOD,7th
  & D Sts., SW, RM 2634,Washington,DC 20407
SUBJECT: Y--MULTIPLE AWARD TERM CONTRACT
SOL GS-11P-97-MQD-0015
DUE 021097
POC Contact,Michael Vrobel,202/708-7853,Contracting Officer,Michael
  J. Vrobel,2 02/708-7853
DESC: Request for Proposals Notice for Indefinite Delivery/Indefinite
  Quantity Multiple Award Task Order Contract for Construction
  in the National Capital Region (NCR), Washington, DC Metropolitan
  Area, GS11P97MQD0015.  Issue Request for Technical Proposals
  (Phase I):  Receive Technical Proposals:  01/10/97. Issue Request
  for Price Proposals (Phase II):  03/14/97.  Receive Price Proposals:
   02/10/ 97. Estimated Cost Range:  $2,000 - $5,000,000 per
  each task order. Guaranteed Minimum:  $25,000. Anticipated
  Maximum: $6,510,000.  Time for Completion:  365 calendar days
  after award.  Typical task order could contain some or all
  of the following:  Modifications to architectural components
  including but not limited to:  ceilings, walls, floors (including
  access floor systems), roofing systems, millwork, and wall
  coverings.  Work also includes modifications and replacement
  of mechanical systems to include, but not be limited to:  air
  handling units, environmental services, chillers, boilers,
  ductwork systems and accessories, piping systems including
  pumps, HVAC system controls, fire protection sprinkler syst
  ems and accessories, and plumbing equipment/accessories. Work
  also includes electrical systems to include but not be limited
  to: lighting systems, primary and secondary power distribution
  systems, and transformers.  Special competencies will be required
  for any work involving membrane roofing, asbestos abatement,
  PCB removal and/or elevator work.  The Government will award
  up to 5 Indefinite Delivery Indefinite Quantity contracts under
  this solicitation. Each award will be for one year. There will
  also be four additional one year options. The award of a firm-fixed
  price task order will result from Phase II of this solicitation.
  It is anticipated that future projects will be awarded on a
  task order basis to the one contractor (of the five awardees)
  who offers the lowest lump sum price. This is a competitive
  negotiated acquisition. Proposals will be evaluated using a
  Two-Phase process.  Phase I will be technical evaluations;
  Phase II will be f or pricing.  The Government intends to use
  the "greatest value concept" in makin g selections.  The "greatest
  value concept" is a method of evaluating price and other related
  factors specified in the solicitation, with the goal being
  to sele ct the proposal that offers the greatest value to the
  Government in terms of performance and other factors.  Phase
  I, Request for Technical Proposal (RFTP), contains Construction
  Contract Clauses, Labor Standards, Solicitation Provisions,
  Proposal Submittal Requirements and Evaluation Factors. This
  RFTP will be issued on or about 01/10/97.  All requests for
  the RFTP must be in writing.  There will be a Pre-Proposal
  Conference on or about 01/20/97.  Proposals shall be received
  in this office on or about 02/10/97.  Specific date and time
  shall be specifie d in the RFTP. Only one proposal may be submitted
  by each offeror.  There will be a short list of technically
  qualified contractors published in the CBD on or about 03/14/97.
  Offerors should submit proposals that are acceptable without
  add itional explanation of information, as the Government may
  make a final determination regarding a proposal's acceptability
  solely on the basis of the initial pro posal submitted.  The
   Government may proceed to Phase II without discussion.  Ho
  wever, the Government may request additional information from
  offerors that it considers having a reasonable chance of being
  selected to participate in Phase II and may discuss proposals
  with the offerors.  The Government will evaluate Phase I submissions
  to establish those within a "competitive range". Only those
  fir ms within the competitive range will be invited by the
  Government to provide Phase II submissions, consisting of pricing
  (a lump sum price) and any special requirements defined in
  the specifications.  Two factors will be considered:  a technical
  evaluation factor and price.  The elements that make up the
  technical evaluation factor, in order of importance, are: 
  (1) Experience and Past Performance of the Firm, (2) Qualifications
  and Key Personnel, and (3) Management and Technical Approach.
  The price factor is not as important as the technical evaluation
  factor.  As proposals become more equal in technical merits,
  price becomes more important. Phase II, Specifications (Bidding
  Documents) will be available from the General Services Administration
  at no cost. Technical questions should be directed to the Contracting
  Officer, Michael J. Vrobel, at (202) 708-7853, extension 412.
  The proposed procurement listed herein is set aside for small
  business.
CITE: (I-355 SN014459)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA, Forest Service, Lolo National Forest, Attn: Contracting,
  Building 24, Fort Missoula, MT 59804
SUBJECT: Y--ROCK CREEK RESTORATION
SOL R1-16-97-357
DUE 021897
POC Contact Point, Judy Martin, 406/329-3889, Contracting Officer,
  Harlan F. Johnson, 406/329-3950
DESC: The Forest Service requires a stream restoration construction
  firm to provide personnel, equipment, and materials for stream
  channel stabilization and fish habitat improvement on Rock
  Creek, Missoula Ranger District, Missoula County, Montana.
  The work period will be approximately July 7, 1997 through
  September 30, 1997. Proposals are due February 18, 1997. Contract
  time is 85 calendar days. Estimated price range is S250,000
  to S500,000. All responsible sources may submit an offer which
  will be considered.
CITE: (I-358 SN014724)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: VA MEDICAL CENTER, 3350 LA JOLLA VILLAGE DRIVE, SAN DIEGO,
  CA 92161
SUBJECT: Y--DESIGN-BUILD ANGIOGRAPHY SUITE
SOL RFP 664-097-97:RC
DUE 020797
POC Robert L. Capers Jr., Contracting Officer (619)552-4348
DESC: The VA San Diego Healthcare System-San Diego, CA has a
  requirement to renovate existing space into an Angiography
  Suite for the installation of PHILIPS INTEGRIS V3000 equipment.
  This project will require a Design-Build Contractor to provide,
  but not limited to the following: Surveys, evaluations, design
  developments, working drawings, technical specifications, schedules,
  labor, materials and equipment to accomplish site preparation
  for the installation of the PHILIPS INTEGRIS V3000 EQUIPMENT.
  The work shall include renovating and converting 15 existing
  rooms into an Angiograph Suite with adequate space to provide
  the following functions: Procedures area, Control area, Scrub
  area, Equipment room, Patient holding area, Reading area, Dark
  room, Storage, Toilet room and Clinical engineering workspace.
  Time for completion of this project is 180 calendar days after
  receipt of Notice To Proceed. The SIC code for this project
  is 1542. The government estimated range for this project is
  $250,000 to $500,000. The approximate Acquisition and Project
  schedule is as follows: Proposal issue date: January 8, 1997;
  Pre-Proposal Conference/Site Visit: January 22, 1997, Conference
  Room B 1558; RFP 664-097-97:RC Due: February 7, 1997 at 4:00pm
  local time in Acquisition & Materiel Management Room 1562;
  All qualified contractors may request a copy of the solicitation.
  Request for solicitation documents must be submitted in writing
  or via FAX to the attention of Robert Capers at (619)552-7483.
  Requestors should reference Solicitation Number RFP 664-097-97:RC,
  firm name and address, telephone and FAX number and name of
  requestor. Telephone requests for the solicitation WILL NOT
  be accepted.
CITE: (I-358 SN014743)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Y--HOUSING OFFICE AND COMMUNITY CENTER, FY96 PROJECT
  H-351/H-352, MARINE CORPS BASE, CAMP PENDLETON, CALIFORNIA
SOL N68711-96-R-2320
DUE 021397
POC For Plans and Specs info call 619-532-2082/Contract Specialist,
  Lisa Crawford/Contracting Officer, Vickie Ball.
DESC: Sources sought to design and construct a 3,770 sf Housing
  Office and a 8,000 sf Community Center, both in the Wire Mountain
  Housing area. Also included is field investigations, site improvements
  and utility services. Scope of work includes design, construction,
  inspection of all structures, utilities, roads, walks, landscaping
  and alll other required improvements, both on and off site,
  necessary to provide facilities complete and ready for use.--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: Factor
  1 (Price) and Factor 2 (Technical) which are weighted approximately
  equal. Within the "Technical" factor, the following subfactors
  are listed in order of importance: Subfactor "1" Design Quality,
  Subfactor "2" Past Performance and Qualifications, Subfactor
  "3" Quality, Durability, and Energy Efficiency of Proposed
  Material, Including Recycling, Subfactor "4" Subcontracting
  Effort. A preproposal conference is set for 23 January 1997
  at 1:00 p.m. local time at Southwest Division Naval Facilities
  Engineering Command, 1220 Pacific Hwy., San Diego, CA. Participants
  must reserve seating a minimum of two (2) days in advance of
  the conference date by contacting Lisa Crawford at (619) 532-3671.--This
  is not a public bid opening.--The estimated cost is between
  $1,000,000 to $5,000,000.--Firm Fixed Price Construction Contract.Bids
  will be considered from all responsible sources.--This project
  is unrestricted.--The Standard Industrial Code is 1521 and
  the annual size standard is $17 million.--It is recommended
  the subcontracting plan goals reflect a minimum goal of 5%
  for Small Disadvantaged Business Subcontracting Efforts.--NOTE:
  Plans and specs will not be mailed to firms within a 20 mile
  radius of the issuing office.--Solicitation packages may be
  acquired in person from Plan Issue or by mail.--Telephone requests
  will not be accepted.--Requests for the solicitation package
  must be in writing stating RFP number N68711-96-R-2320, with
  complete name, address, area code and phone number and whether
  bidding as a prime/subcontractor/supplier. There is a charge
  for plans and specs of $15.00 per set.---Checks are to be made
  out to DEFENSE PRINTING SERVICE.---FEES ARE NOT REFUNDABLE--Mail
  requests to Southwest Division, Naval Facilities Engineering
  Command (Plan Issue), 1220 Pacific Highway, Bldg. 132, San
  Diego, CA 92132-5187, 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.--Plans
  and specifications will be available on or about 13 January
  1997.
CITE: (I-358 SN014745)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DVA Medical Center West Los Angeles, 11301 Wilshire Blvd,
  Los Angeles, CA 90073
SUBJECT: Y--CONSTRUCTION OF STRUCTURES AND FACILITIES
SOL IFB 691-30-97
DUE 021197
POC Robert E. Kedney, Contracting Officer, (310) 268-2774
DESC: The VA Medical Center 11301 Wilshire Blvd. (90C REK) Los
  Angeles intends to construct a New Laundry Building under Project
  Number 691-202. The work involves the construction of a tilt-up
  structure of approximately 45,600 sq. ft. in accordance with
  the required drawings and specifications. Completion time is
  365 calendar days from the Notice To Proceed. The price range
  of this project is between $2,000,000.00 and $5,000,000.00.
  This is a non-set aside project. Vendors interested in receiving
  a solicitation package are to contact Robert E. Kedney, Contract
  Specialist, at (310) 478-3711, Ext 42774. There is a non-refundable
  deposit of $100.00 to receive a copy of the drawings and specifications.
  The solicitation is to be issued on or about 10 Jan. 97. Synopsis
  #3
CITE: (I-358 SN014748)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe
  Avenue, Savannah, GA 31401
SUBJECT: Y--SOF SUPPORT BATTALION COMPLEX - FORT BRAGG, NC
SOL DACA21-97-B-0019
DUE 021097
POC David Reveley (Technical Questions) 912/652-5764 Linda Elliott
  (Contractual Questions) 912/652-5076.
DESC: Description of work: Construct a new Organizational Direct
  Support (DS) Maintenance Facility, Supply and Medical Warehouse,
  and two Company Operations Facilities to include intrusion
  detection systems, fire detection and protection systems. The
  DS Maintenance Facility will include a vehicle maintenance
  shop, oil storage building, deployment storage shop, hardstands
  and organizational vehicle parking. Supporting facilities include
  non-organization vehicle parking, sidewalks, curbs, gutters,
  storm drainage erosion control, utility services, landscaping,
  and information systems. Heating and air conditioning (100
  kw) will be provided by a self-contained system. Network Analysis
  System will be required. Estimated cost range of project is
  from $10,000,000 to $25,000,000. Charge for solicitation documents
  is $85. Make check payable to F&A Officer. Solicitation documents
  will be available January 10, 1997 (approx.). In order to receive
  documents in a timely manner, requests should be received by
  December 31, 1996. This solicitation is issued on an unrestricted
  basis pursuant to the "Business Opportunity Development Reform
  Act of 1988" (Public Law 100-656). Only written requests for
  plans and specifications will be accepted. State area code,
  telephone number, street address and nine-digit zip code. Plans
  and specifications are available Monday through Friday, 8:30
  A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia
  31401-3640.
CITE: (I-358 SN014755)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDI, El Malpais National Monument, P.O. Box 939, 123
  E. Roosevelt, Grants, New Mexico 87020
SUBJECT: Y--GENERAL CONSTRUCTION OF TWO--2 BEDROOM RESIDENTIAL
  DUPLEXES, CHACO CULTURE NATIONAL HISTORICAL PARK, BLOOMFIELD,
  NEW MEXICO
SOL 1443IB127097002
DUE 022097
POC Trish Fresquez-Hernandez, Contract Specialist, (505) 285-4641,
  extension 11, Contracting Officer--James Clark, (303) 969-2755.
DESC: General construction of two--2 bedroom residential duplexes,
  to be constructed either on site or as a pre-manufactured modular
  system. The duplexes shall be set on a crawl-space type foundation
  with attached double garage. Water, sewer, power, gas, telephone,
  and cable TV are connected to existing main lines. Earthwork,
  grading, walks, ramps, decks, driveway aprons, and roads are
  part of the work. The site is located at Chaco Culture National
  Historical Park, approximately 52 miles southeast of Bloomfield,
  New Mexico, San Juan County. The estimated price range is between
  $100,000.00 and $1,000,000.00. Written or facsimile requests
  for copies of the solicitation   are preferred. FAX: (505)
  285-5661.
CITE: (M-358 SN014899)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: 6 CONS/LGCC, 2606 Brown Pelican Ave., MacDill AFB, FL
  33621-5000
SUBJECT: Y--IDIQ, REPAIR ROOFS BASEWIDE, MACDILL AFB, FL
SOL F08602-97-BA002
DUE 021197
POC Mr. Kenneth R. Huckins, Contract Specialist, (813) 828-3815,
  Ext. 330; Ms. Debra Parent, Contracting Officer, (813) 828-3815,
  Ext. 346.
DESC: Indefinite Delivery Indefinite Quantity (IDIQ) contract
  consists of furnishing all labor, equipment, materials and
  performing all operations in connection with repairing roofs
  using an IDIQ contract. The contract consists of individual
  delivery orders issued to include work for buildings and military
  family housing, located at MacDill AFB and Avon Park, AFR,
  FL. The work includes flashing, gravel stops, gutter and downspouts,
  expansion joints, complete roof replacement, partial roof replacement,
  repairing and patching existing roofs. Types of roofs include
  built-up, single-ply membrane (i.e., elastometric), modified
  bitumen, standing seam, corrugated metal and shingle.   Roof
  decks may be concrete, metal, or wood. Line item prices and
  quantities will determine the amount of each delivery order.
  The contract will consist of a base year plus four option years.
  The estimated minimum contract amount is estimated at $350,000.00
  for the base year only and the maximum contract amount is estimated
  at $2,000,000.00 for the base year and each option year, if
  exercised. The projected monetary range for a delivery order
  is $10,000.00 minimum and $600,000.00 maximum. The proposed
  contract listed here is listed as unrestricted, therefore,
  replies to this notice are requested from all business concerns.
  TELEPHONIC REQUESTS FOR BID PACKAGES WILL NOT BE ACCEPTED,
    make your written request to the address above or telefax
  to (813) 828-3667. Your written request must include: solicitation
  number, company name, address, point of contact, telephone/FAX
  number and business size (i.e., large, small, SDB).
CITE: (M-358 SN014917)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--T58-16 AIRCRAFT ENGINE TEST CELL RETROFIT, MARINE
  CORPS AIR STATION, CAMP PENDLETON, CA
SOL N68711-95-R-7579
DUE 022497
POC For plans and specs information call (619) 532-2796/Contract
  Specialist, Mike Larson/Contracting Officer, Katherine G. Luhmann.
DESC: Sources sought to design, engineer and construct modifications
  to an existing T-76 Aircraft Test Cell to enable the test cell
  to be used to test T58-16 turboshaft aircraft engines at the
  Marine Corps Air Station, Camp Pendleton, California. The project
  includes design and construction of air dynamometer and engine
  augmenters, diked fuel skid area, various repairs and modifications,
  and finish rehabilitation to the existing test cell. 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 have been established: Factor (1) Past performance
  of the design/build team to include the following subfactors:
  (1.1) The number of projects, with scope, magnitude, complexity
  and cost similar to the requirements in this RFP, completed
  in the last ten years. Evaluation will include the number of
  projects completed by the firms comprising the team, individually,
  and the design/build team as a whole, and the change order
  rate, demonstrating the proposer's capability to successfully
  complete on time a project of similar scope and complexity
  of this requirement. (1.2) Experience of the prime contractor
  in the scheduling of the work and the management of the design
  and construction of the proposed project to meet a specified
  time frame. Evaluation will be based on the ability and experience
  of the prime contractor to manage design and construction and
  schedule work at the construction site. (1.3) Offeror's reputation
  for satisfying its customers by delivering quality work in
  a timely manner at a reasonable price. Includes an offeror's
  reputation for integrity, reasonable and cooperative conduct,
  effectiveness of management, and commitment to customer satisfaction.
  Information obtained from the offeror and from other sources,
  including past and present customers, federal, state, and local
  government agencies, will be considered. Factor (2) Relevant
  design and construction experience to include the following
  subfactors: (2.1) Professional qualifications and experience
  of the proposer and their key design staff in the design and
  construction of engine test cells to include the design and
  construction of test cells and hush houses and/or projects
  of similar scope and complexity in both the public and private
  sectors. (2.2) Professional qualifications and experience of
  the proposer and their key design staff in the design and construction
  of structural steel components to include successful design
  and construction of structural steel members in projects of
  similar complexity. (2.3) Professional qualifications and experience
  of the proposer and their key design staff with sound reduction
  to include successful design and construction of sound reduction
  components (doors, windows, panels and enclosures). (2.4) Professional
  qualifications and experience of the proposer and their key
  design staff in the design and construction of fire protection
  systems. (2.5) Professional qualifications and experience of
  the proposer and their key design staff with foundations to
  include successful design and construction of foundations in
  projects of similar complexity. (2.6) Professional qualifications
  and experience of the proposer and their key design staff with
  small cranes (trolley and chain hoist) to include successful
  design and construction of small crane systems. Factor (3)
  Project management, quality control and safety to include the
  following subfactors: (3.1) Adequate experience and qualifications
  of key managment and personnel to perform their assigned responsibilities
  effectively. Experience in coordinating interdisciplinary engineering
  and construction skills/personnel by demonstrating the capability
  to successfully complete on time a project of similar scope
  and complexity of this requirement. (3.2) Management control
  system to include how the project design and construction process
  will be managed, the ability to effectively coordinate architectural
  and engineering professionals, trade subcontractors and construction
  team effort, and the ability to manage the design process including
  the level of details required for proper documentation of drawings
  and specifications. Evaluation will include management techniques,
  organization an software to be used to track and control activities,
  including schedule and cost, that clearly demonstrate workability
  and conformance with the specifications. (3.3) Quality control
  system to include the controls necessary to ensure quality
  throughout the design to construction process to completion,
  and the credentials and commendations of the Quality Control
  Inspector to be used on this project. (3.4) Safety control
  procedures to include the steps proposed to promote and ensure
  safety during the construction of the turboshaft test cell,
  the offerors operations safety and incident rate for the last
  five years, the offerors last three Interstate Modifier Rate
  (IMR) for the offerors insurance, and attention and familiarity
  with OSHA standards and environmental regulations. Factor (4)
  Subcontracting effort with the following subfactors: (4.1)
  Extent to which small and small disadvantaged firms are specifically
  identified in the proposal. Evaluation will include the complexity
  and variety of the work small and small disadvantaged firms
  are to perform, extent of commitment to use small and small
  disadvantaged firms, realism of the proposal for use of small
  and small disadvantaged firms, and the extent of participation
  of small and small disadvantaged firms in terms of the value
  of the total acquisition. (4.2) Prior performance of offerors
  in complying with requirements of the clauses at FAR 52.219-8,
  Utilization of Small Business Concerns and Small Disadvantaged
  Business Concerns, and 52.219-9, Small Business and Small Disadvantaged
  Business Subcontracting Plan. A pre-proposal conference shall
  be held on February 11, 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 Kathy Luhmann at (619) 532-2796.
  This is not a public bid opening. The estimated cost is between
  $1,000,000 and $2,000,000. 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 reflect a
  minimum goal of 5% for Small Disadvantaged Business subcontracting
  efforts. Potential offerors should request in writing stating
  RFP number N68711-95-R-7579, with complete name, address, area
  code, and phone number and whether proposing as a prime/subcontract/supplier.
  There will be a charge for plans and specifications. This amount
  will be determined before RFP's are availble. Checks are to
  be made out to DEFENSE PRINTING SERVICE. PRINTING FEES ARE
  NOT REFUNDABLE. Mail requests to Southwest Division, Naval
  Facilities Engineering Command, 1220 Pacific Highway, Building
  132, San Diego, CA 92132-5187. Please fax requests to (619)
  532-2083; however, requests will not be proecessing until your
  check has been received by this office. Submit one (1) check
  per project. Solicitation packages are limited to two (2) per
  prime contractor and (1) per subcontractor/supplier.
CITE: (I-358 SN014935)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Eng. Mahmoud El-Sringawy, Chairman, An action for the
  USAID program
SUBJECT: Y--PREQUALIFICATION QUESTIONNAIRE - CONSTRUCTION AND
  REHABILITATION OF WATER AND WASTEWATER SYSTEMS
SOL N/A
POC Contact Point: Mr. Robert Hurdle, Camp Dresser & McKee International,
  Inc. (CDM), 10 Cambridge Center, Cambridge MA, 02142. Tel.
  No. (617) 252-8000, Fax (617)577-7504, E-mail address: hurdlerl@cdm.com.
DESC: Eng. Mahmoud El-Sringawy, Chairman, National Organization
  for Potable Water and Sanitary Drainage (NOPWASD), 96, Ahmed
  Orabi Street, Sahafieen, Cairo, Egypt. The National Organization
  for Potable Water and Sanitary Drainage (NOPWASD) of Cairo,
  Egypt, invites expressions of interest and submission of prequalification
  questionnaire from U.S. Construction Services firms who can
  demonstrate extensive experience and capability in construction
  of water and wastewater services under its Secondary Cities
  project, for the purpose of developing a shortlist. The project
  comprises the construction and rehabilitation of wastewater
  and water treatment and auxiliary facilities, pump stations,
  trunk sewers, force mains, water transmission and distribution
  piping, ground and elevated storage facilities and potential
  follow on work to augment and extend the existing water/wastewater
  systems in the six cities of Mansoura, Nuweiba, Luxor, Kom
  Ombo, Darawo, and Nasr City. Five separate Fixed Price Host
  Country Contracts with NOPWASD are anticipated. Bidders may
  qualify for one, two or all contracts. Award will be made to
  the lowest responsive responsible bidder. Payment will be made
  in both US Dollars and Egyptian Pounds. The United States Agency
  for International Development (USAID) will finance the US Dollar
  portion through a direct letter of commitment under project
  no. 263-0236, Secondary Cities. Financing of the LE portion
  will be made by NOPWASD. Funds for this procurement are not
  currently available, however, they are anticipated to be available
  shortly. Issuance of this request does not constitute an award
  commitment on the part of the NOPWASD or USAID, nor does it
  commit NOPWASD or USAID to pay for costs incurred in the preparation
  or submission of any information. It is a requirement that
  all bidders comply with USAID geographic code 000 (USA) pursuant
  to applicable nationality, source and origin regulations as
  defined in USAID Automated Directives System, Chapter 310 and
  supplemental references. Construction services firms will be
  evaluated in accordance with the evaluation criteria found
  in the Prequalification Package clause IP-3 listed in descending
  order of importance and in reference to USAID Automated Directives
  System, section E305.5.2b and Supplementary Reference in USAID
  Handbook 11, Chap.2, section 3.5. Construction services firms
  are expected to demonstrate the following information, which
  will be used for evaluation process: (1) extensive experience
  and capability in similar types of civil, mechanical and electrical
  construction work, (2) similar services and work experience
  within the past five years in the Middle East and/or Egypt
  and/or similar developing country environment, (3) satisfactory
  completion on schedule of large water/wastewater projects,
  (4) a history of satisfactory bonding capacity, and (5) the
  net current assets or available working capital that will be
  sufficient, in the judgement of NOPWASD and USAID to satisfactorily
  execute the contract and to meet all financial obligations
  incurred. The firm's current financial statement and an affirmative
  statement that the firm can meet USAID's nationality and source
  regulations must also be submitted. Copies of interested firm's
  brochures and annual reports may also be of value in presenting
  the firm's qualification. If a joint venture seeks prequalifications,
  qualification information must be supplied with respect to
  all firms in the joint venture. Firm's data will be verified.
  It is anticipated that the successful bidder(s) will sign a
  fixed price host country contract(s) with NOPWASD to provide
  construction services subject to availability of funds. Interested
  bidders must request a copy of the Prequalification questionnaire
  and additional information in writing from the following address:
  Mr. Robert Hurdle, Camp Dresser & McKee International, Inc.
  (CDM), 10 Cambridge Center, Cambridge MA, 02142. Telefaxed
  requests to (617) 577-7504 will be accepted. Telephone requests
  will not be considered. Due date for submittal of the completed
  questionnaire will be specified in the Prequalification Questionnaire.
  Additional information submitted after that date may be rejected.
  NOPWASD will establish a short list of qualified bidders who
  will be permitted to submit bids for the contract(s). The Invitation
  For Bids (IFB) is expected to be available for distribution
  to qualified firms approximately in March 1997. Bidders will
  be allowed sixty days from the date of issuance of the IFB
  to prepare and submit their bids. Mobilization of the first
  contractor is expected in October 97 and the overall project
  completion should be in October 2001. The Government of the
  Arab Republic of Egypt and the Agency for International Development
  encourage and welcome in this activity the participation to
  the fullest extent possible, of minorities and women both as
  individuals and as members of contracting or sub-contracting
  firms. In this respect, it is anticipated that the prime contractor
  will make every practicable use of such personnel and firms.
  "This CBD notice can be viewed and downloaded using the Agency
  Gopher. The Gopher address is GOPHER.INFO.USAID.GOV. Select
  USAID Procurement and Business Opportunities from the Gopher
  menu. Logon on using the user identification of "anonymous"
  and the password is your e-mail address. It is the responsibility
  of the recipient of this announcement to ensure that it has
  been received from the INTERNET in its entirety and USAID bears
  no responsibility for data errors resulting from transmission
  or conversion processes."
CITE: (I-358 SN014976)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: National Park Service, Denver Service Center, P.O. Box
  25287 DSC-CA, Denver, CO 80225-0287
SUBJECT: Y--MAINTENANCE FACILITY, SAINT GAUDENS NATIONAL HISTORIC
  SITE, SULLIVAN COUNTY, NEW HAMPSHIRE, SAGA-121
SOL 1443IB450097904
DUE 021397
POC Construction Contracts, 303/987-6744
DESC: The work of this contract consists of the general construction
  of a maintenance building including greenhouse and workshop
  and mechanical and electrical and associated site development
  work consisting of clearing and grubbing, earthwork, roadwork,
  fencing, utilities, site walls, and landscaping.-- Estimated
  price range, $500,000 to $1,000,000.--Time for completion,
  180 calendar days.--Bid opening date is approximate; actual
  date will be established at the time bidding documents are
  available.--All responsible sources may submit a bid which
  will be considered.
EMAILADD: contracts_dsc@nps.gov
EMAILDESC: 
CITE: (D-358 SN015006)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NASA/Goddard Space Flight Center, Wallops Flight Facility,
  Code 218, Wallops Island, VA 23337
SUBJECT: Z--REPAIR OF SECONDARY ELECTRICAL SYSTEMS
SOL RFO5-01382/614
DUE 020697
POC James L. Mitchell, Contracting Officer, 804-824-1067, james.l.mitchell.1@gsfc.nasa.gov.
DESC: The Contractor shall furnish services and materials for
  Repair of Secondary Electrical Systems in Buildings A-1, E-7,
  D-2, D-10, D-49, D-101, F-2, F-3, F-4, F-5, F-6, F-19, M-9,
  M-10, M-11, M-12, M-14, M-15, N-163, N-169, W-100; and the
  construction of an enclosure for the existing Main Switching
  Station, N-130. 1 job. Deliveries to Wallops Island, VA. Services
  are to be completed within 365 days of date of notice to proceed.
  The estimated cost ranges between $250,000 and $500,000. Bid
  packages containing specifications are available at a nonrefundable
  cost of $100.00. Requests are to be forwarded to: NASA/GSFC,
  James L. Mitchell, Code 218, Wallops Flight Facility, Wallops
  Island, VA 23337. Payment must be made in the form of a company
  or certified check or money order only which must accompany
  the request. No personal checks or cash will be accepted. Checks
  shall be made payable to the National Aeronautics and Space
  Administration. This procurement is being conducted under NASA's
  MidRange Procurement Program. All responsible sources may submit
  a bid which will be considered. This synopsis is also an intent
  to synopsize the pre-solicitation notice. No telephone requests
  accepted. Collect calls not accepted. Electronic versions of
  the documents will be provided on the World Wide Web at http://genesis.gsfc.nasa.gov/procure.htm,
  and by anonymous ftp to genesis.gsfc.nasa.gov/public/web/solicita.
CITE: (I-355 SN014411)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: AETC CONS/LGCR  550 D Street East Ste 08 Randolph AFB
  TX 78150-4434
SUBJECT: Z--ALTERATION TO DOD COMMISSARY ON MCGUIRE AFB NJ
SOL F41689-97-R-0012
DUE 021097
POC DAVID HOOKER, tel. (210) 652-2491/4020
DESC: Contractor will be responsible for providing all materials
  and labor to completely install a refrigeration system, including
  refrigerated display cases, unit coolers, walk-in boxes, and
  any other components and technical items necessary to provide
  a workable and reliable commissary refrigeration system.  This
  includes making corrections of known and unknown existing deficiencies.
   The estimated cost of construction is between $100,000 and
  $250,000.  Time for project completion is approximately 75
  days.  This procurement is unrestricted, and all responsible
  sources may submit a proposal which the government will consider.
   The RFP will be available on or about January 10, 1997.  The
  anticipated closing date is February 10, 1997.  Requests for
  the solicitation shall be in writing to the address above or
  to Fax # (210) 652-2737.
EMAILADD: hookerd@rndgate1.aetc.af.mil
EMAILDESC: 
CITE: (W-355 SN014423)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--REROOFING OF SIX BUILDINGS ON GEORGIA AVENUE
SOL F08651-97-B-0007
DUE 021097
POC Contact SSgt Anthony J. Smith, Contract Specialist, (904)
  882-5628, Ext. 5271, Cecile A. Ramos, Contracting Officer,
  (904) 882-5628
DESC: Eglin AFB has a requirement to Reroofing Six Buildings
  on Georgia Avenue, Eglin AFB, FL.  In general, the work under
  this contract will consist of furnishing all plant, labor,
  materials, and equipment, and perform all operations in connection
  with replacing existing roof structures on five Military Family
  Housing Units in the Georgia Avenue housing area, including
  one detached garage. In addition, the contractor shall provide,
  at no additional cost to the government, a minimum of one chemical
  latrine per 12 workmen.  The latrine(s) shall be at the job
  site for the duration of the contract performance period. 
  The latrine(s) shall be serviced as often as required for sanitary
  conditions but in no case shall servicing be less than one
  per week. Servicing shall comply with all applicable federal,
  state and local laws, ordinances and regulations pertaining
  thereto.  The latrine waste shall be disposed of legally off
  government lands.  Bid opening date of 10 Feb 97 is only an
  estimated date.  Estimated dollar range is between $25,000.00
  and $100,000.00.  All responsible sources may submit a bid
  which shall be considered by the agency.  Firms responding
  should indicate if they are a small business.  Solicitation
  packages are available at a $20.00 nonrefundable charge.  All
  requests must be submitted in writing.  Make check/money order
  payable to DFAS/LI, and mail along with your written request
  to AFDTC/PKO, 205 West D Ave, Suite 541, Eglin AFB FL 32542-6862.
   No telephone requests for solicitation packages are acceptable.
CITE: (W-355 SN014431)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--REPAIR/REPLACE GENERATOR TANKS
SOL F08651-97-B-0006
DUE 021197
POC Contact SSgt Anthony J. Smith, Contract Specialist, (904)
  882-5628, Ext. 5271, Cecile A. Ramos, Contracting Officer,
  (904) 882-5628
DESC: Eglin AFB has a requirement to Repair/Replace Generator
  Tanks, Eglin AFB, FL.  In general, the work under this contract
  will consist of removing 22 each underground diesel fuel tanks
  and any contaminated soil encountered, cleaning and cutting
  up the tanks, transporting the contaminated soil to a site
  on base, returning the site to its original condition, and
  complying with all federal and state tank closure assessment
  requirements including reports and notifications.  The Contractor
  shall also install five each underground double wall tanks
  and 16 each above ground concrete encased tanks.  Contractor
  shall install new piping both double wall underground and single
  wall above ground to connect the new tanks to the existing
  emergency generator systems.  The work shall be located at
  various facilities on Eglin AFB and prospective bidders are
  expected to visit the areas of work to verify all conditions
  and dimensions.  Bid opening date of 11 Feb 97 is only an estimated
  date.  Estimated dollar range is between $25,000.00 and $100,000.00.
   All responsible sources may submit a bid which shall be considered
  by the agency.  Firms responding should indicate if they are
  a small business.  Solicitation packages are available at a
  $20.00 nonrefundable charge.  All requests must be submitted
  in writing.  Make check/money order payable to DFAS/LI, and
  mail along with your written request to AFDTC/PKO, 205 West
  D Ave, Suite 541, Eglin AFB FL 32542-6862.  No telephone requests
  for solicitation packages are acceptable.
CITE: (W-355 SN014433)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 4th Contracting Squadron, 4 CONS/LGC, 1695 Wright Ave,
  Seymour Johnson AFB, NC 27531-2459
SUBJECT: Z--ADD TO BLDG & PARKING, BLDG 2155
SOL F31610-97-B0002
DUE 021397
POC A1C Maripet Short, (919) 736-6547 ext 256
DESC: This solicitation will be issued on an unrestrictive basis
  in accordance with DOD FAR Clause 252.219-7008.  Replies are
  requested from all concerns as well as from large business
  concerns.  The magnitude of this project is between $250,000
  and $500,000.  Work includes but is not limited to the following:
   construction of an approximately 2,040 SF metal building
  systems building with a complete mechanical and electrical
  systems at Seymour Johnson AFB, NC.  Solicitation will be
  available on or about 14 Jan 97.  The performance period is
  approximately 210 calendar days. Requests for solicitation
  packages must be in writing and must include a 9 digit zip
  code, available at your local post office.  Fax requests will
  be accepted at (919)705-2984.  Bid opening date will be on
  or about 13 Feb 97.    
CITE: (W-358 SN014647)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--REPAIR AIR COMBAT COMMAND (ACC) RAMP, EGLIN AFB FL
SOL F08651-97-B-0045
POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270;
  Cecile Ramos, Contracting Officer
DESC: Presolicitation Notice.  Repair Air Combat Command (ACC)
  Ramp, Eglin AFB FL.   Estimated bid opening date is 21 Feb
  97.  Project will be to repair the asphalt skirt surrounding
  the ACC ramp.  Construction work consists of  removing 6" of
  existing asphalt and sand asphalt and 6" of subbase and sand
  asphalt for a total excavation of 12"; installing aggregate
  base, 6" PCC pavement with dowels at expansion joints and construction
  joints.  Estimated dollar range is between $500,000 and $1M.
   All responsible sources may submit a bid which shall be considered
  by the agency.  Firms responding should indicate if they are
  a small business.  Bid packages may be obtained for a nonrefundable
  $20.00 charge by submitting a written request to AFDTC/PKOO,
  205 West D Ave., Suite 541, Eglin AFB FL 32542-6862.  Make
  check or money order payable to DFAS-LI, DSSN 6671.  No phone
  calls for bid packages will be accepted.  
CITE: (W-358 SN014666)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--REROOFING OF 150 BUILDINGS IN PLEW RESIDENTIAL PARK,
  EGLIN AFB FL
SOL F08651-97-B-0043
POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270;
  Cecile A. Ramos, Contracting Officer
DESC: Reroofing of 150 Buildings in Plew Residential Park, Eglin
  AFB FL.  Estimated bid opening date is 19 Feb 97.  Presolicitation
  Notice has been issued.  Construction work consists of removing
  and replacing existing asphalt shingle roofing, metal flashing,
  aluminum gutters and downspouts, roof sheathing, framing, etc.,
   on one-story military family housing units.  Estimated dollar
  range is between $500,000 and $1M.  All responsible sources
  may submit a bid which shall be considered by the agency. 
  Firms responding should indicate if they are a small business.
   Bid packages may be obtained for a nonrefundable $20.00 charge
  by submitting a written request to AFDTC/PKOO, 205 West D Ave.,
  Suite 541, Eglin AFB FL 32542-6862.  Make check or money order
  payable to DFAS-LI, DSSN 6671.  No phone calls for bid packages
  will be accepted. 
CITE: (W-358 SN014667)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--REROOFING OF 100 BUILDINGS IN PLEW RESIDENTIAL PARK,
  EGLIN AFB FL
SOL F08651-97-B-0042
POC Sheila Kingman, Contract Specialist, 904/882-5628, Ext. 5270;
  Cecile Ramos, Contracting Officer
DESC: Reroofing of 100 Buildings in Plew Residential Park, Eglin
  AFB FL.  Estimated bid opening date is 19 Feb 97.  Presolicitation
  Notice has been issued.  Construction work consists of removing
  and replacing existing asphalt shingle roofing, metal flashing,
  aluminum gutters and downspouts, roof sheathing, framing, chimneys,
  etc., on 296 military family housing units.  Estimated dollar
  range is between $500,000 and $1M.  All responsible sources
  may submit a bid which shall be considered by the agency. 
  Firms responding should indicate if they are a small business.
   Bid packages may be obtained for a nonrefundable $20.00 charge
  by submitting a written request to AFDTC/PKOO, 205 West D Ave.,
  Suite 541, Eglin AFB FL 32542-6862.  Make check or money order
  payable to DFAS-LI, DSSN 6671.  No phone calls for bid packages
  will be accepted. 
CITE: (W-358 SN014668)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 89th Contracting Squadron/LGCV, 1419 Menoher Drive, Andrews
  AFB MD 20762-6500
SUBJECT: Z--SNOW REMOVAL
SOL FA4416-97-T1111
DUE 101897
POC Contact Point, Point of Contact: Jennifer LaChance, All responses
  to this synopsis must be in writing.  Telefax responses welcome
  at 301-981-1910
DESC: This is a combined synopsis/Request for Quotation (RFQ)
  for commercial items prepared in 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.  This acquisition is a 100% small business set-aside.
   Delivery shall be FOB Destination to Summerfield Military
  Family Housing, Landover MD. Responses to this RFQ must be
  received by 08 Jan 97 at 2:00 pm. Delivery and Finance addresses
  will be provided upon award. Offerors are required to document
  past performance suitably and provide opportunity for verification.
  Award will be made to the lowest responsible offeror. SPECIFICATIONS/STATEMENT
  OF WORK:  The contractor shall furnish all plant, labor, equipment,
  transportation, tools, materials, personnel and supervision
  to perform all operations necessary to remove snow and ice
  from Summerfield Military Family Housing Facility, Landover,
  MD, as directed by the contracting officer or facility manager.
   SNOW REMOVAL:  When directed by the housing facility manager,
  the contractor shall remove snow and ice from streets and common
  area sidewalks to that they are safe for vehicular and pedestrian
  traffic and from all building entrances and exits, including
  common stairways, so they allow safe and ready access.  ROADS/ROADWAYS:
   The contractor shall be responsible for the following roadways
  and parking areas:  Atlee Drive, Harrod's Way, Catesby Court,
  Caslon Way, Bain Drive, Stretford Court, Romford Drive, Warley
  Drive, Tweed Court, Reading Terrace, and Tayside Way.  Prince
  George's County owns and is responsible for the snow and ice
  removal of the publicly dedicated rights-of-ways which include
  Summerfield Boulevard, Fieldstone Way including the circle,
  Ridgefield Boulevard including the traffic circle, Chatsfield
  Way including the Traffic circle, and Valleytrail Lane.  PARKING
  AREAS:  The contractor shall fully clear parking areas for
  the community center, meeting rooms and maintenance management
  buildings, and other parking areas to the fullest extend possible
  allowing for tenants vehicles.  RESPONSE TIME:  The contractor
  shall respond with all crews and equipment on-site and ready
  to work within two hours of notice.  The contractor shall continue
  to clear areas of ice and snow until after completion of the
  snowfall.  The contractor shall continue his operations until
  all areas are clear and free of snow and ice after the snow
  and ice fall ends.  SALT AND SAND PAVEMENTS:  The contractor
  shall sand and salt pavements as directed by the contracting
  officer or facility manager. INSURANCE:  The contractor shall
  show proof of liability and property damage insurance in the
  amounts required by the state of Maryland.  PERFORMANCE PERIOD:
   O/A 10Jan97-31 Mar 97.  A site visit is scheduled for 6 Jan
  at 9:00 am the following provisions apply to this acquisition:
   FAR 52.212-1, Instructions of Offerors - Commercial Items;
  FAR 52.212-3, Offeror Representations and Certifications-Commercial
  Items; FAR 52.212-4,  Contract Terms and Conditions Commercial
  Items.  All inquiries and concerns must be addressed in writing.
  Facsimile request and proposals will be accepted.  No collect
  calls will be accepted.  BID SCHEDULE: Line Item 0001:  less
  than 3 inches, estimated qty; 60 hours, Unit Price: $________
  Amount $__________. Line Item 0002:  3-6 inches, estimated
  qty: 80 hours, Unit Price: $__________ Amount $__________.
  Line Item 0003:  more than 6 inches, estimated qty 80 hours,
  Unit Price $__________ Amount $__________. Line Items 0004:
   salt and sand pavements, estimated qty 1000 square yards,
  Unit Price $__________ Amount $__________ Total $__________.
CITE: (I-358 SN014720)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of Veterans Affairs Medical Center, 2400 Hospital
  Road, Tuskegee, AL 36083-5001
SUBJECT: Z--REPLACE CHILLER/COOLING TOWER, BLDG 97
SOL 680-33-96
DUE 021897
POC Bruce Jones, Contracting Officer (334-727-0550, X-4033)
DESC: The Contractor shall furnish all labor materials equipment,
  transportation, and supervision to Replace Chiller/Cooling
  Tower in Building 97 at The Department of Veterans Affairs
  Medical Center, Tuskegee, Alabama, as required by the contract
  drawings and specification. The cost range for this project
  is 500,000.00 to 1,000,000.00. A $25.00 Non-refundable cashier's
  check or money order is required for each set of drawings and
  specifications and should be made payable to The Department
  of Veterans Affairs Medical Center. Please request soliciation
  in writing Solicitations will be available January 03, 1997,
  on a first-come first-serve basis Pre Bid Conference is Scheduled
  for January 21, 1997, at 2:00 p.m. Bid opening February 18,
  1997.
CITE: (I-358 SN014726)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--REPAIR PARKING LOTS AND SLOPE EROSION AT THE BONITA
  BLUFFS HOUSING AREA SAN DIEGO CALIFORNIA
SOL N63387-96-Q-3843
DUE 011597
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: The work includes demolition of exist AC Paving, PCC Sidewalk
  and Curb. Construction of masonry retaining wall, PCC Paving,
  Sidewalk and Curb. the requirement is estimated to be between
  $25,000 and $100,000. A Firm-Fixed Price Contract is anticipated.
  Quotes will be solicited for the proposed contract on an unrestricted
  basis as to business size. the contract duration period is
  90 calendar days from commencement of work. All responsible
  sources may submit a quote. Solicitation packages may be obtained
  in person or (FAX to 619 532-2083) by writing to Plan Issue,
  Southwest Division, Naval Facilities Engineering Command, 1220
  Pacific Highway, San Diego California 92132-5190, until supply
  is exhausted. Plans and specs will not be mailed to firms within
  the Greater San Diego Area. Plans and specifications will be
  available on or about 26 Dec 96. After this date you may call
  Plan Isse at 619 532-2082/84 for availability status. For information
  not specified herein contact Janet Dang at 619 556-6000
CITE: (I-358 SN014735)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--REPAIR BARGE LANDING RAMP AT NAVAL AUXILIARY LANDING
  FIELD SAN CLEMENTE ISLAND CA
SOL N63387-95-B-0806
DUE 020696
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: Correction: This action is to amend the date the plans
  and specifications will be available and the bid opening date.
  Plans and Specifications shall be available on January 2, 1997.
  The new Bid Opening Date is February 6, 1997. All other information
  publicized in the original synopsis is correct. For information
  contact Rachel Kriescher at 619 545-7983
CITE: (I-358 SN014736)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--REPAIR EXPANSION JOINT AT BUILDING 2 NAVAL MEDICAL
  CENTER SAN DIEGO CALIFORNIA
SOL N63387-96-Q-4790
DUE 021897
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: The work includes providing all labor, materials and equipment
  necessary to repair existing seismic expansion joint. The requirement
  is estimated to be between $25,000 and $100,000. A Firm-Fixed
  Price Contract is anticipated. Quotes will be solicited for
  the proposed contract on an unrestricted basis as to business
  size. The contract duration period is 90 calendar days from
  commencement of work. All responsible sources may submit a
  quote. Solicitation packages may be obtained in person or by
  (FAX to 619 532-2083) by writing to Plan Issue, Southwest Division,
  Naval Facilities Engineering Command, 1220 Pacific Highway,
  San Diego, Ca 92132-5190, until supply is exhausted. Plans
  and specs will not be be mailed to firms within the Greater
  San Diego Area. Plans and specifications will be available
  on or about 10 Jan 97. After this date you may call Plan Issue
  at 619 532-2082/84 for availability status. For information
  not specified herein contact Janet Dang at 619 556-6000
CITE: (I-358 SN014737)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--REPAIR PLUMBING RECUIT BARRACKS EDSON RANGE CAMP
  PENDLETION CALIFORNIA
SOL N63387-97-B-5077
DUE 012897
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: Correction: This action originally synopsized 11/04/96
  and amended 12/11/96 is amended to read as follows: New Bid
  Opening Date of 01/28/97 has been established VICE 01/24/97.
  Plans and specifications will be available on or about 27 Dec
  96 VICE 24 Dec 96
CITE: (I-358 SN014738)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--FREPAIR BACHELOR QUARTERS PARKING LOTS NAVAL AIR
  STATION NORTH ISLAND CALIFORNIA
SOL N63387-95-B-2207
DUE 012197
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: Correction: This action is to CANCEL JOB IN ITS ENTIRETY.
  For information Contact Chris Olson at 619 545-7982
CITE: (I-358 SN014739)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--REPLACE LINE SHACKS BLDG 785 NAVAL AIR STATION NORTH
  ISLAND CALIFORNIA
SOL N63387-96-B-4288
DUE 021097
POC Contact Chris Olson, Contract Specialist (619) 545-7982.
DESC: Correction: This action is to amend the date the plans
  and specification will be available Jan 9 96 and the Bid Opening
  Date is 10 Feb 97. All other information publicized in the
  original synopsis is correct. For information contact Chris
  Olson at 619 545-7982
CITE: (I-358 SN014740)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--RECOAT HANGER FLOOR BUILDING 340 NAVAL AIR STATION
  NORTH ISLAND CORONADO CALIFORNIA
SOL N63387-96-B-3578
DUE 020697
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: Correction: This action is to amend the date plans and
  specifications will be available JAN 09 97. And the Bid Opening
  Date is 06 Feb 97. All other information publicized in the
  original synopsis is correct. For information contact Chris
  Olson at 619 545-7982
CITE: (I-358 SN014741)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Box 368113, Navy Public Works Center, 2730 McKean
  Street, San Diego, CA 92136
SUBJECT: Z--RETROFIT REFRIGERATION SYSTEM BUILDING 300 AND 326
  NAVAL AMPHIBIOUS BASE CORONADO CALIFORNIA
SOL N63387-96-B-3951
DUE 020696
POC Information regarding plans and specifications is provided
  at the end of this announcement.
DESC: Correction: This action is to amend the date plans and
  specifications will be available for pick up 01/09/97. And
  the Bid Opening Date is February 6, 1997. All other information
  publicized in the original synopsis is correct. For information
  contact Chris Olson at 619 545-7982
CITE: (I-358 SN014742)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA Forest Service, P.O. Box 25127, Lakewood, CO 80225
SUBJECT: Z--SURGE TANK ADDITION
SOL IFB RMAST-97-22
DUE 021097
POC Contact Barbara Hayden, 303/275-5273, Contracting Officer
  Byron Brown
DESC: The project involves the installation of a new 10,000 gallon
  independent surge tank for the Flatwoods Civilian Conservation
  Center Sewage Treatment Plant, located in Wise County, Virginia.
  Also included in the project are: replacement of interconnecting
  piping between existing and new facilities; installation of
  four (4) inch concrete slab around new facilities; installation
  of electrical lines from existing service panel to new facilities;
  removal and replacement of chain link fence and installation
  of new chain link fence around site necessary for accomplishing
  other work; construction of groundwater relief trench and sump
  pump from new surge tank to the existing extended aeration
  treatment plant excavation; relocate existing comminutor from
  10,000 gallon EA STP to new surge tank; and relocate service
  roadway around surge tank. Price range is between S25,000 and
  S100,000. Contract time is 120 calendar days. All responsible
  sources may submit an offer which will be considered.
CITE: (I-358 SN014762)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OIC OF NAVFAC Contracts, Naval Air Station, 200 Alpha
  Avenue, Brunswick, Maine 04011
SUBJECT: Z--MODIFICATIONS TO BUILDING 639 AT THE NAVAL AIR STATION,
  BRUNSWICK, MAINE
SOL N62472-97-Q-5117
DUE 011797
POC Angie B. Petre, Procurement Tech, (207) 921-2665 LT Alan
  J. Ballard, Contracting Officer, (207) 921-2665 Additional
  Contact, FAX (207) 921-2963.
DESC: The Contractor shall provide, unless otherwise specified,
  all labor, supervision, tools, materials, equipment and transportation
  as necessary to provide for the modifications to a portion
  of Building 639. Work involves general construction, to include
  the installation of wall partitions with steel doorways and
  through the wall air vents; removal, relocation and install
  of new ceiling tiles; complete removal of the CO2 piping systems;
  electrical lighting fixture removals, relocation and installation
  of new light fixtures; the installation of supplemental electric
  heat in two new rooms areas; relocation and modifications of
  existing humidifier duct, replacement of existing humidifier
  drain with one of a larger size, the installation of a new
  humidifier with controls separate from existing AC equipment;
  installation of floor registers with toe operated dampers in
  the raised flooring tiles in two new room areas, and interior
  surface preparation and painting and other incidental related
  work. The estimated cost range for this solicitation is $25,000
  - $100,000. This solictation is unrestricted. Replies for SIC
  Code 1542, General Contractors - Nonresidential Buildings,
  Other than Industrial Buildings and Warehouses. Quotes received
  from all responsible sources shall be considered. Request for
  plans and specifications through mail to Resident Officer in
  Charge of Construction, NAS, 200 Alpha Ave, Brunswick, Maine
  04011. The cost for the solicitation package is $10.00 per
  set. Check or money orders will be made out to U.S. Treasury.
CITE: (I-358 SN014763)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--PERIMETER ROAD SPILLWAY/OVERFLOW PIPE REPAIR, EGLIN
  AFB FL
SOL F08651-97-B-0005
DUE 022197
POC SSgt Anthony Smith, Contract Specialist, 904-882-5628, Ext
  5271; Cecile A. Ramos, Contracting Officer
DESC: Eglin AFB FL has a requirement to complete a Perimeter
  Road Spillway/Overflow Pipe Repair, Eglin AFB FL.  Bid opening
  date of 21 February 1997 is only an estimated date.  In general,
  work consists of removing and replacing existing fence; removing
  existing asphalt pavement, drainage structure and CMP.  Install
  new 54" RCP, endwall, drainage structure, sluice gate, concrete
  discharge flume and related components.  The proposed system
  will consist of an 8 foot (inside measurement) concrete structure
  and a 54 inch diameter reinforced concrete pipe.  A temporary
  sheet piling wall will be installed into the pond to maintain
  the existing water level.  Dewatering of the work area will
  be required.  Excavation of the work area will be conducted
  within temporary vertical shoring.  Clean fill placed within
  excavated areas will be compacted in uniform 12 inch minimum
  lifts. finished grades shall be sodded.  All required measures
  ton control erosion and downstream sedimentation will include
  but not be limited to floating turbidity barriers, both upstream
  and downstream, hay bales or silt fence at the downstream edges
  of excavation. Performanc period is 120 calendar days.  Estimated
  dollar range is between $25,000 and $100,000.  All responsible
  sources may submit a bid which shall be considered by the agency.
   Firms responding should indicate if they are a small business.
   Solicitation packages are available at a $20.00 charge.  All
  requests must be submitted in writing. Make check/money order
  payable to DFAS-LI, DSSN 6671, and mail along with your written
  request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL
  32542-6862  No telephone requests for solicitation packages
  are acceptable. 
CITE: (W-358 SN014787)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--PERIMETER ROAD SPILLWAY/OVERFLOW PIPE REPAIR, EGLIN
  AFB FL
SOL F08651-97-B-0005
DUE 022197
POC SSgt Anthony Smith, Contract Specialist, 904-882-5628, Ext
  5271; Cecile A. Ramos, Contracting Officer
DESC: Eglin AFB FL has a requirement to complete a Perimeter
  Road Spillway/Overflow Pipe Repair, Eglin AFB FL.  Bid opening
  date of 21 February 1997 is only an estimated date.  In general,
  work consists of removing and replacing existing fence; removing
  existing asphalt pavement, drainage structure and CMP.  Install
  new 54" RCP, endwall, drainage structure, sluice gate, concrete
  discharge flume and related components.  The proposed system
  will consist of an 8 foot (inside measurement) concrete structure
  and a 54 inch diameter reinforced concrete pipe.  A temporary
  sheet piling wall will be installed into the pond to maintain
  the existing water level.  Dewatering of the work area will
  be required.  Excavation of the work area will be conducted
  within temporary vertical shoring.  Clean fill placed within
  excavated areas will be compacted in uniform 12 inch minimum
  lifts. finished grades shall be sodded.  All required measures
  ton control erosion and downstream sedimentation will include
  but not be limited to floating turbidity barriers, both upstream
  and downstream, hay bales or silt fence at the downstream edges
  of excavation. Performanc period is 120 calendar days.  Estimated
  dollar range is between $25,000 and $100,000.  All responsible
  sources may submit a bid which shall be considered by the agency.
   Firms responding should indicate if they are a small business.
   Solicitation packages are available at a $20.00 charge.  All
  requests must be submitted in writing. Make check/money order
  payable to DFAS-LI, DSSN 6671, and mail along with your written
  request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL
  32542-6862  No telephone requests for solicitation packages
  are acceptable. 
CITE: (W-358 SN014788)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--PERIMETER ROAD SPILLWAY/OVERFLOW PIPE REPAIR, EGLIN
  AFB FL
SOL F08651-97-B-0005
DUE 022197
POC SSgt Anthony Smith, Contract Specialist, 904-882-5628, Ext
  5271; Cecile A. Ramos, Contracting Officer
DESC: Eglin AFB FL has a requirement to complete a Perimeter
  Road Spillway/Overflow Pipe Repair, Eglin AFB FL.  Bid opening
  date of 21 February 1997 is only an estimated date.  In general,
  work consists of removing and replacing existing fence; removing
  existing asphalt pavement, drainage structure and CMP.  Install
  new 54" RCP, endwall, drainage structure, sluice gate, concrete
  discharge flume and related components.  The proposed system
  will consist of an 8 foot (inside measurement) concrete structure
  and a 54 inch diameter reinforced concrete pipe.  A temporary
  sheet piling wall will be installed into the pond to maintain
  the existing water level.  Dewatering of the work area will
  be required.  Excavation of the work area will be conducted
  within temporary vertical shoring.  Clean fill placed within
  excavated areas will be compacted in uniform 12 inch minimum
  lifts. finished grades shall be sodded.  All required measures
  ton control erosion and downstream sedimentation will include
  but not be limited to floating turbidity barriers, both upstream
  and downstream, hay bales or silt fence at the downstream edges
  of excavation. Performanc period is 120 calendar days.  Estimated
  dollar range is between $25,000 and $100,000.  All responsible
  sources may submit a bid which shall be considered by the agency.
   Firms responding should indicate if they are a small business.
   Solicitation packages are available at a $20.00 charge.  All
  requests must be submitted in writing. Make check/money order
  payable to DFAS-LI, DSSN 6671, and mail along with your written
  request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL
  32542-6862  No telephone requests for solicitation packages
  are acceptable. 
CITE: (W-358 SN014789)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--SEAL JOINTS RAMP/APRON, PHASE 2, EGLIN AFB FL
SOL F08651-97-B-0046
DUE 022197
POC Bertha Burns, Contract Specialist, 904-882-5628, Ext 5268;
  Cecile A. Ramos, Contracting Officer
DESC: PRESOLICITATION NOTICE.  Eglin AFB FL has a requirement
  to Repair Seal Joints  Ramp.  Apron, Phase 2, Eglin AFB FL.
   Bid opening date of 21 February 1997 is only an estimated
  date.  In general, work consists of furnishing all plant, labor,
  materials and equipment, and performing all operations in connection
  with repairing seal joints on ramps/aprons, Phase 2 by preparing
  old joints to include removing old sealant, reface joints if
  required, rebuild defective joints if required, cleaning joints,
  apply backer rod materials, and seal joints.  Prepare cracks
  to include removing old sealant (from old cracks), routing,
  crack repair, cleaning cracks, apply backer rod material if
  required, and seal cracks.  Performance period is 150 calendar
  days.  Estimated dollar range is between $500,000 and $1,000,000.
   All responsible sources may submit a bid which shall be considered
  by the agency.  Firms responding should indicate if they are
  a small business.  Solicitation packages are available at a
  $20.00 charge.  All requests must be submitted in writing.
  Make check/money order payable to DFAS-LI, DSSN 6671, and mail
  along with your written request to AFDTC/PKO, 205 W. D Ave,
  Suite 541, Eglin AFB FL 32542-6862  No telephone requests for
  solicitation packages are acceptable.    
CITE: (W-358 SN014790)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Operational Contracts Division, Construction Branch,
  AFDTC/PKOC, 205 West D Avenue, Suite 541, Eglin AFB FL 32542-6862
SUBJECT: Z--SEAL JOINTS RAMP/APRON, PHASE 2, EGLIN AFB FL
SOL F08651-97-B-0046
DUE 022197
POC Bertha Burns, Contract Specialist, 904-882-5628, Ext 5268;
  Cecile A. Ramos, Contracting Officer
DESC: PRESOLICITATION NOTICE.  Eglin AFB FL has a requirement
  to Repair Seal Joints  Ramp.  Apron, Phase 2, Eglin AFB FL.
   Bid opening date of 21 February 1997 is only an estimated
  date.  In general, work consists of furnishing all plant, labor,
  materials and equipment, and performing all operations in connection
  with repairing seal joints on ramps/aprons, Phase 2 by preparing
  old joints to include removing old sealant, reface joints if
  required, rebuild defective joints if required, cleaning joints,
  apply backer rod materials, and seal joints.  Prepare cracks
  to include removing old sealant (from old cracks), routing,
  crack repair, cleaning cracks, apply backer rod material if
  required, and seal cracks.  Performance period is 150 calendar
  days.  Estimated dollar range is between $500,000 and $1,000,000.
   All responsible sources may submit a bid which shall be considered
  by the agency.  Firms responding should indicate if they are
  a small business.  Solicitation packages are available at a
  $20.00 charge.  All requests must be submitted in writing.
  Make check/money order payable to DFAS-LI, DSSN 6671, and mail
  along with your written request to AFDTC/PKO, 205 W. D Ave,
  Suite 541, Eglin AFB FL 32542-6862  No telephone requests for
  solicitation packages are acceptable.    
CITE: (W-358 SN014791)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--SLUICE GATE AND MISCELLANEOUS REPAIRS, LAKE RED ROCK,
  DES MOINES RIVER, MARION COUNTY, IOWA
SOL DACW25-97-B-0009
DUE 021997
POC Contract Specialist Rhonda Johanson, 309/794-5519 or Contracting
  Officer Bonnie R. Donelson, 309/794-5241.
DESC: Remove, test, repair, and reinstall two dam grout gallery
  sump pumps; remove, repair, rebuild, and reinstall hydraulic
  equipment/packing glands and seals for fourteen dam sluice
  gates; remove and replace steel doors; structural steel repairs,
  installation of new rubber perimeter seal, and cleaning and
  painting emergency bulkhead; structural steel and concrete
  repairs to emergency bulkhead storage area; remove, test, repair,
  and reinstall bulkhead monorail hoist; install steel handrail;
  install cellulose sprayed-on insulation; and miscellaneous
  concrete, mechanical, and electrical repairs.  Half size specifications
  will be furnished for $44.50; full size for $111.25.  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 for this solicitation is 1629.

CITE: (W-358 SN014796)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department Of The Navy, Naval Facilities Engineering
  Command, Commander, Atlantic Division, Contracts Office, Code
  02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699
SUBJECT: Z--INDEFINITE DELIVERY QUANTITY (IDIQ) CONSTRUCTION
  CONTRACTS FOR RENOVATION, ALTERATIONS, AND REPAIRS FOR THE
  MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA
SOL N62470-97-R-9996
DUE 022397
POC Point of Contact - Ms. J. J. Patton, Code 02211, 757-322-4158
  - Ms. Susan Kranes, Contracting Officer, 757-322-8222
DESC: This procurement is for one solicitation resulting in the
  award of three (3) Indefinite Delivery Quantity (IDIQ) Construction
  Contracts to the responsible proposers whose proposals, conforming
  to the RFP, will be most advantageous to the Government resulting
  in the best value, cost or price and other factors considered.
  THE GOVERNMENT RESERVES THE RIGHT TO AWARD ONE CONTRACT COVERING
  ONLY THE PROJECT IDENTIFIED IN THE RFP IF THE MINIMUM GUARANTEE
  OF FUNDS ARE NOT IDENTIFIED FOR THREE AWARDS. The work is renovation,
  alterations, repairs, and minor construction to be performed
  at the Marine Corps Air Station, Cherry Point, North Carolina.
  Projects assigned to these IDIQ contracts will use the Solution
  Order Contract (SOC) approach to scope and price the work.
  After award of the initial contract to the three contractors,
  they will compete for delivery orders based on either best
  value or low price technical acceptable to the Government through
  Government/Contractor Team cooperative scoping of the work.
  The work will be (but not all inclusive) routine and repair
  of facilities including barracks, administrative and personnel
  facilities, warehouses, and other similar types of facilities
  with some minor construction and incidental alteration/construction
  work. Each contract will be for one base year with two (2)
  one (1) year options. The total three (3) year (Base year and
  two (2) one (1) year option years) estimated construction cost
  for three (3) IDIQ contracts is $45,000,000. Construction schedules
  will be determined for each project at the issuance of each
  delivery order. The three (3) best value contractors will be
  selected for the award of either the seed project of the award
  or one (1) of the two (2) contracts with a minimum guarantee
  of $100,000. The first IDIQ construction contract of the three
  (3) will be awarded with a firm fixed price, 100% design as
  the seed project. The initial award will be based on technical
  factors including: (1) Corporate Experience for projects in
  the State of North Carolina of the size and nature envisioned
  by this contract; (2) Past Performance; (3) Technical Approach;
  and (4) Support of the Small Business Program. The minimum
  guarantee of $100,000 will be met for the first of the three
  (3) IDIQ contracts when the proposed project is awarded. The
  second Contract N62470-97-R-9999, and the third Contract N62470-97-R-9989
  will be awarded within the first 12 months with a minimum guarantee
  of $100,000 and selection based on the same criteria as the
  first selection. All three (3) Contractors will competitively
  bid on subsequent delivery orders. These subsequent projects
  will be non-complex performance oriented tasks requiring minimal
  design. They will be scoped by the Government/Contractors team
  and may not have traditional plans and specifications but may
  include sketches, and requests for catalog cuts or other submittals.
  The salient requirements of the delivery orders will be scoped
  by the Government/Contractor team in order to develop a mutually
  agreed upon statement of work. Award factors will vary depending
  on the unique requirements of each Delivery Order; however,
  pricing will weigh heavily. The awarded delivery order will
  be a performance scope, firm fixed price task with a specific
  completion date. Should the second or third IDIQ contractor
  be unable to competitively secure a Delivery Order to meet
  the minimum guarantee, the award factors may be modified in
  order to ensure each participating contractor is awarded Delivery
  Orders meeting the minimum guarantee. All three (3) contractors
  will be required to participate in all SOC walk throughs and
  submit proposals. Failure to participate responsibly in walk
  throughs and submit proposals on Delivery Orders may result
  in the Government not exercising the option to extend the contract
  for an additional year. Only the three (3) selected contractors
  will be permitted to propose on the Delivery Orders. Proposals
  from another contractor will not be accepted. A minimum of
  two (2) proposals will satisfy the competitive requirements
  of SOC and preclude the necessity of soliciting for a replacement
  contractor if for any reason one of the contracts is terminated
  or one (1) of the proposers is not able to participate in the
  process. Failure to participate in the delivery order process
  may result in forfeiture of the minimum guarantee amount. THIS
  SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS
  INVITING FULL AND OPEN COMPETITION. THE ESTIMATED DATE OF ISSUING
  THE RFP IS ON OR ABOUT 23 JANUARY 1997. Requests to be placed
  on bidders' lists and requests for Solicitation shall be faxed
  to 757-322-8251. 
EMAILADD: pattonjj@efdlant.navfac.navy.mil
EMAILDESC: 
CITE: (W-358 SN014864)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department Of The Navy, Naval Facilities Engineering
  Command, Commander, Atlantic Division, Contracts Office, Code
  02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699
SUBJECT: Z--INDEFINITE DELIVERY QUANTITY (IDIQ) CONSTRUCTION
  CONTRACTS FOR RENOVATION, ALTERATIONS, AND REPAIRS FOR THE
  MARINE CORPS BASE, CAMP LEJEUNE, NORTH CAROLINA
SOL N62470-97-R-9995
DUE 022397
POC Point of Contact - Ms. J. J. Patton, Code 02211, 757-322-4158
  - Ms. Susan Kranes, Contracting Officer, 757-322-8222
DESC: This procurement is for one solicitation resulting in the
  award of three (3) Indefinite Delivery Quantity (IDIQ) Construction
  Contracts to the responsible proposers whose proposals, conforming
  to the RFP, will be most advantageous to the Government resulting
  in the best value, cost or price and other factors considered.
  THE GOVERNMENT RESERVES THE RIGHT TO AWARD ONE CONTRACT COVERING
  ONLY THE PROJECT IDENTIFIED IN THE RFP IF THE MINIMUM GUARANTEE
  OF FUNDS ARE NOT IDENTIFIED FOR THREE AWARDS. The work is renovation,
  alterations, repairs, and minor construction to be performed
  at the Marine Corps Base, Camp Lejeune, North Carolina. Projects
  assigned to these IDIQ contracts will use the Solution Order
  Contract (SOC) approach to scope and price the work. After
  award of the initial contract to the three contractors, they
  will compete for delivery orders based on either best value
  or low price technical acceptable to the Government through
  Government/Contractor Team cooperative scoping of the work.
  The work will be (but not all inclusive) routine and repair
  of facilities including barracks, administrative and personnel
  facilities, warehouses, and other similar types of facilities
  with some minor construction and incidental alteration/construction
  work. Each contract will be for one base year with two (2)
  one (1) year options. The total three (3) year (Base year and
  two (2) one (1) year option years) estimated construction cost
  for three (3) IDIQ contracts is $45,000,000. Construction schedules
  will be determined for each project at the issuance of each
  delivery order. The three (3) best value contractors will be
  selected for the award of either the seed project of the award
  or one (1) of the two (2) contracts with a minimum guarantee
  of $100,000. The first IDIQ construction contract of the three
  (3) will be awarded with a firm fixed price, 100% design as
  the seed project. The initial award will be based on technical
  factors including: (1) Corporate Experience for projects in
  the State of North Carolina of the size and nature envisioned
  by this contract; (2) Past Performance; (3) Technical Approach;
  and (4) Support of the Small Business Program. The minimum
  guarantee of $100,000 will be met for the first of the three
  (3) IDIQ contracts when the proposed project is awarded. The
  second Contract N62470-97-R-9993, and the third Contract N62470-97-R-9994
  will be awarded within the first 12 months with a minimum guarantee
  of $100,000 and selection based on the same criteria as the
  first selection. All three (3) Contractors will competitively
  bid on subsequent delivery orders. These subsequent projects
  will be non-complex performance oriented tasks requiring minimal
  design. They will be scoped by the Government/Contractors team
  and may not have traditional plans and specifications but may
  include sketches, and requests for catalog cuts or other submittals.
  The salient requirements of the delivery orders will be scoped
  by the Government/Contractor team in order to develop a mutually
  agreed upon statement of work. Award factors will vary depending
  on the unique requirements of each Delivery Order; however,
  pricing will weigh heavily. The awarded delivery order will
  be a performance scope, firm fixed price task with a specific
  completion date. Should the second or third IDIQ contractor
  be unable to competitively secure a Delivery Order to meet
  the minimum guarantee, the award factors may be modified in
  order to ensure each participating contractor is awarded Delivery
  Orders meeting the minimum guarantee. All three (3) contractors
  will be required to participate in all SOC walk throughs and
  submit proposals. Failure to participate responsibly in walk
  throughs and submit proposals on Delivery Orders may result
  in the Government not exercising the option to extend the contract
  for an additional year. Only the three (3) selected contractors
  will be permitted to propose on the Delivery Orders. Proposals
  from another contractor will not be accepted. A minimum of
  two (2) proposals will satisfy the competitive requirements
  of SOC and preclude the necessity of soliciting for a replacement
  contractor if for any reason one of the contracts is terminated
  or one (1) of the proposers is not able to participate in the
  process. Failure to participate in the delivery order process
  may result in forfeiture of the minimum guarantee amount. THIS
  SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS
  INVITING FULL AND OPEN COMPETITION. THE ESTIMATED DATE OF ISSUING
  THE RFP IS ON OR ABOUT 23 JANUARY 1997. Requests to be placed
  on bidders' lists and requests for Solicitation shall be faxed
  to 757-322-8251. 
EMAILADD: pattonjj@efdlant.navfac.navy.mil
EMAILDESC: 
CITE: (W-358 SN014865)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department Of The Navy, Naval Facilities Engineering
  Command, Commander, Atlantic Division, Contracts Office, Code
  02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699
SUBJECT: Z--INDEFINITE DELIVERY QUANTITY (IDIQ) CONSTRUCTION
  CONTRACTS FOR RENOVATION, ALTERATIONS, AND REPAIRS FOR THE
  PUERTO RICO AND CARIBBEAN AREA
SOL N62470-97-R-9992
DUE 022397
POC Point of Contact - Ms. J. J. Patton, Code 02211, 757-322-4158
  - Ms. Susan Kranes, Contracting Officer, 757-322-8222
DESC: This procurement is for one solicitation resulting in the
  award of three (3) Indefinite Delivery Quantity (IDIQ) Construction
  Contracts to the responsible proposers whose proposals, conforming
  to the RFP, will be most advantageous to the Government resulting
  in the best value, cost or price and other factors considered.
  THE GOVERNMENT RESERVES THE RIGHT TO AWARD ONE CONTRACT COVERING
  ONLY THE PROJECT IDENTIFIED IN THE RFP IF THE MINIMUM GUARANTEE
  OF FUNDS ARE NOT IDENTIFIED FOR THREE AWARDS. The work is renovation,
  alterations, repairs, and minor construction to be performed
  in Puerto Rico or the Caribbean Areas. Projects assigned to
  these IDIQ contracts will use the Solution Order Contract (SOC)
  approach to scope and price the work. After award of the initial
  contract to the three contractors, they will compete for delivery
  orders based on either best value or low price technical acceptable
  to the Government through Government/Contractor Team cooperative
  scoping of the work. The work will be (but not all inclusive)
  routine and repair of facilities including barracks, administrative
  and personnel facilities, warehouses, and other similar types
  of facilities with some minor construction and incidental alteration/construction
  work. Each contract will be for one base year with two (2)
  one (1) year options. The total three (3) year (Base year and
  two (2) one (1) year option years) estimated construction cost
  for three (3) IDIQ contracts is $45,000,000. Construction schedules
  will be determined for each project at the issuance of each
  delivery order. The three (3) best value contractors will be
  selected for the award of either the seed project of the award
  or one (1) of the two (2) contracts with a minimum guarantee
  of $100,000. The first IDIQ construction contract of the three
  (3) will be awarded with a firm fixed price, 100% design as
  the seed project. The initial award will be based on technical
  factors including: (1) Corporate Experience for projects in
  the State of North Carolina of the size and nature envisioned
  by this contract; (2) Past Performance; (3) Technical Approach;
  and (4) Support of the Small Business Program. The minimum
  guarantee of $100,000 will be met for the first of the three
  (3) IDIQ contracts when the proposed project is awarded. The
  second Contract N62470-97-R-9991, and the third Contract N62470-97-R-9990
  will be awarded within the first 12 months with a minimum guarantee
  of $100,000 and selection based on the same criteria as the
  first selection. All three (3) Contractors will competitively
  bid on subsequent delivery orders. These subsequent projects
  will be non-complex performance oriented tasks requiring minimal
  design. They will be scoped by the Government/Contractors team
  and may not have traditional plans and specifications but may
  include sketches, and requests for catalog cuts or other submittals.
  The salient requirements of the delivery orders will be scoped
  by the Government/Contractor team in order to develop a mutually
  agreed upon statement of work. Award factors will vary depending
  on the unique requirements of each Delivery Order; however,
  pricing will weigh heavily. The awarded delivery order will
  be a performance scope, firm fixed price task with a specific
  completion date. Should the second or third IDIQ contractor
  be unable to competitively secure a Delivery Order to meet
  the minimum guarantee, the award factors may be modified in
  order to ensure each participating contractor is awarded Delivery
  Orders meeting the minimum guarantee. All three (3) contractors
  will be required to participate in all SOC walk throughs and
  submit proposals. Failure to participate responsibly in walk
  throughs and submit proposals on Delivery Orders may result
  in the Government not exercising the option to extend the contract
  for an additional year. Only the three (3) selected contractors
  will be permitted to propose on the Delivery Orders. Proposals
  from another contractor will not be accepted. A minimum of
  two (2) proposals will satisfy the competitive requirements
  of SOC and preclude the necessity of soliciting for a replacement
  contractor if for any reason one of the contracts is terminated
  or one (1) of the proposers is not able to participate in the
  process. Failure to participate in the delivery order process
  may result in forfeiture of the minimum guarantee amount. THIS
  SOLICITATION IS HEREBY BEING ISSUED ON AN UNRESTRICTED BASIS
  INVITING FULL AND OPEN COMPETITION. THE ESTIMATED DATE OF ISSUING
  THE RFP IS ON OR ABOUT 23 JANUARY 1997. Requests to be placed
  on bidders' lists and requests for Solicitation shall be faxed
  to 757-322-8251. 
EMAILADD: pattonjj@efdlant.navfac.navy.mil
EMAILDESC: 
CITE: (W-358 SN014892)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: bureau of Reclamation, Eastern Colorado Area Office,
  11056 West  County Road 18E, Loveland, CO 80537
SUBJECT: Z--RECOAT SPILLWAY GUARD & CONTROL GATES AND REPAINT
  THE FISH  HATCHERY OUTLET WORKS @ PUEBLO DAM, PUEBLO, CO.
SOL 142597SQ6C00018
DUE 021797
POC Purchasing Agent, Cheryl Dlouhy, (970)962-4345
DESC: N/A*****
CITE: (I-358 SN014897)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Marine Corps Logistics
  Base, Barstow, CA 92311-5050
SUBJECT: Z--MAINTENANCE, REPAIR, AND ALTERATION OF REAL PROPERTY
SOL N68711-97-Q-6021
DUE 020397
POC Contract Specialist, Dorothy Wiley, (619) 577-6013, Contracting
  Officer, Lt. Balog, (619) 577-6736, or FAX (619) 577-6033.
DESC: This request  for Quotation is being solicited under (SAP)
  Simplified Acquisition Procedures. The requirement is for furnishing
  and installing 2ea, 2-1/2 ton and 1 ea, 7-1/2. Ton heating
  and cooling systems, natural gas, forced air HVAC roof top
  units at the Marine Corps Logistics Base, Barstow, CA. Solicitations
  may be requested by furnishing name, address, phone and FAX
  number. No phone requests.
CITE: (M-358 SN014904)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Department of State, A/FBO/AP/AD/DCB, Room L-600,
  P.O. Box 12248 Rosslyn Station, Arlington, VA 22219
SUBJECT: Z--PREQUALIFIED CONTRACTORS ELIGIBLE TO BID ON THE RENOVATION
  OF THE CONSULATE OFFICE BUILDING FACILITIES IN ISTANBUL, TURKEY
SOL S-FBOAD-97-B-0001
POC James K. Kimmel, (703) 875-6276/Dwight F. Mason, Contracting
  Officer, (703) 516-1962.
DESC: The U.S. Department of State, Office of Foreign Buildings
  Operations (FBO) intends to issue IFB S-FBOAD-970B-0001 on
  or about December 20, 1996 to the following prequalified contractors:
  Bill Harbert International Construction, Inc., 820 Shades Creek
  Parkway, Suite 3000, Birmingham, AL 35209, telephone number
  (205) 802-2800, FAX (205) 802-2801; Cosmopolitan, Inc., 9375-F
  Gerwig Lane, Columbia, MD 21046, telephone number (410) 381-0014,
  FAX (410) 381-0026; Greenway Enterprises, Inc., 608 Lincoln
  Road West, P.O. Box 5553, Helena, MT 59604, telephone number
  (406) 458-9411, FAX (406) 458-6516; J.A. Jones Construction,
  J.A. Jones Drive, Charlotte, NC 28287, telephone number  (704)
  553-3000, FAX (704) 553-3174; Morrison Construction Services,
  Inc., 1990 Saint Street, Richland, WA 99352, telephone number
  (509) 375-1818, FAX (509) 3750-1708; TLT Construction Corporation,
  One Pope Street, Wakefield, MA 01880, telephone number (617)
  438-4100, FAX (617) 438-8443. Prospective suppliers/subcontractors
  may contact the prequalified contractors directly. The estimated
  value of this project is between $5,000,000.00 to $6,000,000.00.
  The duration of the project will be approximately 600 calendar
  days from execution of the contract. The contract type shall
  be firm fixed price.
CITE: (M-358 SN014908)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, Box 139, NAS, Jacksonville,
  FL 32212-0139
SUBJECT: Z--INTERIOR REPAIRS/CONSTRUCTION HANGAR 1000, NAS, JACKSONVILLE,
  FL
SOL N62467-88-C-0417
POC OICC Office.
DESC: The following work is being issued as a modification to
  Contract N62467-88-C-0417. The new work involves renovation
  and modification of Segment 5 of Hangar 1000 from a P-3 aircraft
  squadron hangar to an S-3 aircraft squadron hangar. Estimated
  cost is between $1,000,000.00 and $5,000,000.00. Prospective
  bidders should contact the prime contractor, Military Construction
  Corporation at (904) 264-3662. This notice is for information
  purposes only.
CITE: (M-358 SN014913)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Directorate of Contracting, HQ, Carlisle Barracks, 314
  Lovell Ave., Suite 1, Carlisle, PA 17013-5072
SUBJECT: Z--REMOVAL AND DISPOSAL OF ASBESTOS FROM FAMILY HOUSING
SOL DABT43-97-B-0002
DUE 021197
POC Karen Kaufman, Contract Specialist, (717) 245-4609, or Beverly
  Lanier, Contracting Officer.
DESC: Furnish all plant, labor, materials and equipment for removal
  and disposal of asbestos containing materials from family housing
  dwellings and other buildings and structures, and replacing
  such materials with non-asbestos materials. Asbestos will be
  removed and disposed of from pipes, pipe fittings, boilers,
  flue pads, and ductwork. The following asbestos materials will
  be removed and disposed of: roofing shingles and felts, vinyl/metal
  and cement siding, floor tiles and adhesive, interior/exterior
  wall paneling, plaster wall finishes, ceiling tiles/panels
  and adhesives, blown-in insulation and concrete. Non-asbestos
  materials will be installed on pipes and pipe fittings,   boilers,
  flue pads, and ductwork. Non-asbestos materials will be installed
  on floors, and ceilings and non-asbestos blown-in or batten
  insulation will be installed in ceilings. Also, work consists
  of supplying all safety equipment to protect asbestos workers
  and adjacent personnel, including personal and area air sampling
  utilizing PCM analysis and TEM analysis where specified. Bid
  due date is approximate and subject to change based on solicitation
  issue date. This is a requirements type contract for a base
  year with two option years. The estimated cost range is between
  $100,000.00 and $250,000.00. This procurement is unrestricted.
  There will be a non-refundable charge of $20.00   for each
  copy of the above solicitation package. Make checks payable
  to Defense Accounting Officer and mail to HQ, Carlisle Barracks,
  314 Lovell Ave., Suite 1, Carlisle, PA 17013-5072. Requests
  received without the required deposit will not be considered.
  Site inspection date will be announced with the solicitation
  package. Telephone requests for solicitation packages will
  not be honored.
CITE: (M-358 SN014914)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Information Agency 330 C Street, S.W., Rm 1610 Washington,
  DC 20547
SUBJECT: Z--REPLACE HEATING AND AIR CONDITIONING (HVAC) SYSTEMS
  AT THE VOICE OF AMERICA (VOA) PORO RELAY STATION.
DUE 020797
POC Herman Shaw, 202-205-8412
DESC: Z--Replace Heating and Air Conditioning (HVAC) Systems
  at the Voice of America (VOA) Poro Relay Station.  VOA requires
  a contractor to replace the existing HVAC systems at the VOA
  Relay Station located at Poro, Philippines.  The Contractor
  shall provide all necessary labor, materials, equipment, and
  supervision, etc. to plan, design, construct, install and test
  the replacement HVAC systems at the VOA relay station at Poro,
  Philippines. The Contractor shall be responsible for all permits,
  licenses, clearances, etc., necessary to satisy all local,
  regional, and national laws, rules, and regulations required
  for this construction project in the Philippines.  The above
  will also include electrical work.  The work will be as identified
  in the upcoming Request for Proposal (RFP) solicitation.  The
  RFP not Sealed Bid will also have dates for site visits.  This
  will be a firm-fixed price (FFP) construction contract with
  an estimated price range between $100,000 and $250,000.  The
  contract term will be eight (8) months from notice-to-proceed
  (NTP) with liquidated damages for late completion.  Written
  request for copy of the solicitation document should be sent
  to the contact noted above. All responsible sources may submit
  an offer which shall be considered.
CITE: (I-358 SN014929)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Information Agency 330 C Street, S.W., Rm 1610 Washington,
  DC 20547
SUBJECT: Z--REPLACE HEATING AND AIR CONDITIONING (HVAC) SYSTEMS
  AT THE VOICE OF AMERICA (VOA) PORO RELAY STATION.
DUE 020797
POC Herman Shaw, 202-205-8412
DESC: Z--Replace Heating and Air Conditioning (HVAC) Systems
  at the Voice of America (VOA) Poro Relay Station.  VOA requires
  a contractor to replace the existing HVAC systems at the VOA
  Relay Station located at Poro, Philippines.  The Contractor
  shall provide all necessary labor, materials, equipment, and
  supervision, etc. to plan, design, construct, install and test
  the replacement HVAC systems at the VOA relay station at Poro,
  Philippines. The Contractor shall be responsible for all permits,
  licenses, clearances, etc., necessary to satisy all local,
  regional, and national laws, rules, and regulations required
  for this construction project in the Philippines.  The above
  will also include electrical work.  The work will be as identified
  in the upcoming Request for Proposal (RFP) solicitation.  The
  RFP not Sealed Bid will also have dates for site visits.  This
  will be a firm-fixed price (FFP) construction contract with
  an estimated price range between $100,000 and $250,000.  The
  contract term will be eight (8) months from notice-to-proceed
  (NTP) with liquidated damages for late completion.  Written
  request for copy of the solicitation document should be sent
  to the contact noted above. All responsible sources may submit
  an offer which shall be considered.
CITE: (I-358 SN014930)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Huntington District Corps of Engineers, 502 Eighth Street,
  Huntington, WV 25701-2070
SUBJECT: Z--REPAIRS TO SEAL CRACKS IN RISER AND CROSSOVERS AT
  BELLEVILLE, RACINE AND GREENUP LOCKS AND DAM, OHIO RIVER
SOL DACW69-96-R-0043
POC Janice C. Swann, Contract Specialist, (304)529-5961
DESC: Solicitation is CANCELLED. 
CITE: (W-358 SN014989)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Squadron, 5 CONS/LGCK, 211 Missile Ave, Minot
  AFB, North Dakota 58705-5027
SUBJECT: Z--CONSTRUCT WASHRACK
SOL F32604-97-B0013
DUE 021897
POC Suzy Anderson, (701)723-3949
DESC: INVITATION FOR BIDS: IFB, drawings and specifications will
  be available for Construct Washrack at Minot AFB, North Dakota
  O/A 17 Jan 1997. Gerneal  construction that will involve constructing
  a new building to house an automated  drive thru vehicle washing
  system. Building is constructed of pre-cast concrete.  Work
  is 71% general, 14% mechanical, and 15% electrical. Work is
  not in a  restricted area, and consists of a 210 day performance
  period. Project magnitude  is between $250,000and $500,000.
  This procurement is being issued pursuant to the Small Business
  Competitive Demonstration Program and is open to large and
   small business concerns. SDB preference program as contained
  in DFARS  2319.7204 will be used in the evaluation for award.
  Project requirements will be made available O/A 17 Jan 1997.
  When requesting information or a bid package, fax the following
  information to (701)723-4173, give name, address, telephone
   number, solicitation number, business size and list whether
  or not your firm is an SDB concern.  
CITE: (W-358 SN014991)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WWH), Rock Island, IL
  61299-7630
SUBJECT: 10--END STAVE
SOL DAAE20-97R0034
DUE 022097
POC Contract Specialist: Merlin Osborn (309) 782-4372, PCO: Margaret
  I. Emmert (309) 782-7149
DESC: 1015-99-960-7160, Part Number 11580242. Requirements are
  364 ea End Stave. 1015-99-960-7161, Part Number 11580241. Requirements
  are 300 ea Intermediate Stave. 1015-01-286-0439, Part Number
  12577324. Requirements are 4 ea Staff Section. NSN is temporary,
  pending Government conversion. A License Agreement between
  Martin Marietta and the US requires the items procured to be
  manufactured in the US. US means the 50 states and the District
  of Columbia. The successful offeror under this solicitation
  agrees to manufacture the items being procured under this contract,
  within the US. For use on the Mortar. FOB is Destination. All
  or part of this action is an unfunded FY97 requirement. Proposed
  contract is a 100 percent small business set-aside. The proposed
  action will include a 100 percent option. In order to receive
  the above solicitation and TDP, an executed non-disclosure,
  non-use agreement is required. This agreement shall be requested
  from ACALA, ATTN: AMSTA-AC-PCW-B, Merlin Osborn, Rock Island,
  IL 61299-7630, and will be available prior to the release of
  the solicitation. Estimated issue date of this solicitation
  is 012097. Failure to properly address requests for solicitation
  in accordance with this CBD notice will result in non-receipt
  of the solicitation package. Failure to properly address bids/offers
  in accordance with solicitation instructions may result in
  a late bid which cannot be considered. Written, fax or electronic
  requests for solicitation packages are accepted. No telephone
  requests will be honored. Requests for copies of this solicitation
  should include your commercial and government entity (CAGE)(if
  a CAGE code has been assigned to you) along with your name,
  address, datafax number, and solicitation number. The fax number
  for requests is (309) 782-4728. Electronic requests may be
  accepted through the Automated Acquisition Information System
  (AAIS). All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309) 782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309) 782-8094 on
  a limited basis. See Note(s): 1.
CITE: (I-355 SN014410)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--GEAR, HANDOFF.  E/I AC-130 AIRCRAFT.
SOL SP0740-97-Q-0672
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  (name/phone)Robert Schneider/ADA A5/(614)692-1743
DESC: PR-NO:  YPC96277001609 NSN 1005-01-381-2674, CAGE 59027
  Part No  025415-1 14 -EA Del to McClellan AFB CA 95652-1621
  Del 150 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(avbm)
  applies.  While price may be 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(avbm) 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-357 SN014564)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--CONTROL BOX, MINE DISPERSING SYSTEM. (CONTROL UNIT,
  HAND,  MINE DISPENSER)
SOL SP0750-97-Q-0558
DUE 021397
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, Jennifer  Dewitt, (614)692-3958.
DESC: PR-NO:  YPC96347000592 NSN 1095-01-388-4846, CAGE 19200
  Part No  12972263 control box, mine dispersing system. (control
  unit, hand,  mine dispenser) I/A/W U S army armament research
  and development command  drawing 12972263.  ** ** 1 -EA Del
  to Fort hood TX 76545 Del by 90 days  after date of award.
   PR-NO:  YPC96346000513 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 43216-5000, by FAX
  (614)692-2998 or Call  (614)692-2344.  Requests should include
  the IFB/RFP/ RFQ number,  opening/closing date, NSN, YPC/ZPC
  or NPC number; buyer's name and your  complete name and address.
   Federal, military, and commercial  specifications cannot be
  provided by DSCC.  This is an unrestricted  acquisition with
  a 10% preference for SDB concerns.  Automated Best Value  Model
  (ABVM) applies.  While price may be a significant factor in
  the  evaluation of offers, the final contract award decision
  will be based  upon a combinationof 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-357 SN014570)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--GUIDE ASSEMBLY, LOWER RT.
SOL SP0740-97-Q-0663
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  (name/phone)Robert Schneider/ADA A5/(614_692-1743
DESC: PR-NO:  YPC96263000600 NSN 1005-01-384-1426, CAGE 59027
  Part No  025348-1 guide assembly, lower RT Western Design Corp
  part number  025348-1 26 -EA Del to McClellan AFB CA 95652-1621
  Del 150 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 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) anddelivery 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-357 SN014588)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--ROTOR, STRIPPER, LINK E/I AC-130 AIRCRAFT.
SOL SP0740-97-Q-0670
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  (name/phone)Robert Schneider/ADA A5/(614)692-1743
DESC: Pr-n0:  YPC96271000966 NSN 1005-01-383-6443, CAGE 59027
  Part No  025424-1 rotor, stripper, link.  I/A/W Western Design
  Corp (59027) P/N  025424-1.  13 -EA Del to McClellan AFB CA
  95652-1621 Del 150 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 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.  deivery 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-357 SN014589)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--GUIDE ASSEMBLY, LOWER.  E/I AC-130 AIRCRAFT.
SOL SP0740-97-Q-0671
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  (name/phone)Robert Schneider/ADA A5/(614)692-1743
DESC: PR-NO:  YPC96271000968 NSN 1005-01-384-1376, CAGE 59027
  Part No  025348-2 26 -EA Del to McClellan AFB CA 95652-1621
  Del 150 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  evaluatio
  of offers, the final award decision will be based upon a  combination
  of price and past performance, as described in the solicitation.
   delivery evaluation factor(DEF) applies. while price is significant
   factor in 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 soliciation.
    All responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-357 SN014590)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WVP), Rock Island, IL
  61299-7630
SUBJECT: 10--XM13 AMBIDEXTROUS SHOULDER HOLSTER
SOL DAAE20-97R0045
DUE 022797
POC Contract Specialist: Addy Tkatch (309) 782-5313, PCO: Brian
  W. Schmidt (309) 782-8490
DESC: 1095-01-M26-4330, Part Number 9388082. Requirements are
  45,000 ea XM13 Ambidextrous Shoulder Holster. For use on the
  M9 9MM Pistol. FOB is Unknown. All or part of this action is
  an unfunded FY97 requirement. The sole source contractor for
  the proposed action is Bianchi International, 100 Calle Cortez,
  Temecula, CA 92590. The proposed contract will include a 100
  percent option. The aforementioned contractor is a small business.
  Published for subcontracting purposes only. Offers from concerns
  other than the above are not solicited. Procurement action
  will include a requirement to update the TDP. Estimated issue
  date of this solicitation is 012797. Acquisition Manager is
  the PM for Small Arms. Failure to properly address requests
  for solicitation in accordance with this CBD notice will result
  in non-receipt of the solicitation package. Failure to properly
  address bids/offers in accordance with solicitation instructions
  may result in a late bid which cannot be considered. Written,
  fax or electronic requests for solicitation packages are accepted.
  No telephone requests will be honored. Requests for copies
  of this solicitation should include your commercial and government
  entity (CAGE)(if a CAGE code has been assigned to you) along
  with your name, address, datafax number, and solicitation number.
  The fax number for requests is (309) 782-4728. Electronic requests
  may be accepted through the Automated Acquisition Information
  System (AAIS). All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309) 782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309) 782-8094 on
  a limited basis. See Note(s): 22.
CITE: (I-358 SN014722)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 13--SQUIP ASSY
SOL F42630-97-Q-20530-01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact D Wojciechowski/Likm/[801]777-4164
DESC: Amended.  Increase quantities to 889 ea with delivery of
  31 Dec 96 56 ea, 31 Mar 98 15 ea, 29 Aug 97 620 ea, 30 Jan
  98 90 ea, 30 Apr 98 20 ea, 30 Jun 97 28 ea, 31 Dec 97 30 ea,
  31 Oct 97 30 ea.  Destination Hill AFB UT and FMS countries.
CITE: (I-358 SN014815)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: US ARMY ARDEC, AMSTA-AR-PCW-E BLDG 10, PICATINNY ARSENAL
  NJ 07806
SUBJECT: 13--LOAD, ASSEMBLE AND PACK (LAP) 115 EA XM231 AND 720
  EA XM232 INERT CHARGES.
SOL dottie-dott-ie01
POC Dorothy K. Simpson, Contract Specialist, email=dsimpson@pica.army.mil,
  (201) 724-4260; John M. Eilenberger, Contracting Officer, email=jeilen@pica.army.mil,
  (201) 724-5522. (Site Code W15BW9)
DESC: The US Army intends to place a purchase order sole source
  to ICI-INAAP, Indiana Army Ammunition Plant, Charlestown, IN
  47111-9668 to Load, Assemble and Pack (LAP) 115 each XM231
  and 720 each XM232 inert MACS charges. Contractor must provide
  inert M1 ropellants, inert M30A2 propellant and end seals to
  load the inert case sets. Contractor must have the requisite
  engineering staff, equipment, expertise and LAP facility to
  satisfy the US Government's requirements. See numbered note
  22.
CITE: (I-358 SN014847)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: US ARMY ARDEC, AMSTA-AR-PCW-C, BLDG 10, PICATINNY ARSENAL
  NJ 07806
SUBJECT: 13--LOOSE SPHEROIDAL PROPELLANT MANUFACTURED BY A WATERBORNE
  BALL POWDER PROCESS
SOL DAAE30-97-R-0037
DUE 020697
POC Sheela Lopez, Contract Specialist 201- 724-4825, Carol A.
  Klapal, Contracting Officer 201-724-3274. (Site Code W15BW9)
DESC: The U.S. Army ARDEC intends to enter into a sole source
  contract with Olin Ordnance, St. Petersburg, FL to fabricate
  52,042 lbs. loose spheroidal propellant, including 4 options
  @ 299,920 lbs. maximum per option, manufactured by the water-borne
  ball owder process for use in a 120mm mortar propelling charge.
  The propellant composition shall consist mainly of energetic
  material such as nitrocellulose and nitroglycerin, possess
  a maximum flame temperature of 3000 degress Fahrenheit, and
  possess physical roperties such that nominal grain size is
  0.030 inches with a nominal web thickness of 0.022 inches.
  This propellant will be utilized in the M233/M234 propelling
  charges as a direct replacement for the M230 propelling charge.
  This solicitation will be available for downloading from the
  World Wide Web Electronic Commerce Home Page available at:
  http://procnet.pica.army.mil. See numbered note 22.
CITE: (I-358 SN014849)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--SCREEN ASSEMBLY, LEF
SOL SP0460-97-Q-D974
DUE 021097
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Cynthia Sumner
  /BT964/804-279-5990  contracting officer Alexander stua RT/804-279-3504
DESC: PR-NO:  YPG96285000771 NSN 1560-01-213-2163, screen assembly,
  lef  Boeing helicopters CAGE 77272 P/N A02P5610-14 Dwg Rev
  "D" sources:  srm  Mfg Co CAGE 23227 8 -EA Del to Stockton
  CA 95296 Del 60 DARO unrestricted.   Solicitation will be made
  in writing and orally.  QPL - FAR 52.209-1 OR  52.209-2 - see
  NOTE 23.  Specifications, plans or drawings relating to  the
  procurement described are not available and cannot be furnished
  by the  government.  All responsible sources may submit offer
  which DGSC shall  consider.
CITE: (I-357 SN014511)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--STRUT, AIRCRAFT
SOL SP0460-97-Q-CA50
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copies of RFQ Sol
  icitations,  contact the buyer. POC:  Vanessa Jones/BU81 8/804-279-4289.
  contracting  officer:  Melissa Miles/804 -279-3318.
DESC: PR-NO:  YPG96327000357 NSN 1560-01-350-1627, strut, aircraft
   McDonnell Douglas Corp.  CAGE:  88277 P/N 17P3A8564-1 6 -EA
  Del to  Robins AFB GA 31098-1887 Del by 274 days ARO.  Specs,
  plans or drawings  relating to the procurement described are
  not available and cannot be  furnished by the government. 
  Duration of contract period:  1 year.   The final contract
  award decision may be based upon a combination of price,  past
  performance and other evaluation factors as described in the
   solicitation.  Only one source of supply.  Solicitation will
  be made in  writing.  All responsible sources may submit offer
  which DGSC shall consider.
CITE: (I-357 SN014515)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--WINDOW PANEL, AIRCRAFT
SOL SP0460-97-Q-B673
DUE 020897
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copy of RFQ/solic
  itation contact  buyer/ LT Jim Martin/BV418/804-279-494 9/FAX
  804-279-6078/or  X4300/contracting officer/Barb ARA Stansbury/804-279-3416
DESC: PR-NO:  YPG96339000636 NSN 1560-01-173-8699, window panel,
   aircraft, Rockwell Intl, CAGE 43999, P/N L3051180-022 Rev
  A. sources:   Rockwell Corp/Tulsa FAC., CAGE 18441, Pilkington
  aerospace, CAGE 86175.  item shall be IAW mil-std 130H DTD
  1 Dec 93 sierracin Corp, CAGE 12035,  P/N 169700-02. origin
  inspec tion required. DSCR does not currently have  an approved
  Tech data pkg.  6 -EA Del to Richmond VA 23297-5900 Del by
   90 DARO. QPL NOTE 23. unrestricted. sole source.  Solicitation
  will be  made in writing. 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-357 SN014519)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--CAP, ASSEMBLY
SOL SP0460-97-Q-CA49
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copies of RFQ Sol
  icitations,  contact the buyer. POC:  Vanessa Jones/BU81 8/804-279-4289.
  contracting  officer:  Melissa Miles/804 -279-3318.
DESC: PR-NO:  YPG96351000481 NSN 1560-01-182-8708, cap, assembly
   Grumman Aerospace Corp.  CAGE:  26512 P/N 123CSP10006-602
  10 -EA Del to  Richmond VA 23297-5900 Del by 580 DARO.  Specs,
  plans, or drawings  relating to the procurement described are
  not available and cannot be  furnsihed by the government. 
  Duration of contract period:  1 year.   The final contract
  award period decision may be based upon a combination of  price,
  past performance and other evaluation factors as described
  in the  solicitation.  Solicitation will be made in writing.
   All responsible  sources may submit offer which DGSC shall
  consider.
CITE: (I-357 SN014521)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--STABILATOR ASSEMBLY
SOL DAAJ09-97-Q-0400
DUE 020797
POC Fleurelle Humphrey, Contract Specialist, AMSAT-A-PLBB, 314-263-2985
  or Carol M. Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263-
  0779 or DATAFAX on 314-263-9012.
DESC: NSN: 1560-01-179-7264, Part Number IAW McDonnell Douglas
  Pat Number 7-311123600, Quantity 75 each. Applicable to the
  AH-64 aircraft. FOB Origin to Texarkana, Tx 75507-5000 and
  New Cumberland, PA 17070-5001. Required delivery with First
  Article Testing is 25 each 510 DACA and 25 each per month thereafter,
  First Article Test Report due 360 DACA. Required delivery without
  First Article Test is 25 each 360 DACA and 25 per month thereafter
  until completion. This procurement requires prequalification.
  All responsible sources may submit a proposal which shall be
  considered by the agency. Justification for other than full
  and open competition is FAR 6.302-1, Only One Source or Only
  a Limited Number of Responsible Sources. This proposed contract
  action is for supplies for which the Government does not have
  specifications and drawings to permit full and open competition.
  Approved Source is: Teledyne Ryan Aeronautical, San Diego,
  CA 92138. The time required for approval of new supplies is
  such that award and delivery cannot be delayed pending approval
  of a new source. Information on meeting qualifications may
  be obtained from ATCOM, ATTN: AMSAT-R-EB. It is anticipated
  that the award will be made via a delivery order to an existing
  Basic Ordering Agreement. Subject to availability of funds.
  No telephone requests will be accepted. You may fax your request
  ATTN: AMSAT-A-PLBB, Fleurelle Humphrey, Contract Specialist,
  on 314-263-9012. See Numbered Note(s): 22.
CITE: (I-358 SN014731)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--SUPPORT STRUCTUAL
SOL DAAJ09-97-R-0183
DUE 020797
POC Ernestine Small, Contract Specialist, AMSAT-A-PLBB, 314-263-0775
  or Carol M. Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263-0779
  or DATAFAX 314-263-9012.
DESC: NSN: 1560-00-571-3675, IAW ATCOM Spares Technical Data
  Package, 81996/204-030-061-1, Rev D. Applicable to the UH-1
  aircraft. The Government intends to issue a Indefinite Delivery
  Indefinite Quantity, Firm Fixed Price Type Contract with five
  consecutive ordering periods. The minimum quantity is 600 and
  the maximum quantity is 3,000 each. FOB Destination for the
  first ordering period to Texarkana, TX 75507-5000 and FOB Origin
  for the subsequent ordering periods. Required delivery with
  First Article Testing is 10 each 480 DACA and 10 each per month
  thereafter, First Article Test Report due 348 DACA. Required
  delivery without First Article Test is 10 each 360 DACA and
  10 each per month thereafter until completion. All responsible
  sources may submit a bid or a proposal which shall be considered
  by the agency. This is 100 percent Small Business Set-Aside.
  Subject to the availability of funds. No telephone requests
  will be accepted. You may fax your request ATTN: AMSAT-A-PLBB,
  Ernestine Small, Contract Specialist, on 314-263-9012. The
  principle medium which the Government will use for technical
  data transmittal during this procurement is the 4.75 inch diameter
  compact disk with embedded reader software. Windows 3.1, or
  Windows NT operating environment and a CD Reader are required.
  See Numbered Note(s): 1.
CITE: (I-358 SN014732)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: ASC/YCK, Bldg 558, 2590 Loop Road West, Wright-Patterson
  AFB, OH 45433-7142
SUBJECT: 15--CORRECTION: C-17 INTERIM CONTRACTOR SUPPORT WITH
  FLEXIBLE SUSTAINMNET PROGRAM
SOL F33657-97-R-0008
DUE 010697
POC Contracting Officer, Roger Mullins, (937) 255-1079.
DESC: CORRECTION: In reference to CBD Announcement, Issue No.
  PSA - 1736, the date for receipt of the Statement of Capability
  is revised to 06 Jan 1997, versus 02 Jan 97 which was stated
  in the first paragraph of the synopsis. In addition, the CBD
  now states, "Perform Sustaining Engineering including: airworthiness
  support, support engineering, Reliability Based Logistics (RBL)
  software planning and execution, failure investigations, and
  Configuration Management." It should read, "Perform Sustaining
  Engineering including: airworthiness support, support engineering,
  Reliability Based Logistics (RBL), software planning and execution,
  failure investigations, and Configuration Management." The
  offeror must perform Reliability Based Logistics functions
  as well as software management and change control for the C-17
  weapon system.
CITE: (I-358 SN014958)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply
  Center, Elizabeth City, NC  27909-5001
SUBJECT: 16--AIRCRAFT COMPONENTS AND ACCESSORIES
SOL DTCG38-97-Q-100019
DUE 011797
POC Contact Linda Hutzler, Contracting Officer, (919)335-6143
DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends
  to issue a purchase order to AlliedSignal Engines of Phoenix
  AZ for the purchase of 20 EA NSN 2840-01-074-7226, P/N: 3002369-14,
  VANE STAGE, and 8 EA 2840-01-HS1-1187, P/N: 3003277-2 used
  on the U.S. Coast Guard HU25 aircraft.  These parts are determined
  to be "Flight Critical" and will require airworthiness certification.
  The standard industrial classification (SIC) code for this
  acquisition is 3724.  Delivery to ARSC, Elizabeth City, NC
  is required within 365 days after receipt of order.  The Coast
  Guard does not own, nor can it provide the proprietary specifications
  for this item. Facismile requests for the RFQ may be submitted
  to (919) 335-6496 not later than 1500 on 10 Jan 1997 and should
  include prices, delivery data, and technical data to sufficiently
  determine capability.  For Minority, Women-Owned and Disadvantaged
  Business Enterprises:  The Department of Transportation (DOT),
  Office of Small and Disadvantaged Business Utilization (OSDBU),
  has a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts.  Loans are
  available under the DOT Short Term Lending Program (STLP) at
  Prime interest rates to provide accounts receivable financing.
   The maximum line of credit is $500.000.  For further information
  and applicable forms concerning the STLP, please call the OSDBU
  at (800) 532-1169..  See Notes 22 and 26.
CITE: (I-357 SN014469)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: HU25A Contract Section, USCG Aircraft Repair & Supply
  Center, Elizabeth City, NC  27909-5001
SUBJECT: 16--AIRCRAFT COMPONENTS AND ACCESSORIES
SOL DTCG38-97-Q-100020
DUE 011797
POC Contact Linda Hutzler, Contracting Officer, (919)335-6143
DESC: The U. S. Coast Guard Aircraft Repair & Supply Center intends
  to issue a purchase order to AlliedSignal Engines of Phoenix
  AZ for the purchase of 05 EA NSN 2840-01-HR2-1945, P/N: 3001410-9,
  LINER OUTER TRANSIT, used on the U.S. Coast Guard HU25 aircraft.
   These parts are determined to be "Flight Critical" and will
  require airworthiness certification. The standard industrial
  classification (SIC) code for this acquisition is 3724.  Delivery
  to ARSC, Elizabeth City, NC is required within 365 days after
  receipt of order.  The Coast Guard does not own, nor can it
  provide the proprietary specifications for this item.  Facismile
  requests for the RFQ may be submitted to (919) 335-6496 not
  later than 1500 on 10 Jan 1997 and should include prices, delivery
  data, and technical data to sufficiently determine capability.
   For Minority, Women-Owned and Disadvantaged Business Enterprises:
   The Department of Transportation (DOT), Office of Small and
  Disadvantaged Business Utilization (OSDBU), has a program to
  assist minority, women-owned and disadvantaged business enterprises
  to acquire short-term working capital assistance for transportation-related
  contracts.  Loans are available under the DOT Short Term Lending
  Program (STLP) at Prime interest rates to provide accounts
  receivable financing.  The maximum line of credit is $500.000.
   For further information and applicable forms concerning the
  STLP, please call the OSDBU at (800) 532-1169..  See Notes
  22 and 26.
CITE: (I-357 SN014470)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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, CONTROL, ELECT
SOL 3P0460-97-Q-CA51
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copies of RFQ Sol
  icitations,  contact the buyer. POC:  Vanessa Jones/BU81 8/804-279-4289.
  contracting  officer:  Melissa Miles/804 -279-3318.
DESC: PR-NO:  YPG96340000402 NSN 1680-01-364-2126, panel, control,
   elect McDonnell Douglas CAGE:  88277 P/N 17P1E1146-1 3 -EA
  Del to Robins  AFB GA 31098-1887 Del by 270 days ARO.  Specs,
  plans or drawings relating  to the procurement described are
  not available and cannot be furnished by  the government. 
  Duration of contract period:  1 year.  The final  contract
  award decision may be based upon a combination of price, past
   performance and other evaluation factors as described in the
  solicitation.   Soliciation will be made in writing.  All responsible
  sources may submit offer  which DGSC shall consider.
CITE: (I-357 SN014520)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--PILOT CHUTE, 90 INCH, AIRCRAFT DECELERATION
SOL SP0460-97-Q-B695
DUE 020897
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, for copy of RFQ/solic
  itation contact  buyer/ LT Jim Martin/BV418/804-279-494 9/FAX
  804-279-6078/or  X4300/contracting officer/Barb ARA Stansbury/804-279-3416
DESC: PR-NO:  YPG96351000493 NSN 1670-00-809-3427, pilot chute,
  90 inch,  aircraft deceleration, Boeing Defense and Space Group,
  CAGE 82918, P/N  25-5871-509, Rev H. source:  Mills Mfg Corp
  CAGE 02693.  Origin  inspection required.  Specifications,
  plans or drawings relating to the  procurement described are
  not available and cannot be furnished by the  government. 
  105 -EA Del to Richmond VA 23297-5900 Del by 90 DARO. QPL 
  NOTE 23. unrestricted. sole source.  Solicitation will be made
  in writing  and orally.  All responsible sources may submit
  offer which DGSC shall  consider.
CITE: (I-357 SN014522)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--FILTER ELEMENT, FLUID
SOL SP0740-97-Q-0676
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)Karl  Hinch/ADAA1/(61 4)692-3277
DESC: PR-NO:  YPC96303000657 NSN 1650-01-340-5255, CAGE 13160
  Part No  7572555-002 CAGE 18350 Part No AC-7031F-1297Y8 CAGE
  18350 Part No  AD-7031F-1297Y8 filter element, fluid Delco
  electroics Corp P/N  7572555-002, or Pall aerospace Corp P/N
  AC-7031F-1297Y8.  69 -EA Del to  Richmond VA 23297-5900 Del
  30 days after award.  Solicitation not  available until 15
  days after published in the CBD. this acquisition is for  supplies
  for which the government does not possess complete,  unrestrictive
  technical data; therefore, the government intends to  solicit
  and contract with only approved sources under the authority
  of 10  U.S.C.2304(C)(1). approved sources are:  PAL aeropower
  Corp(18350) Delco  Electronics Corp (13160).  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 Wil 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-357 SN014568)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--BLADE ASSEMBLY
SOL N0038397QA080
DUE 013097
POC Contact Point, K. Hall, 0223.03, (215)697-6548, Fax, (215)697-3161,
  Twx, Not-avail, Contracting Officer, Lisa A Lax, 0223, (215)697-2587
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1610-00-887-0115-BP, SPEC NR TDP VER 002, Qty 119 EA
  , Delivery FOB Origin--DRAWINGS NOT AVAILABLE ---, See Note
  22
CITE: (I-358 SN014649)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--HUB ASSEMBLY,ROTARY
SOL N0038397QN082
DUE 013097
POC Contact Point, Joseph W Williams, 0233.09, (215)697-4385,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Joseph
  Foley, 0233, (215)697-2592
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1615-01-125-6948-LU, SPEC NR TDP VER 001, Ref Nr 65123-11310-043,
  Qty 5 EA, Delivery FOB Origin----- NO DRAWINGS, See Note 22
CITE: (I-358 SN014650)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--VALVE ASSEMBLY,FAIL
SOL 963060238
DUE 021097
POC Contact Point, Katherine R Rachubinski, 0221.06, (215)697-2813,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Steven
  C Lackatos, 0221.01, (215)697-3723
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-1650-01-143-5655-GF, Ref Nr 287870-1001, Qty 201 EA,
  Delivery FOB Origin, Approx Due Date O/A Feb 10 97----- The
  estimated award date is 140 days after date of synopsis. Due
  to  the  unavailability of drawings or other data this requirement
  will be restricted  to Parker Hannifin., See Note 22
CITE: (I-358 SN014651)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 16--DRIVE ARM/R ASSY
SOL F42620-97-R-24720
DUE 021197
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: Item 0001 NSN 1650-01-059-6387WF P/N: 3833166-1, 18" X
  5" X 5"  WT: 15 LBS. STEEL/ALUM. 73ea. Applicable to: F-16
  A/B/C/D Acft. Destn: FMS Countries. Delivery: 30 Sep 97 5 ea
  30 May 97 18 ea 30 Jun 97 15 ea 31 Dec 97 35 ea Item 0002 NSN
  1650-01-059-8026WF Cylinder Assembly, Rudder P/N: 3834045-1,
  This item is a cylinder assembly used as part of the rudder
  servo actuator for the F-16. 3ea. Applicable to: F-16. Destn:
  FMS Countries. Delivery: 29 Aug 97 3 ea Item 0003 NSN 1650-01-060-9835WF
  Flap Cylinder Assy P/N: 3833045-1, This part is a actuator
  cylinder designed for the flight control systems on the F-16
  10ea. Applicable to: F16a/B/C/D. Destn: FMS Countries. Delivery:
  31 Dec 97 10 ea Item 0004 NSN 1650-01-084-8397WF Feed Back
  Shaft Assy P/N: 3833213-1, 4.481 in. lg one shaft; 1.163 in
  2nd shaft. 6ea. Applicable to: F-16a/B/C/D Acft. Destn: FMS
  Countries. Delivery: 31 Dec 97 1 ea 30 Jun 97 5 ea Item 0005
  NSN 1650-01-106-9139WF Servoactuator P/N: 3833193-3, This item
  is for the horizontal flaperon on the F-16. 22ea. Applicable
  to: F16 A/B/C/D. Destn: FMS Countries. Delivery: 30 Jun 97
  5 ea 31 Oct 97 17 ea Item 0006 The approximate issue/response
  date will be 09 Jan 97. To: Abex/Nwl Aerospace, Kalamazoo Mi
  49001-4165. 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. 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.
  See Note (s) 26.
CITE: (I-358 SN014701)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--BEARING CAN
SOL F42630-97-Q-21824
DUE 012997
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Landing Gear/Photo/Likl/[801]777-6501
DESC: Item 0001 NSN 1630-01-080-4295 P/N: 2606047, Steel bearing
  that  holds the outer wheel bearing seals & cup bearing in
  place on the inbd half of the wheel assy & provide axle seating
  area. Dim: 3.5" OD X 9.0" lg. 156ea. Applicable to: F15 C&D
  Acft. Destn: Hill Air Force Base, Ut 84056-5825. Delivery:
  30 Sep 98 156 ea The approximate issue/response date will be
  09 Jan 97. The anticipated award date will be 29 Jan 97. Written
  procedure will be used for this solicitation. To: Coltec Industries
  Inc, Euless Tx 76040-7012. 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. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government. 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.
  The Government does not own the data or the rights to the data
  needed to purchase this part from additional sources. It has
  been determined to be uneconomical to buy the data or rights
  to the data. It is uneconomical to reverse engineer the part.
  See Note (s) 26.
CITE: (I-358 SN014705)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 16--MANIFOLD SUB-ASSEMBLY,
SOL F42630-97-Q-25812
DUE 012997
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Landing Gear/Photo/Likl/[801]777-6501
DESC: Item 0001 NSN 1620-00-873-6326 P/N: 220277-3, Dim 2" thick
  8"  around. Mat: Alu. Function supply fluid to power unit.
  42ea. Applicable to: F-4. Destn: Hill Air Force Base, Ut 84056-5825.
  Delivery: 31 Oct 97 42 ea The approximate issue/response date
  will be 09 Jan 97. The anticipated award date will be 29 Jan
  97. Written procedure will be used for this solicitation. To:
  Ozone Industries Inc, East Lyme Ct 06333-. 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. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government. 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.
  The Government does not own the data or the rights to the data
  needed to purchase this part from additional sources. It has
  been determined to be uneconomical to buy the data or rights
  to the data. It is uneconomical to reverse engineer the part.
  See Note (s) 26.
CITE: (I-358 SN014709)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO
SUBJECT: 16--ACCUMULATOR HYDRAULIC
SOL DAAJ09-97-R-0192
DUE 021097
POC Fleurelle Humphrey, Contract Specialist, AMSAT-A-PLBB, 314-263-2985
  or Carol M. Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263-
  0779 or DATAFAX on 314-263-9012.
DESC: NSN: 1650-01-120-7512, Part Number IAW Boeings Source Controlled
  Drawing 145HS203, Quantity 12 each. Applicable to the CH-47D
  aircraft. FOB Destination to Texarkana, TX 75507-5000. Required
  delivery is 150 DACA. This procurement requires prequalification.
  All responsible sources may submit a proposal which shall be
  considered by the agency. Justification for other than full
  and open competition is FAR 6.302-1, Only One Source or Only
  a Limited Number of Responsible Sources. This proposed contract
  action is for supplies for which the Government does not have
  specifications and drawings to permit full and open competition.
  Approved sources are: Arkwin Industries Inc., Westbury, NY
  11590-5018 and Boeing Defense and Space Group, Philadelphia,
  PA 19142-0858. The time required for approval of new supplies
  is such that award and delivery cannot be delayed pending approval
  of a new source. Firms are encouraged to seek source approval
  in order to compete for future solicitations IAW the instructions
  contained in Section L of the solicitation. Information on
  meeting of qualifications may also be obtained from ATCOM,
  ATTN: AMSAT-R-EB. Subject to availability of funds. No telephone
  requests will be accepted. You may fax your request ATTN: AMSAT-A-PLBB,
  Fleurelle Humphrey, Contract Specialist, on 314-263-9012. See
  Numbered Note(s): 23.
CITE: (I-358 SN014733)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 16--GRIP ASSY
SOL F42620-97-Q-22176-01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Karen M. Kelly/Lfke/[801]777-6037
DESC: Amended.  Add requirements to solicitation F42620-97-R-22168.
   As a result of this action, solicitation F42620-97-Q-22176
  is canceled.
CITE: (I-358 SN014811)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 16--GRIP ASSY
SOL F42620-97-R-22168-01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Karen M. Kelly/Lfke/[801]777-6037
DESC: Amended.  Add requirements of solicitation F42620-97-Q-22176.
   Extend approximate issue/response date to 16 Dec 96.  Anticipate
  award date 6 Jan 97.  As a result of this action, F42620-97-Q-22176
  is canceled.
CITE: (I-358 SN014812)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--CAP SLINE HEATSHIELD
SOL F41608-97-Q-74301
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 1680-ND-057-429P P/N: 2612619, SIZE/DIMENSIONS:
   Approximately 8" X 20 ' FORM, FIT and FUNCTION: Assists in
  preventing friction. PREDOMINANT MATERIAL OF MANUFACTURE: Aluminum.
  166EA. Applicable to: C-17 Airccraft. Destn: Kelly Afb, Texas
  78241-6425. Delivery: 28 Feb 97 166 ea No Drawings/Specifications
  Available The approximate issue/response date will be 13 Jan
  97. The anticipated award date will be 18 Feb 97. Written procedure
  will be used for this solicitation. To: Allied-Signal Inc,
  South Bend In 46628-1373. 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-358 SN014881)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St Louis, MO 63120-1798
SUBJECT: 16--CASE ASSY
SOL DAAJ09-97-Q-0502
DUE 011597
POC L. Anderson-Samuel, Procurement Technician, 314-263-0789,
  Pamela Moran, Contracting Officer, 314-263-0782, fax 314-263-9012.
DESC: NSN: 1615-01-164-6734, P/N: 406-040-406-101, Quantity:
  15 each applicable to the OH-58. FOB origin with delivery of
  15 each to Red River Army Depot by 98 Feb 10. 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
  and drawings, however, it is restricted to the following approved
  source: Bell Helicopter Textron INc, 600 E. Hurst Blvd, Ft
  Worth, TX 76101 (FSCM: 97499). 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-358 SN014961)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Department of Transportation, National Highway Traffic
  Safety Administration, Vehicle Research and Test Center, P.O.
  Box 37, East Liberty, OH 43319
SUBJECT: 17--SOURCES SOUGHT FOR LEASE OF ASPHALT DE-ICER AND
  DRYER
SOL DTNH22-97-Q-08028
DUE 010397
POC Robin Esser, Contracting Officer, (937) 666-4511
DESC: The National Highway Traffic Safety Administration (NHTSA),
  Vehicle Research and Test Center (VRTC), needs to lease a de-icing
  and drying apparatus.  The fixture must be capable of de-icing
  and drying an existing 1400 ft long, 12ft wide lane of asphalt
  during inclement weather.  Anticipated lease period is four
  (4) months beginning in January 1997.  The purpose of this
  announcement is to invite the makers of devices that can accomplish
  the requirement to notify NHTSA if they are interested in leasing
  their product during the time period stated.  Because of the
  planned schedule, responses should be submitted so that they
  are received by NHTSA by January 3, 1997.  Responses may be
  submitted by FAX to (937) 666-3590. Please call Jim Hague at
  (937) 666-4511 for more information.  No solicitation document
  is available.
CITE: (I-355 SN014419)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN,
  Code 410, P.O. Box 215, Portsmouth, Virginia  23705-0215
SUBJECT: 19--USS STUMP (DD-978), SSP 518-97, ESRA
SOL N62678-97-R-0045
DUE 021397
POC Phillip Fields, Contract Specialist, (757) 396-5041 ext 449!
DESC: Miscellaneous mechanical, electrical, structural, and electronic
  repairs.  To qualify for an award under this solicitation,
  the offeror must execute a current NAVSEA Agreement for Boat
  Repair (ABR).  If not previously done, adequate time must exist
  to allow proper assessment of the contractor's data.  The inspection
  dates are tentatively set for 1/21/97 through 1/24/97 with
  the inspection to be held at the U. S. Navy Base, Norfolk,
  Va.  The availability dates are tentatively set for 4/14/97
  through 6/20/97 with the work to be done at the contractor's
  plant.  The place of performance is restricted to the homeport
  area.
CITE: (I-358 SN014830)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Port Hueneme Division (Code 5F00), Naval Surface Warfare
  Center, 4363 Missile Way, Port Hueneme, CA 93043-4307
SUBJECT: 20--NAVY STANDARD EQUIPMENT
SOL N63394-97-R-2203
DUE 021897
POC Contract Specialist, LORRAINE ARCINIEGA, (805) 982-9147,
  Contracting Officer, NANCY G. ALPAY, (805) 982-0411
DESC: THE PORT HUENEME DIVISION NAVAL SURFACE WARFARE CENTER
  ANTICIPATES AWARDING A FIRM-FIXED PRICE CONTRACT FOR THE FABRICATION
  AND ASSEMBLING OF UNDERWAY REPLENISHMENT NAVY STANDARD EQUIPMENT
  IN ACCORDANCE WITH NAVSEA DRAWINGS: COMPONENTS FOR CARGO STATON
  A0E 4 USS DETROIT AND AOE 3 USS SEATTLE FAST COMBAT SUPPORT
  SHIPS. THE DELIVERY SCHEDULE FOR THE EQUIPMENT IS 12 MONTHS
  AFTER CONTRACT AWARD FOR AOE 4, OPTIONS FOR AOE 3 DUE 12 MONTHS
  AFTER EXERCISE OF OPTION. FOB DESTINATION. THE RFP WILL BE
  AVAILABLE PPROXIMATELY 24 JANUARY 1997. INTERESTED PARTIES
  SHALL SUBMIT THEIR REQUEST FOR RFP VIA FAX (805) 982-5746 OR
  BY MAIL TO THE ADDRESS ABOVE. THE DEADLINE FOR SUBMITTING THE
  PROPOSALS WILL BE 30 CALENDER DAYS AFTER THE EFFECTIVE DATE
  OF THE RFP. NOTE 1, 9 AND NOTE 26 APPLIES. ALL RESPONSIBLE
  PARTIES MAY SUBMIT A PROPOSAL WHICH WILL BE CONSIDERED.
CITE: (I-358 SN014863)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 23--OVERHAUL AND REPAIR OF HEMTT
SOL DAAE0797RX021
DUE 022096
POC For a solicitation copy or for information on this procurement,
   Call Iley Givens (810) 574-7012
DESC: Overhaul and repair.  HEMTT M985 without winch.  Qty: 
  18; HEMTT  M978.  Qty:  13; HEMTT M985 with winch.  Qty:  8;
  HEMTT wrecker.  qty:  5.  Three (3) year requirements type
  contract.  Minimum 3 year  qty.  44.  Maximum 3 year qty. 
  333.  FOB:  origin. see NOTE:  22.   The offer due date is
  on or about 022096 (see solicita tion for actual offer  due
  date).
CITE: (I-355 SN014451)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: 901 M Street, S.E., Washington Navy Yard, Building 166,
  Washington, DC 20374-5095
SUBJECT: 23--16 FOOT STAKE TRUCK
SOL N68925-97-M-A605
DUE 020397
POC Carol Labanowski, Contract Specialist, 202-433-2462.
DESC: The contractor is to provide all labor, supplies, equipment,
  transportation and supervision necessary for the purchase and
  delivery of a 16 foot stake truck with a gross vehicle rating
  of approximately 30,000 lbs while not exceeding 33,000 lbs
  in accordance with the specification. Vehicle is to be delivered
  to the Norfolk, Virginia vicinity with exact location given
  at time of award. No telephone solicitations will be accepted.
  FAX requests will be accepted on 202-685-8237. Specifications
  will be available on or about 30 December 1996.
CITE: (I-358 SN014782)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: SCANG, 169LGC, McEntire ANG Station, 1325 South Carolina
  Road, Eastover, SC 29044-5004
SUBJECT: 23--ACQUISITION OF ALL TERRAIN VEHICLE, HONDA OR EQUAL
SOL DAHA3897T5297
DUE 011597
POC Jim Griggs, (803) 695-6255, Contracting Officer.
DESC: SOURCES SOUGHT: The South Carolina Air National Guard proposes
  to procure All Terrain Vehicles Honda TRX400 or equal--4 ea.
  395cc Air Cooled OHV single-cylinder four stroke engine. Solid
  state CD ignition with electronic advance. Five-speed transmission
  with automatic clutch, reverse and super-low first gear. Direct
  front and rear driveshafts with limited-slip front differential.
  Independent double-wishbone 4.3 inch travel front suspension.
  Swingarm with dual show hydraulic shock, 4.3 inch travel rear
  suspension. Dual hydraulic drum front brakes and sealed mechanical
  drum rear brakes. 76.5 inches long, 45.5 inches wide. Ground
  clearance: 7.3 inches, seat height: 30.9  inches, wheel base:
  48.8 inches, dry weight: 550.0 lbs, fuel capacity: 3.2 gal,
  including 0.7 gal reserve. Optional accessories: speedometer,
  hourometer, 12 volt DC connector, flag kit. Color: Olive; SPARE
  PARTS: Brake shoe set--2 ea; inner tube for rear tires--4 ea;
  reverse shift cable--1 ea, hand brake cable--2 ea; rear wheel
  (drive) rim--1 ea; foot brake cable--2 ea; left hand brake
  lever--1 ea; inner tube for front tire--2 ea; tire plug kit--2
  ea; bead breaker--2 ea; throttle cable assembly--2 ea; spark
  plug--8 ea; idle screw kit--1 ea; oil filter--4 ea; air filter--4
  ea; assorted fuses--16 ea; tail light bulb--2 ea; neutral/reverse--2
  ea; left hand brake/master cylinder  perch--1 ea; right hand
  brake/master cylinder perch--1 ea; front wheel rim--1 ea; right
  hand brake lever--1 ea; brake shoe kit--2 ea; fuel filter--4
  ea; headlight unit--1 ea; tail light--1 ea; headlight lamp--2
  ea; ignition key switch--2 ea; full face helmet x large--2
  ea, medium--2 ea. Telephone requests will not be honored. Fax
  request to (803) 695-6487. Request to include CAGE Code. All
  responsible sources may submit an offer.
CITE: (M-358 SN014997)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: Missouri Air National Guard, Contracting and Acquisitions,
  10800 Lambert Int'l Blvd., Bridgeton, Missouri 63044-2371
SUBJECT: 23--EMERGENCY RESPONSE AND TRANSPORTATION TRAILERS
SOL DAHA2397T5001
DUE 010297
POC TSgt. Darian Vomund, Purchasing Agent, (314) 263-6238.
DESC: The Missouri Air National Guard intends to place an order
  for the following items: (1) Trailer, Emergency Response, this
  trailer will be used as a Mobile Command Post. Size: 24'L x
  8'W x 8'9"H; (2) Trailer, Cargo, this trailer will be used
  for storage and transportation of Air Force band equipment.
  Size: 27'6"L x 8'W x 8'6"H; (3) Trailer, Crash Recovery, this
  trailer will be used to respond to aircraft accident sites.
  Size: (interior) 24'L x 8'W x 7'H. All sources that wish to
  submit an offer may call the number listed above, or FAX their
  request to (314) 263-6118. Once a request is made a detailed
  Request for Quotation will be sent. All responses will be considered.
CITE: (M-358 SN015003)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 25--M9 ACE MOUNTING RING
SOL DAAE0797QX004
DUE 022097
POC For a solicitation copy, Call 810/574-6802 OR 6807.  For
   information on this procurement, Call Judy Busha (810) 574-7294
DESC: Item:  M9 ACE mounting ring.  PN:  12466265.  Item:  M9
  ACE  mounting ring.  PN:  12466265. see NOTE:  01.  All responsible
   sources may submit an offer which will be considered.  The
  offer due date is  on or about 022097 (see solicitation for
  actual offer due date).
CITE: (I-355 SN014450)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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. ON AM GENERAL M998 (HMMWV)
  SERIES  TRUCKS. USE ARMY DRAWING 12369003
SOL SP0750-97-Q-0512
DUE 021797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer, Lori spang,  (614)692-4214.
DESC: PR-NO:  YPC96274001218 NSN 2540-01-188-3229, CAGE 19207
  Part No  12340051 CAGE 34623 Part No 12340051 frame, seat,
  vehicular.  I/A/W  U.S. Army TACOM drawing 12340051. used on
  M998 HMMWV vehicle.  660 -EA  Del to New Cumberland PA 17070-5001
  Del by 90 days after date of award.   700 -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 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.  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-357 SN014591)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 26--Tires and Tubes
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 26--TIRE, PNEUMATIC
SOL DAAE0796RT089
DUE 021997
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Ara Hall (810) 574-8379
DESC: NSN:  2610002757995, qty:, FOB:  destination, opt:  none
  item:   tire, pneumaitc, ZZ-T-381/GP3, style X, tbyyclr/ T/T/9.00-20/E/TBHR.
   two (2) year requirements contract DVD/EDI contract.  Estimated
  annual  requirements 547/ 570. see NOTE:  none.  All responsible
  sources may submi  T an offer which will be considered.  The
  offer due dat E is on or about  021997 (see soliciation for
  actual off er due date).
CITE: (I-355 SN014456)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Department of Transportation, National Highway Traffic
  Safety Administration, Vehicle Research and Test Center, P.O.
  Box 37, East Liberty, OH 43319
SUBJECT: 28--SOURCES SOUGHT FOR LEASE OF ASPHALT DE-ICER AND
  DRYER
SOL DTNH22-97-Q-08028
DUE 010397
POC Robin Esser, Contracting Officer, (937) 666-4511
DESC: The National Highway Traffic Safety Administration (NHTSA),
  Vehicle Research and Test Center (VRTC), needs to lease a de-icing
  and drying apparatus.  The fixture must be capable of de-icing
  and drying an existing 1400 ft long, 12ft wide lane of asphalt
  during inclement weather.  Anticipated lease period is four
  (4) months beginning in January 1997.  The purpose of this
  announcement is to invite the makers of devices that can accomplish
  the requirement to notify NHTSA if they are interested in leasing
  their product during the time period stated.  Because of the
  planned schedule, responses should be submitted so that they
  are received by NHTSA by January 3, 1997.  Responses may be
  submitted by FAX to (937) 666-3590. Please call Jim Hague at
  (937) 666-4511 for more information.  No solicitation document
  is available.
CITE: (I-355 SN014420)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Naval Undersea Warfare Center, Division Keyport, 610
  Dowell Street, Keyport, WA
SUBJECT: 28--HYDRAULIC PROPULSION THRUSTER LEASE
SOL N00253-97-R-0009
DUE 021297
POC Victor Angkico, 360/396-5671
DESC: The Naval Undersea Warfare Center (NUWC) Division Keyport
  intends to acquire via a lease with option to purchase, two
  diesel powered outboard hydraulic propulsion units. The units
  shall be radiator cooled, 360 degree rotation, skid mounted
  with fork lift pads, foot print no larger than 6 ft. by 14
  ft., and is suitable for direct welding and/or bolting to the
  deck. The units  shall be fitted with noise attenuating enclosures
  and hospital grade mufflers. The units are to be equipped with
  government furnished, rebuilt, Detroit 8V71 diesel engines
  (Model # 7082-7000, 275 H.P., 1800 RPM) which drive a hydraulic
  pump package providing the power for propulsion, steering and
  180 degree kick-up of the outdrive. Delivery will be required
  no later than 02 June 97. Lease will be for a minimum of 6
  months with the option to extend monthly for an additional
  12 months. The acquisition shall be procured in accordance
  with FAR Part 12, Commercial Acquisition. This acquisition
  will be a 100 percent small business set-aside. The solicitation
  will be issued on or about 13 Jan 97 with a 3-4 week closing.
  All responsible sources may submit an offer. No telephone requests
  for the solicitation package will be accepted. Requests can
  be faxed to (360) 396-2333. Numbered Note 1 applies.
CITE: (I-355 SN014436)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 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--HOUSING ASSEMBLY
SOL DAAE0797RT197
DUE 022097
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Linda Finnell (810)
  574-6119
DESC: NSN:  2835011538270, qty:, FOB:  origin, opt:  none item:
    housing assembly.  PN:  12302428.  Qty:  guarant eed minimum:
   48,  ES see NOTE:  none.  All responsible S ources may submit
  an offer which  will be considered.  T HE offer due date is
  on or about 022097 (see  soliciatio N for actual offer due
  date).
CITE: (I-355 SN014455)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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, SEGMENT
SOL SP0480-97-R-0386
DUE 021097
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, contact the buyer at 804-279-5232
  or by  FAX to 804-279-3123. buyer, Martha Gay/BL370/804-279-5232;
  contracting  officer Stephen ma son, 804-279-3724
DESC: PR-NO:  YPG96312000950 NSN 2840-01-174-5670, liner, segment
   General Electric Co., CAGE 07482 P/N 9945M30G01 500 -EA Del
  to Tinker  AFB OK 73145-9013 Del by 200 days FOB origin unrestricted,
  other than  full and open it is anticipated award will be made
  against existing basic  ordering agreement.  100% option quantity
  applies.  All responsible  sources may submit offer which DGSC
  shall consider.
CITE: (I-357 SN014484)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--COUPLING ALLIEDSIGNAL INC CAGE 99193
SOL SP0480-97-R-0554
DUE 021897
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)279-5372.  Buyer
  Heidi Bradbury/BL470,  contracting officer Martha Gay/804-279-5232.
DESC: PR-NO:  YPG96318000320 NSN 2835-00-113-4532, Allied Signal
  (99193)  P/N 698248-1 100% option applies other than full and
  open. it is  anticipated that the award will be made against
  the BOA.  70 -EA Del to  New Cumberland PA 17070-5001 Del within
  120 days ARC.  All responsible  sources may submit offer which
  DGSC shall consider.
CITE: (I-357 SN014486)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--SHROUD, STAGE 1
SOL SP0480-97-R-0327
DUE 021097
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 or
  by FAX to 804-279-4165. buyer,  Martha gaybl 370/804 -279-5232;
  contracting officer Stephen Mason,  804-279- 3724
DESC: PR-NO:  YPG96304000996 NSN 2840-01-147-0559, shroud, stage
  1  General Electric Co., CAGE 07482 P/N 9992M65G06 Rev "AG"
  DTD 24 Aug 93  acceptable source:  Tool Sales and Service CAGE
  28884 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.  648 -EA Del to New  Cumberland
  PA 17070-5001 Del by 124 days FOB origin/139 days FOB  destination
  481 -EA Del to Tracy CA 95376-5000 Del by 124 days FOB  origin/139
  days FOB destination 766 -EA Del to Tinker AFB OK 73145-9013
   Del by 124 days FOB origin/139 days FOB destination contractor
  first  article testing applies-3 samples due 90 days after
  receipt of contract.   Unrestricted, other than full and open
  competition.  100% option  quantity applies.  All responsible
  sources may submit offer which DGSC shall  consider.
CITE: (I-357 SN014513)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--SUPPORT,NOZZLE
SOL N0038396X8308
DUE 021097
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-2840-01-393-1180-TN, Ref Nr 6025T29G05, Qty 24 EA, Delivery
  FOB Origin, RFQ N0038396X8308, Approx Due Date O/A Feb 10 97-----.
    NO Drawings.  NAVY SOURCE APPROVAL PROCEDURES APPLY>, See
  Note 22
CITE: (I-358 SN014652)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 28--DAMPER,STG2 BLADE
SOL N0038397X0108
DUE 021097
POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572,
  Fax, (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-2840-01-396-8510-TN, Ref Nr 4108T25P01, Qty 12943 EA
  , Delivery FOB Origin, RFQ N0038397X0108, Approx Due Date O/A
  Feb 10 97-----.  NO drawings.  Navy source approval procedures
  apply.cORRECT QTY IS 7575  EA., See Note 22
CITE: (I-358 SN014653)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 28--TURBINE POWER UNIT
SOL F41608-97-R-40019
DUE 021097
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Robbins, J./ldkj/[210]925-8845
DESC: Item 0001 NSN 2835-01-263-9440 P/N: 16VH003001-11, P/N
   581750-11-1 2ea. Applicable to: F-16 Aircraft. Destn: Kelly
  Afb, Texas 78241-6449. Delivery: 31 DEC 97 2 ea The approximate
  issue/response date will be 10 Jan 97. To: Alliedsignal Inc,
  Torrance Ca 90509-2960. To: Lockheed Martin Corporation, Fort
  Worth Tx 76101-0748. 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-358 SN014684)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 28--28--LINER ASSMBLY
SOL FD2050-97-Q-39509 01
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Thomas, S./ldkj/[210]925-8845
DESC: NSN: 2835-00-076-6465 - LINER ASSMBLY APPL GTCP 85-106A/C141
  APU  EXEMPT GFM SCREENING-COMMERCIAL PICA Synopsis is amended
  as follows: FROM TO RFQ RFP 21 ea Best Est Quan: 50 ea Min
  Order: 8 ea Max Order: 25 ea Contract will be a 3 year requirements
  contract - firm fixed price. Point of contact is Sean Thomas,
  SA-ALC/LDKJ, (210) 925-8845, or fax (210) 925-1058 SYN NR:
  97-39509!!
CITE: (I-358 SN014690)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--ILC CORE MODULES
SOL F41608-96-R-3HK01 02
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Lopez, J./lpkah/[210]925-6385
DESC: ADDITIONAL INFORMATION/CLARIFICATION: The government plans
  to  solicit one or more indefinite delivery indefinite quantity
  (IDIQ) contracts for a period of one year. The overall minimum
  quantity to be ordered by the Government will be repair/overhaul
  of six core modules, and the overall maximum quantity to be
  ordered will be repair/overhaul of 38 core modules. If more
  than one contract is awarded, the minimum quantity to be ordered
  under each contract will be repair/overhaul of three core modules,
  and the maximum quantity for each contract will be repair/overhaul
  of 38 core modules.
CITE: (I-358 SN014876)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--ILC CORE MODULES
SOL F41608-96-R-3HK01 03
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Lopez, J./lpkah/[210]925-6385
DESC: ADDITIONAL INFORMATION: The period of performance for this
  ILC  Core Module (IDIQ) contract is changed from: one year,
  to: 18 months. All other terms and conditions shall remain.
CITE: (I-358 SN014877)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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 SEGMENT
SOL F41608-97-R-0108
DUE 021097
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 2840-01-365-7935PT P/N: 4076127, SIZE:12
  IN X. 10  IN:MATL:STEEL AND PWA279:FIT/FORM:RING SEGMENT WITH
  ABRADABLE MATERIAL WHICH MAINTAINS THE PROPER CLEARANCE. MISC:
  THE GOV'T INTENDS TO SOLICIT A ONE YEAR REQUIREMENTS CONTRACT.
  THE BEQ FOR THE SINGLE YEAR IS 104 EA. DELIVERY IS 20 PER MONTH
  STARTING 7 MONTHS ARO. QUALIFICATION REQUIREMENTS FOR THIS
  ITEM ARE AVAILABLE AND WILL BE IDENTIFIED IN THE SOLICITATION.
  104EA. Applicable to: F100/Pw229 Engine. Destn: Kelly Afb,
  Texas 78241-6318. Government furnished drawings and specifications
  are not available The approximate issue/response date will
  be 13 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) 22,23,26.
CITE: (I-358 SN014883)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly
  Afb,  Texas 78241-6449
SUBJECT: 28--SHROUD ASBLY
SOL F41608-97-R-34520
DUE 021097
POC For copy, Fax request to LDKJ at (210)925-1058, For additional
   information contact Robbins, J./ldkj/[210]925-8845
DESC: Item 0001 NSN 2835-01-037-8441 P/N: 3826041-1, Size: APPROX
  7.5  IN DIA X 3 IN. Predominant material: Inconel/Aluminum
  Alloy Used on GTCP 36-50 APU Engine, A-10A Aircraft. Function:
  Directs inlet airflow towards the copressor rotor. 14EA. Applicable
  to: Gtcp 36-50 (A10a Eng. Destn: Kelly Afb, Texas 78241-6449.
  Delivery: 31 Dec 97 14 ea DRAWINGS & SPECIFICATIONS ARE NOT
  AVAILABLE The approximate issue/response date will be 13 Jan
  97. The anticipated award date will be 31 Mar 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. 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-358 SN014885)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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-45074
DUE 021397
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 2840-01-420-2818PT P/N: 4081566, SIZE/DIMENSIONS:
   Approximately 36 inches in diameter by 6 inches wide PREDOMINANT
  MATERIAL OF MANUFACTURE: AMS 4928, Titanium alloy with rubber
  FORM/FIT/FUNCTION: One of three round outer airseals designed
  to provide containment for the first stage blades on the F100PW229
  aircraft engine. To be eligible for contract award, offerors
  must be approved sources. The Government is NOT required to
  delay contract award to review pending SARs. Therefore, offerors
  are encouraged to submit SARs as soon as possible. 120ea. Applicable
  to: F100pw229 Engine. Destn: Kelly Afb, Texas 78241-6318. Delivery:
  28 Nov 97 40 ea 31 Dec 97 40 ea 30 Jan 98 40 ea Qualification
  requirements: Sources must be qualified prior to being considered
  for award. The solicitation will contain instructions for obtaining
  further information on this requirement. The 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 14 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. 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
  is cited in each individual solicitation. 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-358 SN014886)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--KIT,INSTALLATION
SOL F41608-97-R-46123
DUE 021097
POC For copy, Fax request to LPKBC at (210)925-8780, For additional
   information contact Wilkerson, D./lpkbc/[210]925-4607
DESC: Item 0001 NSN 2840-01-414-8928RW P/N: 23056957, Size: different
   sizes Predominate Material: different materials Function:
  Subject turbine module installation kit is used by field activities
  to repair different parts of the turbine module. To include
  light house, scavanger oil pump. 200EA. Applicable to: C130
  Acft/T56 Engine. Destn: Kelly Afb, Texas 78241-6427. Delivery:
  31 Dec 97 100 ea 31 Dec 98 50 ea 31 Dec 99 50 ea A 3 yr requirements
  contract is anticipated BEQ = 200 ea. The approximate issue/response
  date will be 13 Jan 97. To: Kitco Inc, Springville Ut 84663-0900.
  To: Kit Pack Co, Las Cruces Nm 88005-5830. To: Pacific Sky
  Supply Inc, Sun Valley Ca 91352-3218. 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) 1,9,26.
CITE: (I-358 SN014887)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--SEAL, VAPOR
SOL F41608-97-R-49107
DUE 021397
POC For copy, Fax request to LPKBD at 210-925-2398, For additional
   information contact Capers, O./lpkbd/[210]925-8731
DESC: Item 0001 NSN 2840-00-111-5739PS P/N: 9672M33P05, P/N S19098-P02
   USED ON RIGHT SIDE ENGINE PIPING APPL TO TF-39 ENGINE DELIVERY:
  40 EA 120 DAYS ARO PER 3 YEAR REQUIREMENT FAX: 210-925-2398
  257ea. Applicable to: Tf39 Engine. 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 Government furnished
  drawings and specifications are not available. The approximate
  issue/response date will be 14 Jan 97. The anticipated award
  date will be 13 MAR 97. Written procedure will be used for
  this solicitation. To: General Electric Co, Cincinnati Oh 45215-6303.
  To: Kirkhill Rubber Co, Brea Ca 92621-4007. 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) 23,26.
CITE: (I-358 SN014888)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components--Potential Sources
  Sought
OFFADD: SA-ALC/BC, 303 S. Crickett Dr., Ste. 4, Kelly AFB, TX
  78241-6025
SUBJECT: 28--BEVEL GEAR
SOL JT17
POC Joe Torres, 303 S. Crickett Dr., Ste. 4, Kelly AFB, TX 78241-6025.
DESC: SOURCE QUALIFICATION NOTICE: THIS IS NOT A SOLICITATION.
  This notice is to publicize the availability of Qualification
  Requirements for a Bevel Gear applicable to the T56 Engine,
  NSN: 3020-00-326-7484RW; P/N: 6731183. Copy of the Qualification
  Requirements can be obtained by submitting a written or FAX
  request to the attention of Mr. Joe Torres; SA-ALC/BC; 303
  S. Crickett Dr., Ste. 4; Kelly AFB, TX 78241-6025; FAX: (210)
  925-0235. Reference JT17 on all requests.
CITE: (M-358 SN014911)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--FLOAT VALVE
SOL SP0480-97-R-0388
DUE 021097
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 or
  by FAX to 804-279-4165. buyer,  Martha Gay/BL370/804 -279-5232;
  contracting officer Stephen Mason,  804-279- 3724.
DESC: PR-NO:  YPG96313000357 NSN 2915-01-231-7736, float valve
  McDonnell  Douglas Corp, CAGE 76301 P/N 74-550056-203 "Rev"
  C "DTD 12/07/83  acceptable sources:  Whittaker Corp, CAGE
  79318, P/N 232445-1; TAT  Aero equipment Ind LTD, P/N 5170-1
  200 -EA Del to New Cumberland PA  17070-5001 Del by 85 days
  FOB origin/100 days FOB destination 300 -EA Del  to Tracy CA
  95376-5000 Del by 85 days FOB origin unrestricted, other than
   full and open competition all responsible sources may submit
  offer which DGSC  shall consider.
CITE: (I-357 SN014485)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--DETECTOR, METALLIC PARTICLE SOURCE CONTROL ITEM
SOL SP0480-97-R-0387
DUE 021097
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 or
  by FAX to 804-279-4165. buyer,  Martha Gay/BL370/804 -279-5232;
  contracting officer Stephen Mason,  804-279- 3724.
DESC: PR-NO:  YPG96305000490 NSN 2995-01-263-8725, detector,
  metallic  particle Sikorsky Aircraft Corp. CAGE 78236 P/N 70351-08249-103
  Rev "E"  DTD 9 Aug 83 approved source:  Vickers Inc, CAGE 97484
  P/N G5034EA P/N  70351-08249-103, critical source control item,
  used on SH/UH-60  helicopter, vendor substantion required 400
  -EA Del to New Cumberland PA  17070-5001 Del by 186 days FOB
  origin 100 -EA Del to Tracy CA 95376-5000  Del by 186 days
  FOB origin unrestricted, other than full and open  competition
  all responsible sources may submit offer which DGSC shall 
  consider.
CITE: (I-357 SN014514)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--VALVE, FUEL SYSTEM
SOL SP0770-97-Q-MH86
DUE 012997
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Cheryl Offenburger/ PCCRBA3/614-692-7363
DESC: PR-NO:  RPC96312001289 NSN 2910-01-086-8265, CAGE 06848
  Part No  2540478 valve, fuel system. Alliedsignal P/N 2540478.
   186 -EA Del to  Anniston AL 36201 Del 180 days after date
  of award.  Solicitation not  available until 15 days after
  published in the CBD.  This acquisition is  for supplies for
  which the government does not possess ccomplete,  unrestrctive
  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:  Alliedsignal,
  Inc.  All  responsible sources may submit offer which DCSC
  shall consider.
CITE: (I-357 SN014586)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--SWITCH, SAFETY, NEUTRAL START, 28 VOLT DC.
SOL SP0750-97-Q-0504
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, Aaron brahosky,  (614)692-4704.
DESC: PR-NO:  YPC96205000685 NSN 2920-01-249-3492, CAGE 19207
  Part No  12338434 CAGE 34623 Part No 05597263 CAGE 34623 Part
  No 12338434 CAGE  60602 Part No 10107-12 switch, safety, neutral
  start, 28 volt DC.  The  fluorocarbon Co. P/N 10107-1-2.  835
  -EA Del to Lathrop CA 95330 Del by  60 days after date of award.
   1,240 -EA Del to New Cumberland PA  17070-5001 Del by 60 days
  after date of award.  See NOTE 22.  Small  business size standard
  is 500 employees.  Solicitation not available  until 15 days
  after published in the CBD.  Specifications, plans, or  drawings
  are not available.  Automated Best Value Model (ABVM) 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  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-357 SN014587)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 29--PARTS KIT ANTI-ICING VALVE
SOL F41608-97-Q-0079
DUE 021397
POC For copy, Fax request to LPKAF at (210)925-8496, For additional
   information contact Shepherd, F./lpkaf/[210]925-6566
DESC: Item 0001 NSN 2995-01-368-3451PT P/N: 43497, Size: Various
  sizes  Pred. Matl: Various Compositions/Combinations Function:
  Used to repair anti-icing value on F100 Engine. Contains parts
  required for upgrade to F100PW229 Configuration. No Bid Sets
  Available. Delivery: 30 Jun 97. 117EA. Applicable to: F100pw100/200/220/220.
  Destn: Kelly Afb, Texas 78241-5443. Delivery: 30 JUN 97 117
  ea Knowledge and techniques do not exist in published specification
  detail. The approximate issue/response date will be 14 Jan
  97. The anticipated award date will be 20 Feb 97. Written procedure
  will be used for this solicitation. To: Whittaker Corp, North
  Hollywood Ca 91605 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. See Note (s) 22, 26.
CITE: (I-358 SN014880)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--CONNECTING LINK, RIGID. STEEL, 2.500 INCHES NOMINAL
   OVERALL LENGTH, 1.793 INCHES NOMINAL
SOL SP0740-97-Q-0682
DUE 020597
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Anna Crooks 614/692 -2594
DESC: PR-NO:  YPC96277001466 NSN 3040-01-286-2060, CAGE 30003
  Part No  1500AS240-1 connecting link, rigid. steel, 2.500 inches
  nominal overall  length, 1.793 inches nominal effective length,
  0.570 inches nominal  width, 0.355 inches nominal thickness.
   I/A/W Naval Air Systems Command  drawing number 1500AS240.
   12 -EA Del to Richmond VA 23297-5900 Del 120  days after award.
   PR-NO:  YPC96054001109 3 -EA Del to Richmond VA  23297-5900
  Del 120 days after award.  Solicitation not available until
  15  days after published in the CBD.  Written requests for
  drawings are to be  submitted to Defense Supply Center Columbus,
  Attn: 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/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 C combination of price and past  performance, as described
  in the solicitation.  Whild 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-357 SN014563)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEARSHAFT, MULTIPLE GEARS. ON TRANSFER GEARBOX.
SOL SP0740-97-Q-0637
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  John Lidonnice(614) 692-4711
DESC: PR-NO:  YPC96292000862 NSN 3040-00-986-7698, CAGE 07482
  Part No  577C329G3 gearshaft, multiple gears. IAW General Electric
  Co P/N  577C329G3. technical data at DCSC not adequate for
  manufacture.  7 -AY  Del to (Call contracting office) Del 60
  days after award solicitation not  available until 15 days
  after published in the CBD.  Specifications, plans  or drawing
  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:  General Electric Co (07482) Automated
  Best Value Model  (ABVM) applies.  While price may be a significant
  factor in the evaluation of  offers, the final award decision
  will be based upon a combination of  price and past performance,
  as described in the solicitation.  Delivery  Evaluation Factor
  (DEF) applies.  While price is a significant factor in  the
  evaluation of offers, the final award decision will be based
  upon a  combination of price and past performance as described
  in this solicitation.   All responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-357 SN014566)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--COUPLING HALF, SHAFT.  (JAW ASSEMBLY-STARTER, DRIVESHAFT
   COUPLING).
SOL SP0770-97-Q-MJ24
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)  Cheryl Offenburger/ PCCRBA3/614-692-7363
DESC: PR-NO:  YPC96310002845 NSN 3010-01-397-5300, CAGE 09552
  Part No  103-2033-7 coupling half, shaft.  (jaw assembly-starter,
  driveshaft  coupling) Atec Inc P/N 103-2033-7 10 -EA Del to
  Lathrop CA 95330 Del 120  days after date of award.  5 -EA
  Del to New Cumberland PA 17070-5001 Del  120 days after date
  of award.  Solicitation not available until 15 days  after
  published in the CBD.  This acquisition is for supplies for
  which the  government does not possess complete, unrestrictive
  technical data;  therefore, the government intends to solicit
  and contract with only  approved sources under the authority
  of 10 U.S.C.2304(C)(1).  Approved  sources are:  Atec Inc.,
  Stafford, TX.  All responsible sources may  submit offer which
  DCSC shall consider.
CITE: (I-357 SN014569)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 30--CAM,CONTROL
SOL N0038397QN083
DUE 013097
POC Contact Point, Joseph W Williams, 0233.09, (215)697-4385,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Joseph
  Foley, 0233, (215)697-2592
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-3040-01-412-1853-LU, SPEC NR TDP VER 001, Ref Nr 65391-11366-041,
  Qty 4 EA, Delivery FOB Origin----- NO DRAWINGS, See Note 22
CITE: (I-358 SN014654)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 30--GEAR SET,MATCHED
SOL N0010497RDB94
DUE 021097
POC Contact Point, Nick D Stellhorn, 02112.14, (717)790-1457,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, James
  A Komaromy, 02112, (717)790-2854
DESC: NSN 7H-3020-01-142-8553-D3, SPEC NR TDP VER 001, Ref Nr
  14-080-0047, Qty 2 SE, Delivery FOB Origin--Mfgd. by Philadelphia
  Gear Corp., King of Prussia, PA (CAGE 17454). Complete  data
  is not available.  Notice is given that specifications, plans,
  or  drawings relating to the items described are not available
  and cannot be  furnished by the Gov't.  All responsible sources
  may submit a proposal which shall be considered by this agency.
   All requests should include CAGE code., See Notes 9,22
CITE: (I-358 SN014658)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 31--BEARING, SLEEVE
SOL DAAE0797QT186
DUE 022097
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Mary Lou McCullough
  (810) 574-320
DESC: NSN:  3120011645842, qty:  319, FOB:  destination, opt:
   100%  item:  bearing, sleeve.  Mfg PN:  RG38637-2 (Crane CO.).
  see NOTE:   22.  The offer due date is on or about 0220 97
  (see soliciation for actual  offer due date).
CITE: (I-355 SN014454)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 31--BUSHING OVERSIZE
SOL F42630-97-Q-21871
DUE 012997
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Leah Fowers/Likw/[801]777-6452
DESC: Item 0001 NSN 3120-01-053-9968LE P/N: 4G13490-117A, Dim:
  ID  10.010", OD 10.625",. 190" X 2" X 8". Material: AMS 5515
  annealed. 51ea. Applicable to: C-5a/B. Destn: Hill Air Force
  Base, Ut 84056-5825. Delivery: 27 Feb 98 51 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 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 The approximate issue/response date will be
  09 Jan 97. The anticipated award date will be 29 Jan 97. Written
  procedure will be used for this solicitation. To: Derosa Engineering
  Inc, Upper Marlboro Md 20772-4481. To: Yeager Mfg Co Inc, Anaheim
  Ca 92806-1229. 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,
  the size standard for which is 1,000 employees. 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-358 SN014706)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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 OF LASER FAX
SOL N00600-97-Q-9176
DUE 011697
POC For information call Pat Holmes on (703) 697-3160. For additional
  information, contact Wanda Willis on (703) 697-3258.
DESC:  I. The Fleet and Industrial Supply Center Norfolk Detachment
  Washington (FISCNORVADETPENT) has a requirement for maintenance
  of the following items prepared in accordance with the format
  in FAR SUPART 12.6, Supplemented with additional information
  included in this notice. This announcement constitutes the
  only solicitation; quotations are being requested and a written
  solicitation will not be issued. II. This solicitation number
  N00600-97-Q-9176 is issued as a request for quotation (RFQ).
  All references to "offers" are understood to be "quotations".
  III. The solicitation document and incorporated provisions
  and clauses are those in effect through Federal Aquisition
  Circular (FAC).37. IV. A list of contract line item number(s)
  and items, quantities and units of measure, (including option(s),
  if applicable) are: CLIN 0001. Maintenance on Canon Laser Class
  5500 plain paper faxes, qty. 40, 09 mos., CLIN 0002. Maintenance
  on Canon fax-1700 plain paper faxes, qty. 18, 09 mos., CLIN
  0003. Maintenance on Canon fax-T400 facsimiles, qty. 16, 09
  mos., CLIN 0004. Maintenance on Canon fax-410 facsimiles, qty.
  2, 10 mos., CLIN 0005. Maintenance on Canon fax-270S facsimiles,
  qty 13, 09 mos., CLIN 0006. Maintenance on Canon fax-270 facsimiles,
  qty.34, 09 mos., CLIN 0007. Maintenance on Konica 800L plain
  paper faxes, qty. 11, 09 mos., CLIN 0008. Maintenance on Ricoh
  SFX-2800 secure paper faxes, qty. 3, 09 mos.. V. Period of
  Maintenance Inspection: The equipment cited shall be inspected
  on a yearly basis. Location of equipment and request for service
  will be provided bya the point of contact (POC) shown below:
  Arlington Navy Annex, Room 1411, Mr. Steven Norris on 703-695-5611
  or Mr. Angelo West on 703-693-4974. Services: 1. Contractor
  shall perform all emergency services and preventive maintenance
  inspections Monday thru Friday during normal working hours
  after receipt of notification of equipment failure. 2. Contractor
  shall only be responsible for repairs on equipment due to wear
  and tear resulting from normal usage. 3. Preventive maintenance
  shall include as a minimum a complete examination of the equipment's
  functional conditional including, but not limited to: a. Inspection
  of all electrical wiring, all movable parts for possible damage;
  b. Operational check of each item listed; c. Verification of
  manufacture's specification relevant to the instrumentation
  of electronic, electromechanical, mechanical and chemical functions;
  d. Adjustment, cleaning, calibration (if required), lubrication
  and replacement of worn out parts as necessary; e. An inspection
  ticket shall be provided to the POC shown above after each
  preventive maintenance has been performed. Repair Parts: Repair
  parts shall be included as a separate item and billed at manfacture's
  current list price. Loaner unit/back-up units: Contractor shall
  provide loaner unit/back-up units as necessary, if available.
  Inspection Report: Contractor shall be required to submit an
  inspection report along with the invoice for that month. Reports
  must show proof that inspection was performed. Invoicing: Invoice
  shall contain the order number, the period covered, serial
  number(s) of machine(s) covered, the amount and total amount
  due, in addition to requirements under clause entitled invoice.
  VI. Location of equipment and requested for services to: Bureau
  of Naval Personnel, PERS-016E, Columbia Pike South Gate Road
  22205, period of performance 01 January 1997 through 30 September
  1997. Acceptance shall be made at destination. VII. FAR 52.212-1,
  VIII. Evaluation. (a) The Government will award a purchase
  order resulting from this solicitation/request for quotation
  to the responsible offeror whose quotation conforming to the
  solicitation will be most advantageous to the Government, price
  and other factors considered. The following factors shall be
  used to evaluate quotations: (i) technical capability of the
  item/service offered to meet the Government requirements and
  (ii) price. Technical is approximately equal to price in terms
  of evaluation. (b) Option(s). (Applies only if an option(s)
  is included in the list of contract line items). The Government
  will evaluate offers for award purposes by adding the total
  price for all options to the total price for the basic requirement.
  The Government may determine that an offer is unacceptable
  if the option prices are significantly unbalanced. Evaluation
  of options shall not obligate the Government to exercise the
  option(s). The following terms and conditions are added as
  an addendum to this clause: Type of purchase order. The resulting
  purchase order will be a firm-fixed-price purchase order. FAR
  52.232-18 electronci funds transfer payment (APR 1984) (Some
  additional clauses from the following may apply because of
  the nature of the requirement - select as applicable).
CITE: (W-358 SN014990)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: Department of Transportation, National Highway Traffic
  Safety Administration, Vehicle Research and Test Center, P.O.
  Box 37, East Liberty, OH 43319
SUBJECT: 38--SOURCES SOUGHT FOR LEASE OF ASPHALT DE-ICER AND
  DRYER
SOL DTNH22-97-Q-08028
DUE 010397
POC Robin Esser, Contracting Officer, (937) 666-4511
DESC: The National Highway Traffic Safety Administration (NHTSA),
  Vehicle Research and Test Center (VRTC), needs to lease a de-icing
  and drying apparatus.  The fixture must be capable of de-icing
  and drying an existing 1400 ft long, 12ft wide lane of asphalt
  during inclement weather.  Anticipated lease period is four
  (4) months beginning in January 1997.  The purpose of this
  announcement is to invite the makers of devices that can accomplish
  the requirement to notify NHTSA if they are interested in leasing
  their product during the time period stated.  Because of the
  planned schedule, responses should be submitted so that they
  are received by NHTSA by January 3, 1997.  Responses may be
  submitted by FAX to (937) 666-3590. Please call Jim Hague at
  (937) 666-4511 for more information.  No solicitation document
  is available.
CITE: (I-355 SN014418)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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-357 SN014635)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: NASA, JSC White Sands Test Flight, RE, P.O. Drawer MM
  Las Cruces, NM 88004
SUBJECT: 38--PURCHASE/DELIVERY OF A NEW, USED OR RECONDITIONED
  150 TON ALL-TERRAIN HYDRAULIC CRANE WITH TRADE-IN
SOL 9-WSRE-W10-7-6P
DUE 011397
POC Contract Specialist: Linsey Irby, (505) 524-5139 Contract
  Officer: Vernon Brown, (505) 524-5134
DESC: Modification -- NASA/JSC plans to issue a Request for Offer
  (RFO) for purchase of a new, used or reconditioned commercial
  model hydraulic all-terrain Crane with a minimum capacity of
  150 tons. Used or reconditioned crane will be a 1987 or later
  model. The Crane must be capable of lifting 22 tons at a minimum
  radius of fifty feet, meet all current OSHA safety requirements,
  have a boom length of at least 140 feet and be equipted with
  anti-two block protection and an electronic overload safety
  system and will include operator training. Less trade-in of
  a P&H mobile 100 ton crane,mfg. 1964,s/n M20A-596,with approxmately
  150 feet of boom. This procurement is being conducted under
  the NASA/JSC MidRange Pilot Test Program approved by the Office
  of Federal Procurement Policy on April 16, 1993. All responsible
  sources may submit an offer which shall be considered by the
  agency. 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 01/13/97. If there are any questions,
  the contract specialist may be contacted via E-mail at lirby@wstf.nasa.gov
  or by phone at (505) 524-5139 or the contracting officer may
  be contacted via E-mail at vbrown@wstf.nasa.gov or by phone
  at (505) 524-5134.
CITE: (I-358 SN014749)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: _P/USDA ARS MWA, 1815 N. University St, Peoria IL61604
SUBJECT: 38--RESPIROMETER
SOL 5114-7-0348
DUE 012796
POC Jerry L. King, 309-681-6611
DESC: The U.S. Department of Agriculture, Agricultural Research
  Service, Midwest Area, has a requirement to purchase (one each)
  Micro-Oxymax O2 & CO2 Respirometer with accessories for the
  USDA-ARS-MWA, Peoria, IL.  This is a combined synopsis/solicitation
  for commerical items prepared in accordance with the format
  outlined in FAR Subpart 12.6, as supplemented with additional
  information in this notice. This announcement consititutes
  the only solicitation; offers are being requested and a written
  solicitation will not be issued.  Solicitation number is 5114-7-3048.
   This solicitation is issued as a Request for Quotation.  This
  solicitation document and incorporated provisions and clauses
  are those in effect as a Request for Quotation.  This solicitation
  is set-aside for small business.  Applicable SIC code is 3829
  and size standard is 500 employees.  CLIN 0001, ( 1 Each) Micro-Oxymax
  O2 & CO2 Respirometer, Columbus Instruments International Model
  No. 7395(20)-D-34 or equal.  CLIN 0002, (2 Each), 10 Chamber
  Condensing Air Drier, Columbus Instruments International Model
  No. 7395-4-D-34 or equal.  CLIN 0003, (1 Each), CO2 Extended
  Range (0-15%) Sensor, Columbus Instruments International Model
  No. 7395-82-D-34 or equal.  CLIN 0004, (30 Each), 250 ML Flask
  W/3 Fittings, Columbus Instruments International Model No.
  7395-113-D-34 or equal.  CLIN 0005, (2 Each), 1/8" Plastic
  Tubing (50 Ft Lengths), Columbus Instruments International
  Model No. 7395-30-D-34 or equal; and CLIN 0006, (1 Each), CO2/CH4
  Gase Calibration Unit, Columbus International Model No. 7395-3C-D-33
  or equal. The salient characteristics that an approved or equal
  must meet are as follows: Respirometer must be able to determine
  the biodegradability of organic substrates in soils, compost,
  or aqueous solutions in a laboratory setting under controlled
  termperature and sample gas phase composition.  Equipment must
  be able to operate in a fully automated mode (i.e. without
  operator intervention), making periodic measurements at operator
  schedule time intervals of sample vessel headspace carbon dioxide
  and oxygen concentrations (simultaneous determination of CO2
  and O2 levels in sample chamber), along with an initial determination
   vessel headspace volume.  The equipment must provide options
  for headspace volume.  The equipment must provide options for
  headspace gas replacement at periodic intervals (operator selectable)
  from atmosphere or gas tank, with full retention of sample
  moisture content.  Data from carbon dioxide and oxygen sensor
  must be logged automatically to an electronically accessible
  storage device (computer or data logger).  System must be capable
  of providing user-assisted calibration of gas sensors and real-time
  display of sample chamber gas composition changes (CO2 and
  O2 evolution/comsumption rates).  Equipment component dismensions
  must not exceed 1 m by 0.5m by 0.5m (h,w,d).  Minimum Sensor
  Specifications:  Carbon Dioxide Sensor:  Range 0-15% (Vol/Vol);
  Sensitivity (for 1 liter sample chamber, 1 h accumulation interval),
  microliter/hour.  Oxygen Sensor:  19-21% (Vol/Vol); Sensitivity
  (for 1 liter sample chamber, 1 h accumulation interval), 20
  microliter/hour.  Minimum Sample Chamber Specifications:  Independent
  sample chambers:  20;  Sample chamber volume:  250 to 1000
  ml;  Sample chamber headspace (exchangeable or active volume)
  determination precision:  2%.  FOB Destination to Peoria, IL.
   Delivery to be within 90 days after receipt of order  to USDA-ARS-MWA,
  1815 N. University Street, Peoria, IL 61604.  FAR 52.212-1,
  Instruction to Offerors - Commercial, FAR 52.212-2,  Evaluation
  - Commercial Items, FAR 52.213-3, Offeror Representations and
   Certifications - Commercial Items, and FAR 52.212-4, Contract
  Terms and Conditions - Commercial Items apply to this acquisition.
  Quotations will be evaluated on price and price related factors.
   Multiple awards will not be made.  Awards will be made all
  or none. Offerors providing an or equal respirometer must provide
  Descriptive Data for the equipment they are offering. Offers
  are to be received by 4:00 P.M., Central Time, 27 January 1997
  at USDA-ARS-MWA, Contracting Office, 1815 N. University Street,
  Peoria, IL 61604.  The POC for this Request for Quotation is
  Jerry L. King, (309)-681-6611.
CITE: (I-358 SN014795)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 39--EDGEBANDER
SOL 1PI-R-0665-97
DUE 010397
POC Contracting Officer, TURNER, KYLE, 202-508-8503
DESC: CORRECTION: CBD was originally published 12/13/96 and is
  hereby amended to read Holzher Model 1435SE. The date/time
  for receipt of proposals is changed to read Jan 3, 1997 at
  2:00 pm. The Fax number to submit offers is 202/508-8498.
CITE: (I-358 SN014853)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 41--FAN, VENTILATING
SOL DAAE0797RT225
DUE 022097
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Arthur Aigeltinger
  (810) 574-8136
DESC: NSN:  4140011350998, qty:  72, FOB:  destination, opt:
   none  item:  fan, ventilating.  Style desginator 32 fixed
  length 4.940 IN.   Nominal.  Housing inside dia.  6.000 in
  nominal.  Mfg PN:  M5921P-1C  (dynamic air eng).  NOTE TDP
  will only be see NOTE:  22.  The offer due  date is on or about
  022097 (see soliciation for actual offer due date).
CITE: (I-355 SN014453)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (FME), Rock Island , IL
  61299-7630
SUBJECT: 41--FAN, VANEAXIAL
SOL DAAE20-97T0064
DUE 021497
POC Contract Specialist: Jimmie Connell (309) 782-7293, PCO:
  Allen J. Hale (309) 782-6736
DESC: 4140-01-112-8519, Part Number 12308376. Electric powered
  single-step vaneaxial type fan used to exhaust gasses. Performance
  460 cubic feet per minute with 27 vdc applied. Max weight 12
  lbs. Statistical process control and light phosphate coating
  required. Requirements are 82 ea Fan, Vaneaxial. For use on
  the BFVS. FOB is Destination. Estimated issue date of this
  solicitation is 011496. The proposed contract is a 100 percent
  small business set-aside. A License Agreement requires the
  items procured to be manufactured in the US & Territories.
  US means the 50 states and the District of Columbia. The successful
  offeror under this solicitation agrees to manufacture the items
  being procured under this contract, within the US & Territories.
  Failure to properly address requests for solicitations in accordance
  with this CBD notice will result in non-receipt of the solicitation
  package. Failure to properly address bids/offers in accordance
  with solicitation instructions may result in a late bid which
  cannot be considered. Written, fax or electronic requests for
  solicitation packages are accepted. No telephone requests will
  be honored. Requests for copies of this solicitation should
  include your commercial and government entity (CAGE) (if a
  CAGE code has been assigned to you) along with your name, address,
  datafax number, and solicitation number. The fax number for
  requests is (309)782-7428. Electronic requests may be accepted
  through the Automated Acquisition Information System (AAIS).
  All ACALA solicitations are available for viewing/downloading,
  in addition to procurement history, via the AAIS. The AAIS
  can be accessed electronically, 24 hours a day, using a modem
  set to dial (309)782-7648. Terminal emulation should be VT100,
  no parity, 8 data bits and 1 stop bit. Once connected, enter
  "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress
  the "ENTER" key. If electronic means is not possible, procurement
  history will be provided telephonically at (309)782-8094 on
  a limited basis.
CITE: (I-358 SN014944)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 42--INFLATABLE LIFE RAFT
SOL N0038397R0031
DUE 021097
POC Contact Point, E. D'imperio, 0222.02, (215)697-6530, Fax,
  (215)697-3161, Twx, Not-avail
DESC: NSN 1R-4220-01-011-7478-LX, Qty 70 EA, Deliver to Defense
  Distribution Depot (sb3106) Norfolk VA , Defense Distribt'n
  Depot San Diego San Diego CA , Contract  50 Percent Small Business
  Set Aside--QPL 9131-26 DATED 12/20/94 APPLIES.
CITE: (I-358 SN014655)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  APO Miami, FL 34011-5000
SUBJECT: 42--OPEN CIRCUIT, SELF CONTAINED BREATHING APPARATUS
SOL CNP-84570-QN-29
DUE 011797
POC Elis A. Vargas, Contract Specialist, (507) 272-3024, Luz
  M. de Pinzon, Contracting Officer, (507) 272-4687
DESC: Positive Pressure, with dual cylinders, backplate style
  assembly, 4500 PSI and a complete spare air cylinder set. 
  Quantity: fourteen (14) each.  Delivery: 30 days FOB Destination
  Jefferson, LA or 60 days CIF/FOB Destination Panama, Panama
  Canal Commission, Logistical Support Division, Section C, Balboa,
  Republic of Panama, after receipt of notice of award.  When
  soliciting a Request for Quotation (RFQ) state name address
  and the RFQ number.  Requests will be accepted by Facsimile
  at 011-507-272-7661.  All responsible sources may submit a
  quotation which if timely received shall be considered by the
  Commission.
CITE: (I-358 SN014834)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: Panama Canal Commission, Logistical Support Division,
  APO Miami, FL 34011-5000
SUBJECT: 42--OPEN CIRCUIT, SELF CONTAINED BREATHING APPARATUS
SOL CNP-84570-QN-29
DUE 011797
POC Elis A. Vargas, Contract Specialist, (507) 272-3024, Luz
  M. de Pinzon, Contracting Officer, (507) 272-4687
DESC: Positive Pressure, with dual cylinders, backplate style
  assembly, 4500 PSI and a complete spare air cylinder set. 
  Quantity: fourteen (14) each.  Delivery: 30 days FOB Destination
  Jefferson, LA or 60 days CIF/FOB Destination Panama, Panama
  Canal Commission, Logistical Support Division, Section C, Balboa,
  Republic of Panama, after receipt of notice of award.  When
  soliciting a Request for Quotation (RFQ) state name address
  and the RFQ number.  Requests will be accepted by Facsimile
  at 011-507-272-7661.  All responsible sources may submit a
  quotation which if timely received shall be considered by the
  Commission.
CITE: (I-358 SN014836)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: SCANG, 169LGC, McEntire ANG Station, 1325 South Carolina
  Road, Eastover, SC 29044-5004
SUBJECT: 42--ACQUISITION OF PURIFIED BREATHING SYSTEM
SOL DAHA3897T5416
DUE 012797
POC Jim Griggs, (803) 695-6255, Contracting Officer.
DESC: The South Carolina Air National Guard proposes to procure
  a Purified Breathing System, life support, self contained,
  compressor, storage and distribution system. Explosive proof,
  government approved. Provides air purification for Self Contained
  Breathing Apparatus (SCBA). Holds four 6000 lbs bottles. Must
  be compatible with Interspiro breathing apparatus. Telephone
  request will not be honored. Fax request to (803) 695-6487.
  Request to include CAGE Code. All responsible sources may submit
  an offer.
CITE: (M-358 SN014909)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PUMP UNIT, ROTARY.
SOL SP0770-97-Q-MJ23
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Rick Miller, X1149.
DESC: PR-NO:  YPC96302002110 NSN 4320-00-631-4859, CAGE 79318
  Part No  115715 pump unit, rotary.  Whittaker Corp (CAGE-79318);
  P/N 115715.   Ontic Engineering and Mfg Inc (CAGE-45394); P/N
  123488-010-01.  Crane Co  Hydro-Aire Div (CAGE-81982); P/N
  60-551.  13 -EA Del to Columbus OH  43216-5000 Del by 15 Jun
  99. 120 days delivery after award.   Solicitation not available
  until 15 days after published in the CBD.  specifications plans
  or drawings are not available. this is an unrestricted  acquisition
  with a 10% preference for SDB concerns. this acquisition is
   for supplies for which the GOVT. does not possess complete,
   unrestrictive technical data; therefore, the GOVT. intends
  to solicit  and contract with only approved sources under the
  authority of 10 U.S.C.  2304 (C)(1). approved sources are:
   Crane, Hydro-Aire and ontec  engineering.  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 this 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, delivery and  past performance,
  as described in this solicitation.  All responsible  sources
  may submit offer which DCSC shall consider.
CITE: (I-357 SN014567)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans
  La. 70160
SUBJECT: 43--STORM WATER PUMPS
POC Contract Administrator, Robert G. Dempsey, (504)862-1487,
  Contracting Officer, Audrey A. Tilden, (504)862-2865
DESC: The U.S. Army Engineer District, New Orleans is performing
  a market survey to locate sources for the manufacture of seven
  horizontal axial-flow pumps with a minimum capacity of 1050
  cfs. Engines are to be skid mounted, 2 or 4 stroke cycle, diesel
  engines naturally aspirated or turbo charged, mechanical injection,
  compressed air started, operated on No. 2 diesel fuel.  Speed
  reducers are to be double reduction enclosed helical gears
  with pressure oil lubrication. Engine controls are to be NEMA
  12 enclosed cabinet type control and instrument panelboard
  mounted adjacent to the engine which shall contain all required
  starter, relays, etc. for the engines and its auxiliaries,
  electric supply 120 volt, 60 hertz.  The manufacturer shall
  furnish the services of one or more Erection Engineers who
  will have the responsibility to provide instructions to a separate
  erecting contractor.  Government prepared specifications and
  drawings (hard copy or CD-Rom) are available and will be furnished
  upon written request.  Written comments will be accepted through
  1/30/97.  Firms requesting copies of this information must
  give pertinent information demonstrating their capabilities
  to perform this potential contract. The Government after review
  of comments will issue a Request for Proposal (RFP) approximately
  April 1997 with proposals due May 1997. A cost reimbursement
  - fixed fee type contract is being considered as the contractual
  instrument for this action.  E-mail addresses for R. Dempsey
  (dempseyr@smtp.lmn.usace.army.mil) or A. Tilden (tildenau@smtp.lmn.usace.army.mil).
   No telephone request will be honored.
CITE: (I-358 SN014664)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc
  Clellan  Air Force Base Ca 95652-1060
SUBJECT: 43--DRYTEL 31 MICRO DRAG PUMP
SOL F04699-97-T-1148-01
POC For copy, contact the info office indicated., For additional
   information contact Siozon-Ptrsen.K5e/Pkocd/[916]643-4095
DESC: This is a modification to change the response date from
  30 Dec to 23 Dec 96.  Delivery is changed from 31 Dec 96 to
  15 days ARO.
CITE: (I-358 SN014827)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: 44--AUTOCLAVE
SOL F09650-96-R-0069
DUE 021397
POC For copy, WR-ALC/PKOC, For additional information contact
  Sandra  Womack/Pkoca/912-926-5220
DESC: Item 0001 NSN 4430-P9-7R0-069 P/N: N/A, Desc: Autoclave
  IAW  performance spec to be furnished at time of RFP. 1ea.
  Applicable to: N/A. Destn: Robins Air Force Base Ga 31098-1611.
  Delivery: TBA 1 ea Fax 912-926-3569 The approximate issue/response
  date will be 14 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.
CITE: (I-358 SN014870)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment
OFFADD: PHS, IHS, Alaska Area Native Health Service, Division
  of Extramural Awards and Agreements, 250 Gambell Street, Anchorage,
  Alaska 99501
SUBJECT: 46--WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
SOL 243-IFB-97-5029
POC Geraldine Moeller, Contract Specialist, (907) 257-1069.
DESC: The Alaska Area Native Health Service is soliciting invitation
  for bids for a factory direct, full service vertical pressure
  water filter built according to specified plans and specifications.
  If needed, the successful bidder shall provide on-site warranty
  repair. Written requests shall be mailed to the above address
  or faxed to (907) 257-1144. No telephone requests for the IFB
  package will be accepted.
CITE: (M-358 SN014983)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE ASSEMBLY, METAL ON J85 ACFT ENGINE.
SOL SP0740-97-Q-0636
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  John Lidonnice (614 ) 692-4711
DESC: PR-NO:  YPC96290000809 NSN 4710-01-285-6407, CAGE 99207
  Part No  5061T15G01 tube assembly, metal 103 -EA Del to Tracy
  CA 95376-5000 Del  170 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 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-357 SN014565)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE METALLIC.  PER FEDERAL SPEC TITLED "TUBE, ALUMINUM
   ALLOY,
SOL SP0740-97-Q-0685
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)  Mark Strahl 614/692 -1354
DESC: PR-NO:  YPC96319000842 NSN 4710-01-422-8381, CAGE 81348
  Part No  WW-T-70016 6061-T4 1.500OD 0.035 @ITEM nametube, metallic
   @CROSS-SECTIONAL shape STYLE1 plain round @WALL THICKNESS0.035
  inches  nominal @DIAMETER1.500 inches nominal @CONSTRUCTIONSEAMLESS
   @MATERIALALUMINUM alloy, WW-T-700/6, type 1 15 -Ft Del to
  see Preface  to Navy address Co Del 120 days after award. 
  Solicitation not available  until 15 days after published in
  the CBD.  Written requests for drawings  are to be submitted
  to Defense Supply Center Columbus, Attn: 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 evaluaiton of offers, the final  award decision
  will be based upon a combination of price and past  performance,
  as described in the solicitation.  Delivery Evaluation Factor
   (DEF) applies.  While price is a significant factor in the
  evaluation of  offers, the final award decision will be based
  upon a combination of  price and past performance as described
  in this solicitation.  All  responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-357 SN014594)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE, METALLIC.  I/A/W SPEC TITLED "TUBE, ALUMINUM
  ALLOY,  DRAWN,
SOL SP0740-97-Q-0681
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)  Mark Strahl 614/692 -1354
DESC: PR-NO:  YPC96331000646 NSN 4710-01-409-2490, @ITEM nametube,
   metallic @CROSS-SECTIONAL shape STYLE1 plain round @WALL THICKNESS0.049
   inches nominal @DIAMETER3.000 inches nominal @CONSTRUCTIONSEAMLESS
   @MATERIALALUMINUM alloy, WW-T-700/6 36 -Ft Del to Dover AFB
  DE  19902-6639 Del 120 days after award.  Solicitation not
  available until 15  days after published in the CBD. written
  requests for drawings are to B  submitted to Defense Supply
  Center Columbus, Attn: DSCC-VTRD, P.O. Box  3990, Columbus,
  OH 43215-5000, by FAX (614)692-2998 or Call (614)692-2344.
    Requests should include the IFB/RFP/RF1 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 performance, as described  in the solicitation.
   Delivery Evaluation Factor (DEF) applies.  While  price is
  a significant factor in the evaluaiton of offers, the final
  award  decision will be based upon a combination of price and
  past performance as  described in this solicitation.  All responsible
  sources may submit offer  which DCSC shall consider.
CITE: (I-357 SN014595)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE ASSEMBLY, METAL.
SOL SP0740-97-Q-0633
DUE 020697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  John Lidonnice (614 )692-4711
DESC: PR-NO:  YPC96332000761 NSN 4710-01-129-3975, CAGE 99207
  Part No  5033T88G01 tube assembly, metal. I/A/W General Electric,
  P/N:   5033T88G01.  120 -EA Del to Mechanicsburg PA 17055-0789
  Del 120 days  after award solicitation not available until
  15 days after published in the  CBD.  Specifications, plans
  or drawings are not available.  Delivery  Evaluation Factor
  (DEF) applies.  While price is a significant factor in  the
  evaluation of offers, the final award decision will be based
  upon a  combination of price and past performance as described
  in this solicitation.   All responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-357 SN014596)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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, SAFETY RELIEF
SOL SP0770-97-Q-MJ20
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)  Cheryl Offenburger/ PCCRBA3/614-692-7363
DESC: PR-NO:  YPC96311001086 NSN 4820-00-295-0778, CAGE 59364
  Part No  3162389-5 valve, safety relief. Alliedsignal Aerospace
  part number  3162389-5.  544 -EA Del to Tinker AFB OK 73145-9013
  Del 90 days after  date of award, solicitation not available
  until 15 days after published  in the CBD.  This acquisition
  is for supplies for which the government does  not possess
  complete, unrestrictive technical data; therefore, the  government
  intends to solicit and contract with only approved sources
   under the authority of 10U.S.C.2304(C)(1).  Approved sources
  are:   Alliedsignal, Inc, Tempe, AZ.  All responsible sources
  may submit offer  which DCSC shall consider.
CITE: (I-357 SN014592)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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, MANIFOLD.
SOL SP0760-97-R-4506
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)  Brenda G Owens, 614 -692-3707
DESC: PR-NO:  YPC96312001444 NSN 4820-01-415-7409, CAGE 99657
  Part No  283145-0006 valve assembly, manifold.  Marotta Scientific
  Controls Inc,  CAGE 99657 part number 283145-0006.  1 -AY Del
  to Philadelphia PA  19112-5083 Del by 272 days after date of
  award.  Solicitation not  available until 15 days after published
  in the CBD.  Specifications, plans  or drawings are not available.
   All responsible sources may submit offer which  DCSC shall
  consider.
CITE: (I-357 SN014593)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves--Potential Sources Sought
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 48--VALVE PACKING SYSTEM - SOURCES SOUGHT
SOL N00189-96-R-0039
POC Bill Shearer, Contract Specialist (757) 444-4659;; Paulette
  Spruill, 
DESC:  The U.S. Navy is seeking sources who can provide a valve
  packing system that offers long-term protection against leakage
  and valve stem deterioration.  The following areas are of interest
  for a valve packing system and should be addressed by potential
  sources:  (1) must have a passive inhibitor, (2) pre-measured
  and pre-cut packing, (3) must be easy to install and remove,
  (4) longevity of packing, (5) reduction in: (a) feed water
  and fuel consumption, (b) ambient temperature/humidity in space(s),
  (c) the level of effort required to adjust and to repack valves
  and, (d) wet lagging; (6) training, (7) support, and (8) removal/installation
  procedures.  Potential contractors are to submit technical,
  and descriptive literature to support above requirements. 
  The descriptive literature many be printed matter, and/or,
  video tape (VHS).  The above requested information is to be
  submitted to: Fleet & Industrial Supply Center, Hampton Roads
  Detachment, Code 02H1E, 1968 Gilbert Street STE 600, Norfolk,
  VA 23511-3392, no later than 4:00 P.M. (local time), January
  8, 1997.      
EMAILADD: andrea@compusearch.com
EMAILDESC: 
CITE: (W-358 SN014637)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--FIXTURE, AIRCRAFT MAINTENANCE
SOL F41608-97-R-13150
DUE 021097
POC For copy, Fax request to LDKS at (210)925-1073, For additional
   information contact Rogers, C./ldksf/[210]925-6603
DESC: Item 0001 NSN 4920-00-542-4943 P/N: 68D320034-1001, Predominatnt
   Material: Steel Size/Dimensions: 43"L X 12" W X 12" H, 200
  lb Form, Fit & Function: Used to provide a means of cycling
  the damper during testing. 2ea. Applicable to: F-15 Aircraft.
  Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 Jun 97 2 ea
  No Specification/Drawnings available The approximate issue/response
  date will be 13 Jan 97. The anticipated award date will be
  28 Mar 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.
CITE: (I-358 SN014676)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--ENVIRONMENTAL TEST SET
SOL F41608-97-R-13355
DUE 021097
POC For copy, Carter, R./ldksg/[210]925-4348, For additional
   information contact Carter, R./ldksg/[210]925-4348
DESC: Item 0001 NSN 4920-01-387-6124 P/N: H301-4, FUNCTION: Used
  to  functionally test and isolate malfunctions of the enviornmental
  control system. PREDMOINANT MATERIAL: Steel and electronics
  DIMENSIONS: 24" L X 22" W X 22" H 2Ea. Applicable to: F-16
  Acft. Destn: Egypt. Delivery: 31 Mar 98 2 Ea There are no Government-furnished
  drawings or specifications. Fax requests to Ron Carter/LDKSG
  at fax # 210 925 1073 are acceptable. The approximate issue/response
  date will be 13 Jan 97. To: Howell Instruments Inc, Fort Worth
  Tx 76107-5722. 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-358 SN014677)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--TEST SET, ENGINE WARNING
SOL F41608-97-R-13379
DUE 021097
POC For copy, Fax request to LDKS at (210)925-1073, For additional
   information contact Rogers, C./ldksf/[210]925-6603
DESC: Item 0001 NSN 4920-01-194-3772 P/N: 16U23510-3, Predominent
   Material: Steel/Electronic Components Size/Dimensions: 13"
  L X 9" W X 13" H, Wt 12 lbs Form, Fit, & Function: Provides
  checkout capabilities for the F-16 Aircraft Engine Control
  Unit. GFM SCREENING NOT REQUIRED F-16 5EA. Applicable to: F-16
  Acft. Destn: Kelly Afb, Texas 78241-6426. Delivery: 30 Oct
  97 5 ea No specifications/drawnings available The approximate
  issue/response date will be 13 Jan 97. The anticipated award
  date will be 28 Mar 97. Written procedure will be used for
  this solicitation. To: Lockheed Martin Corporation, Fort Worth
  Tx 76101-0748. 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-358 SN014678)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--TEST FIXTURE, CANOPY
SOL FD2050-97-Q-0011
DUE 020797
POC For copy, Diaz, R./ldksg/[210]925-4706, For additional  information
  contact Diaz, R./ldksg/[210]925-4706
DESC: Item 0001 NSN 4920-01-070-2722 P/N: X-239460, DIMENSION:
  APPROX  56"H x 60"L x 24"W; PREDOMINANT MATERIAL: METAL; FORM,
  FIT, AND FUNCTION: THIS FIXTURE IS USED TO TEST THE CANOPY
  ACTUATOR'S FUNCTIONAL OPERATION AFTER OVERHAUL. 1ea. Applicable
  to: F-16 A/B Acft. Destn: SHIP TO: DTK002; MARK FOR DTKA00.
  Delivery: 30 MAY 97 1 ea POC: R. DIAZ/SA-ALC/LDKSG, 485 QUENTIN
  ROOSEVELT RD, STE 7, KELLY AFB, TX 78241-6426, PH: (210)925-4706;
  FAX: (210)925-1073 The approximate issue/response date will
  be 10 Jan 97. The anticipated award date will be 28 FEB 97.
  Oral procedure will be used for this solicitation. To: The
  Talley Corporation, Oxnard Ca 93030-0000. 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. Specifications, plans, or drawings
  relating to the procurement described are incomplete or not
  available and cannot be furnished by the Government.
CITE: (I-358 SN014689)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 49--STORES MANAGEMENT SYSTEM TEST SET
SOL F42620-97-R-24721
DUE 021197
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Services/Lfks/[801]777-5870
DESC: Item 0001 NSN 4920-01-424-5685WF P/N: 16U75501-877, Dim:
  20.5" L  x 14.5" D x 18.7" H. 3ea. Applicable to: F-16. Destn:
  FMS Countries. Delivery: 30 Jun 98 3 ea The approximate issue/response
  date will be 09 Jan 97. To: Lockheed Martin Corporation, Fort
  Worth Tx 76101-0748. 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. 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.
  See Note (s) 26.
CITE: (I-358 SN014702)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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 021497
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 13 Jan
  97. The anticipated award date will be 07 Apr 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-358 SN014890)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--49 ESSENTIAL REPAIR/TEST STD,HYDRAU
SOL F41608-97-R-13119-02
POC For copy, Kreutzkamp, N.L./ldksg/[210]925-4340, For additional
   information contact Kreutzkamp, N.L./ldksg/[210]925-4340
DESC: This requirement is for teardown analysis and essential
  repair of hydraulic test stands with various NSNs and P/Ns
  in suppport of the F-100.  A 3-year firm fixed price requirements
  contract with two one-year priced options are contemplated.
   Appendix "A", "B", and "C" are applicable.  Quantities are
  based on Best Estimated Quantities (BEQs) the Air Force expects
  to order over the life of the contract.  BEQs are 14 ea for
  the basic contract period (1 yr); 14 ea for Option Yr 1; 14
  ea for Option Yr 2.  Some Government Furnished materials (GFM)
  will be furnished.  All other information as cited in the original
  synopsis on 18 Nov 96, and see note (s) 1.
CITE: (I-358 SN014978)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--49 ESSENTIAL REPAIR/TEST STD,HYDRAU
SOL F41608-97-R-13119-01
POC For copy, Kreutzkamp, N.L./ldksg/[210]925-4340, For additional
   information contact Kreutzkamp, N.L./ldksg/[210]925-4340
DESC: Quantities for subject requirement are based on Best Estimated
  Quantities (BEQs).  BEQ for the basic year: 14 ea; option year
  1: 14 ea; option year 2: 14 ea.  See Note (s) 1.
CITE: (I-358 SN014994)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--ESSENTIAL REPAIR TEST/STAND, HYDRAU
SOL F41608-97-R-13119
DUE 021097
POC For copy, Kreutzkamp, N.L./ldksg/[210]925-4340, For additional
   information contact Kreutzkamp, N.L./ldksg/[210]925-4340
DESC: This is for teardown analysis and essential repair for
  hydraulic test stands with various NSNs and P/Ns for which
  some GFM will be furnished.  The approximate issue/response
  date will be 10 Jan 97 to: Teague Technical Services Inc, Teague
  TX; to: Texas Aerospace Services Inc, Abilene TX; to: Saxon
  Corp, San Antonio TX.  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 1.
CITE: (I-358 SN014996)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: General Service Administration, General Products Center,
  Stock  Contracting Div., (7FXIS-J6) 819 Taylor St., RM 6A24
  Fort Worth, TX  761026114
SUBJECT: 51--SHOVEL, FOREST FIRE
SOL S-W-DP460-1
DUE 011797
POC Jennifer Marshall, Contract Specialist, 817/9784135
DESC: 1. NSN 5120-00-965-0609 2. shall be in accordance with
  the latest  revision of Forest service specification 5100-326B
  and medc drawing 705.  first article samples are required.
  quotes must be submited in writing.  the anticipated award
  date is 1/22/97.  6. (quantity) 3760 7. EA (unit  of issue)
  8. destination delivery to GSA supply depot-stockton, CA 9.
   60 days ARO (delivery scheduled) 13. all responsible sources
  may submit an  offer which will be considered.
CITE: (I-357 SN014631)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: General Service Administration, Business Service Center,
   (7FXI-K5)819 Taylor St., RM 6A24, Fort Worth, TX 761026195
SUBJECT: 53--PACKAGING MATERIAL
SOL 7FXIS-K5-96-5312-S
DUE 022597
POC John Bell, Contract Specialist, 817/9787391
DESC: Preinvitation notice scheduled to issue on or about 01/07/97.
    Solicitation scheduled to issue on or about 01/25/97.  1.
  9 NSNS 11. see  NOTE 12 (trade agreement) 13. all responsible
  sources may submit an offer  which will be considered.
CITE: (I-357 SN014629)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 53--SEAL,AIR,STATIONARY
SOL N0038397RM147
DUE 013097
POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206,
  Fax, (215)697-3161, Twx, Not-avail
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 1R-5330-01-157-8473-TN, SPEC NR TDP VER 002, Ref Nr 5031T03G07,
  Qty 93 EA, Delivery FOB Origin----- NO DRAWINGS AVAILABLE.,
  See Note 23
CITE: (I-358 SN014656)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt
  Road, Kelly  Afb, Texas 78241-6427
SUBJECT: 53--RING,RETAINING
SOL F41608-97-R-46124
DUE 021097
POC For copy, Fax request to LPKBC at (210)925-8780, For additional
   information contact Almanza, A./lpkbc/[210]925-4607
DESC: Item 0001 NSN 5365-00-871-6103RW P/N: 6859039, size: 12"
   diameter pred material: steel alloy function: to retain the
  2nd stage turbine blades in position. A 3-year requirements
  type contract solicitation will be issued. Total Best Estimated
  Quantity (BEQ) is 1116 each. Delivery: 12 months aro. 1116EA.
  Applicable to: T56-7b Engine. Destn: Kelly Afb, Texas 78241-6427.
  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 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: Allison Engine Company, Indianapolis In 46206-0420. To:
  Abdite Industries Inc, Taylor Mi 48180-2031. 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) 9, 23, 26.
CITE: (I-358 SN014685)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue
  Bldg 1289  Se, Hill Air force Base, Ut 84056-5816
SUBJECT: 53--PACKING PREFORMED
SOL F42610-97-Q-25182
DUE 012997
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Spares/Repairs/Lmka/[801]777-5666
DESC: Item 0001 NSN 5330-01-386-7131AI P/N: C0557TVQ0041-4072,
  Packing  element, critical, molded (o-ring) used on the peacekeeper
  ICBM. Inner dia.. 414 + or -. 005 Thickness. 072 + or -. 003.
  343ea. Applicable to: Lgm118a. Destn: Hill Air Force Base,
  Ut 84056-5816. Delivery: 31 Jan 97 343 ea Item 0002 NSN 5330-01-386-7144AI
  Packing Preformed P/N: N0525TVQ0030-1070, P/N AV0843-004 P/N:
  N0525TVQ1181-2070, Packing element, critical, molded (o-ring)
  used on the peacekeeper ICBM. Inner dia. 11.812 + or -. 070thickness.
  070 + or -. 003. 260EA. Applicable to: Lgm0118a. Destn: Hill
  Air Force Base, Ut 84056-5816. Delivery: 31 Jan 97 260 ea Item
  0003 NSN 5330-01-396-1560AI Packing Preformed P/N: N0525TVQ0030-1070,
  Packing element, critical, molded (o-ring) used on the peacekeeper
  ICBM. Inner dia.. 301 + or -. 005, thickness. 070 + or -. 003.
  753ea. Applicable to: Lgm118a. Destn: Hill Air Force Base,
  Ut 84056-5816. Delivery: 31 Jan 97 753 ea Item 0004 NSN 5330-01-396-1561AI
  Packing Preformed P/N: N0525TVQ0548-7062, Packing element,
  critical, molded (o-ring) used on the peacekeeper ICBM. Inner
  dia. 5.487 + or -. 035 thickness. 062 + or -. 003. 783ea. Applicable
  to: Lgm118a. Destn: Hill Air Force Base, Ut 84056-5816. Delivery:
  31 Jan 97 783 ea Item 0005 NSN 5330-01-396-1562AI Packing Preformed
  P/N: N0525TVQ0248-9070, Packing elements, critical, molded
  (o-ring) used on the peacekeeper ICBM. Inner dia. 2.489 + or
  -. 018, thickness. 070 + or -. 003. 65ea. Applicable to: Lgm118a.
  Destn: Hill Air Force Base, Ut 84056-5816. Delivery: 31 Jan
  97 65 ea Item 0006 NSN 5330-01-396-1563AI Packing Preformed
  P/N: N0674TVQ0023-7103, Packing elements, critical molded (o-ring)
  used on the peacekeeper ICBM. Inner Dia.. 237 + or -. 005,
  thickness. 103 + or -. 003. 94ea. Applicable to: Lgm118a. Destn:
  Hill Air Force Base, Ut 84056-5816. Delivery: 31 Jan 97 94
  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 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 Items must meet all requirements
  of AV0843 cage 22915 The approximate issue/response date will
  be 09 Jan 97. The anticipated award date will be 29 Jan 97.
  Written procedure will be used for this solicitation. To: Parker-Hannifin
  Corp, Lexington Ky 40509-1056. 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 is 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. 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 part must be acquired from a manufacturing sources(s)
  specified on a source control or selected item drawing as defined
  by the current version of DoD-STD-100. Suitable technical data,
  government data rights, or manufacturing knowledge are not
  available to permit acquisition from other sources, nor qualification
  testing of another part, nor use of a second source part in
  the intended application. Although, by DoD-STD-100 definition,
  altered and selected items shall have an adequate technical
  data package, data review discloses that required data or data
  rights are not in Government possession and cannot be economically
  obtained. See Note (s) 26.
CITE: (I-358 SN014692)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--RING, RETAINING
SOL F42630-97-Q-21777 01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Debbie Allred/Likl/[801]777-6011
DESC: Amended, Add requirements to solicitation F42630-97-R-21898.
  As  a result of this action solicitation F42630-97-Q-21777
  is cancelled.
CITE: (I-358 SN014704)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--RING, RETAINING
SOL F42630-97-Q-21899 01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Debbie Allred/Likl/[801]777-6011
DESC: Amended, Add requirements to solicitation F42630-97-R-21898.
  As  a result of this action solicitation F42630-97-Q-21899
  is cancelled.
CITE: (I-358 SN014707)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--PACKING, PREFORMED
SOL F42630-97-Q-21900 01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Debbie Allred/Likl/[801]777-6011
DESC: Amended, Add requirements to solicitation F42630-97-R-21898.
  As  a result of this action solicitation F42630-97-Q-21900
  is cancelled.
CITE: (I-358 SN014708)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg
  1215, Hill  Air Force Base, Ut 84056-5825
SUBJECT: 53--RING, RETAINING
SOL F42630-97-R-21898 01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Debbie Allred/Likl/[801]777-6011
DESC: Amended, Add requirements of solicitations F42630-96-Q-21899,
   F42630- 97-Q-21777 and F42630-97-Q-21900. Delete CBD not 26.
  As a result of this action solicitations F42630-96-Q-21899,
  F42630-97-Q-21777 and F42630-97-Q- 21900 are cancelled.
CITE: (I-358 SN014710)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Sa-Alc/Propulsion Directorate, 661 Duncan Drive, Kelly
  Afb, Texas  78241-6318
SUBJECT: 53--RIVET
SOL F41608-96-Q-45424 01
POC For copy, Fax Request to LPKAH at (210)925-6659, For additional
   information contact Arriaga, R./lpkah/[210]925-6385
DESC: This modification to solicitation Q-45424 is hereby issued
  to reflect an increase in quantity from 10842 ea to 19277 ea.
CITE: (I-358 SN014992)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: 28th Contracting Squadron, 2704 George Drive, Suite 1,
  Ellsworth AFB, SD 57706-4910
SUBJECT: 54--STRUCTURE, PREFABRICATED, SIMULATOR, FIRE FIGHTING,
  BURN BUILDING
SOL F39601-96T2912
DUE 012197
POC Point of Contact - Edward C. Rice, Contract Administrator,
  605-385-1729,Contracting Officer James Johnson 605-385-1721
DESC: Ellsworth Air Force Base intends to procure 1 each, structure,
  simulator, Fire Fighting, 2 story with adjacent single level
  structure. Stairwells, Jacobs Ladder, guard rails, repelling
  deck, supplier to provide 4 sets of drawings,  specifications,
  4 sets erection drawings, two assembly manuals. Structure shall
  withstand 85MPH winds, load live weights and dead weights to
  specifications.  Simplified acquistion procedures will be used
  Faxed Bids or requests for solicitation will be accepted 605-385-1726.
   Anticipated award date is 31 Jan 1997.  See Numbered Note
  1.   
CITE: (W-358 SN014804)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 54--DOME SHELTER
SOL F09603-97-R-71014-01
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Robert Vanzant/Lvka/[912]926-6279
DESC: This solicitation F09603-97-R-71014 is amended to delete
  the following: This acquisition may/does involve technologies
  that has military or space applications.  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 certificate, write to the Cmdr, Defense Logistics Services
  Center, Attn: DLSC/FEB, Federal Center, Battle Creek MI 49071-3084
  and request a copy of Dept of Defense Form 2345 or call DLSC
  at the above number.  Solicitation/data package will be mailed
  to Data Custodian identified in block 3 of DD Form 2345. The
  extent of foreign participation has not yet been determined.
   MOU countries 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 countries sources received after 15 days
  or from non-MOU countries sources.
CITE: (I-358 SN014819)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: 452 Operational Contracting Office/LGCS; 820 Baucom Ave.,
  NW., Ste. 101; March ARB, CA 92518-2260
SUBJECT: 54--MOBILE BLEACHERS
SOL F04605-97-B0002
DUE 011097
POC Sandy Grauel, Contract Specialist, (909) 655-5386, Contracting
  Officer--Marilyn G. Jackson, (909) 655-2048.
DESC: March ARB, CA is soliciting bids on a small business set-aside
  basis to qualified small businesses for four each mobile bleachers
  which are self-contained seating systems capable of highway
  transport and fast set-up. Bleachers shall unfold to offer
  10 row bleacher seating with guardrails and shall be equipped
  with hydraulic actuator permitting one person set-up. Bleachers
  shall have rugged galvanized steel support structure with aluminum
  seat and footboards. They shall be designed with standard seat
  slope for safety and shall fold to 96" width for highway towing.
  Handrails shall fold and unfold with bleacher structure and
  shall not require additional assembly.   Leveling jacks shall
  be provided for bleacher leveling and support and shall be
  secured to mainframe to prevent loss. Seating capacity shall
  be 180 people. Bleacher system shall be engineered to UBC code
  requirements and weather resistant materials and components
  shall be used throughout. Written or facsimile requests only,
  telephone requests will not be accepted. Facsimile number (909)
  655-3772. All responsible small business sources may submit
  a bid which shall be considered.
CITE: (M-358 SN014901)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: Saint Lawrence Seaway Development Corporation, P.O. Box
  520, Massena, New York 13662-0520
SUBJECT: 54--DESIGN, FABRICATE, ASSEMBLE AND DELIVER FOUR METAL
  ENCLOSURES/BUILDINGS TO REPLACE THE EXISTING STIFFLEG DERRICK
  ENCLOSURES AT BOTH EISENHOWER AND SNELL LOCKS
SOL DTSL55-97-Q-C0312
DUE 021297
POC Linda MacDonald, (315) 764-3236/Contracting Officer, Linda
  M. Harding, (315) 764-3244.
DESC: Furnish all plant, labor, equipment and materials, and
  perform all work for designing, fabricating, assembling and
  delivering four (4) prefabricated metal enclosures/buildings
  approximately 12 ft. wide by 20 ft. long (3.7 m. by 6.1 m.)
  with minimum 9 ft. (2.7 m.) eaves to house stiffleg derrick
  operating equipment at the Corporation's Eisenhower and Snell
  Locks, near Massena, New York. The enclosures shall be designed
  and fabricated as complete units (i.e. one piece) for placement
  and removal by crane on existing foundations and shall include
  framing, insulated roofs and walls, hollow metal doors, sliding
  glass windows, lifting eyes, removable wall sections, and electric
  wiring and light fixtures. The first enclosure shall be delivered
  by June 1, 1997 with  the remaining units by August 1, 1997.
  There is a $50.00 nonrefundable fee for drawings and specifications.
  Purchase order award will be dependent upon availability of
  funds. Requests for solicitation package must be received no
  later than 15 days after CBD publication and shall be requested
  by mail. No telephone requests. Final date for receipt of quotations
  shall be approximately February 12, 1997. All responsible sources
  may submit a quote which will be considered. THIS NOTICE IS
  FOR INFORMATION PURPOSES FOR MINORITY, WOMEN-OWNED AND DISADVANTAGED
  BUSINESS ENTERPRISES: The Department of Transportation (DOT),
  Office of Small and Disadvantaged Business  Utilization (OSDBU),
  has a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts. Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
  The maximum line of credit is $500,000. For further information
  and applicable forms concerning the STLP, please call the OSDBU
  at (800) 532-1169. For information concerning the acquisition,
  contact the Contracting Official listed above.
CITE: (M-358 SN014906)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 56--INSULATION, SOUND, HOOD TOP.  URETHANE FILM AND
  OPEN CELL  FOAM.
SOL SP0750-97-Q-0547
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)  Kenneth Cotton (614 ) 692-2532
DESC: PR-NO:  YPC96344001421 NSN 5640-01-318-2812, CAGE 19207
  Part No  12277367 insulation, sound, hood top.  Urethane film
  and open cell foam.   I/A/W U.S. Army TACOM drawing 12277367
  and related documents.  567 -EA  Del to Tracy CA 95376-5000
  Del by 180 days from date of award.  467 -EA  Del to Mechanicsburg
  PA 17055-0789 Del by 180 days from 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-357 SN014597)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: 355 Contracting Squadron, 3180 S. Craycroft Rd., Davis-Monthan
  AFB, AZ 85707-3522
SUBJECT: 56--95-POLYESTER FABRIC
SOL F0260197RA001
DUE 012397
POC Jean Militti, Contract Specialist, 520-228-2213 or J.L. Dantzler,
  III, Contract Officer, 520-228-3598
DESC: Vinyl coated polyester fabric barrier to cover an area
  approximately 66'W x 20'L x 30'H. Contractor is responsible
  for removal and disposal of old fabric, installation of new
  fabric to include any clips and attaching devices required.
  A pre-bid site visit is tentatively scheduled for 15 Jan 97.
  This is a 100% small business set-aside. This is classified
  under SIC code 2394 and specific descriptions and drawings
  are contained in the specifications. No telephone requests
  will be honored. Only written or faxed (520-228-5284) requests
  will be accepted.
CITE: (I-358 SN014727)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: Field Command, Defense Special Weapons Agency, Acquisitions
  Office (FCA), Kirtland AFB, NM 87117-5669
SUBJECT: 56--PRECAST REINFORCED CONCRETE BUILDING COMPONENTS
SOL DSWA02-96-B-0032
DUE 013197
POC JoAnn B. Carroll, (505) 853-0865/Contracting Officer Patricia
  M. McDaniel, (505) 846-8799.
DESC: Furnish 1 set of precast reinforced concrete components,
  to consist of approximately 12 wall panels, 16 columns, 48
  beams, 17 floor panels, and 18 roof panels. Delivery will be
  to the Permanent High Explosive Test Site (PHETS), Northern
  Range of White Sands Missile Range, Socorro County, NM. Request
  for this IFB must be made by letter (by mail or FAX NO. (505)
  846-4246). Telephone requests will not be honored. All responsible
  sources may submit an offer which will be considered for award.
CITE: (M-358 SN014916)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Contracts Group, Naval Air Warfare Center Aircraft Division
  (NAWCAD), Bldg. #8110, St. Inigoes MD 20684-0010
SUBJECT: 58--RT-490B SURROGATE SATELLITE TRAINING AND SPARE KITS
SOL N00421-97-R-1122
DUE 010697
POC Carnell M. Mosley, Contract Specialist, (301)862-6037 William
  A. Case, Jr., Contracting Officer, (301)862-8641.
DESC: This is a notice of intent to negotiate with Cincinnati
  Electronics (CE), 7500 Innovation Way, Mason, Ohio 45040-9699
  on an other than full and open competitive basis for the procurement
  of (11) each RT-460B Spare Kits to support the RT-460B Systems
  (P/N: 629960), (1) lot of RT-460B Training Course Customizing/
  Tailoring, and (2) lots of RT-460B Training Course to support
  the Rt-460B Surrogate Satellite Systems. The Government intends
  to negotiate on a sole source bases with Cincinnati Electronics
  because CE possesses the proprietary data necessary to manufacture
  the spare kits and train government personnel. See numbered
  Note 22.
CITE: (I-355 SN014406)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--PANEL, CONTROL, ELECT
SOL SP0970-97-Q-A121
DUE 013097
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:  YPE96295001037 NSN 5895-01-433-6699, CAGE S8828
  Part No  21-09957 CAGE 0H7R3 Part No 21-09957 3 -EA Del to
  Mechanicsburg PA  17055-0789 other than full and open competition:
   part numbered item  products offered clause applies.  Various
  increments solicited:  1-2,  3-4, 5-9, 10-15.  PR quantity:
   3 each.  Line 1 quantity 3 - Mechanicsburg PA 17055-0789.
   Delivery schedule:  3 each within 30 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-357 SN014527)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--BEACON, SONAR
SOL SP0970-97-Q-A125
DUE 020797
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:  YPE96340000404 NSN 5845-01-433-3387, CAGE 94970
  Part No  DK120 164 -EA Del to Mechanicsburg PA 17055-0789 Del
  by 31 Jan 97.  95 - EA Del to Lathrop CA 95330 other than full
  and open competition:  part  numbered item products offered
  clause applies.  Various increments  solicited:  100-199, 200-299,
  300-399.  PR quantity:  259 each.   Line 1 quantity 164 -SW3100
  Mechanicsburg PA 17055-0789.  Line 2  quantity 95 -W62G2T Stockton
  CA 95296-0130.  Delivery schedule:  all IN  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-357 SN014549)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga
  31098-1611
SUBJECT: 58--DIGITAL PROCESSOR AND I/U
SOL F09603-96-R-80370-01
POC For copy, Janice Carroll/Lykb/[912]926-7299, For additional
   information contact Janice Carroll/Lykb/[912]926-7299
DESC: Subject requirement is amended to add Rockwell Intl Corp,
  Collins Avionics & Communication Div, Cedar Rapids IA as a
  source.
CITE: (I-358 SN014718)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: HQ Space and Missile Systems Center (AFMC) SMC/CIKC,
  2420 Vela Way, Suite 1467-A8, Los Angeles AFB, CA 90245-4659
SUBJECT: 58--PRODUCTION OF SMALL TACTICAL TERMINALS FOR THE DEFENSE
  METEOROLOGICAL SATELLITE PROGRAM
SOL F04701-94-C-0019
POC Contact: Gary Cegalis,Capt,(310)336-4458/Contracting Manager,
  Matthew Stevens, Capt, (310)336-4597/Buyer.
DESC: NOTICE OF CONTRACT ACTION, PRODUCTION OF METEOROLOGICAL
  SATELLITE (METSAT) SMALL TACTICAL TERMINALS (STT). The Defense
  Meteorological Satellite Program (DMSP) Office indicated intent
  to purchase STTs by publishing a CBD notice on 19 and 23 July,
  1996. The program office will be issuing an RFP for the production
  of 66 Basic Systems, 80 Enhancement kits and 9 Joint Task Force
  Satellite Terminal (JTFST) kits. A previous contract for 143
  Basic systems, 84 Enhancement kits and 1 JTFST was awarded
  to Harris Corporation , Melbourne, Florida. The candidate Basic
  STT , Enhancement kits and JTFST kits shall meet or exceed
  all physical, environmental, and performance requirements included
  in the Technical Requirements Document for the Small Tactical
  Terminal, TRD-DMSP-3033, dated 3 Aug 92, amended 13 Oct 93
  and Small Tactical Terminal (STT) Meteorological Satellite
  (METSAT) System Specification dated 5 December 1995. The candidate
  STT units shall possess the following characteristics: (1)
  receive, process, display, and store low resolution meteorological
  satellite data, DMSP Real-Time Data Smooth (RDS), Automatic
  Picture Transmission (APT), and Weather Facsimile (WEFAX),
  (2) weigh less than 500 pounds, (3) Use POSIX compliant, UNIX
  based operating System, and (4) Use SPARC station compatible
  processing equipment. With an enhancement kit, the candidate
  STT shall possess the following characteristics: (1) receive,
  process, display and store high resolution meteorological satellite
  data, DMSP Real-Time Data (RTD), and High Resolution Picture
  Transmission (HRPT) and (2) Weigh less than 1200 pounds. With
  a JTFST kit, the candidate STT shall possess the following
  characteristics: (1) receive, process, display, and store high
  resolution geostationary meteorological satellite data, GMS,
  GOES, GOES-NEXT, METEOSAT, (3) compatible with Harris Small
  Tactical Terminal with enhancement kit. The Harris STT software
  is proprietary and the source code will not be available to
  potential offerors. All sources responding to the solicitation
  must have a COMSEC account and SECRET facility clearance established.
  In accordance with national security requirements, this acquisition
  will have restrictions on foreign owned company participation.
  The foreign design, manufacture, assembly, or test of hardware
  or software strictly are prohibited. Foreign teaming, licensing,
  and subcontracting will be allowed, however, all cryptographic
  related tasks must be totally accomplished by a clearance qualified
  U.S. owned company and all cryptograph components and elements
  must be clearly separated and be able to be audited. One Fixed
  Price Award Fee Supplemental Agreement is anticipated to be
  awarded on a sole source basis. Period of performance is 32
  months, commencing on or about 1 April 1997. Direct responses
  to Capt Gary Cegalis or Capt Matthew Stevens at SMC/CIKS, 2420
  Vela Way Suite 1467-A8, Los Angeles Air Force Base, CA 90245-4659.
CITE: (I-358 SN014744)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: HQ Electronic Systems Center, Director of International
  Programs (ESC/IAK), 50 Griffis Street, Hanscom AFB, MA 01731-1618
SUBJECT: 58--AIR SOVEREIGNTY OPERATING CENTER PROGRAM
SOL N/A
POC Glen Townsend, Program Manager, 617-271-8344; Christine E.
  Baron, Contracting Officer, 617-271-7903; Robert Phenecie,
  Contract Specialist, 617-271-2055.
DESC: Reference Air Sovereignty Operations Center CBD Announcement,
  dated 7 Nov 96, issue number PSA 1770, located on page 26.
  ESC issued the solicitation 13 Dec 96.
CITE: (I-358 SN014772)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 58--TACTICAL UNMANNED AERIAL VEHICLE RADAR (TUAVR)
SOL DAAB07-97-R-J047
DUE 032897
POC Contact Point, Irene Andrews, Contract Specialist, (908)
  532-3507; William H. Applegate, Contracting Officer, (908)
  532-3506.
DESC: This is a competitive, Best Value Solicitation No. DAAB07-97-R-J047
  for Synthetic Aperture Radar to be carried by the Outrider
  unmanned aerial vehicle. The initial TUAVR acquisition is a
  30 month effort for the design, fabrication, test and delivery
  of two (2) Synthetic Aperture Radar/Moving Target Indicator
  (SAR/MTI) payloads, two sets of radar Ground Control Station
  (GCS) elements, and one set of spares. There is an option for:
  five (5) radars; five (5) sets of GCS elements; and one (1)
  set of spares. Options will be included for engineering support
  and maintenance on a time and materials basis. The radars will
  each be integrated and flight tested in a contractor furnished
  testbed aircraft prior to integration into the Tactical Unmanned
  Aerial Vehicle (TUAV) OUTRIDER. The radar should provide, at
  a minimum, four modes of operation: a fully focused coarse
  resolution (3 foot) SAR search/strip map mode; a fully focused
  coarse resolution (3 foot) SAR spotlight mode; a high resolution
  (1 foot) SAR spotlight mode: and a MTI mode. The radar shall
  be able to operate in day/night all weather conditions and
  provide a target detection, recognition, and identification
  capability to tactical commanders. This effort will provide
  the Army, Navy and Marines with a low cost, light weight, modular,
  adverse weather, day/night, image intelligence, real time,
  high resolution payload integrated onto the TUAV platform.
  Draft documents will be posted on the CECOM Electronic Bulletin
  Board (EBB). All interested parties wishing to do business
  with CECOM are invited to access, operate, send and receive
  data from the CECOM EBB system. For directions on how to request
  a users identification code, password, and instructions call
  the EBB System Operator at (908) 532-3820, or FAX your request
  to (908) 532-6020. A final solicitation will be issued O/A
  Feb 28, 1997. An award will be made O/A Jun 18, 1997.
CITE: (I-358 SN014776)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Television-Audio Support Activity (T-ASA), 3116 Peacekeeper
  Way, McClellan AFB, CA 95652-1068
SUBJECT: 58--MOBILE RADIO
SOL MDA112-97-R-0003
DUE 010797
POC Brigitte Bryant, Contract Specialist, (916) 364-4299 Contracting
  Officer, Rich Talbert, (916)364-4299
DESC: This is a combine synopsis/Request for Proposal (RFP) for
  commercial items prepared in accordance with the format in
  FAR subpart 12.6, as supplemented with additional information
  included in this notice. This announcement constitutes the
  only solicitation; proposals are being requested and a written
  solicitation will not be issued. The solicitation document
  and incorporated provisions and clauses are those in effect
  through the Federal Acquisition Circular (FAC) 90-41. The Television
  Audio Support Activity (T-ASA) intends to procure the following
  items: One hundred sixty-seven (167) each Portable Radio, two
  way, VHF; 16 channel; 5 watt, FCC modulation; 25-30 KHZ; Freq
  range: channel 1, 142.375; channel 2, 150.425; channel 3, 139.299;
  channel 4, 141.199; channel 5, 141.299; channel 6, 141.499;
  channel 7, 143.725; channel 8, 143.655; priority scan; signaling:
  quick call 2; programmed internal VOX; PWR RQMTS: one (1) each
  nickel-cadmium rechargeable battery; Part number GP300. Forty-five
  (45) each Mobile Radio; two-way, VHF; 16 channel; 25 watt,
  FCC modulation; 25-30 KHZ; Freq range: channel 1, 142.375;
  channel 2, 150.425; priority scan; signaling quick call 2;
  programmed internal VOX; includes magnetic mount antenna; PWR
  RQMTS: one (1) each nickel-cadmium rechargeable battery; Part
  number GM300. Offeror shall also provide all labor and materials
  required, to include quick release brackets and cigarette lighter
  adapters, for the installation of mobile radios in 45 Government
  owned vehicles; upon completion of the installations, contractor
  will provide all training necessary for operation and programming;
  date, time and location for installation and training will
  be provided at time of award. Date of delivery is within 30
  days after contract award. Ship to: Ft. McClellan, AL. The
  Government anticipates negotiating and entering into a contract
  on a sole source basis with Motorola, Inc. or its authorized
  dealers, 1307 E. Algonquin Road, Schaumburg, IL 60196 under
  the authority of FAR 6.302-1, only one responsible source and
  no other supplies or services will satisfy agency requirement.
  All responsible sources may submit a proposal which shall be
  considered by the agency. Responses to this notice should be
  provided in writing. Offers may be mailed to Television Audio
  Support activity, Directorate of Contracting, ATTN: T-ASA/DOC/SC
  (Brigitte Bryant), 3116 Peacekeeper Way, McClellan AFB, CA
  95652-1068, or if using courier services deliver to: Television
  Audio Support Activity, ATTN: T-ASA/DOC/SC (Brigitte Bryant),
  10481 Armstrong Ave., Bldg. 2500, RM 113, Mather, CA 95655.
  Facsimile responses are acceptable, FAX number is (916) 643-4032.
  All responses to this notice should make reference to Request
  for Proposal MDA112-97-R-0003. The provisions at FAR 52.212-1
  Instructions to offerors-commercial Items, and 52.212-2, Evaluation-commercial
  Items apply to this acquisition. The evaluation criteria for
  this solicitation will consist of technical capability of offered
  items to meet agency requirement, price and past performance.
  Offerors shall include a completed copy of the provisions at
  52.212-3, Offeror Representations and Notifications-Commercial
  Items, with their offer. Clauses 52.212-4, Contract Terms and
  Conditions-Commercial Items and 52-212-5, Contract Terms and
  Conditions Required to Implement Statues or Executive Orders-Commercial
  Items, apply to this acquisition. DFARS 252.212-7000 and the
  following subclauses under DFARS 252-212-7001 also apply: 252.225-7001,
  252.225-7036, 252.227-7015 and 252.247-7024. Standard commercial
  warranty is required. Offers must be submitted not later than
  15 days from the date this notice is published. Point of contact
  in this office is Brigitte Bryant, (916) 364-4299.
CITE: (I-358 SN014780)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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 ASSY
SOL F09603-97-Q-80056
DUE 021397
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Jane A. Greathouse/Lykb/[912]926-7127
DESC: Item 0001 NSN 5821-01-077-4102 P/N: 637-6440-001, Func:
  Provides  frequency select switches and memory to contain up
  to 20 preset frequencies. Matl: Aluminum and various electronic
  components. 1ea. Applicable to: Arc-186. Destn: DKSH5V63450196.
  Delivery: 30 Jul 99 7 ea Fax Nr 912-926-7572 The approximate
  issue/response date will be 14 Jan 97. The anticipated award
  date will be 31 Mar 97. Written procedure will be used for
  this solicitation. To: Rockwell International Corp, Cedar Rapids
  Ia 52498-0001. 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-358 SN014867)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--TURRET FLIR UNIT&SYS ELECTRONICS UN
SOL F09603-97-R-62624
DUE 021097
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Lenora J. Meadows/Luka/[912]926-2408
DESC: Item 0001 NSN 5855-01-435-1581 P/N: 3833410-121/6280600-101,
   Dim: 16.25 X 13.80/15 X 5.75 X 6". Mat: Multiple Material.
  Func: Collects and converts infrared radiation to electronic
  signals. 14ea. Applicable to: Hh-60g. Destn: Ship to will be
  furnished at time of award.. Delivery: 29 May 98 14 ea Item
  0002 NSN 5980-01-435-2608 Multifunction Control Unit P/N: 3897090-110,
  Dim: 3 X 3 X 6". Mat: Multiple Material. Manual Control for
  mode selection and system diagnostics. 14ea. Applicable to:
  Hh-60g. Destn: Ship to will be furnished at time of award..
  Delivery: 29 May 98 14 ea Item 0003 NSN 5855-01-391-9334 System
  Control Unit P/N: 3897080-111, Dim: 5 X 5.75 X 6". Mat: Multiple
  Material. Func: Controls turn-on and internal test functions.
  14ea. Applicable to: Hh-60g. Destn: Ship to will be furnished
  at time of award.. Delivery: 29 May 98 14 ea Item 0004 NSN
  5855-01-435-1578 Display Electronics Unit P/N: 3897060-112,
  Dim: 5 X 9 X 16". Mat: Multiple Material. Func: Provides the
  display video to the panel display unit. 9ea. Applicable to:
  Hh-60g. Destn: Ship to will be furnished at time of award..
  Delivery: 29 May 98 9 ea Item 0005 NSN 7025-01-435-1579 Panel
  Display Unit P/N: 3897003-111, Dim: 15 X 15 X 10". Mat: Multiple
  Material. Func: Provides image of the infrared system. 19ea.
  Applicable to: Hh-60g. Destn: Ship to will be furnished at
  time of award.. Delivery: 29 May 98 19 ea Fax 912-926-7572
  The approximate issue/response date will be 13 Jan 97. To:
  Hughes Aircraft Co, El Segundo Ca 90245-0902. 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-358 SN014869)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: 58--PORTABLE REPEATER
SOL F09650-96-T-9835
DUE 021397
POC For copy, WR-ALC/PKOC, For additional information contact
  Debbie  Scarborough/Pkoca/912-926-5151
DESC: Item 0001 NSN 5820-PP-182-1 P/N: N/A, Desc: Repeater, Portable
   with the following options: H391; H388; Q660; Q661; YVN4051;
  RVN4001; 30-80369 871; 30-80369872; TKN8531; TRN7414; RLN4008;
  and 01-80857A57. 13 1/4" H X 19 3/4" W X 7 3/4" D. Synopsis
  will serve as solicitation. 2ea. Applicable to: N/A. Destn:
  Robins Air Force Base Ga 31098-1611. Delivery: TBA 2 ea Fax
  912-926-3569 The approximate issue/response date will be 14
  Jan 97. The anticipated award date will be 31 Mar 97. Written
  procedure will be used for this solicitation. To: Motorola
  Inc, Hanover Md 21076 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.
CITE: (I-358 SN014871)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 58--UNCOOLED THERMAL IMAGER
SOL N68936-97-Q-0656
DUE 012897
POC Phyllis Jenkins, Purchase Agent, at 619-939-4277 or Susan
  Rizzardini, Contracting Officer, at 619-939-9653.
DESC: The Naval Air Warfare Center Weapons Division, China Lake,
  CA intends to procure an Uncooled Thermal Imager on a competitive
  basis. The sensor head of the imaging infrared radiometer shall
  have a microbolometer or pyroelectric staring focal plane array
  having at least a 320 wide by 240 high pixel array density.
  The pixel pitch size shall be between 45 and 52 micrometers
  in size in the horizontal and vertical dimensions. The nominal
  geometrical fill factor shall be greater than 45%. The sensor
  shall scan the Field-of-View (FOV) at a 30 Hz frame rate. Each
  field must have at least 240 active, unique, displayed lines.
  The aspect ratio (horizontal FOV divided by the vertical FOV)
  shall be between 1.25 and 1.40. Additional specifications will
  be distributed with the Request for Quote. All request shall
  be in writing and may be faxed to 619-939-4290, or sent by
  mail to NAWCWPNS, Code 230000D, Attn: Phyllis Jenkins, China
  Lake, CA 93555-6100. Your request shall include your firm's
  Tax Identification Number (TIN) including your Corporation
  Status, and Commercial and Government Entity (CAGE) Code if
  one has been assigned. Telephone requests may not be honored
  if not followed up in writing. Request for Quote will be available
  on or about 13 Jan 97. Award is expected to be made 31 Jan
  97. All responsible sources may submit a quote which will be
  considered by the agency.
CITE: (I-358 SN014933)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Television-Audio Support Activity (T-ASA), 3116 Peacekeeper
  Way, McClellan AFB, CA 95652-1068
SUBJECT: 58--AUDIO/VIDEO KIT
SOL MDA112-97-Q-0103
DUE 011397
POC Janet Janes, Contract Specialist, (916) 364-4220 or Richard
  Talbert, Contracting Officer, (916) 364-4232
DESC: The Television-Audio Support Activity (T-ASA) intends to
  purchase twenty-one (21) each Featurepak-101 Audio/Video Kit;
  model PCS-V2 desktop audio/video peripheral; includes: PC video
  board, Sony PCD5 color camera, microphone, and Sony PC30 speakers;
  features a microphone mute and privacy shutter control, volume
  control, and auto-iris with tilt adjustments; f/u/w Minx Model
  2004 Network Video System. The intended source is Datapoint
  Corporation, Bethesda, MD, Model Number 2105-101. FOB Destination
  McClellan AFB, CA. Estimated issue date is on or about 06 Jan
  97 and will only be on the street for one week. The Government
  anticipates entering into a contract on a sole source basis
  with Datapoint Corporation, 7272 Wisconsin Avenue, Bethesda,
  MD under the authority of FAR 6.302-1, only one responsible
  source and no other supplies or services will satisfy agency
  requirement. All responsible sources may submit a proposal
  which shall be considered by the agency. Requests for solicitation
  package must be in writing. Facsimile requests will be accepted.
  Send your fax to the attention of Janet Janes at (916) 643-4032.
CITE: (I-358 SN014934)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703- 5008
SUBJECT: 58--EXTENSION OF SERVICES FOR ARS-6 PERSONNEL LOCATOR
SOL DAAB07-92-C-P254
POC Diane Grim, Contract Specialist (908)532-1735, Bruce Kueller,
  Contracting Officer (908)532-1257.
DESC: US Army CECOM Proposes to issue a Sole Source Modification
  to Cubic Defense Systems under contract DAAB07-92-C-P254 to
  extend the Depot Level Maintenance for this system thru Sep
  96. This synopsis is issued for information purposes only.
  The U.S. Army Communications Electronics Command (CECOM) has
  established an Electronic Bulletin Board (EBB) to provide electronic
  transmittal of Request for Proposals (RFPs) and Invitations
  for Bids (IFBs) from Government to Industry. All interested
  parties wishing to do business with CECOM are invited to access,
  operate, send and receive data from the CECOM EBB system. To
  become a user of the EBB, you will need an identification code
  and password in addition to a computer terminal equipped with
  the necessary hardware and software to interface with the EBB
  system. A user's identification code and password will be issued
  upon request along with instructions for downloading the EBB
  User's Manual. All requests must include (1) company name,
  (2) point(s) of contact name(s) and title(s), (3) return address(es)
  and (4) telephone number(s). Please send your request in writing
  to ebb system operator, U.S. Army CECOM, AMSEL-AC-SB-AA, Attn:
  EBB, Ft. Monmouth, New Jersey 07703-5000. Fax #: (908)-532-6020,
  Commercial #: (908)-532-3820. Contractors may request aperture
  cards and notice of revision(s) via EBB, e-mail, or by written
  request to the Contracting Officer at the address set forth
  in paragraph 11 above. Bids shall be submitted in hard copy
  at the time and place specified in the solicitation. No bid
  responses shall be submitted to the Contracting Office. See
  Numbered Note(s): 1.
CITE: (I-358 SN014972)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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 01
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Brenda White/Lnkb/[912]926-2607
DESC: This solicitation number, F09603-97-Q-50956, is hereby
  being amended to delete Martin Marietta Corp, Utica NY 13502-5993
  from this synopsis since this is a small business set aside.
CITE: (I-355 SN014426)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 59--CIRCUIT CARD ASSEMB
SOL DAAE0797QT177
DUE 022097
POC POC for a solicitation copy, Call 810/574-6802 OR 6807. 
  For  information on this procurement, Call Robert humann (810)
  574-8135
DESC: NSN:  5998013890651, qty:  34, FOB:  destination, opt:
   100%  item:  circuit card see NOTE:  none.  All responsible
  S ources may submit  an offer which will be considered.  T
  HE offer due date is on or about  022097 (see soliciatio N
  for actual offer due date).
CITE: (I-355 SN014452)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--ATTENUATOR, VARIABLE
SOL SP0970-97-Q-A123
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:  YPE96304000055 NSN 5985-01-243-3728, CAGE 83332
  Part No  850-CT2W 51 -EA Del to Mechanicsburg PA 17055-0789
  Del by 21 Dec 96.  20 - EA Del to Lathrop CA 95330 other than
  full and open competition:  part  numbered item.  Products
  offered clause applies.  Various increments  solicited:  1-24,
  25-99, 100-250.  PR quantity:  71 each.  Line 1  quantity 51
  -SW3100 Mechanicsburg PA 17055-0789.  Line 2 quantity 20 -
  W62G2T Stockton CA 95296-0130.  Delivery schedule:  60 days.
   Size  standard:  750.  All responsible sources may submit
  offer which DESC shall  consider.
CITE: (I-357 SN014528)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT CARD ASSEMB
SOL SP0960-97-Q-A070
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:  YPE96310000052 NSN 5998-01-043-5009, CAGE 18876
  Part No  10292390 CAGE 32306 Part No 10292390 128 -EA Del to
  Mechanicsburg PA  17055-0789 Del by 09 Oct 97.  Other than
  full and open competition:   part numbered item products offered
  clause applies various increments:   1-99 100-199 200-300 delivery
  schedule:  128 each within 200 days,  balance of 50 each evrey
  30 days thereafter size standard:  3672  set-aside type:  g-unrestricted
  (sole source/single source) (no  preference) no drawings available
  all responsible sources may submit offer  which DESC shall
  consider.
CITE: (I-357 SN014529)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
SOL SP0970-97-Q-A124
DUE 020797
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:  YPE96340000478 NSN 5985-00-100-7901, CAGE 85226
  Part No  261D1005-1 @DESIGN type blade single antenna element
  @FREQUENCY rating  116.000 megahertz minimum and 152.000 megahertz
  maximum single antenna  element @POWER rating 125.000 Watts
  average single anten na element 272 - EA Del to Memphis TN
  38114-5210 other than full and open competition:   part numbered
  item products offered clause applies.  Various increments 
  solicited:  100-199, 200-299, 300-399.  PR quantity:  272 each.
    Line 1 quantity 272 -UY8593 Memphis TN 38114-5210.  Delivery
  schedule:   all IN 150 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-357 SN014532)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRON TUBE DESC FORM 239 DTD 10/SEP/93 APPLIES.
SOL SP0960-97-Q-A072
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:  YPE96318000391 NSN 5960-00-866-3443, CAGE 85599
  Part No  GL7399 CAGE 97151 Part No 65B49030 envelope material:
   ceremic.   Manufacturers classification:  power amplifier,
  tetrode.  18 -EA Del  to eglin AFB FL 32542 Del by 06 Nov 96.
   Full and open competition:   competition unrestricted data
  package available various increments:  18  each delivery schedule:
   18 each every 90 days set-aside type:  d-total  SDB set-aside
  siz standard:  750 no drawings available all responsible  sources
  may submit offer which DESC shall consider.
CITE: (I-357 SN014546)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--HANDSET
SOL SP0970-97-Q-A122
DUE 021397
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:  YPE96327000537 NSN 5965-00-064-8209, CAGE 12763
  Part No  65025-015 CAGE 62989 Part No 176000-100 power source:
   sound powered  earphone element type:  dynamic microphone
  element type:  dynamic 269 - EA Del to Mechanicsburg PA 17055-0789
  other than full and open competition:   part numbered item
  products offered clause applies.  Various increments  solicited:
   100-199, 200-299, 300-399, 400-499, 500-599.  PR  quantity:
   269 each.  Line 1 quantity 269 -SW3100 Mechanicsburg PA  17055-0789
  delivery schedule:  all IN 90 days.  Set-aside:  total small
   business set-aside.  Size standard:  750.  All responsible
  sources may  submit offer which DESC shall consider.
CITE: (I-357 SN014547)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--EARPHONE ELEMENT
SOL SP0970-97-Q-A126
DUE 020797
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:  YPE96331000384 NSN 5965-00-933-6897, CAGE 33708
  Part No  SM-C-544262 earphone element type:  dynamic body style:
   3 earphone  element, circular impedance rating in ohms:  1000.0
  nominal 2,438 -EA Del  to Mechanicsburg PA 17055-0789 Del by
  14 Jan 97.  1,207 -EA Del to  Lathrop CA 95330 other than full
  and open competition:  part numbered  item products offered
  clause applies.  Various increments solicited:   2000-2999,
  3000-3999, 4000-4999, 5000-5999.  PR quantity:  3645 each.
    Delivery schedule:  all IN 120 days.  Line 1 quantity 2438
  -SW3100  Mechanicsburg PA 17055-0789 line 2 quantity 1207 -W62G2T
  Stockton CA  95296-0130.  Set-aside:  total small business
  set-aside.  Size standard:   500.  All responsible sources
  may submit offer which DESC shall consider.
CITE: (I-357 SN014548)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting, Oo-Alc 6038 Aspen Avenue
  Bldg 1289  Se, Hill Air force Base, Ut 84056-5816
SUBJECT: 59--CONNECTOR
SOL F42610-97-Q-25179
DUE 012997
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Spares/Repairs/Lmka/[801]777-5666
DESC: Item 0001 NSN 5935-01-119-0862AH P/N: 010208-2002, P/N
   10-22450-2, Connecting point for rf elec. Cableto antenna
  assembly. Fig a 7-50 13ea. Applicable to: Lgm30. Destn: Hill
  Air Force Base, Ut 84056-5816. Delivery: 29 Aug 97 13 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 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 The approximate issue/response date will be
  09 Jan 97. The anticipated award date will be 29 Jan 97. Written
  procedure will be used for this solicitation. To: Sabritec,
  Irvine CA. 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
  is 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. 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 part must be acquired from a manufacturing sources(s)
  specified on a source control or selected item drawing as defined
  by the current version of DoD-STD-100. Suitable technical data,
  government data rights, or manufacturing knowledge are not
  available to permit acquisition from other sources, nor qualification
  testing of another part, nor use of a second source part in
  the intended application. Although, by DoD-STD-100 definition,
  altered and selected items shall have an adequate technical
  data package, data review discloses that required data or data
  rights are not in Government possession and cannot be economically
  obtained. See Note (s) 26.
CITE: (I-358 SN014691)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 59--TUBE UNIT
SOL F42620-97-Q-24643
DUE 012997
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: Item 0001 NSN 5960-99-513-3481WF P/N: 229-029554-03, Glass
   material that converts analog elect signals into rep symbology
  by means of illuminating phosporescent on the face of the tube.
  Weight 4 lbs. Dim: 11" l x 4.5 w x 4.5" h. 2ea. Applicable
  to: F-16 C/D. Destn: FMS Countries. Delivery: 30 Apr 98 2 ea
  The approximate issue/response date will be 09 Jan 97. The
  anticipated award date will be 29 Jan 97. Written procedure
  will be used for this solicitation. To: Gec-Marconi Avionics
  Inc, Atlanta Ga 30366-1999. 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. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government. 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.
  The Government physically does not have in its possession sufficient,
  accurate, or legible data to purchase this part from other
  than the current source(s). See Note (s) 26.
CITE: (I-358 SN014694)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 59--CIRUCIT CARD
SOL F42620-97-Q-24710
DUE 012997
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: Item 0001 NSN 5998-01-253-5084WF P/N: 7461402003, Approx
  6.25" x  4.63". Consists of laminated circuits with various
  electronic components. Decodes bus traffic and interfaces with
  microcomputer unit. 4ea. Applicable to: F16 A/B/C/D. Destn:
  FMS Countries. Delivery: 31 Dec 97 4 ea The approximate issue/response
  date will be 09 Jan 97. The anticipated award date will be
  29 Jan 97. Written procedure will be used for this solicitation.
  To: Fairchild Defense, Germantown Md 20874-1182. 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. Specifications, plans, or drawings relating to the
  procurement described are incomplete or not available and cannot
  be furnished by the Government. 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.
  The Government physically does not have in its possession sufficient,
  accurate, or legible data to purchase this part from other
  than the current source(s). See Note (s) 26.
CITE: (I-358 SN014695)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--SWITCH, PUSH-PULL; CIRCUIT CARD ASSEMBLY
SOL DAAJ09-97-Q-0499
DUE 013197
POC Evelyn Kelley, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784; Datafax (314) 263-9012.
DESC: NSN: 5930-01-280-4431, P/N: 8001848-902, QTY: 54 , with
  delivery of 2 each 180 days ARO to Stockton, CA; delivery of
  52 each 180 days ARO to New Cumberland, PA. NSN: 5998-01-414-2763,
  P/N: 8520665-901, QTY: 15 Each, with delivery of 15 each 180
  days ARO to New Cumberland, PA. Applicable to the OH-58 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, 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.
CITE: (I-358 SN014730)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 59--DIPLEXER
SOL F42620-97-Q-22166-01
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Tsgt Burt Petkus/Lfke/[801]775-4013
DESC: Amended.  Issue/response date should be as follows:  31
  Dec 96.
CITE: (I-358 SN014809)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Port Hueneme Division (Code 5F00), Naval Surface Warfare
  Center, 4363 Missile Way, Port Hueneme, CA 93043-4307
SUBJECT: 59--PROCUREMENT OF SPARE/REPAIR COMPONENT PARTS FOR
  THE MK 678 MOD 0/1 TEST SET.
SOL N63394-97-R-1103
DUE 012497
POC Contract Specialist, JAMES E. HALL, (805) 982-5084
DESC: Port Hueneme Division, Naval Surface Warfare Center intends
  to procure spare/repair component parts for the MK 678 Mod
  0/1 Telemetry Test Set from Microdyne Corporation, 491 Oak
  Rd,m Ocala, FL., on a "Sole Source" basis pursuant to 10 U.S.C.
  2304 (c)2), "Unusual and compelling urgency". The required
  components were manufactured by Microdyne Corporation and are
  identified by NAVSEA
CITE: (I-358 SN014862)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--CONNECTOR PLUG ELEC
SOL F09603-97-R-47316
DUE 021097
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
   information contact Vicky Sykes/Lkkb/(912)926-9111
DESC: Item 0001 NSN 5935-01-325-3919 P/N: 44094-30S-315, P/N
  654477-2  Dim: 1.714" X 2.750; Matl: CRES ASTM A582 3035E COND
  A cold finish ring & shell w/gaskets & inserts for connector
  pins. Func: Connects AIM-120 missile to launcher. 200ea. Opt
  01 240 ea, Opt 02 240 ea Applicable to: Lau-128a/129a. Destn:
  Robins Air Force Base Ga 31098-1611. Delivery: 16 Jun 97 200
  ea Alternate delivery quantities: Alt A To obtain a copy of
  solicitation package send a written request or a FAX (912)
  926-7572. The approximate issue/response date will be 13 Jan
  97. The anticipated award date will be 28 Feb 97. Written procedure
  will be used for this solicitation. 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. 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. Offers in response to solicitations under
  ten million dollars may be evaluated using the competition
  for performance program as follows: 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. This acquisition
  will be processed in accordance with AFMC FAR Sup 5352.217-9018
  (Mission Essential Quantity): If a proven source is not the
  low offeror, the basic quantity may be split into a First Article
  quantity, for award to the low unproven offeror, and a Minimum
  Essential Quantity, for award to the proven source, with the
  balance of the requirement established as options in both contracts.
  Authority 10 U.S.C. 2304(c)(1), "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" may apply. Numbered Note 22 applies only
  to the quantity identified as the mission essential quantity
  in the solicitation. 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). The
  Data Package for this requirement is available on CD-ROM only.
  Aperture Cards are not available for this procurement. The
  minimum set-up requirements to view this data package are as
  follows: 386 DX/33; 4 Megabytes RAM; VGA Monitor; Mouse; 2X
  (Dual Speed) CD ROM Drive; Microsoft Windows, Version 3.1 or
  Later; MS DOS, Version 5.0 or Later. See Note (s) 26.
CITE: (I-358 SN014868)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies,
  and Accessories
OFFADD: Naval Research Laboratory, 4555 Overlook Ave., S.W.,
  Washington, D.C. 20375-5326
SUBJECT: 60--FIBER OPTICS MATERIALS, COMPONENTS, ASSEMBLIES,
  AND ACCESSORIES
SOL N00014-97-R-MP02
POC Mary Pardo, Contract Specialist, Code 3230.MP (202) 767-0666
  Helen Paul, Contracting Officer, Code 3230.HP (202) 767-0666.
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Federal Acquisition
  Regulation Subpart 12.6, as supplemented with additional information
  included in this notice. This announcement constitutes the
  only solicitation, proposals are being requested and a written
  solicitation will not be issued. This solicitation, N00014-97-R-
  MP02, is issued as a request for proposal (RFP). This acquisition
  is a total 100% Small Business Set-Aside. The small business
  size standard for this acquisition is 500 and the SIC code
  is 3826. The Naval Research Laboratory (NRL) has a requirement
  for nine (9) EA Wavelength Tunable Lasers that will be used
  to directly support the Advanced Technology Demonstration(ATD)
  program. The lasers will be used as an optical source in a
  true time-delay beamformer in the ADT program. These shall
  meet or exceed the following specifications. (1)Center wavelength
  of 1550nm +/- 1nm (2)Tuning range of >25nm (3)Wavelength resolution
  of <0.1nm over the tuning range (4) Wavelength stability
  of <0.05nm over the tuning range (5) Wavelength tuning speed
  <300 ns(any two wavelengths) (6)Output power: 1.0mW (7)Laser
  linewidth <50 Mhz (8)Linearly polarized optical output (9)Internal
  60 dB optical isolator (10)Threshold current <30 mA (11)Tuning
  currents <100 mA (12)Side mode suppression ratio of >35
  dB (13)Internal thermistor/thermoelectric cooler (14)Pigtailed
  with >2m of PM PANDA fiber (15)SC(PM) type connector (16)Package
  size less than 70x50x20 mm (excluding pigtail) (17)The required
  delivery schedule is 120 days from date of contract award.
  (18) Delivery and acceptance shall be NRL, 4555 Overlook Ave.,
  SW, Washington, DC, FOB destination. The abbreviations in the
  above specifications are industry standards, however, the following
  legend is provided: ADT = Advanced Technology Demonstration,
  nm = nanometers, ns = nanoseconds, mW = milliwatt, db = decibel,
  mA = milliamp, m = meter, PM = polarization-maintaining, mm
  = millimeter, Mhz = megahertz. The incorporated provisions
  and clauses of this acquisition are those in effect for Federal
  Acquisition regulation (FAR) through Federal Acquisition Circular
  90-42 and for Defense Federal Acquisition Regulation Supplement
  (DFARS) through Defense Acquisition Circular 91-11. The FAR
  and DFARS clauses cited herein are incorporated by reference
  into this solicitation. Offerors are advised to propose in
  accordance with the provision at FAR 52.212-1, Instructions
  to Offerors-Commercial Items. Offerors are advised to include
  with their offer a completed copy of the following provisions:
  FAR 52.212-3, Offeror Representations and Certifications-Commercial
  Items, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial
  Items and DFARS 252.225-7000, Buy American Act-Balance of Payments
  Program Certificate. Offerors will be evaluated in accordance
  with FAR 52.212-2, Evaluation-Commercial Items. The specific
  evaluation criteria under paragraph (a) of FAR 52.212-2 is:
  (1) technical capability of the item offered to meet NRLs need
  (2) price (3) past performance. Technical and past performance
  when combined, are of equal importance compared to price. The
  following FAR clauses apply to this acquisition. FAR 52.215-43,
  Audit-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial
  Items, FAR 52.212-5, Contract Terms and Conditions Required
  to Implement Statues or Executive Orders-Commercial Items.
  The additional clauses cited under FAR 52.232-5, that are applicable
  to this acquisition are FAR 52.203-6, FAR 52.203-10, FAR 52.219-8,
  FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37,
  FAR 52.225-18 and FAR 52.247-64. The clauses at DFARS 252.212-7001,
  Contract Terms and Conditions Required to Implement Statues
  Applicable to Defense Acquisitions of Commercial Items, applies
  to this acquisition. The additional clauses cited under DFARS
  252.212-7001, that are applicable to this acquisition are:
  DFARS 252.225-7001 and DFARS 252.2233-7000. Any contract awarded
  as a result of this solicitation will be a DO Rated Order certified
  for national use under the Defense Priorities and Allocations
  System (DPAS) (15 CFR 700). Note 1 applies. Offers must be
  delivered to Contracting Officer, Code 3230.MP, Bldg. 222 Rm
  115A, Naval Research Laboratory, 4555 Overlook Ave., SW, Washington,
  DC 20375-5326 and received no later than 4:00 P.M. EST on 18December1996.
  The package should be marked RFP N00014-97-R-MP02, Closing
  Date:18Dec96. For information regarding this solicitation contact
  Mary L. Pardo, Contract Specialist at (202)767-0666. All responsible
  sources may submit a proposal which shall be considered by
  the agency.***
CITE: (I-355 SN014427)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies,
  and Accessories
OFFADD: Federal Bureau of Prisons, 320 First Street, N.W., Suite
  5005, Washington, D.C. 20534
SUBJECT: 60--CABLING
SOL ADP-97-002
DUE 010897
POC Phyllis Barnes-Pickett, Contracting Officer (202) 616-6150.
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Subpart 12.6,
  as supplemented with additional information included in this
  notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. This solicitation is issued as a Request for
  Quote (RFQ) reference no. ADP-97-002. The solicitation document
  and incorporated clauses and provisions are those in effect
  through the latest edition of the Federal Acquisition Regulation.
  The contractor is responsible for all material and labor associated
  with the installation of a fiber optic network link and subsequent
  service for the Central Office of the Federal Bureau of Prisons
  (FBOP), at four locations in Washington, D.C. as follows: HOLC
  Bldg., 320 First Street, NW, WDC, National Association of Letter
  Carriers Building (NALC) 100 Indiana Ave., NW, WDC, 500 First
  Street NW, WDC, and the (Department of Justice) Main Justice,
  10th & Constitution Ave., NW, WDC. A breakdown of pricing shall
  be given for installation of fiber optic cable at the 4 specified
  locations and for 9 months of subsequent service for fiber
  network system, token ring environment at the same locations.
  The contractor will provide the BOP access to the Fiber Distributed
  Data Interface (FDDI) Network Services (FNS) network via an
  IEEE 802.5 interface. The FNS FDDI backbone is implented using
  ANSI X3T9 based technology to the 4 previously identified locations.
  The FBOP is responsible for the identification and provisioning
  for a clear intra building path (as approved by the Contractor)
  for placement of the FNS inner duct, fiber, and equipment.
  The contractor shall povide a dedicated fiber connection to
  a token ring MAU and guarantee data privacy by using specialized
  screening software. The contractor shall provide to the FBOP
  access to the FNS system via contractor provided dedicated
  lines with a minimum of 16 Mbps., Token Ring capacity including
  any necessary contractor source routing equipment as provisioned
  according to the FNS tariff, P.S.C.-D.C.-No. 203, Section 15A.
  A 24 hour, 7 day per week system of network management, including
  fault monitoring and diagnostics, performance and network configuration
  and manual monitoring when necessary. In the event that the
  system malfunctions the contractor shall make every effort
  to restore lost service within four hours. The contractor shall
  terminate fiber optic network connection for the FBOP LAN interface
  at the following locations: HOLC Building-370 computer room
  (NOTE: Contractor shall allow approximately 200' for connection
  to owner equipment in 370 computer room). Exact length to be
  confirmed by contractor prior to installation. NALC Building-Second
  Floor telco closet, 500 First Street-Ninth floor telco closet,
  and MAIN Justice-Sixth Floor Command Center. The contractor
  shall ensure that the FNS network backbone, using FDDI technology,
  shall provide redundancy through counter rotating fiber optic
  rings. (A) All work performed shall be in accordance with all
  State, Local and Federal Building and safety regulations. The
  BOP shall provide to the contractor copies of all applicable
  governmental policies and regulations upon award. (B) During
  the term of the contract, the contractor shall be responsible
  for the retention of any and all specialists and the successful
  completion of all work done by any of these indviduals and
  or firms. (C) One primary contact person and his/her alternate
  shall be identified within 3 calendar days after notification
  of contract award. (D) The Contractor shall be responsible
  for cleaning debris from work areas daily. (E) The contractor
  and his employees shall perform in a professional manner keeping
  noise and disturbances to a minimum, while at all FBOP sites.
  (F) The contractor shall be responsible for assuring all persons
  associated with the project comply with all BOP and governmental
  policies and regulations while working on site. (G) The contractor
  and all personnel directly or indirectly employed by the contractor
  shall submit to a Security Check in accordance with the BOP
  Program Statement 3000.2. (1) NCIC (National Crime Information
  Center Check), (2) DOJ-99 (Name Check), (3) FD-258 (Fingerprint
  Check), (4) OPM-328 (Authority for Release of Information)
  and (5) Urinalysis. The contractor shall be responsible for
  furnishing the FBOP with the name, date of birth, and social
  security number of any employee or sub-contractor who will
  be working on the project no less than two (2) working days
  prior to coming on site for the purpose of the security check.
  The FBOP reserves the right to deny building access to any
  and all individuals. (H) The contractor shall be advised that
  the only elevator authorized to carry supplies, materials,
  and or work carts shall be the cargo/freight elevator. If this
  elevator is unavailable, Building Management will designate
  another elevator which may be utilized. (I) The contractr shall
  be advised that the HOLC Building has been found to contain
  asbestos in certain areas. Surveys have been completed to help
  establish the actual location and extent of contamination.
  The contractor shall confirm areas of intended work with Management
  Services prior to any installation. This task shall be performed
  to ensure safety and proper procedures for working in these
  areas. J) The Contracting Officer's Technical Representative
  (COTR) for this project will be Mike Norman (202) 307-0858.
  All work to be completed in accordance with FAR Clause 52.222-41
  "Service Contract Act of 1965 as amended (41 U.S.C. 351, et.
  seq) reference U.S. Department of Labor Wage Determination
  # 95-0819 Revision # 1 dated 11/18/96 for the states of MD,
  DC and VA. FAR clauses incorporated by reference are as follows:
  52.246-20 -- Warranty of Services" (APR 1984) effective for
  a period of not less than two years (from date of acdepted
  completion). 52.222-6 -- "Equal Opportunity (E.O. 11246)",
  52.222-3 -- "Affirmative Action for Special Disabled and Vietnam
  Era eterans (38 U.S.C. 4212)", 52.222-36 -- "Affirmative Action
  for Handicapped Workers (29 U.S.C. 793), 52.222-37 -- "Employment
  Reports on Special Disabled Veterans and Veterans of the Vietnam
  Era (38 U.S.C. 4212)", The provision at FAR 52.212-1 -- "Instruction
  to Offerors - Commercial Items", applies to this acquisition.
  Offers are advised that inclusion of a completed copy of the
  provision at FAR 52.212-4, -- "Contract Terms and Conditions
  - Commercial Items" applies to this acquisition. Provision
  at FAR 52.212-5 -- "Contract Terms and Conditions Required
  to Implement Statutes or Executive Orders - Commercial Items"
  applies to this acquisition. Questions regarding this solicitation
  may be directed to Phyllis Barnes-Pickett, Contracting Officer,
  at (202) 616-6150. Quotes are due no later than 4:00 p.m. Eastern
  Standard Time, 01/08/97. Quotes may be mailed to FBOP, 320
  First St., NW, Suite 5005, Washington D.C. 20534, Attn: Phyllis
  Barnes-Pickett, Contract Specialist, or faxed to (202) 616-6007
CITE: (I-358 SN014784)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, San Diego, CA 92152-5113
SUBJECT: 61--ELECTRIC WIRE, AND POWER AND DISTRIBUTION EQUIPMENT
SOL N66001-96-Q-0412
DUE 010697
POC POC Ms. Claudine Huggins, Code D221, Purchasing Agent, (619)524-3671.
  Cindy Frison, Contracting Officer. POC for copy, Mr. J.C. Norris,
  (619)553-4331.
DESC: 60KVA Uninterruptible power supply with 30 minute backup
  unit and a 5 year extended warranty per specifications; A.
  Electrical Charateristics Input: Input voltage: 120/208VAC
  3 phase, Frequency: 60Hz, Current Distortion: <5% at full
  load B. Electrical Characteriestics Output: Output Voltage:
  120/208VAC, Power rating: 60KVA/48KW field expandable, Voltage
  Regulation: Steady state +/-2%, Efficiency: 95% AC-AC at full
  load, Overload Capability: 125% for 20 minutes. C. Controls:
  AC Input Circuit Breaker, DC Battery Circuit Breaker, Alarm
  Silence, Emergency Shutdown, Manual Bypass, Keyboard or other
  device for complete systems control. D. External Interface:
  RS232 Serial Interface. E. Physical: Operating Temperature:
  32F to 104F, UPS to weigh <1650 pounds uncrated. Dimensions
  not to exceed 32"W x 32"D x 55"H uncrated. F. Battery Backup
  System: 150 amp/hour batteries able to sustain load for 30
  minutes, Battery Backup Unit to weigh <4500 pounds uncrated,
  Dimensions not to exceed 40"W x 32"D x 77"H uncrated. Solicitation
  document to be issued on or about 12/27/96. "Note 22 applies,
  however, all offer received within 15 days (in lieu of 45 days)
  after date of publication of original synopsis will be considered
  by the Government. The applicable Standard Industrial Code
  SIC and size standard is 3679/500. Facsimile letters are acceptable
  at (619)553-6976. For copies of solicitation(s) only written
  requests will be honored.
CITE: (I-355 SN014414)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--MOTOR, SERVO
SOL SP0430-97-Q-P372
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitations,
   contact the buyer:  Dorothy Forbes/ZZ885 /804-279-3850. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96323000782 NSN 6105-00-827-7308:  motor, servo.
    Allied Signal Inc.  Government electronics systems.  Inerpial
  sensor  products.  Courter operations.  CAGE 017N4.  P/N 3562101-0004.
   Tech  data package availability.  DSCR does not currently
  have an approved  technical data package available for this
  NSN.  Please do not submit  request to DSCR-VABA.  6 -EA Del
  to Tracy CA 95376-5000 Del by 180 days.   Other than full and
  open comp.  Total quantity shipped:  6.  Option to  Inc qty:
   N.  Option to ext term of contract:  no.  Unrestricted:  Y.
    Specifications, plans or drawings relating to the procurement
  described are  not available and cannot be furnished by the
  government.  Solicitation  will be made:  in writing:  N. 
  Orally:  N.  All responsible sources  may submit offer which
  DGSC shall consider.
CITE: (I-357 SN014487)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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-Q313
DUE 012797
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:  YPG96323001277 NSN 6130-01-094-3222, power supply.
    Telephone and telegraph Corp, CAGE 24930, P/N G300355-4.
  penrill Corp,  CAGE 13850, P/N 227-7721.  8 -EA Del to San
  Diego CA 92132-5044 Del by  120 days.  Incremental quantities:
   min-8, max-17.  See NOTE 1.   Specifications, plans or drawings
  relating to the procurement described are  not available and
  cannot be furnished by the government.  All responsible  sources
  may submit offer which DGSC shall consider.
CITE: (I-357 SN014488)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--STATOR, MOTOR-TACHOMETER
SOL SP0430-97-Q-P371
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies or RFQ solicitations,
  contact  the buyer:  Dorothy Forbes/ZZ885 /804-279-3850. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96325000514 NSN 6105-01-407-2284:  stator, 
  motor-tachometer.  McDonnell Douglas Corp.  McDonnell Douglas
   ASTRONAUTICS.  CAGE OFC43.  P/N ID49513-503.  Critical item
  application.   Origin inspection required.  Tech data package
  availability.  DSCR does  not currently have an approved technical
  data package available for this  NSN.  Please do not submit
  request to DSCR-VABA.  Critical application  item.  12 -EA
  Del to Richmond VA 23297-5900 Del by 105 days.  See NOTE  23.
   Total quantity shipped:  12.  Option to Inc qty:  N.  Option
  to  ext term of contract:  N.  Unrestricted:  Y.  Intended
  source:   McDonnell Douglas corporation.  Specifications, plans
  or drawings relating  to the procurement described are not
  available and cannot be furnished by  the government.  Solicitation
  will be made:  in writing:  N.  Orally:   Y.  All responsible
  sources may submit offer which DGSC shall consider.
CITE: (I-357 SN014489)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--STATOR, MOTOR
SOL SP0430-97-Q-P370
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitations,
   contact the buyer:  Dorothy Forbes/ZZ885 /804-279-3850. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96326000906 NSN 6105-00-457-7063:  stator, motor.
    Sundstrand Corp.  CAGE 45153.  P/N 11937-1.  Critical item
  application.   Origin inspection required.  Technical data
  package available for this  NSN.  Please do not submit request
  to DSCR-VABA.  Critical application  item.  8 -EA Del to Tracy
  CA 95376-5000 Del by 90 days.  Other than  full and open comp.
   See NOTE 23.  Unrestricted:  Y.  Incremental  quantities -
  max:  14, min:  5.  See NOTE 23.  Specifications,  plans or
  drawings relating to the procurement described are not available
   and cannot be furnished by the government.  Solicitation will
  be made:   in writing:  N.  Orally:  N.  All responsible sources
  may submit offer  which DGSC shall consider.
CITE: (I-357 SN014490)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--MOTOR-TACHOMETER GENERATOR
SOL SP0430-97-Q-P332
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitations,
   contact the buyer:  Dorothy Forbes/ZZ882 /804-279-3850. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96326000907 NSN 6105-00-730-9921:  motor-tachometer
   generator.  To be in accordance W/ASTRONAUTICS Corp of America
  Dwg No.  10126 Rev E dated 9 June 1969 except under NOTES page
  1 marking to be be  type eleven per ES 75, also under es-24
  Para 1.1.2 fixed phase excitation  voltage is 40 vrms and not
  400 vrms.  Motor to have one lead exit only  delete paragraph
  1.1.5 C in its entirety.  First  article/preproduction/approval,
  contractor inspection required.  The  first article test report
  shall be IAW MIL-STD-831.  Critical item  application.  Origin
  inspection required.  Use of ozone D epleting  substances:
   Tech data package availability:  an unrestricted technical
   data package is available at DSCR for this NSN.  To obtain
  a copy,  submit request to dgsc-vaba, via mail, FAX, or phone.
   Mailing address:   degense Supply Center richmind, Attn: DSCR-VABA,
  Richmond, VA  23297-5615; FAX number:  (804)279-4946, phone
  number:  (804)279-3356.   Critical application item.  Input
  40 volts AC, 400 Hz, single phase no  load speed 6200 RPM Tech
  data package availability:  253 -EA Del to  McClellan AFB CA
  95652-1621 Del by 94 days.  See NOTE 23.  First article  test
  required:  Y.  Drawing approval required:  Y.  Total quantity
   shipped:  253.  Option to Inc qty:  N.  Option to ext term
  of contract:   N.  Unrestricted:  Y.  Intended source(S): 
  Aeroflex, QMC  Technologies, Inc., ARC Systems Inc., neotech
  Inc., SL Montevideo  Montevideo technology Inc.  Specifications,
  plans or drawings relating to  the procurement described are
  not available and cannot be furnished by the  government. 
  Solicitation will be made:  in writing:  Y.  Orally:  Y.  
  All responsible sources may submit offer which DGSC shall consider.
CITE: (I-357 SN014491)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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-H622
DUE 021097
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. SA ndra
  Archer/BG632/804-279-3602.  contractingofficer/L.  McCormick.
DESC: PR-NO:  YPG96351000771 NSN 6150-01-407-0410, cable assembly,
  spec,  P/N 7-T20452-002. 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 8 -EA Del to  Richmond
  VA 23297-5900 Del by 90 DARO.  All responsible sources may
  submit  offer which DGSC shall consider.
CITE: (I-357 SN014492)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-97-Q-H624
DUE 021097
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. SA ndra
  Archer/BG632/804-279-3602.  contractingofficer/L.  McCormick.
DESC: PR-NO:  FPG96346000576 NSN 6150-01-206-5304, cable assembly,
   special purpose, electrical. P/N 47741-1.  Specifications,
  plans or  drawings relating to the procurement described are
  not available and  cannot be furnished by the government. 
  Unrestricted. see NOTE 22.  intended source - Simmonds precision
  engine system. the final contract  award decision may be based
  upon a combination of price, past performance  and other evaluation
  factors as described in the solicitation.  11 - EA  Del to
  Tracy CA 95376-5000 Del by 90 DARO.  All responsible sources
  may  submit offer which DGSC shall consider.
CITE: (I-357 SN014508)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--BATTERY, STORAGE
SOL SP0430-97-R-0442
DUE 021097
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Contact:  Brenda  Coleman/ZY180/ 804-279-3227. Michael E. Kuszmaul/804-279-5800.
DESC: PR-NO:  YPG96281001019 NSN 6140-01-391-8649, Battery, storage.
    I/A/W spec NR MIL-B-8565/9, DTD 10/29/93, type number P/N
  D8565/9-1.   I/A/W spec NR MIL-B-8565J, DTD 07/01/87.  Nominal
  voltage 24.0 overall  width 256.6 MM max.  Overall length 271.7
  MM max.  Overall height 227.0  MM max.  MED. rate, type 1,
  24 ampere-hour 450 -EA Del to Crane IN  47522-5001 Del by 120
  days FOB dest/105 days FOB origin.  See NOTE 12, 9  & 23. 
  Qualifying activity:  the Naval Air Systems Command, AIR53632,
   Washington, DC 20361.  All responsible sources may submit
  offer which DGSC  shall consider.
CITE: (I-357 SN014510)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--MOTOR, TORQUE
SOL SP0430-97-Q-P332
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitations,
   contact the buyer:  Dorothy Forbes/ZZ885 /804-279-3850. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96330001576 NSN 6105-00-313-2519:  motor, torque.
    Ametek Aerospace Products Inc.  CAGE 97424.  P/N 8541W15G713.
   Use of  ozone depleting substances:  6 -EA Del to Norfolk
  VA 23511-3392 Del by  117 days.  2 -EA Del to San Diego CA
  92132-5044 Del by 117 days.   Incremental quantities - max:
   5.  Min:  2.  Option to Inc quantity:   N.  Option to ext
  term of contract:  N.  Unrestricted:  Y.   Specifications,
  plans or drawings relating to the procurement described are
   not available and and cannot be furnished by the government.
   All  responsible sources may submit offer which DGSC shall
  consider.
CITE: (I-357 SN014516)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--STATOR ASSEMBLY
SOL SP0430-97-Q-P378
DUE 021397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitations,
   contact the buyer:  Dorothy Forbes/ZZ885 /804-279-3850. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96331000617 NSN 6105-00-317-5643:  stator assembly.
  " Source control item".  Lucas Western Inc.  Electro Systems
  Div.  CAGE  00562.  P/N 21545-2.  Tech data package availability.
   DSCR does not  currently have an approved technical data package
  available for T his NSN.   Please do not submit request to
  DSCR-VABA.  I/A/W Dwg NR (59875) Dwg  214225 Rev K.  Basic
  DTD 82 Sep 06.  Amend NR DTD.  Type number (59875)  214225-2.
   Acquisition of this part is restricted to source(S) specified
   on the source control drawing.  An alternate offer cannot
  be accepted  without prior approval by the congnizant design
  activity.  Partial data  is available in DSCR form 407.  I/A/W
  spec NR source control item "basic  DTD 94 Mar 30.  Amend NR
  DTD.  The technical/quality/test requirements  for above P/N
  will be in conformance with the listed drawing.  70 -EA Del
   to McClellan AFB CA 95652-1621 Del by 180 days.  Other than
  full and open  comp.  See NOTE 23.  Total quantity shipped:
   70.  Option to Inc qty:   N.  Option to ext term of contract:
   N.  Unrestricted:  Y.   Specifications, plans or drawings
  relating to the procurement described are  not available and
  cannot be furnished by the government.  Solicitation  will
  be made:  in writing:  N.  Orally:  N.  All responsible sources
   may submit offer which DGSC shall consider.
CITE: (I-357 SN014517)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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-Q315
DUE 012797
POC Contact:  for copies of RFQ solicitations, contact the buyer.
   contact:  Myra Severt/ZY187/804-279-4286. contracting officer:
   Michael  E. Kuszmaul.
DESC: PR-NO:  YPG96338001263 NSN 6130-00-204-2472, power supply.
    Electronic research associates Inc, CAGE 96762, P/N MS205V25R.
   Overall  length 10.620 inches nominal overall width 6.940
  inches nominal overall  height 6.840 inches nominal 37 -EA
  Del to Richmond VA 23297-5900 Del by  120 days.  Incremental
  quantities:  min-37, max-52.  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-357 SN014518)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 61--CABLE THOF-500
SOL N00189-97-R-0004
DUE 011597
POC Ms. Marchetta Smith, (747) 445-4505, Ralph Powell, Contracting
  Officer, (757) 445-4509
DESC: Cable, Type THOF-500, 3 conductor 500 MCM copper 600 volt.
   A suitable non-hygroscopic polypropylene filler shall be used
  in the valley to form a round cable.  Each conductor shall
  be insulated with an ultraviolet resistant black EPR compound,
  heavy duty neoprene jacket shall be applied over the assembly.
  Low smoke insulation is not acceptable.  Cable to be delivered
  in increments of 510 feet reel on returnable wood or steel
  reel.  Holes in reels should be at least 3.4 inches wide. 
  Quantity required is 10,200 feet.  Delivery  within 30 days
  of effective date of contract award to Navy Public Works Center,
   9742 Maryland Avenue, Norfolk, Virginia 23511-3095.  Delivery
  to be F.O.B. destination.  To receive a copy of the solicitation,
  submit a request citing the solicitation numer to the attention
  of the bid clerk, facsimile no. (757) 445-1761.  Offerors are
  encouraged to download the solicitation which will be available
  for review approximately 02 January 1997 from the Hampton Roads
  Detachment 24 hour operation automated electronic bulletin
  board (BBS) at (747) 445-9130 or 445-1299 using N.8.1 at 9600
  baud.  Specific questions concerning utilization of the BBS
  should be directed to the sysop at (757) 445-4516.   
LINKURL: N/A
LINKDESC: 
EMAILADD: HRDET9@MINDSPRING.COM
EMAILDESC: 
CITE: (W-358 SN014646)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 61--CABLE ASSEMBLY SET
SOL F41608-97-R-37509
DUE 021097
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Dupree, R/Ldkaa/[210]925-8461
DESC: Item 0001 NSN 6150-01-337-3478DQ P/N: PWA56113, APPL U/O
   COMPUTER SYSTEM PWA56102 I/E F100-PW-ENG 220SERIES INTERCONN
  ECT CABLES FROM TEST SET TO EDU 25EA. Applicable to: U/O Computer
  System. Destn: Kelly Afb, Texas 78241-5947. Delivery: 30 JUN
  97 25 ea Based upon market research the Government is not usingthe
  policies contained i n Part 12, Acquisition of Commercial Items.
  The approximate issue/response date will be 13 Jan 97. To:
  United Technologies Corp, East Hartford Ct 06108-0000. 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. 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. This acquisition will be processed
  in accordance with AFMC FAR Sup 5317.7590 (Insurance Policy);
  portions of the requirement may be restricted for award to
  a proven source. Numbered Note 22 applies only to the quantity
  identified as the mission essential quantity in the solicitation.
CITE: (I-358 SN014682)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 61--CABLE ASSEMBLY SET
SOL F41608-97-R-37510
DUE 021097
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Dupree, R/Ldkaa/[210]925-8461
DESC: Item 0001 NSN 6150-01-337-3479DQ P/N: PWA56114,  APPL:PWA56118-2;U/O
  COMPUTER PWA561-02: E/I F100-PW ENG 220 SERIES STANDARD ELECTRICAL
  EQUIP INTERCONNECT FROM TEST TO EDU 10EA. Applicable to: Common
  Support. Destn: Kelly Afb, Texas 78241-5947. Delivery: 30 MAY
  97 10 ea Based upon market research the Government is not using
  the policies contained in Part 12, Acquisition of Commercial
  items. The approximate issue/response date will be 13 Jan 97.
  The anticipated award date will be 28 FEB 97. Written procedure
  will be used for this solicitation. To: United Technologies
  Corp, East Hartford Ct 06108-0000. 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. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government. 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-358 SN014683)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--POWER SUPPLY
SOL F42620-97-Q-24715
DUE 012997
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: Item 0001 NSN 6130-01-343-1930WF P/N: 1419000G4, Approx
  7.9" x  5.7" x 4.8". Provides exdeeu with conditioned power.
  Weighs Approx 5 lbs. 7ea. Applicable to: F-16 C/D. Destn: FMS
  Countries. Delivery: 31 Oct 97 7 ea The approximate issue/response
  date will be 09 Jan 97. The anticipated award date will be
  29 Jan 97. Written procedure will be used for this solicitation.
  To: Lambda Novatronics Inc, Pompano Beach Fl 33061-0878. 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. Specifications, plans, or drawings relating
  to the procurement described are incomplete or not available
  and cannot be furnished by the Government. 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.
  The Government physically does not have in its possession sufficient,
  accurate, or legible data to purchase this part from other
  than the current source(s). See Note (s) 26.
CITE: (I-358 SN014696)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: 61--POWER DISTRIBUTION UNIT
SOL F09650-96-T-9726-01
POC For copy, WR-ALC/PKOC, For additional information contact
  Sharon  Broughton/Pkoca/[912]926-5151
DESC: This solicitation F09650-96-T-9726 is amended to correct
  from full and open competition to sole source to:  Lowe Electric
  & Plumbing Supply Co, Macon GA 31201.  There are no available
  specifications.  Also to delete the line that says:  Written
  procedures will be used for this solicitation.  See Note 22.
CITE: (I-358 SN014719)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: FISC Norfolk Acq Group, Hampton Roads Detachment, 1968
  Gilbert St., Suite 600, Norfolk, VA 23511-3392
SUBJECT: 61--CABLE THOF-500
SOL N00189-97-R-0004
DUE 011597
POC Marchetta Smith, (757) 445-4505, Ralph Powell, Contracting
  Officer, (757)445-4509
DESC: Modification to announcement which will appear on or after
  Dec. 23, 1996 for Cable, Type THOF-500 3 Conductor 500 MCM
  copper 600 volt. This requirement is 100% Set Aside for Small
  Business. 
LINKURL: N/A
LINKDESC: 
EMAILADD: hrdet9@mindspring.com
EMAILDESC: 
CITE: (W-358 SN014826)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: 61--CONVERTER UNIT
SOL F09650-97-R-0105 01
POC For copy, WR-ALC/PKOC, For additional information contact
  Sharon  Broughton/Pkoca/[912]926-5151
DESC: This solicitation F09650-97-R-0105 is amended to change
  from  full and open competition to sole source to: FCX Systems,
  4800 Taylors Court, Marrietta, Georgia 30068. Everything else
  remains the same. See Note (s) 22.
CITE: (I-358 SN014872)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment--Potential
  Sources Sought
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 61--BATTERY RELATED EQUIPMENT
SOL DAAB07-97-R-G003
POC Marc Gietter, AMSEL-LC-CCS-P-PS, Fort Monmouth, NJ 07703,
  (908) 532- 6764.
DESC: A Market Survey is issued for sources sought for a complete
  battery test system, on site installation, and training of
  personnel. This system will be required, at a minimum to perform
  capacity tests, performance and operational safety tests on
  various rechargeable and nonrechargeable battery chemistries.
  The system, at a minimum, must be capable of performing electrical
  tests on the following nonrechargeable battery technologies;
  carbon zinc, mercuric oxide, alkaline, lithium suflur dioxide,
  lithium manganese dioxide and magnesium. The system shall also,
  at a minimum, be capable of performing electrical tests on
  the following rechargeable batteries: nickel cadmium, nickel
  metal hydride and rechargeable lithium (i.e. lithium ion).
  The specific battery tests to be conducted are contained in
  the following specifications, and associated specification
  sheets: (i) MIL-B-18, "Batteries, Dry", (ii) MIL-B-49430C(ER),
  "Batteries, Non-Rechargeable, Lithium Sulfur Dioxide", (iii)
  MIL-PRF-49471(ER), "Batteries, Non-Rechargeable, High Performance"
  and (iv) MIL-B-49458(ER). The system shall be a Nondevelopmental
  Item (NDI) as defined in the clause at FAR 202-1. Installation
  of completely operational system shall be within 6 months of
  award. Projected solicitation release is January 1997. This
  is not a request for proposals. A written description of your
  current capabilities, along with a point of contact should
  be submitted NLT 10 January 1997 to U.S. Army CECOM, Attn:
  AMSEL-LC-CCS-P-PS (M. Gietter), Fort Monmouth, New Jersey 07703-5008
CITE: (I-358 SN014786)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--LIGHT, NAVIGATIONAL,
SOL SP0441-97-Q-S020
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, of RFQ solicitations,
  contact the buyer.  Ruth Gullette/BW201/804-279-3068 C arolyn
  D. Altizer/contracting  officer/804-279-3527
DESC: PR-NO:  YPG96264000325 NSN 6220-01-159-0441, Tech data
  package  availability:  42 -EA Del to Mechanicsburg PA 17055-0789
  Del by 01 May  97.  See NOTES 9, 22, drawing number:  I/A/W
  Dwg NR (02731)  7-211B12034 Rev F basic DTD91 Feb 05. Amend
  NR DTD type number P/N  7-211B12034-2. drawings interim procurement
  descriptions and deviation  lists may be examined or obtained
  from Defense Supply Center Richmond.  Automated Best Value
  Model:  the final contract award decision may be based  upon
  a combination in the solicitation.  Additional remarks:  this
   requirement is being RE-ISSUED- original quaantity has increased
  to 42  each.  Solictation between $25,000-50, 000. solitation
  will be made in  writing.  All responsible sources may submit
  offer which DGSC shall consider.
CITE: (I-357 SN014509)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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, ELECTROLUMINESCENT
SOL SP0441-97-Q-S136
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, of RFQ solicitations,
  contact the buyer.  Ruth Gullette/BW201/804-279-3068 C arolyn
  D. Altizer/contracting  officer/804-279-3527
DESC: PR-NO:  YPG96299000631 NSN 6220-01-306-5378, 20 -EA Del
  to  Mechanicsburg PA 17055-0789 Del by 15 Dec 96.  5 -EA Del
  to Tracy CA  95376-5000 Del by 15 Dec 96.  Part number:  3488-16-7229-10.
   specifications, plans or drawing relating to the procurement
  described are  not available and cannot be furnished by the
  government.  Automated Best  Value Model:  the final contract
  award decision may be based upon a  combination of price past
  performance and other evaluation factors as  described in the
  solicitation. other than full and open comp (10 U S C.  2304
  (C) (1) (sole source) all responsible sources may submit offer
  which  DGSC shall consider.
CITE: (I-357 SN014512)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Panama Canal Commission, Logistical Support Division,
  Unit 2300, APO, AA 34011-2300
SUBJECT: 62--55 WATT LOW PRESSURE SODIUM LIGHT FIXTURES
SOL CSC-84329-JR-29
DUE 011797
POC Edgardo E. Espinosa, Contract Specialist, (507) 272-3643,
  Luz M. de Pinzon, Contracting Officer, (507) 272-4687
DESC: 55 Watt Low Pressure Sodium Light Fixture with the following
  characteristiscs: Ballast 120/240 VAC 60 Hz, Non magnetic stainless
  steel with finish seam welded 16 gauge, type T-12 diffuser/gasket:
  clear flat 1/8 inch policarbonate V.V. latches stainless steel
  quick release with positive locking feature type 316 reflector:
  aluminum lighting sheet cable entry: non-metallic heat shrinkable
  cable entry # CES 2A75 FR. mounting brakets: stainless steel
  1 inch with 3/8 inch hole. Quantity:100 ea. Same or equal to
  Pauluhn Electric SX55 S/PC. Delivery 30 days FOB/CIF Destination
  Jefferson, LA. 60 days Destination Panama Republic of Panama.
  When requesting solicitation state name, address and solicitation
  number. Requests will be accepted by Facsimile at 011-507-272-7661.
  All responsible sources may submit an offer which shall be
  considered by the Commission.
CITE: (I-358 SN014837)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 63--Alarm and Signal, and Security Detection Systems
OFFADD: U.S. Information Agency Office of Contracts, M/KC 330
  C Street, SW, Room 1611 Washington, DC  20547
SUBJECT: 63--SECURITY DETECTION SYSTEM
SOL IA2121-S7234722--EP
DUE 020797
POC EDWARD S. PRITCHARD, Tele: 202-205-8411
DESC: 63--Notice of intent to contract:  The United States Information
  Agency/International Bureau of Broadcasting (USIA/IBB) has
  a requirement for proprietary Taut Wire Perimeter Security
  System manufactured by Safeguard Technology Inc., integrated
  with fence mounted flex sensor equipment, CCTV Equipment, and
  speaker/addressing equipment for the USIA/IBB Radio Relay Station
  in Sri Lanka. USIA/IBB intends to issue a sole source purchase
  (FAR PART 13) with Safeguard Technology Inc., 300 Hudson Street,
  Hackensack, NJ  07601-6700.  Please reference Solicitation
  No. IA2121-S7234722-EP on all correspondence regarding this
  proposed procurement.  This synopsis is not an IFB or RFP.
   Request for a copy of this solicitation must be submitted
  in writing (or faxed request -- Fax No. 202-205-5466), to the
  contracting officer at the above - listed address.  See Numbered
  Note 22.
CITE: (I-358 SN014661)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 63--Alarm and Signal, and Security Detection Systems
OFFADD: U.S. Information Agency Office of Contracts, M/KC 330
  C Street, SW, Room 1611 Washington, DC  20547
SUBJECT: 63--SECURITY DETECTION SYSTEM
SOL IA2121-S7234722--EP
DUE 020797
POC EDWARD S. PRITCHARD, Tele: 202-205-8411
DESC: 63--Notice of intent to contract:  The United States Information
  Agency/International Bureau of Broadcasting (USIA/IBB) has
  a requirement for proprietary Taut Wire Perimeter Security
  System manufactured by Safeguard Technology Inc., integrated
  with fence mounted flex sensor equipment, CCTV Equipment, and
  speaker/addressing equipment for the USIA/IBB Radio Relay Station
  in Sri Lanka. USIA/IBB intends to issue a sole source purchase
  (FAR PART 13) with Safeguard Technology Inc., 300 Hudson Street,
  Hackensack, NJ  07601-6700.  Please reference Solicitation
  No. IA2121-S7234722-EP on all correspondence regarding this
  proposed procurement.  This synopsis is not an IFB or RFP.
   Request for a copy of this solicitation must be submitted
  in writing (or faxed request -- Fax No. 202-205-5466), to the
  contracting officer at the above - listed address.  See Numbered
  Note 22.
CITE: (I-358 SN014662)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Overton Brooks VA Medical Center, 510 E. Stoner Avenue,
  Shreveport, LA 71101-4295
SUBJECT: 65--COST PER TEST WITH LOAN OF EQUIPMENT AND CONSUMABLES
SOL RFQ 667-10-97
DUE 011097
POC Dennis R. DeYoung, Contracting Officer (318) 424-6084
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in FAR Subpart
  12.6, as supplemented, with the additional information included
  in this notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. Solicitation number RFQ 667-10-97; award will
  be made using the simplified acquisition procedures. This solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular 90-42. This
  acquisition is unrestricted. The standard industrial classification
  (SIC) is 2835 and the small business is 500 employees. The
  acquisition is for a loan/contractor provided, of an automated
  stand-alone tabletop instrument (Behring Nephelometer 100 or
  equal), on a cost per test basis, that is interfacable with
  the Decentralized Hospital Computer Program (DHCP) and that
  will perform nephelometric procedures. The procedures and yearly
  estimates are as follows: Haptoglobin, 100 procedures; I G
  G, 435 procedures; I G A, 462 procedures; I G M, 450 procedures;
  I G E, 50 procedures; C3, 128 procedures; C4, 98 procedures;
  and Prealbumin, 100 procedures. 1. The Contractor shall provide
  and maintain all equipment to perform the above procedures,
  including training, at no additional cost to the Government.
  The Government agrees to purchase the reagents associated with
  the test described above for an agreed specified term. 2. The
  equipment must be required to perform the following functions:
  fully automatic in random access mode for measuring all types
  of samples; multi-constituent testing (range 75 - 100 test
  per hour); fully automatic assay run for all procedures; reagent
  volumes must be in the microliter range for most analytes;
  and fully capable of analyzing all parameters of a sample before
  processing the next sample. Also, fully automated to accomplish
  the following procedures to decrease workload and streamline
  processes: Prepare the sample dilutions required for the procedure
  to enable samples to be placed into the machine without prior
  processing; Pipette the diluted samples and dispense the reagents
  into the assay cuvette; Measure the scattered light intensity
  and calculate the concentration of analyte; and clean the reusable
  cuvettes is automatic. 3. This cost per test acquisition is
  for a period of one (1) year from the date of award with the
  option to renew for one (1)additional year option, pending
  availability of funds. Delivery is to be made to Chief, A&MMS,
  Overton Brooks VA Medical Center, 510 East Stoner Avenue, Shreveport,
  LA 71101-4295. Delivery is desired between January 15 and February
  28, 1997. Inspection and acceptance is at the Overton Brooks
  VA Medical Center, Shreveport, LA. Quotes shall specify FOB,
  Overton Brooks VA Medical Center, Shreveport, LA (Destination).
  The provisions at FAR 52.212-1, Instructions of Offeror--Commercial
  Items (Oct 95) applies to this acquisition. There is not an
  addenda to these provisions. The clauses at FAR 52.212-4, Contract
  Terms and Conditions--Commercial Items (Aug 96) applies to
  this acquisition. There is an addenda to this clause. Add the
  following clauses: FAR 52.252-2, Clauses Incorporated by Reference
  (Jun 1988); This contract incorporates one or more clauses
  by reference, within the same force and effect as if they were
  given in full text. Upon request, the Contracting Officer will
  make their full text available. (End of Clause); FAR 52.217-8,
  Option to Extend Services (Aug 1989); FAR 52.217-9, Option
  to Extend the Term of the Contract (Mar 1989), paragraph (a)"..30
  days..", paragraph "..2 years.."; FAR 52.232-19, Availability
  of Funds for the Next Fiscal Year (Apr 1984), "..September
  30, 1997 for the base year and September 30, 1998 for the option
  year.."; VAAR 852.210-77, Brand Name or Equal (Nov 1984) and
  VAAR 852.237-7, Indemnification and Medical Liability Insurance
  (Oct 1996), paragraph (a) "..$1,000,000.00..". The clause at
  FAR 52.212-5, Contract Terms and Conditions Required to Implement
  Statutes or Executive Orders--Commercial Items (Aug 1996) applies
  to this acquisition. The following FAR clauses are cited in
  clause FAR 52.212-5(b) are applicable to this acquisition:
  FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative
  Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36,
  Affirmative Action for Handicapped Workers, FAR 52.222-37,
  Employment Reports on Special Disabled Veterans and Veterans
  of the Vietnam Era, FAR 52.225-3, Buy American Act--Supplies.
  Additional contract requirements: This is a cost per test on
  reagents with the equipment being provided which includes maintenance,
  labor, parts,transportation and consumables at no additional
  charge. The vendor responding to this acquisition should provide
  this office with the following information: a cost per test
  price for the reagents on company letterhead (equipment and
  consumables supplied at no additional charge), stated unit
  price (for base and option year), extended price (for base
  and option year), FOB, prompt payment terms, correct remittance
  address, and a completed copy of FAR 52.212-3 (Jun 1996), Offeror
  Representations and Certifications--Commercial Items. A company
  not in possession of FAR 52.212-3 may contact this office and
  a copy will be faxed to you. Quotes must be in writing and
  accompanied by a completed Representations and Certifications
  or they will be rejected. Facsimile quotes will be accepted;
  oral quotes will not be accepted. Award will be made to the
  offeror whose quote conforms to the requirements of the solicitation,
  best meets the minimum needs of the Government and has the
  lowest price, all factors being considered. Award made be made
  without discussions. Please submit technical information on
  the products and equipment for which the bid is being submitted.
  For information regarding this solicitation, contact Denny
  DeYoung (90C), Overton Brooks VA Medical Center, 510 East Stoner
  Avenue, Shreveport, LA 71101-4295; phone: (318) 424-6084; fax:
  (318) 424-6078. Quotations are due by 4:30 pm CST, January
  10, 1997. Please reference the solicitation number, RFQ 667-10-97,
  on your quotation.erence the solicitatio
CITE: (I-358 SN014773)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: NAVAL MEDICAL CENTER CODE BCA, MATERIAL MGMT DEPT ACQUISITIONS
  DIV, SAN DIEGO, CA 92134-5000
SUBJECT: 65--MEDIA
SOL N00259-97-Q-0030
DUE 010697
POC Purchasing Agent, CAROL EBERHARD, (619)532-8098, CONTRACTING
  OFFICER, MIKE NYE, (619)532-8088
DESC: THIS NOTICE IS PROVIDED ON A SOLE SOURCE BASIS, WITH INTENT
  TO AWARD A FIRM FIXED PRICE ORDER WITH THIS COMBINED SYNOPSIS/SOLICITATION
  FOR COMMERCIAL ITEMS, PREPARED IN ACCORDANCE WITH FAR SUBPART
  12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLDED IN
  THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION;
  QUOTATIONS AR BEING REQUESTED AND A WRITTEN SOLICITATION, NUMBER
  N00259-97-Q-0030 QUOTATIONS (RFQ), THE SOLICITATION DOCUMENT
  AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFET
  THROUGH FAC 90-42. ITEMS TO BE ACQUIRED: (01) 456 CN JEMBEC
  MODIFIED THAYER-MARTIN II AGAR; P/N 4321806; 12 CT PER DEL
  (02) 38 CN ENRICHED THIOGLYCOLLATE MEDIUM W/ VIT; P/N 4321788;
  01 CT PER DEL (03) 10 CN TRYPTICASE SOY AGAR W/ 5% RABBIT BLOOD;
  P/N 4321356; 01 CT PER DEL (04) 30 CN MYCOBACTOSEL L-J MEDIUM
  SLANTS P/N 4396086; 03 CN PER DEL (05) 30 CN MIDDLEBROOK &
  COHN 7H10 AGAR SLANT; P/N 4397396; 03 CN PER DEL 06) 30 CN
  LOWENSTEIN JENSEN AGAR SLANTS; P/N 4321388; 03 CN PER DEL (07)
  30 CN SABOURAUD DEXTROSE AGAR SLANTS; P/N 4321827; 03 CN PER
  DEL (08) 30 CN MYCOSEL AGAR SLANTS; P/N 4397456; 03 CN PER
  DEL (09) 30 CN MYCOBIOTIC SLANTS W/ CC & 5% SHEEP BLOOD; P/N
  437139; 3 CN PER DEL (10) 10 PG STARCH AGAR W/ BROM CRESOL
  PURPLE; P/N 4395911; 01 CT PER DEL (11) 6 PG McCONKEY AGAR
  WITHOUT CRYSTAL VIOLET; P/N 4397349; 01 CT PER DEL (12) 10
  PG CIN AGAR; P/N 4321848; 01 CT PER DEL (13) 10 PG BRUCELLA
  AGAR W/ 5% SHEEP BLOOD HEMING AND VITAMIN K1; P/N 4397848;
  02 PG PER DEL (14) 10 PG EGG YOLK AGAR; P/N 4397873; 01 PG
  PER DEL (15) 10 PG MACCONKEY W/ SORBITOL; P/N 4397953; 0 PG
  PER DEL (16) 10 PG ENTEROCOCCOSEL AGAR SLANT; P/N 4321382;
  01 PG PER DEL (17) 10 CN TRYPTICASE SOY BROTH W/ 6.5% SODIUM
  CLORIDE; P/N 4321351; 01 CN PER DEL (18) 10 BX SABOURAUD DEXTROSE
  AGAR; P/N 4321180; 04 CN PER DEL (19) 20 PG BORDET GENGOU BLOOD
  AGR; P/N 4397876; 02 PG PER DEL (20) 20 PG BORDET GENGOU W/
  METHICILLIN; P/N 4397877; 02 PG PER DEL (21) 40 PG FLO AGAR
  SLANT; P/N 4396003; 04 PG PER DEL (22) 10 BX COAGULASE PLASMA
  REAGENT; P/N 40848; 01 BX PER DEL (23) 20 CN BHI BROTH W/ FILDES;
  P/N 4397782; 02 CN PER DEL (24) 10 PG DNASE AGAR; P/N 4321856;
  01 PG PER DEL(25) 40 PG TECH AGAR SLANTS; PN 4396004; 04 PG
  PER DEL. THIS IS A STANDING ORDER WTH FIRST DEL DATE OF 9 JAN
  96. DELIVER FREE ON BOARD (FOB) POINT. DESTINATION TO NAVAL
  MEDICAL CENTER, RECEIVING DIVISION, LOADING DOCK ONE, SAN DIEGO,
  CA 92134-5000. THIS ACQUISITION INCORPORATES THE FOLLOWING
  FAR CLAUSES: 52.212-1, INSTRUCTION TO OFFEROR-COMMERCIAL ITEMS
  (OCT 95), FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS (OCT 95)
  IS INCORPORATED BY REFERENCE WITH THE FOLLOWING ADDENDA: IN
  PARAGRAPH (A) THE GOVERNMENT WILL EVALUATE PROPOSALS BY THE
  COST TO THE GOVERNMENT; A COMPLETED COPY OF FAR 52.212-3, OFFEROR
  REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 95)
  MUST BE COMPLETED AND SUBMITTED ALONG WITH THE PROPOSAL (A
  COPY CAN BE OBTAINED BY ONTACTING CAROL EBERHARD 532-8089).
  IN ACCORDANCE WITH FAR CLAUSE 52.212-5 CONTRACT TERMS AND CONDITIONS
  REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL
  ITEMS (JAN 96) - THE FOLLOWING FAR CLAUSES ARE HEREBY INCORPORATED
  BY REFERENCE IN PARAGRPH (B) 52.222-26 EQUAL OPPORTUNITY (E.O.
  11246); 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND
  VIETNAM VETERANS (38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION
  FOR HANDICAPPED WORKERS (29 U.S.C. 793); AND 52.222-37 EMPLOYMENT
  REPORTS ON SPECIAL DISABLED VETERANS OF THE VIETNAM ERA (38
  U.S.C. 4212). OFFERS ARE DUE NO LATER THAN FIFTEEN (15) DAYS
  FROM THE DATE PUBLISHED IN THE COMMERCE BUSINESS DAILY (CBD).
CITE: (I-358 SN014860)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA,
  COB, Procurement Section, 6701 Rockledge Dr., RKL2 Rm 6150,
  Bethesda, MD 20892-7902
SUBJECT: 65--HIGH VOLTAGE BIPOLAR PULSE GENERATOR
SOL NHLBI-PS-PS-97-367
DUE 011097
POC Deborah Coulter, Purchasing Agent, (301) 435-0368 Fax number
  (301) 480-3345.
DESC: The National Heart, Lung, and Blood Institute intends to
  purchase one (1) each High Voltage Bipolar Pulse Generator
  with the following mandatory specifications: (1) able to operate
  normally in a static magnetic field up to 50 Gauss; (2) able
  to generate bipolar (positive-negative or negative-positive)
  electrical pules into a 60ohm to 100ohm resistive or slightly
  capacitive load, with peak voltages exceeding +- 4000 volts,
  and an overall pulse duration of 1 microsecond; (3) able to
  generate the above described pulses at a repetition rate of
  up to 1000Hz, with external trigger capability; (4) the duration
  and voltage level is adjustable; (5) provide monitoring ports
  for pulse shape and level monitoring; and (6) two each (2)
  5KV, Power Supply. The National Institute Of Health, must be
  allowed to test the central components of the designs in the
  magnetic environment area, and make necessary modifications.
  The Company must be willing to spend the initial research effort
  to design and construct a pulser in accordance with the government
  specific requirements. The standard Industrial classification
  (SIC) Code 3825, Size Standard 500 employees will be used for
  this requirement. Interested vendors capable of furnishing
  the government with the equipment specified in this synopsis
  should submit a Quotation, to the below address. The quotation
  shall include the itemized price, the period of delivery, prompt
  payment discount terms, taxpayer identification number (TNN),
  Dun & Bradstreet Number (DUNs), and descriptive literature
  of the equivalent product quoted identifying all of the specifications.
  The quotation must reference "Request for Quotation (RFQ) number
  #NHLBI-PS-SP-97-367. Quotations will be due fifteen (15) calendar
  days from the publication date of this synopsis. All responsible
  sources may submit a quotation, which if timely received, shall
  be considered by the agency. Quotations must be submitted in
  writing to the National Heart, Lung, and Blood, Institute,
  Contracts Operation Branch, Procurement Section, Rockledge
  Building 2, Room 6143, 6701 Rockledge Drive, Bethesda, MD 20817-7902,
  Attention: Ms. Deborah Coulter. Fax quotations will only be
  accepted if dated and signed by an authorized representative.
CITE: (I-358 SN014941)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NASA/Goddard Space Flight Center, Code 217, Greenbelt,
  MD 20771
SUBJECT: 66--CONTRACTOR WILL BUILD QUALIFICATION UNITS AND PERFORM
  QUALIFICA- TION TESTING PER REQUIRED GSFC QUALIFICATION AND
  SCREENING GUIDELINES.
SOL RFQ735-19644/902
DUE 012497
POC Deborah A. Martin, Contract Specialist, Code 217, 301-286-4240.
DESC: NASA Goddard Space Flight Center intends to issue RFQ735-19644/902
  on a sole source basis to Austin Semiconductor, 8701 Cross
  Park Drive, Austin, TX 78754, for the purchase of: (1) Implementation
  Plan to outline the development of qualification units; detailed
  schedule with milestones for qualification unit development
  and delivery; detailed cost estimate for qualification units
  development and delivery; 25 each wafer segments (based on
  TI TMS416400) qualification units; and 10 each full assembly
  (stack on ceramic base) qualification units (AS7D16M32BGA).
  The manufacturer must be able to meet a February 1997 qualification
  test date and an April 1997 delivery date of 100 screened units.
  "THIS PROCUREMENT IS CONDUCTED UNDER SIMPLIFIED ACQUISITION
  PROCEDURES." The Standard Industrial Classification (SIC) Codes
  are not required for Small Purchases." Any other firms desiring
  consideration must provide a written technical narrative statement
  of their capability, including detailed technical information
  and other technical literature, demonstrating their ability
  to meet the specifications within 15 calendar days of the publication
  of this notice to the address above, or via facsimile at 301-286-1720.
  Responsiblity of verifying receipt of faxed quotations rest
  solely with the interested party. The response shall be sufficient
  to permit agency analysis to establish bona fide capability
  to meet all requirements. No collect calls will be accepted.
  See Numbered Note(s): 22.
CITE: (I-355 SN014412)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--DETECTOR, RADIO FREQ AN IDC CONTRACT APPLIES. 8
  SEP 93
SOL SP0920-97-Q-A105
DUE 013197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96311000762 NSN 6625-01-047-9121, detector,
  radio freq  Thomson (F6481) P/N 91391084; Thomson (F6481) P/N
  91560045; (H0G34) P/N  CU7226; RF circuits (0T0G3) P/N 089315-4;
  RLC (12598) P/N m-2964;  Wiltron (20944) P/N 75N50P; hewlett-packard
  (28480) P/N 423B-003;  hewlett-packard (28480) P/N 8470BOPT0120PT003;
  microwave distributors  (52335) P/N MDC1087-NR; mecronetics
  Inc (54487) P/N 423B-003; Herotek  Inc (67297) P/N DZM185NBP
  part numbered item.  Products offered clause  applies.  PR
  quantity:  391 each various increments solicited from 100 
  to 750 each.  250 EA Del to Stockton CA 95296-0130 141 EA Del
  to  Mechanicsburg PA 17055-0789 delivery schedule:  391 IN
  90 days and 200  every 30 days thereafter.  Set-aside type:
   C total small business  set-aside size standard:  500 all
  responsible sources may submit offer which  DESC shall consider.
CITE: (I-357 SN014531)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098
SUBJECT: 66--SYNCHRONIZER,SOLID  - AND SIMILAR REPLACEMENT PART
SOL N0038397RA076
DUE 021097
POC Contact Point, Joel M Hoffman, 0223.09, (215)697-3534, Fax,
  (215)697-3161, Twx, Not-avail, Contracting Officer, Kent  
  Hall, 0223.03, (215)697-6548
DESC: The subject item requires Government source approval prior
  to contract award, as the item is flight critical and /or the
  technical data available has not been determined adequate to
  support acquisition via full and open competition. Only the
  source(s) previously approved by the government for this item
  have been solicited. The time required for approval of a new
  source is normally such that award cannot be delayed pending
  approval of a new source. If you are not an approved source
  you must submit, together with your proposal,  the information
  detailed in the U.S. Navy Aviation Supply Office Source Approval
  Information Brochure. This brochure identifies technical data
  required to be submitted based on your company's experience
  in production of the same or similar item, or if this is an
  item you have never made. This brochure can be obtained by
  calling NAVICP-P at (215) 697-4243. If your request for source
  approval is currently being evaluated at NAVICP-P, submit with
  your offer a copy of the cover letter which forwarded your
  request for source approval. Offers received which fail to
  provide all data required by the  Source Approval Brochure
   or document previous submission of all data required by the
  Source Approval Brochure will not be considered for award under
  this solicitation. Please note, if evaluation of a source approval
  request submitted hereunder cannot be processed in time and/or
  approval requirements preclude the ability to obtain subject
  items in time to meet government requirements, award of the
  subject requirement may continue based on Fleet support needs.
  NSN 7R-6615-01-136-5040-FP, Ref Nr 431336-14-01, Qty 25 EA,
  Delivery FOB Origin----- DRAWINGS NOT AVAILABLE.  Due to the
  unavailability of drawings or other  data, this requirement
  will be restircted to (07690) Lear Astronics Corp. Also being
  procured are 28 each Synchronizer, Attitude, Ref Nr. 431336-05-01.
  Requests for copies of solicitation should be FAXED to (215)
  697-3161. Estimated Award Date is 9 MAY 1997., See Note 22
CITE: (I-358 SN014657)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 66--ANALYZER,VIDEO INTE
SOL F41608-97-R-31588
DUE 021097
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Dupree, R/Ldkaa/[210]925-8461
DESC: Item 0001 NSN 6625-01-388-8725 P/N: 8981B,  COMMON/NCRT/NCMPLX/COMMON
  2EA. Applicable to: Common. Destn: Kelly Afb, Texas 78241-5947.
  Delivery: 28 FEB 97 2 ea Based on market research the Government
  is not using the policies contained in Part 12, Acquisition
  of Commercial Items. The approximate issue/response date will
  be 13 Jan 97. The anticipated award date will be 10 MAR 97.
  Written procedure will be used for this solicitation. To: Hewlett-Packard
  Co, San Antonio Tx 78232-2310. 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. 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-358 SN014679)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc Test Systems Branch, 308 Avionics Circle Suite
  # 2, Kelly  Afb, Texas 78241-5947
SUBJECT: 66--SYNTHESIZER, FREQUENCY
SOL F41608-97-R-36581
DUE 021097
POC For copy, Fax request to Buyer at (210)925-1054, For additional
   information contact Mcconnell, J./ldkac/[210]925-4651
DESC: Item 0001 NSN 6625-01-417-3234DQ P/N:  HP83630A-001-006-008-700-H43,
  SIZE/DIMENSIONS: 17"W X 6"H X 17"D PREDOMINANT MATERIAL: Electronic,
  Electrical Components FORM/FIT/FUNCTION: Rack mounted synthesized
  sweeper 3ea. Applicable to: F-15 Tiss. Destn: Kelly Afb, Texas
  78241-5947. Delivery: 31 OCT 97 3 ea The approximate issue/response
  date will be 10 Jan 97. To: Hewlett-Packard Co/Corporate Hq,
  Palo Alto Ca 94304-0000. 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. 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.
  See Note (s) 26, 22.
CITE: (I-358 SN014681)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--AMPEX DIGITAL TPAE SYSTEMS
SOL F42650-97-R-0034
DUE 011497
POC For copy, No solicitation will be issued., This is the  solicitation.,,
  For additional information contact Debbie Sparks/Pkoc/ [801]777-4299
DESC: This is a combined synopsis/solicitation for commercial
  items  prepared in accordance with the format in Subpart 12.6,
  as supplemented with additional information included in this
  notice. This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued. Solicitation number F42650-96-0034. This solicitation
  is issued as a request for proposal (RFP). The solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular 90-36. The standard
  industrial classification code is 5065 ; and the small business
  size standard is 100. This solicitation is not set aside for
  small business. Clin 0001; Item 6625PADTS ; Qty 0001 ; U/I
  SY ; Ampex Digital Tape System. Must have continuously variable
  recording rate of 0-15 mbytes/sec, built in SCSI-2I/O interfaces,
  IRIG-B time code input, 25, 75, and 165 gigabyte DD-2 tape
  cartridges, and be field upgradable to 50, 125, and 330 gigabytes.
  The recorder must also be able to record four separate telemetry
  streams at one time. Must be identical to other SMIC data recorders
  and interchangeable. Date of delivery 97 Mar 01 ; Place of
  delivery OOALC/LMSI DAVID FISHER, 7874 CONNECTICUT DR, HILL
  AFB UT 84056-5814 ; Acceptance Dest; FOB Dest Clause 52.212-1,
  Instructions to Offerors - Commercial applies to this acquisition.
  Clause 52.212-2, Evaluation - Commercial Items does applies
  to this acquisition. Offerors must include completed copies
  of the clauses 52.212-3 and 252.212-7000, Offeror Representations
  and Certifications Commercial Items with your offer. For copy
  contact Debbie Sparks (801)777-4299. Clause 52.212-4, Contract
  Terms and Conditions - Commercial Items applies to this acquisition.
  Clause 52.212-5, Contract Terms and Conditions Required To
  Implement Statutes Or Executive Orders - Commercial Items applies
  to this acquisition. The following additional FAR commodity
  clauses cited in the clause are applicable to the acquisition:
  52.203-6; 52.203-10;52.219- 08;52.222-35;52.222-36; 52.222-37;
  52.225-09. Clause 252.212-7001, Contract Terms and Conditions
  Required To Implement Statutes Or Executive Orders Applicable
  to Defense Acquisitions of Commercial Items applies to this
  acquisition. The following additional DFAR clauses cited in
  the clause are applicable to the acquisition: 252.225-7012;252.233-7000.
  The Defense Priorities and Allocations System (DPAS) applies
  to this acquisition. The DO Rating is C9E The date 97 JAN 14,
  time 2:00 PM MST, offers are due at the Directorate of Contracting/OO-
  ALC/PKOC DEBBIE SPARKS, 6038 Aspen Ave, Bldg 1289NE, Hill AFB,
  UT 84056-5805. For information regarding this acquisition,
  please contact Debbie Sparks, PH: 801-777-4299, FAX: 801-777-4899.
  Automated statements in this synopsis regarding availability
  of written solicitations do not apply to this acquisition.
  Please ensure solicitation number is on your mailing label.
  The approximate issue/response date will be 24 Dec 96. To:
  Ampex Data Systems Corp, Morrison CO 80465. 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-358 SN014713)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C.
  20375
SUBJECT: 66--MILLIMETER WAVE POWER MODULE
SOL N00173-97-Q-0018
POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202)
  404-8158.
DESC: Naval Research has a requirement for one each millimeter
  wave power module with an output power of at least 30 watts
  CW from 18 to 37 GHz and at least 20 watts from 37 to 40 GHz.
  Oral request will not be accepted.
CITE: (I-358 SN014751)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Naval Research Laboratory, 4555 Overlook Ave. S.W. WASHINGTON,D.C.
  20375
SUBJECT: 66--TRAVELING WAVE TUBE AMPLIFIER
SOL N00173-97-Q-0019
POC Darlene Copp, Purchasing Agent, (202) 767-2374 Fax (202)
  404-8158.
DESC: Naval Research Laboratory has a requirement for 1 each
  1.0 to 2.8 GHz 200 watt CW traveling wave tube amplifier and
  1 each 2.5 to 7.5 GHz 200 watt CW traveling wave tube amplifier.
  Oral request will not be accepted. See Numbered Note(s): 1.
CITE: (I-358 SN014752)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--CONVERTER
SOL F41608-97-R-0107
DUE 021397
POC For copy, FAX TO LCK AT (210)925-9020, For additional  information
  contact Wynne, P./lck2636/[210]925-6837
DESC: Item 0001 NSN 6625-01-423-5287LD P/N: 7-7PIN229, CAPABILITY
  OF  TRANSLATING A TX/RX FREQUENCY. PER MIL-STD-1568/1587 14EA.
  Applicable to: C-17 Acft. Destn: Kelly Afb, Texas 78241-6425.
  Delivery: 29 Aug 97 14 ea Drawings and Specifications are unavailable.
  The approximate issue/response date will be 14 Jan 97. The
  anticipated award date will be 21 Feb 97. Written procedure
  will be used for this solicitation. To: Chelton Inc, Lewisville
  Tx 75067 4824. 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-358 SN014882)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 66--FIBERSCOPE
SOL F41608-97-R-20074
DUE 021097
POC For copy, Carter, R./ldksg/[210]925-4348, For additional
   information contact Carter, R./ldksg/[210]925-4348
DESC: Item 0001 NSN 6650-01-135-3127 P/N: IF6C5-20_(CAGE 32212),
  P/N  FS-236HR-80/RA236_(CAGE 052B7) P/N: F775059_(CAGE 2K570),
  DIMENSIONS: Approximately 36'' long FUNCTION: Used to inspect
  stage 1 HPT shrouds in the TF39/T56 engines PREDOMINANT MATERIALS:
  Metal and optics 17EA. Applicable to: Tf39/T56 Engines. Destn:
  Kelly Afb, Texas 78241-6426. Delivery: 30 Apr 97 17 Ea There
  are no Government-furnished drawings. Fax requests to Ron Carter/LDKSG
  at fax # 210 925 1073 are acceptable. The approximate issue/response
  date will be 13 Jan 97. To: Everest Imaging, Austin Tx 78758
  0000. To: Applied Fiberoptics, . To: Olympus America Inc, Melville
  Ny 11747-3157. 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-358 SN014884)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Sa-Alc/Support Equipment Branch, 485 Quentin Roosevelt
  Rd. St 7,  Kelly Afb, texas 78241-6426
SUBJECT: 66--VIDEO ANALYZER
SOL FD2050-97-Q-20184
DUE 021097
POC For copy, Diaz, R./ldksg/[210]925-4706, For additional  information
  contact Diaz, R./ldksg/[210]925-4706
DESC: Item 0001 NSN 6650-01-412-8471 P/N: IW-2 W/ OPTIONS, Function:
   Used to perform measurements on internal damage to aircraft
  engines through use of programmed software. Application: Multi
  Dimensions: 19" X 8" X 20" Predominant Material: Computer Components
  Destination: EY9486 Delivery: 31 Mar 1997 3EA. Applicable to:
  Common Support. Destn: Destination: Pratt & Whitney, Jupiter,
  FL 33478. Delivery: 31 Mar 97 3 ea POC: R. Diaz, SA-ALC/LDKSG,
  485 Quentin Roosevelt Rd, STE 7, Kelly AFB, TX 78241-6426.
  PH: (210)925-4706; FAX: (210)925-1073. The approximate issue/response
  date will be 13 Jan 97. The anticipated award date will be
  28 Feb 97. Oral procedure will be used for this solicitation.
  To: Olympus America Inc, Melville Ny 11747-3157. 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. Specifications, plans, or drawings
  relating to the procurement described are incomplete or not
  available and cannot be furnished by the Government.
CITE: (I-358 SN014891)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA,
  COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150,
  Bethesda, MD 20892-7902
SUBJECT: 66--CELL PHARM SYSTEM 2000
SOL NHLBI-PS-SP-97-365
DUE 011097
POC Cecilia Morales, Purchasing Agent, (301) 435-0369, FAX #
  301-480-3345.
DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends
  to negotiate on a sole source basis with Unisyn Technologies
  Inc., 25 South Street, Hopkinton, Ma. 01748-2217, to purchase
  one (1) each, Cell Pharm System 2000, this system must include:
  Temperature Monitoring and Control System, Medium Feed Rate
  Control, Recirculation Rate Monitor and Control, pH Monitoring
  System, Optional Bioreactor Inlet DO2 Monitoring Capability,
  Optional Bioreactor outlet DO2 Monitoring Capability, Autoclavable
  Fluid Path and the ability to record all channels of data on
  an internal six pen recorder; one (1) each Cell Pharm Auto
  Harvester; one (1) each Cell Pharm System 2000 pH Controller
  Module; five (5) each 30K MWCO 35 sq. ft. Bioreactor; five
  (5) each Oxygenator 25 sq. ft.; five (5) each tubing Set for
  Cell Pharm 2000 System and a one year Extended Warranty Coverage.
  The warranty must include Pre-scheduled preventive maintenance
  inspection visit, On-site Service within 48 hours response
  time, all parts and labor. Interested parties may identify
  their interest and capabilities to respond to this requirement
  or submit a quotation. This notice of intent is not a request
  for competitive proposals. However, all quotations received
  within fifteen (15) days after date of publication of this
  synopsis will be considered by the government. A determination
  by the Government not to compete the proposed contract based
  upon responses to this notice is solely within the discretion
  of the government. Quotations received will normally be considered
  solely for the purpose of determining whether to conduct a
  competitive procurement. Responses referencing solicitation
  number NHLBI-PS-SP-97-365, may be sent to the National Heart,
  Lung, and Blood Institute, Contracts Operations Branch, Procurement
  Section, Rockledge Building II, Room 6143, 6701 Rockledge Drive,
  Bethesda, MD 20892-7902, attention: Cecilia Morales, Purchasing
  Agent. "All responsible sources may submit a quotation, which
  if timely received, shall be considered by the agency.
CITE: (I-358 SN014938)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Commanding Officer (B340), Marine Corps Logistics Base,
  Contracting and Purchasing, Box 110340, Barstow, CA 92311-5039
SUBJECT: 68--ANTI-FREEZE, BULK
SOL M6220497Q0024
DUE 011397
POC Carol S. Ray, Contract Specialist, (619) 577,6313, FAX (619)
  577- 6313.
DESC: NSN 6850-HZ-B03-6569, Ethylene, glycol, inhibited, heavy
  duty, single package in accordance with MIL-A-46153C; two deliveries
  of 5,000 gallons to be delivered to Marine Corps Logistics
  Base, in a Government owned above ground tank, to meet delivery
  requirements for the period of 1 February 1997 through 30 September
  1997. This is a combined synopsis/quote for commercial items
  prepared in accordance with the format in Subpart 12.6, as
  supplemented with additional information included in this notice.
CITE: (I-358 SN014747)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: National Imagery & Mapping Agency, PCS/D-88, 4600 Sangamore
  Rd. Bethesda, MD 20816-5003
SUBJECT: 70--THIRD PARTY PERIPHERAL EQUIPMENT
SOL NMA10097Q5008
POC Lynn Brannan, Contract Specialist, Lynn Martin, Contracting
  Officer 301-227-2295, FAX 301-227-2218/5573
DESC: Correction. This action was originally publicized in the
  CBD dated 11/22/96 and amended 12/11/96 to extend due date
  for proposals until 12/30/96. This amendment is to clarify
  some issues concerning these items. CLIN 0001 (GXTRA/3 Stereo
  Color Stereo SBus Card, QTY 3) must interface with SUN Ultra
  1 System, mfr is TECH-SOURCE; no other known driver meets compatibility
  requirements. CLIN 0002 (Color Stereo Monitor, QTY 3) size
  is 19 - 21 , must be compatible with CLIN 0001. Monitor must
  display color stereo (3D). CLIN 0003 (Cables for interface
  to GXTRA/3, QTY 6), these cables will be used with CLINs 0001
  and 0002. CLIN 0004 (110 volt Color Laser Printer, QTY 2),
  must be capable of printing 8.5 x 11 and must be compatible
  with CLINs 0001, 0002, and 0003. This procurement is not all
  or none. Vendors may submit quotes for some but not all CLINs.
  All other information publicized in the original and amended
  synopses are correct.
CITE: (I-355 SN014404)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 70--CORE MEMORY UNIT
SOL SP0970-97-R-A032
DUE 021297
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:  YPE96310001504 NSN 7025-01-397-4293, CAGE 32562
  Part No  4000-23000-03 CAGE 80058 Part No MU-1101/A 5 -AY Del
  to Tinker AFB OK  73145 other than full and open competition:
   part numbered item products  offered clause applies.  Various
  increments solicited:  1-4, 5-9,  10-18, 19-24, 25-49.  PR
  quantity:  5AY line 1, quantity 5, FB2037  Tinker AFB OK 73145-9100
  delivery schedule:  5AY within 30 days, any  balance 5 AY every
  30 days thereafter.  Set-aside:  unrestricted (sole  source/single
  source) (no preference).  Size standard:  1000 all  responsible
  sources may submit offer which DESC shall consider.
CITE: (I-357 SN014530)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of State, Office of Acquisition, P. O. Box
  9115, Rosslyn Station, Arlington, VA 22219-0244
SUBJECT: 70--CONVERT WANG VS PACE, CRIS & OSCAR TO ORACLE/POWERBUILDER
SOL N/A
POC Helen Hirshon, Procurement Agent, (703) 875-6033
DESC:  Cancellation:  The above subject announcement advertised
  in the  Commerce Business Daily, Issue No. PSA-1725 on November
  20, 1996,  page 23, is canceled in its entirety. 
CITE: (W-358 SN014640)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of State, Office of Acquisition, P. O. Box
  9115, Rosslyn Station, Arlington, VA 22219-0244
SUBJECT: 70--CONVERT WANF VS PACE, CRIS & OSCAR TO ORACLE/POWERBUILDER
SOL N/A
DUE 010397
POC Helen Hirshon, Procurement Agent, (703) 875-6033
DESC:  It is our intent to make an award under Schedule 70 1
  A,  General Purpose Commercial Automatic Data Processing Equipment.
   The purpose of this project is to convert to existing WANG
  VS PACE database applications, the Crisis Reporting Information
  System (CRIS) and the Overseas Case Activity and Reporting
  System (OSCAR), to an Oracle/Powerbuilder environment for the
  Consular Systems  Division (CA/EX/CSD) of the Bureau of Consular
  Affairs, Department of State.  The database and application
  components must be converted from PACE to Oracle/Powerbuilder
  with no change in design or functionality.  The only changes
  that will be considered are those deemed necessary for the
  converted applications to operate in the Oracle/Powerbuilder
  environment.  Converting CRIS and OSCAR to  Oracle and Powerbuilder
  complies with the existing Consular Systems Division standard
  software development environment (Oracle 7.x, Powerbuilder
  5.0, and Windows NT/AS 3.51 (or higher) on the server and NT/WS
  3.51 (or higher) on the clients).  The conversion of CRIS must
  be completed by 90-120 days after date of award, and the conversion
  of OSCAR must be completed 180-210 days after date of  award.
   Fax requests for detailed Statement of Work to the attention
  of Helen Hirshon, (703) 875-6085 
CITE: (W-358 SN014643)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 70--CARTRIDGE, PROGRAMMA
SOL F42620-97-Q-24717
DUE 012997
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: Item 0001 NSN 7045-01-406-3579WF P/N: 3961000001-12, Dim:
  7.5" x  4.7" x 1.6". Provides mission data load and in-flight
  data recording, performance of DTS functions. Contains 2 circuit
  cards. 2ea. Applicable to: F-16. Destn: FMS Countries. Delivery:
  30 Jan 98 2 ea The approximate issue/response date will be
  09 Jan 97. The anticipated award date will be 29 Jan 97. Written
  procedure will be used for this solicitation. To: Fairchild
  Defense, Germantown Md 20874-1182. 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. Specifications,
  plans, or drawings relating to the procurement described are
  incomplete or not available and cannot be furnished by the
  Government. 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.
  The Government physically does not have in its possession sufficient,
  accurate, or legible data to purchase this part from other
  than the current source(s). See Note (s) 26.
CITE: (I-358 SN014697)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir
  Avenue,  Hill Air Force Base, Ut 84056-5820
SUBJECT: 70--NAVIGATION WEAPON
SOL F42620-97-R-24716
DUE 021197
POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
   information contact Aircraft Spares/Lfke/[801]777-5777
DESC: Item 0001 NSN 7025-01-196-3702WF P/N: 7461000002, P/N 
  16VE122001-3 Approx 8.63" x 4 5" x 5 75". Supports exchange
  of information between itself and the aircraft avionics system.
  5ea. Applicable to: F-16. Destn: FMS Countries. Delivery: 30
  Jan 98 5 ea The approximate issue/response date will be 09
  Jan 97. To: Fairchild Defense, Germantown Md 20874-1182. 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. 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.
  See Note (s) 26.
CITE: (I-358 SN014700)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: GSA/ITS/6KE, 1500 E. Bannister Road, Kansas City, MO
  64131-3088
SUBJECT: 70--GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT
  (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT
SOL 6TSA-97-DJH-0067
DUE 010897
POC CONTACT DELTA HELM BY FAX (816)823-3322
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Federal Acquisition
  Regulations document (FAR) subpart 12.6, as supplemented with
  additional information included in this notice.  This announcement
  constitutes the only solicitation: proposals are being requested
  and A WRITTEN SOLICITATION WILL NOT BE ISSUED.  Solicitation
  number 6TSA-97-DJH-0067 is being issued as a request for proposals
  (RFP).  The solicitation document and incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular (FAC) 90-38. CLIN 1. Basic TX3-Redundant 115/VAC,
  TX3-B1R+, Qty. 4; CLIN 2. 19" (49CM) Expansion mainframe, TX3-M1R+,
  Qty. 4; CLIN 3. Timing Generator 3/3 Module, TX3-TM33, Qty.
  7; CLIN 4. OC-3 Service Module, TX3-OC3S, Qty. 7; CLIN 5. OC-3
  LIU (Unprotected), TX3-LOC3/U+, Qty. 7; CLIN 6. 3/1 Crossconnect
  Module (DCS31V), TX3-C3/1V, Qty. 14; CLIN 7. DS-3 L1U (Unprotected),
  TX3-L3U+, Qty. 14; CLIN 8. Multimegabit I/O Module w/ EIA 530,
  V.35 Interface, TX3-MMIOV, Qty. 10; CLIN 9. MMIO L1U (Unprotected),
  TX3-LM/U+, Qty. 10; CLIN 10. 1/1 Crossconnect Module (DCS11V),
  TX3-C1/1V, Qty. 16; CLIN 11. DS-1 L1U (1:4 Protection) w/ DS-1
  Cables, TX3-L1/4+, Qty. 4; CLIN 12. DS1/E1 Termination Panel,
  TX3-JP1, Qty. 4; CLIN 13. T1 Test Access Module, TX3-TA, Qty.
  2; CLIN 14. RS 530 Cable fro MMIO, TX3-530 50', Qty. 10; CLIN
  15. OC3 Service Module STS-1/DS3 Port to DS3 L1U or DS3 Patch
  Panel, TX3-SMB 6', Qty. 21; CLIN 16. Workstation to TX3 cable,
  31', TX3-RJ, Qty. 3; CLIN 17. LCSU to TX3 Jack Panel, TX3-LCSU
  15', Qty. 18; CLIN 18. Customer Craft Interface Device (CID)
  Software, SA-CID, Qty. 2; CLIN 19. Automatic Alternate Routing
  Platform and Enclosure, 19" version, TX3-AAR/P-19, Qty. 1;
  CLIN 20. Automatic Alternate Routing Software, TX3-AAR/S, Qty.
  1; CLIN 21. Controller Module, TX3-CM, Qty. 1; CLIN 22. Alarm
  Relay, TX3-AR+, Qty. 1; CLIN 23. Power Converter (115/230 VAC)
  TX3-PS, Qty. 1; CLIN 24. LIU Blank Faceplate (1 Slot) TX3-LB,
  Qty. 20; CLIN 25. Service Module Blank Faceplate , TX3-CB,
  Qty. 10; CLIN 26. Two Mainframe Redundant System with NCL+/SL
  to provide soft load, L2030-E/SL, Qty. 4; CLIN 27. Interlink
  Module for soft load, INC and X.50, ILC.2/SL, Qty. 18; CLIN
  28. Bipolar framing module, ANSI BFM, Qty. 18; CLIN 29. Asymmetrical
  interlink module with satellite buffer (RS-422), ILC.3S/SL,
  Qty. 3; CLIN 30. 4-Port Sync Polling Module, QSP.5 Standard,
  Qty. 11; CLIN 31. 4-Port Sync Data Module (RS-422), QSC.2,
  Qty. 10; CLIN 32. 4-Port Voice Module, Foreign Exchange Station,
  FXS.3, Qty. 7; CLIN 33. FXO.3, Qty. 5; CLIN 34. 48V. DC Power
  Supply for voice type, 48V. Voice P/S, Qty. 4; CLIN 35. T/V-2000I,
  Qty. 2; CLIN 36. SUN20A, Qty. 2; CLIN 37. 97234-2, Qty. 6;
  CLIN 38. Dual Chassis Cabinet (Blue), TX3-CAB2-B Standard,
  Qty. 6; CLIN 39. 70" Blue Cabinet, 97258-6, Qty. 2. Delivery
  30 days ARO.  All items are FOB Tinker AFB, OK.  Please indicate
  FOB destination or include shipping charges if applicable.
   The provision at FAR 52.212-1, instructions to offerors, applies
  to this acquisition.   Evaluation is based on best value, cost
  and ability to meet service requirements.  Offerors shall include
  a completed copy of the provision at FAR 52.212-3, offeror
  representation and certification - commercial items with its
  offer.  The clause at FAR 52.212-4, contract terms and conditions
  - commercial items applies to this acquisition.  In addition
  to the guidance contained in FAR 52.212-4, contractors shall
  submit proof of delivery with their invoices. Proof of delivery
  may be in the form of a bill of lading or other shipping document
  signed by the receiving office.  Invoices received without
  proof of delivery will not be accepted.  The clause at FAR
  52.212-5, contract terms and conditions required to implement
  statutes or executive orders - commercial items applies to
  this acquisition.  Offers are due by close of business January
  8, 1997, and can be submitted to the address shown above Attn:
  Delta Helm or sent by FAX to the number shown above. Inquiries
  regarding the solicitation will only be accepted via FAX.
CITE: (I-358 SN014835)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment--Potential
  Sources Sought
OFFADD: Office of Naval Intelligence, 4251 Suitland Rd., Washington,
  D.C. 20395-5720
SUBJECT: 70--WIDEBAND FILTER AND SPECTRUM ANALYZER
SOL N/A
POC Kristie Sears, Purchasing Agent, 301/669-4018.
DESC: In order that potential sources may learn of the interest
  in a specific requirement, an advanced notice is published
  here. The Office of Naval Intelligence has a requirement to
  procure Wideband Filter and Spectrum Analyzer with the following
  specifications: Wideband Filter--Input Level 10 Vp-p max, Impedance
  50 Ohms, Output Level 10 Vp-p max, into 50 Ohms, Dynamic Range
  60 dB min from full output. Attenuation rate greater than 47
  dB/octave from 10 Hz to 1MHz and greater than 42 dB/octave
  from 1 MHz to 10MHz. Attenuation Band Rebound Response is less
  than 40 dB from 2.5 to 20 MHz, less than 50 dB from 10 HZ to
  2.5 MHz. Tuning resolution 3 significant digits, accurancy
  better than 3 percent and cutoff range 10 Hz to 10 MHz. Passband
  dc to 20 MHz. Passband ripple less than 2.0 dB. Passband Group
  delay Delta less than 0.02 usec at full bandwidth. Insurtion
  loss less than 0.5 dB. Operating Modes, Bypass, Lowpass, High
  Pass, Band Pass, and Band Reject. Internal Memory (set-up)
  capacity 10 presettable configurations, type Volatile, battery
  backup. Control Local-front Panel remote IEEE-488 compatible
  bus or RS-232-C. Signal Connections, female BNC for signal
  input and signal output rear panel. No RFQ will be prepared
  or made available for distribution. Award will be based on
  evaluation of responsive, responsible quotations received in
  response to this CBD advertisement. Firms having the capabilities
  necessary to meet the above requirements are invited to submit
  quotes and/or any information deemed necessary to complete
  this requirement. Quotations will be due fifteen (15) calendar
  days from the publication date of this synopsis. All responsible
  sources may submit a quotation, which if timely received, shall
  be considered by the agency. Quotations must be submitted in
  writing via fax to Kristie Sears, 301/669-5905. In responding
  reference L0060.
CITE: (I-358 SN014971)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 71--COT, FOLDING, ALUMINUM FRAME NO. OF STITCHES PER
  INCH-8 TO  10, 1/32 IN. DIA
SOL SP0451-97-R-0148
DUE 033197
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.
DESC: PR-NO:  ARG96262052001 NSN 7105-00-935-0422, the previous
   announcement is modified to reflect a revised closing date
  of this  solicitation; to 31 Mar 1997.
CITE: (I-357 SN014507)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Wr-Alc/Pkoc, 215 Byron St, Robins Air Force Base Ga 31098-1611
SUBJECT: 71--UMBRELLA STAND
SOL F09650-97-T-0315-01
POC For copy, WR-ALC/PKOC, For additional information contact
  Sharon  Broughton/Pkoca/[912]926-5151
DESC: This solicitation F09650-97-T-0315 is amended to change
  from full and open to sole source to:  Leslie's Swimming Pool
  Supplies, Chatsworth CA 91311.  Everything else remains the
  same.  See Note 22.
CITE: (I-358 SN014820)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: 45CONS, 1201 Minuteman St, MS 7200, Patrick AFB, FL 32925-3237
SUBJECT: 71--ACCESSORIES FOR CONTEXT WORK STATIONS
SOL F0850-97-T-6637
DUE 011397
POC Laura West, Purchasing Agent (407) 494-5682/Doris Hitchens,
  Contracting Officer (407 494-5206
DESC: The government has a requirement for context work stations
  consisting of 48" slatwall, letter trays/personal shelves,
  double square dish/marker board/pen/pencil cup/footrest, bracket-context
  stanchion for slatwall installation. This acquisition is unrestricted.
  The applicable SIC code and size standard are 2522/500 employees.
  Response date of 13 Jan 97 is tentative. Requests for solicitation
  must be faxed to (407) 494-2983 or mailed to 45 CONS/LGS, Attn:
  Laura West, 1201 Minuteman St MS 7200, Patrick AFB FL 32925-3237.
  Phone calls will not be accepted. All responsible sources may
  submit an offer which will be considered by the 45th Space
  Wing. 
CITE: (W-358 SN014825)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: General Services Administration, mid-atlantic region,
  FSS  General Procurement Branch (3FBG), the Wanamaker Building,
  100 Penn  squareeast, room 883, Philadelphia, PA 19107-3396
SUBJECT: 72--HOUSEHOLD AND COMMERCIAL FURNISHINGS
SOL GS-03F-95-AYC-0002
DUE 022896
POC Patricia Longo, contracting officer, (215)656-3837; Denise
   Furtak, Contract Specialist, (215)656-3833
DESC: GSA FSS multiple award schedule, group 72, part V.  Open
  Season  amendment to solicitation No. GS-03F-95-AYC-0002. 
  This solicitation  includes FSC classes 7210 and 7230, household
  and commercial furnishings  (including draperies, coordinating
  bedspreads, drapery hardware,  venetian blinds, cubicle curtains,
  vertical blinds, and window shades).   For new offerors the
  contract period will be July 1, 1997 (or date of  award, whichever
  is later) through June 30, 1999.  The open Season  solicitation
  amendment will be incorporating the following:  maximum  order,
  option, and GSA advantage.  Maximum order:  all resulting 
  contracts will contain a maximum order (M0).  Thislevel will
  be  established under each contract to assist the customer
  agencies in  determining when they should seek a price decrease.
   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  contractswill
  include an option to extend the term of the contract for an
   additional five-year period.  Offers on identical items will
  be  considered.  When two or more suppliers offer an identical
  item, award  will be made competitively to onlyone offeror
  on the basis of the lowest  net price offered.  GSA advantage:
   all resulting contracts will require  contractors to submit
  electronic contract data in a prescribed format for  addition
  to GSA advantage, an on-line electronic database.  Federal
   stock numbers not applicable; no samples required.  Place
  of delivery to  be shown on orders issued under the contract.
   Seven of the Nine special  item numbers (SINS) are 100% set-aside
  for small business; the standard  industrial classification
  code (SIC) is 2391, the small business size  standard for which
  is 500 employees.  Amendment to solicitation  GS-03F-95-AYC-0002
  will be issued on or about February 28, 1997, with a  closing
  date for receipt of offers thirty days thereafter.  Requests
  for  solicitation must be in writing to the above address or
  by FAX to  (215)656-3841.  Telephone requests will not be honored.
   See NOTE 12.
CITE: (I-355 SN014417)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: General Service Administration, Business Service Center,
   (7FXI-K5)819 Taylor St., RM 6A24, Fort Worth, TX 761026195
SUBJECT: 72--BEDSPREADS AND BLANKETS
SOL 7FXI-K5-96-7241-S
DUE 030597
POC John Bell, Contract Specialist, 817/9787391
DESC: Preinvitation notice scheduled to issue on or about 01/07/97.
    Solicitation scheduled to issue on or abour 01/31/97.  1.
  4 NSNS 10.  contract period-july 1, 1997 through June 30, 1999.
   11. see NOTE 12  (trade agreement) 13. all responsible sources
  may submit an offer which will  be considered.
CITE: (I-357 SN014630)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: General Services administration/FSS Business Service
  Center -  room 18-130, New York, NY 10278-0090
SUBJECT: 75--30 - PAPER GRAPH TRACING
SOL 2FYP-DQ-970001
POC MS. marcee bruton, Contract Specialist, 212-264-2686
DESC: This solicitation for FSC class 7530 - paper, graph, tracing
  to  be issued 1/7/97, include various stock numbers for delivery
  to the  various GSA supply centers.  The method of purchase
  will be a definite  quantity contract.  NOTE:  this solicitation
  contains an option to  increase the quantities to be supplied
  at no change in unit price.
CITE: (I-355 SN014415)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste
  3,  Wright-Patterson Afb Oh 45433-5309
SUBJECT: 76--SUBSCRIPTIONS
SOL F33600-97-R-0019-01
POC For copy, S. Carter/Pkwrm/[937]257-8344, For additional 
  information contact S. Carter/Pkwrm/[937]257-8344
DESC: This corrects the year from 1995 to 1997 in the description
  of the original CBD announcement, to read as follows:  Standard
  and Poor's Subscription for AF Libraries Worldwide.  This is
  a notice of intent of ASC/PKWRM to purchase subscriptions for
  Standard & Poors Library Reference Materials for 1997.  Total
  of 8 different titles varying quantities for each subscription
  and multiple ship-to lists of AF libraries worldwide.  Also
  the previous listed Note #1 is hereby deleted in its entirety.
   Ths Ombudsman information and rest of description remains
  unchanged.
CITE: (I-358 SN014823)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: Asc/Pkwr Area C Bldg 1 Rm 111, 1940 Allbrook Drive Ste
  3,  Wright-Patterson Afb Oh 45433-5309
SUBJECT: 76--SUBSCRIPTIONS
SOL F33600-97-R-0021
DUE 013197
POC For copy, S. Carter/Pkwrm/[937]257-8344, For additional 
  information contact S. Carter/Pkwrm/[937]257-8344
DESC: Item 0001 NSN 7600-0 - - Renewal of 1997 Subscriptions
  for  Bureau of National Affairs. . Destn: Wright-Patterson
  Afb Oh 45433-5309. Item 0002 17. This is a notice of intend
  of ASC/PKWRM to purchase subscriptions for Bureau of National
  Affairs library reference materials for 1997.  "DIRECT ALL
  REQUESTS FOR SOLICITATIONS AND ROUTINE COMMUNICATION CONCERNING
  THIS ACQUISITION TO ASC/PKWRM, ATTN: Sam Carter, Contract Negotiator,
  (937) 257-8344), FAX (937) 257-6390, BUILDING 1, AREA C, 1940
  ALLBROOK DRIVE, SUITE 3, WRIGHT-PATTERSON AFB OH 45433-5309."
   An Ombudsman has been established for this acquisition. The
  only purpose of the Ombudsman is to receive and communicate
  serious concerns from potential offerors when an offeror prefers
  not to use established channels to communicate his/her concern
  during the proposed development phase of this acquisition.
  Potential offerors should use established channels to request
  information, pose questions, and voice concerns before resorting
  to use of the Ombudsman, Daniel L. Kugel, ASC/sy, Bldg 52,
  2475 K Street, Ste 1, Wright-Patterson AFB OH 45433-7642, at
  (513) 255-3855, with serious concerns only.  The approximate
  issue/response date will be 02 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.
  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-358 SN014893)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA,
  COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150,
  Bethesda, MD 20892-7902
SUBJECT: 81--BAGS, PLASTIC, IMPRINTED
SOL NHLBI-PS-SP-97-369
DUE 011097
POC Cecilia Morales, Purchasing Agent, (301) 435-0369, FAX #
  301-480-3345.
DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends
  to purchase one (1) lot of 450,000 plastic bags, with the following
  specifications: 12 inches wide by 15 inches tall by .00175
  inches plastic thick with 5 color imprint. The standard color
  matching systems are: PMS 479, PMS 1235, PMS 362, warm red
  and reflex blue text. Vendors interested in this requirement
  should request a copy of the Artwork design from the Purchasing
  Agent. Delivery of the bags is required not later than 02/20/97.
  This requirement is set aside for small business under the
  Standard Industrial Classification (SIC) code 3089, Size Standard
  500 employees. Quotations will be due fifteen (15) calendar
  days from the publication date of this synopsis. The quotations
  shall include an itemized price quotation, the period of delivery,
  prompt payment discount terms, the business size and specifications
  describing the product quoted. Quotations will be evaluated
  on comformance to the government's specifications, price, quality,
  and delivery period. All responsible sources may submit a quotation,
  which if timely received shall be considered by the agency.
  Quotations must be submitted in writing to the National Heart,
  Lung, and Blood Institute, Contracts Operations Branch, Procurement
  Section, Rockledge Building 2, Room 6143, 6701 Rockledge Drive,
  Bethesda, MD 20817-7902, Attention: Ms. Cecilia Morales, Fax
  (301) 480-3345. Fax quotations will only be accepted if dated
  and signed by an authorized company representative.
CITE: (I-358 SN014939)

[Commerce Business Daily: Posted December 21, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 83--US AIR FORCE GUIDON
SOL SP0100-97-R-4020
DUE 022497
POC Contact:  DPSC-FOTM-2 buyer-william Kaufman 215/737-2434
DESC: This solicitation is designed to satisfy the air force's
  annual  requirements for guidons.  The contract will be for
  a minimum of 400 each  and a maximum of 1000 each.  Deliveries
  will be made directly to  customers.  All materials will be
  furnished by the successful offeror.   Offerors will be required
  to submit a technical proposal (past performance,  manufacturing
  plan, EDI and quick response).  Solicitation will be  total
  set aside for small business firms.  Requests may be faxed
  to  215-737-8143.  All responsible sources may submit offer
  which DPSC shall  consider.
CITE: (I-356 SN014465)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--HEATHER GRAY JERSEY KNIT FABRIC
SOL 1PI-R-0673-97
DUE 020897
POC Contract Specialist, MCPHERSON, CHYREL, (202)508-3942
DESC: UNICOR, Federal Prison Industries, Inc., intends to enter
  into a one (1) year Firm Fixed Price Requirements Type Contract
  for Heather Gray Tubular Material and Heather Gray Rib Knit
  Collarette Material. Line item 0001, 18", estimated quantity
  6,000 Y; Line item 0002, 20", estimated quantity 12,000 YD;
  Line item 0003, 22", estimated quantity 225,000 YD; Line item
  0004, 24", estimated quantity 400,000 YD; Line Item 0005, 26",
  estimated quantity 250,000 YD; Line item 0006, 28", estimated
  quantity 100,000YD; Line item 007, Heather Gray, Poly/cotton
  1" Rib, estimated quantity 23,000. Heather Gray, 467 in color,
  in compliance with MIL-T-44214 dated 1-26-89. A certificate
  of compliance and laboratory test report shall accompany or
  proceed each shipment of material. This requirement will constitute
  "source sample inspection". The vendor who receives this award
  will be responsible for all requirements of the source sample
  clase. Required delivery is 45 days after receipt of delivery
  order. Delivery is FOB Destination to FCI Jesup, Georgia. Past
  Performance will be part of the evaluation criteria for determining
  award. All responsible sources may submit a bid which shall
  be conidered. Telephone request will not be honored. You may
  fax your request to (202)508-8498. Your request must be on
  company letterhead, include size status (large or small), telephone
CITE: (I-358 SN014854)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--HEATHER GRAY FLAT FABRIC
SOL 1PI-R-0674-97
DUE 021097
POC Contract Specialist, MCPHERSON, CHYREL, (202)508-3942
DESC: UNICOR, Federal Prison Industries, Inc., intends to enter
  into a one (1) year Firm Fixed Requirements type contract for
  Fabric, flat, heather gray, APECS number FAB1012, knitted fabric,
  50 percent cotton, plus/5 percent with the remaining percentage
  eing polyester, 60" wide, 5.8 ounce per square yard, Color:
  Heather Gray #467. Required delivery is 45 days after receipt
  of delivery order. FOB Destination to FCI Jesup, Georgia. A
  certificate of compliance and laboratory test report shall
  accompany or prceed each shipment of fabric. Past Performance
  will be part of the evaluation criteria for determining award.
  All responsible sources may submit a bid which shall be considered.
  Telephone request will not be honored. You may fax your request
  to (202)508-8498. Your request must be on company letterhead,
  include
CITE: (I-358 SN014855)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 84--KIT,GOGGLES
SOL F41608-96-R-10163
DUE 012797
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Nalls, V/Ldktk/[210]925-5898
DESC: Item 0001 NSN 8475-00-133-3742 P/N: 63D4236, APPL HGU-28P.
  USED  ON OLD FLASHBLINDNESS GOGGLES. 174EA. Applicable to:
  Hgu-28p. Destn: Kelly Afb, Texas 78241-6426. Delivery: 31 MAR
  97 174 ea FOR A COPY OF SOLICITATION F41608-96-R-10163, FAX
  REQUEST TO VERNE NALLS/LDKTK 210-925-1059. FOR INFORMATION
  CALL 210-925-5900. The approximate issue/response date will
  be 27 Dec 96. The anticipated award date will be 28 FEB 97.
  Written procedure will be used for this solicitation. 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) 1 26.
CITE: (I-358 SN014875)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 84--LATCH ASSY TOP POWER CABLE
SOL F41608-97-R-10006-01
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Sanders, Alice P./ldktk/[210]925-5898
DESC: This synopsis amends the BEQ to 2264 ea.  Sealed offers
  will be received at teh issuing office until 3 PM 10 Jan 97.
CITE: (I-358 SN014896)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 84--VISOR LENS, CLEAR
SOL F41608-97-R-10019-01
POC For copy, Fax request to LDKT at (210)925-1059, For additional
   information contact Sanders, Alice P./ldktk/[210]925-5898
DESC: This synopsis changes the BEQ from 5619 to 8641.  Sealed
  offers will be received at the issuing office until 3 PM on
  20 Jan 97.
CITE: (I-358 SN014898)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: NIH, National Heart, Lung, and Blood Institute, DEA,
  COB, Procurement Section, 6701 Rockledge Dr, RKL2 Rm 6150,
  Bethesda, MD, 20892-7902
SUBJECT: 84--PROTECTIVE CLOTHING
SOL NHLBI-PS-SP-97-368
DUE 011097
POC Cecilia Morales, Purchasing Agent, (301) 435-0369, FAX #
  301-480-3345.
DESC: The National Heart, Lung, and Blood Institute (NHLBI) intends
  to purchase 2500 of each size of Tyvek Coveralls. The sizes
  are XL, 2X, 3X and 4X with the following specifications: elastic
  wrist and ankles, zipper front, front entry, without hood and
  without booties. This requirement is under the Standard Industrial
  Classification (SIC) code 2295, size 1000 employees. Quotations
  will be due fifteen (15) calendar days from the publication
  date of this synopsis. The quotation shall include an itemized
  price, period of delivery, prompt payment discount terms, the
  business size and descriptive literature of the product quoted
  indentifying all of the specifications. Quotations will be
  evaluated on comformance to the government's specifications,
  price, quality, and delivery period. All responsible sources
  may submit a quotation, which if timely received shall be considered
  by the agency. Quotations must be submitted in writing to the
  National Heart, Lung, and Blood institutes, Contracts Operations
  Branch, Procurement Section, Rockledge Building 2, Room 6143,
  6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms.
  Cecilia Morales (FAX 301-480-3345). Fax quotations will only
  be accepted if dated and signed by an authorized company representative.
CITE: (I-358 SN014940)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: 84--FOOTWEAR, MENS
SOL N00140-97-0740
POC Terri McCleary, Contractor Negotiator, (215)697-9624.
DESC: The Fleet and Industrial Supply Center Norfolk Detachment
  Philadelphia, intends to acquire through other than full &
  open competition, on a SOLE SOURCE BASIS with Bates Shoe company
  for shoes required for testing by the Navy Clothing and Textile
  Research Facility. It is intended to award a firm fixed price
  purchase order to Bates Shoe company. 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. The applicable Standard Industrial Classification
  Number is 3149. SYN 071
CITE: (I-358 SN014969)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd.,
  Suite 4950,  Ft. Belvoir, VA 22060-6222
SUBJECT: 91--BITUMINOUS COAL
SOL SP0600-97-R-0056
DUE 022497
POC Contact J. Gherardini, Contract Specialist, (703) 767-8522/D.
  Frankel, Contracting Officer, (703) 767-8524
DESC: Bituminous coal delivered to U. S. Capitol Power Plant,
  Washington, DC; Naval Surface Warfare Center, Indian Head,
  MD; and the Navy Public Works Center, NAB Little Creek, VA.
   Total quantity 81,000 tons.  Delivery period is 01 Aug 97
  through 31 Jul 98.  Except for Norfolk Naval Shipyard, Portsmouth,
  VA, which will be solicited on an unrestricted basis, the solicitation
  will be a 100% small business set-aside.  Offers may be submitted
  via facsimile, (703) 767-8506.  Hard copy must be received
  within 10 days of closing date.  All responsible sources may
  submit a proposal which shall be considered.
CITE: (I-358 SN014833)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: 95--FUEL METERING UNIT TEST STAND
SOL N00140-97-R-0832
POC Greg Seifried, Contract Negotiator, (215)697-9736.
DESC: 17. Fuel Metering Unit Test Stand in support of Rolls Royce
  F402-RR-406A/B and F402-RR-408A jet engines. The solicitation
  will be issued on an unrestricted, full and open competitive
  basis. Offerors will be required to submit a cost proposal,
  technical proposal and past performance. The Government intends
  to award to the single, responsible offeror whose offer, conforming
  to the solicitation is determined most advantageous to the
  Government price and past performance considered. The contemplated
  contract type is a Firm Fixed Price contract. All responsible
  sources may submit a proposal which shall be considered by
  the agency in response to this solicitation. The request for
  proposals will be issued on/about 15 Jan 97. Request for solicitation
  should be made by letter or fax (215)697-9738. Syn 068.
CITE: (I-358 SN014785)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 96--Ores, Minerals and Their Primary Products
OFFADD: Fish and Wildlife Service, 1875 Century Blvd., Suite
  310, Atlanta, Georgia 30345
SUBJECT: 96--FURNISH, DELIVER AND TAILGATE CLAY GRAVEL
SOL FWS-4-97-4024
DUE 011097
POC Contact Demetria Wilson, Procurement Technician; Fran Thacker,
  Contracting Officer
DESC: Furnish, deliver and tailgate spread clay gravel at designated
  sites for Mississippi Wetland Management District, Grenada,
  MS.  Estimated issue date:  12/20/96.  Only written or faxed
  request for RFQ package will be accepted.  Please use fax number
  404/679-4057.
CITE: (I-355 SN014421)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Fish and Wildlife Service, 1875 Century Blvd., Suite
  310, Atlanta, Georgia 30345
SUBJECT: 99--FABRICATE, FURNISH AND DELIVER METAL CULVERTS
SOL FWS-4-97-4023
DUE 010997
POC Contact Demetria Wilson, Procurement Technician; Fran Thacker,
  Contracting Officer
DESC: Fabricate, furnish, and deliver galvanized corrugated metal
  culverts and accessories to Mississippi Wetland Management
  District in Grenada, MS.  Estimated cost range:  between $25,000
  and $50,000.  SIC Code 3499.  Estimated issue date:  12/20/96.
  Only written or faxed requests for solicitation package will
  be accepted.  Please use fax number 404/679-4057.
CITE: (I-355 SN014422)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: DIRECTOR SUPPLY DEPT., NAVAL TRAINING CENTER, BLDG 3200
  CODE N23, 2701 SHERIDAN ROAD, GREAT LAKES, IL  60088-5001
SUBJECT: 99--TRAINING
SOL N00210-97-Q-0205
DUE 011597
POC CONTACT: ESTRELLA B. SODSOD 847-688-6977/FAX 847-688-3914
  CONTRACTING OFFICER:  Dorothy E. Ellis, 847-688-5906
DESC: Three phase decision skills training project to be held
  at Naval Training Center, Great Lakes, IL.  The period 97 February
  15 through 97 July 15 to include Phase I Preparation, Phase
  II Symposium and Phase III Decision Skills Training Unit Implementation.
  Solicitation N00210-97-Q-0205 will be issued on or about 15
  days following this publication with a bid closing of 96 February
  07. All responsible sources may submit an offer which will
  be considered by the agency.  Only fax requests for copies
  of the solicitation are acceptable
CITE: (I-355 SN014442)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 99--VARIOUS ADP EQUIPMENT
SOL N0010497QQA29
DUE 122796
POC Contact Point, David A. Mcleod, 0272.20, (717)790-4239, Fax,
  (717)790-4600, Twx, Not-avail
DESC: , Qty 1 EA, Delivery FOB Origin--The Government intends
  to place a purchase order with LandMark Systems Corporation
  for the purchase of one (1) LandMark systems products (The
  Monitor  for CICS/MVS, The Monitor for CICS/ESA and MNT for
  12 months) for the HOST05. Interested firms must reply in writing
  within four (4) calendar days after  publication of this notice.
   Written responses shall include pricing data, descriptive
  literature and a GSA schedule number (if applicable).  All
   responses from responsible sources will be fully considered.
   As  a result of  analyzing responses to this synopsis of intent,
  the Contracting Officer may determine that a solicitation will
  be issued.  If a solicitation is issued, no  additional synopsis
  will be issued.  If a solicitation will be issued to the  intended
  vendor and all firms that respond to this synopsis of intent
  or  otherwise request a copy of the solicitation. The estimated
  award date is 31  Dec 96., See Note 22
CITE: (I-358 SN014659)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: U.S. Fish and Wildlife Service, Bishop Henry Whipple
  Federal Building, 1 Federal Drive, Fort Snelling, Minnesota
  55111-4056
SUBJECT: 99--FWS3, FISH TAGGING EQUIPMENT
SOL FWS3-97-RFP-34
DUE 021097
POC Contact Richard L. Schreifels, Contracting Officer at 612-725-3580,
  extension 277
DESC: Provide three (3) MK IV Automatic Fish Tagging Units and
  credit for the trade-in of three (3) MK II Automatic Fish Tagging
  Units.  The fish tagging equipment is used to insert very small
  diameter Binary Coded Metal Wire Fish Tags into the snout of
  lake trout fingerlings for identifying purposes.  Delivery
  to Iron River, Wisconsin National Fish Hatchery 30 days ARO.
   Sole Source.  See Numbered Note 22.  Specifications, plans
  or drawings related to the procurement described are not available
  and cannot be furnished by the Government. Intended source:
  Northwest Marine Technology, Inc., Shaw Island, Washington.
   Solicitations may be ordered by Fax, 612-725-1717, or in writing
  to the above address.  Telephone requests will not be accepted.
CITE: (I-358 SN014838)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Cdr, U.S. Army Chemical and Biological Defense Command,
  Procurement, Attn: AMSCB-PCB, Aberdeen Proving Ground, MD 21010-5423
SUBJECT: 99--MID-SIZE RIOT CONTROL DISPERSER
SOL DAAM01-97-R-0004
DUE 031997
POC Contract Specialist George Hunt (410) 671-4192 (Site Code
  DAAM01)
DESC: The US Army Chemical and Biological Defense Command (USA
  CBDCOM) is seeking qualified sources of existing equipment
  that may be used to disperse current and developmental riot
  control agents. CBDCOM intends to award one firm-fixed price
  contract for 23 units with an option to produce up to an additional
  2722 Mid Size Riot Control Disperser (MCRD) systems and up
  to 908 associated refill and repressurization kits and initial
  spare and repair parts. The required delivery for Phase I
  (23 Units) will be approximately 82 days after contract award.
  This requirement is a 100% set-aside for a small business with
  no more than 500 employees. As part of their proposal, contractors
  will be required to furnish two (2) prototypes at no cost to
  the Government, which will be returned to the contractor in
  post evaluation condition at the contractor's request. Prototypes
  that do not meet the following four critical criteria will
  not be subject to any evaluation: -The maximum weight of the
  fully loaded disperser shall not exceed 23 pounds, -The range
  of the first 3 second burst from a fully loaded and pressurized
  disperser shall not be less than 8 meters, -The number of
  3 second bursts from a fully loaded and pressurized disperser
  shall not be less than 5; and, -The disperser shall be pressurized
  using organic or on-board vehicle compressors. Candidate equipment
  should be lightweight, easily carried, field refillable, and
  operable by only one person. The military riot control agent
  CR, which consists primarily of an 80% propylene glycerol and
  20% water mixture, will be disseminated with the disperser.
  See the RFP for specific details on the requirements. It is
  anticipated that the RFP will be released on or about 17 Jan
  97. Proposals are to be forwarded to the address specified
  in this paragraph no later than 19 Mar 97. (Note 1 applies.)
  Telephone requests for this solicitation will not be accepted,
  however, interested firms may submit a request by telefax to
  (410) 612-7128, ATTN: Mr. Hunt 
EMAILADD: grhunt@cbdcom.apgea.army.mil
EMAILDESC: 
CITE: (W-358 SN014979)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: A--TANK AUTO ENG D
CNT DAAE0789CR080P00023
AMT $500,000
DTD 121696
TO General Dynamics Land Systems, 38500 Mound Rd Sterling Hts,
   MI483103260
CITE: (I-355 SN014458)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Defense Special Weapons Agency, 6801 Telegraph Rd., Alexandria,
  VA 22310-3398
SUBJECT: A--EXERCISE OF OPTION - SOW PARAGRAPH 3.5.3
POC Michael Jackson, Negotiator, (703) 325-9211, Edward Archer,
  Contracting Officer, (703) 325-5028.
CNT DNA001-94-C-0157-P00008
AMT $345,962.00
LINE N/A
DTD 121896
TO Mission Research Corporation, P.O. Drawer 719, 735 State Street,
  Santa Barbara, CA 93102-0719
CITE: (I-358 SN014756)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: DHHS,PHS,Centers for Disease Control and Prevention,
  Program Acquisition Branch (Washington), 6525 Belcrest Road,
  Room 1170, Hyattsville,    MD 20782
SUBJECT: B--SECOND LONGITUDINAL STUDY OF AGING
POC Sharon Gayle, Contract Specialist, Ronald Atherholt, Contracting
  Officer, Centers for Disease Control and Prevention, (301)
  436-7007
CNT 200-97-7001
AMT $1,299,729.00
DTD 091196
TO National Opinion Research Center, University of Chicago, 1155
  E. 60th Street, Chicago, Illinois 60637
CITE: (D-358 SN014993)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: GSA, Public Buildings Service (7PMC),Property Management
  Div,819 Taylor Stre et,Fort Worth,TX 76102-6105
SUBJECT: C--SUPPLEMENTAL A/E SERVICES FOR THE STATE
POC Contact,Jan Elizondo,817/978-3508,Contracting Officer,Janice
  M. Elizondo,81 7/978-3508
CNT GS-07P-96-HUD-0042
AMT $0
DTD 122096
TO Waggoner & Moses, JV,909 Poydras St., Suite 2150,New Orleans,LA
  70112-1034! ! 17.  N/A
CITE: (I-355 SN014445)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U.S. Army Corps of Engineers, Philadelphia, Wanamaker
  Building, 100 Penn Square East, Philadelphia, Pennsylvania
  19107
SUBJECT: C--INFINITE DELIVERY OF ARCHITECT-ENGINEER DESIGN SERVICES
  FOR CIVIL WORKS
POC Stephanie McGowan, Contract Specialist, (215) 656-6776.
CNT DACW61-97-D-0001
AMT NTE: $500,000.00
DTD 121296
TO Modjeski & Masters, Incorporated, Rossmoyne Business Center,
  4909 Louise Drive, Mechanicsburg, Pennsylvania 17055
CITE: (M-358 SN014985)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Defense Reutilization and Marketing Service, drms-ph
  contracting,  74 Washington Avenue, North, Battle Creek, MI
  49017-3092
SUBJECT: F--DISPOSAL SERVICES AND OPERATIONAL SUPPORT
POC Contact point:  Mr. Jim Wofford, contracting officer,  DRMS-PHE,
  (616)961-5965/(fax)(616)961-4417
CNT SP4400-97-D-0051/SOLICITATION SP4400-96-R-0027
AMT $2,188,675.00
DTD 121196
TO OMEGA environmental services, Inc., 4661 hammermill Road,
   Suite B, Tucker, GA 30084
CITE: (I-355 SN014437)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: U.S. Army Space Command, ATTN:  MOSC-SC, 1670 N. Newport
  Rd., Suite 211, Colorado Springs, CO  80916-2749
SUBJECT: J--DEFENSE SATELLITE COMMUNICATION SYSTEM OPERATION
  CONTROL SYSTEM SUPPORT SERVICES (DOCS3)
CNT DASG62-97-C-0001
AMT $73,857,861
LINE All Line Items
DTD 122096
TO Stanford Telecommunications, Inc., SATCOM Ground Systems,
  (SGS), 5009 Centennial Blvd, Colorado Springs, CO 80919-2401
CITE: (I-355 SN014429)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: J--SERVICES IAW ATTACHED PWS
CNT F41650-97-C-7000
AMT $1,498,000
DTD 111996
TO Record Systems Inc, 11 Burwood Ln, San Antonio Tx 78279 0905
CITE: (I-358 SN014688)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of Veteran Affairs Medical Center, Contracting
  Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199
SUBJECT: J--PM&E-ELEVATORS
POC Susan Newton, Contracting Officer
CNT V586P-3152
AMT $44,750
LINE 1-18
DTD 121996
TO MONTGOMERY-KONE, INC. 197 INTERSTATE DR SUITE E, RICHLAND,MS
  39218
CITE: (I-358 SN014765)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT,
  1300 E AVENUE, FORT LEE VA 23801-1800
SUBJECT: J--PROVIDE UNLIMITED, UNSCHEDULED MAINTENANCE/REPAIR
  OF ALL HOBART BRAND (AND SOME MISCELLANEOUS) FOOD PROCESSING
  EQUIPMENT AT VARIOUS COMMISSARIES LOCATED IN THE SOUTHWEST
  REGION.
POC Contract Specialist ROBYN P. BARKLOW (804) 734-8391 Contracting
  Officer JOHN P. LAVINUS III (804) 734-8547 (Site Code DECA01)
CNT DECA01-97-C-0004
AMT $329,058
DTD 122096
TO HOBART CORPORATION, EXECUTIVE OFFICES, 701 RIDGE AVENUE, TROY,
  OH 45374-0001
CITE: (I-358 SN014844)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: General Services Administration, Emmett J. Bean Finance
  Center, 8899 East 56th Street, Column 123D, Indianapolis, IN
  46249
SUBJECT: J--CARPET INSTALLATION, EMMETT J. BEAN FINANCE CENTER,
  8899 EAST 56TH STREET, INDIANAPOLIS, IN 46249
POC Beverly J. Fundersol, (317) 542-2169; or Pete Stankiewicz,
  (317) 542-2028.
CNT GS05P97SRC0005
AMT $16,994.00
DTD 121396
TO J.R. Floorcovering, 7667 Continental Dr., Indianapolis, IN
  46158
CITE: (M-358 SN014900)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: J--GENERAL REPAIRS BARGE
POC R. Spalding
CNT N00406-97-M-E619
AMT $72,882
LINE N/A
DTD 120696
TO giannottr corp 401 alexander ave tacoma wa 98421
CITE: (I-358 SN014953)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FISC Norfolk Detachment Philadelphia, 700 Robbins Ave.,
  Bldg. 2B., Philadelphia, PA 19111-5084
SUBJECT: J--PROGRAMMING SUPPORT
POC Sharon Phillips, Contract Negotiator, (215)697-9687.
CNT N0014097CG225(N0014096R2913)
AMT $74,483.00
LINE 0001-0002
DTD 122096
TO Advanced Communications Systems Inc 10089 Lee Highway Fairfax
  Va 22030 SYN 069.
CITE: (I-358 SN014973)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: K--ALR-67 RADAR WARNING RECEIVER KITS FOR F-14 AIRCRAFT
POC Contact, MICHAEL SMITH, Phone (703)604-6100
CNT N00019-96-G-0089 (Synopsis no. 20197-96)
AMT $4,080,996
LINE N/A
DTD 122096
TO NORTHROP GRUMMAN CORPORATION, SOUTH OYSTER BAY ROAD, BETHPAGE,
  NY 11714 
CITE: (I-358 SN014964)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: U.S. Department of Labor, Office of Job Corps, Region
  V, 230 S. Dearborn, Chicago, Illinois 60604
SUBJECT: M--OPERATION OF THE FLINT/GENESEE JOB CORPS CENTER
POC Contracting Officer, Cato W. Howard, Jr., for information
  contact Lynn D. Owens at (312) 353-2773.
CNT RFP No. 5-JC-964-26
AMT $11,065,767.00
DTD 121896
TO Vinnell Corporation, 12150 E. Monument Drive, Fairfax, Virginia,
  22033-4053
CITE: (M-358 SN014988)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Chief, A&MMS (90), VA Outpatient Clinic, 543 Taylor Avenue,
  Columbus, OH 43203-1278
SUBJECT: Q--SPECIALIZED MEDICAL RESOURCES - HEMODIALYSIS TREATMENTS
POC Contracting Officer: Greg Hanks, 614.257.5522; Additional
  Contact: Don Anderson, 614.257.5524
CNT V757P-0317
AMT $227,401
LINE All
DTD 122096
TO The Ohio State University, University Medical Center, 168
  Doan Hall, University Hospital, 450 W 10th Street, Columbus,OH
  43210
CITE: (I-355 SN014413)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: North Central Regional Contracting, 1300 Metropolitan
  Ave, Leavenworth, KS 66048
SUBJECT: Q--MEDICAL SERVICES
POC Stefanie Kongable, Contract Specialist, (913) 682-8700, ext.
  613.
CNT J164c-307, RFP 164-0203
AMT $19,760.00
LINE 5
DTD 121096
TO Transitions, 20320 Crawford Avenue, Matteson, Illinois 60443
CITE: (I-358 SN014766)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: North Central Regional Contracting, 1300 Metropolitan
  Ave, Leavenworth, KS 66048
SUBJECT: Q--MEDICAL SERVICES
POC Stefanie Kongable, Contract Specialist, (913) 682-8700, ext.
  613.
CNT J164c-308, RFP 164-0203
AMT $7,670.00
LINE 10
DTD 121096
TO Nurses, Inc., d/b/a NI Health Care Services, 2 Mid America
  Plaza, Suite 1070, Oak Brook Terrace, Illinois 60181
CITE: (I-358 SN014767)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: North Central Regional Contracting, 1300 Metropolitan
  Ave, Leavenworth, KS 66048
SUBJECT: Q--MEDICAL SERVICES
POC Stefanie Kongable, Contract Specialist, (913) 682-8700, ext.
  613.
CNT J164c-310, RFP 164-0203
AMT $4,200.00
LINE 9
DTD 121096
TO Bone and Joint Surgeons, Ltd., 20303 S. Crawford Avenue, Olympia
  Fields, Illinois 60461
CITE: (I-358 SN014768)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: North Central Regional Contracting, 1300 Metropolitan
  Ave, Leavenworth, KS 66048
SUBJECT: Q--MEDICAL SERVICES
POC Stefanie Kongable, Contract Specialist, (913) 682-8700, ext.
  613.
CNT J164c-312, RFP 164-0203
AMT $10,712.92
LINE 2, 4, 8
DTD 121096
TO National Medical Staffing, Inc., 1224 Coloma Way, Roseville,
  California 95661
CITE: (I-358 SN014769)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
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
POC Charles Lipthrott or Michael Swan.
CNT H04C97001109000 from RFP: DU204-R-96-0026
AMT $20,000.00
LINE B-3(A) (AREA 4)
DTD 122096
TO Stewart Title of Mobile, 740 Hillcrest Road - Bldg E, Mobile,
  AL 36695
CITE: (I-358 SN014725)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--PATRIOT SUPPORT SERVICES (OPTION EXERCISE)
POC (PCF) Queen Miller, Contract Specialist, AMSMI-AC-CFHA, (205)
  842- 7409, Janice A. Daniels, Contracting Officer, AMSMI-AC-CFHA,
  (205) 876-7321.
CNT DAAH01-94-C-A007/P00010
AMT $89,115.40
LINE N/A
DTD 122396
TO CAS Incorporated 650 Discovery Drive, P O Box 11190, Huntsville,
  AL, 35806
CITE: (I-358 SN014970)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: GSA Property Mgmt. Center Contracts Br.,Atrium West,
  Suite 121,7771 West Oak land Pk Blvd,Sunrise,FL 33351
SUBJECT: S--PROVIDE JANITORIAL SERVICE FOR THE
POC Contact,Norman Washington,954/356-7688,Contracting Officer,Pamela
  D. Kelley ,954/356-7685
CNT GS-04P-96-LCC-0033
AMT $38400
DTD 120296
TO BSI of New York, Inc.,P.O. Box 443,Newtown,PA 18940
CITE: (I-355 SN014444)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration (8PM),Public Buildings
  Service,P. O. Box 255 46,Denver,CO 80225-0546
SUBJECT: S--CUSTODIAL SERVICES,  PEMBINA, ND
POC Contact,Alison B. Sullivan,303/236-1770,Contracting Officer,Alison
  Sullivan ,303/236-1770
CNT GS-08P-96-JCC-0512
AMT $82812
DTD 122096
TO Clean Sweep, Inc.,2863 S. Mabbett Avenue,Milwaukee,WI 53207
CITE: (I-355 SN014447)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--SOLID WASTE DISPOSAL
POC Theresa L. Wells or Katherine R. Miles, (816) 926-7078
CNT GS06P96GXC0146
AMT $59,678
DTD 121896
TO Waste Management of St. Louis, 11937 Dorsett, Maryland Heights,
  MO 63043
CITE: (W-358 SN014663)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Department of the Treasury, Internal Revenue Service,
  (M:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD 20745
SUBJECT: T--IRS MULTIMEDIA COMMUNICATIONS SERVICES
POC Contracting Officer, Steven G. VanderLinden, 202-283-1379
CNT TIRNO-97-D-00003 /IRS-96-0025
AMT $31,864,972
LINE ALL
DTD 122096
TO EMMERLING POST, 415 MADISON AVENUE, 2nd FLoor, NEW YORK,,
  NY 10017
CITE: (I-358 SN014840)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Term Contracts Division,
  Printing Procurement Department, Stop: PPC, Room A843, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C474-S
AMT $85,513.00
DTD 121996
TO Potomac Printing, Inc., 84 S. Early Street, Alexandria, VA
  22304
CITE: (M-358 SN014982)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 421-669 etc.
AMT $66,103.00
DTD 121996
TO Gateway Press, Inc., 4500 Robards Lane, Louisville, KY 40218
CITE: (M-358 SN014999)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Term Contracts Division,
  Printing Procurement Department, Stop: PPC, Room A843, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C486-S
AMT $438,069.00
DTD 121296
TO Gateway Press, Inc., 4500 Robards Lane, Louisville, KY 40218
CITE: (M-358 SN015000)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd.,
  S.E. Atlanta, GA 30315
SUBJECT: U--DRAFTING INSTRUCTOR
POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX
  (404) 331-4409.
CNT 05-0216, RFQ 452-0057
AMT $27,348.00
LINE Instructor 2
DTD 120296
TO Donald Sutherland
CITE: (M-358 SN014918)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd.,
  S.E. Atlanta, GA 30315
SUBJECT: U--BUILDING TRADES VT INSTRUCTOR
POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX
  (404) 331-4409.
CNT 05-0211, RFQ 452-0055
AMT $26,712.00
LINE Instructor 1
DTD 120296
TO Wayne Sarvis
CITE: (M-358 SN014919)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd.,
  S.E. Atlanta, GA 30315
SUBJECT: U--BUILDING TRADES VT INSTRUCTOR
POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX
  (404) 331-4409.
CNT 05-0212, RFQ 452-0055
AMT $25,440.00
LINE Instructor 2
DTD 120296
TO Glennis Brown
CITE: (M-358 SN014920)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd.,
  S.E. Atlanta, GA 30315
SUBJECT: U--BUSINESS EDUCATION VT INSTRUCTOR
POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX
  (404) 331-4409.
CNT 05-0213, RFQ 452-0056
AMT $26,712.00
LINE Instructor 1
DTD 120296
TO Paul Maddox
CITE: (M-358 SN014921)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd.,
  S.E. Atlanta, GA 30315
SUBJECT: U--BUSINESS EDUCATION VT INSTRUCTOR
POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX
  (404) 331-4409.
CNT 05-0214, RFQ 452-0056
AMT $26,712.00
LINE Instructor 2
DTD 120296
TO Kimberley Westbrook
CITE: (M-358 SN014922)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd.,
  S.E. Atlanta, GA 30315
SUBJECT: U--DRAFTING INSTRUCTOR
POC Rebecca Canfield, Contract Specialist, (404) 635-5637, FAX
  (404) 331-4409.
CNT 05-0215, RFQ 452-0057
AMT $25,440.00
LINE Instructor 1
DTD 120296
TO Carol Ann Moyes
CITE: (M-358 SN014923)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA Forest Service, Pacific Northwest Region, 333 SW
  First Avenue, PO Box 3623, Portland, Oregon 97208-3623
SUBJECT: Y--ROAD 70 RELOCATION, WHITE RIVER RANGER DISTRICT,
  PIERCE COUNTY, WA
POC Contact, Procurement & Property Management, 503/326-3581
CNT 50-04H1-7-8350
AMT S1,147,126.76
LINE N/A
DTD 121996
TO Southworth and Sons, Inc., 50620 Enumclaw-Chinook Highway,
  Enumclaw, WA 98022-2015
CITE: (I-358 SN014770)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
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--MITIGATION AREA TERRACING, CORPUS CHRISTI SHIP CHANNEL
  (45 FOOT PROJECT) NEUCES COUNTY, TEXAS
POC Contracting Officer Mary A. Monnell (409) 766-3851 (Site
  Code DACW64)
CNT DACW64-97-C-0006
AMT $245,388
DTD 122096
TO KING FISHER MARINE SERVICE INC, PO BOX 108, PORT LAVACA, TX
  779790108
CITE: (I-358 SN014846)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USPFO For Missouri, Purchasing and Contracting, 7101
  Military Circle, Jefferson City, Missouri 65101-1200
SUBJECT: Y--REPAIR ROOF, BUILDING 1
POC Contract Specialist, Kerrey Renkemeyer, (573) 526-9550.
CNT DAHA23-97-C-0001
AMT $304,975.00
DTD 121096
TO KAW Roofing and Sheet Metal, Incorporated, 2105 North 13th
  Street, Kansas City, Kansas 66104
CITE: (M-358 SN015002)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, PBS,Property Management-6PMT,1500
  E Bannist er, Rm 2135,Kansas City,MO 64131-3088
SUBJECT: Z--DFAS OFFICE CONVERSION
POC Contact,Peggy Jewett,816/926-5317,Contracting Officer,Peggy
  S. Jewett,816/9 26-5317
CNT GS-06P-96-GYC-0036
AMT $1468036
DTD 121796
TO CW Luebbert Const. Co., I,8422 South 7 Highway,Blue Springs,MO
  64014
CITE: (I-355 SN014446)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Directorate Of Contracting/Oo-Alc Pko, Oo-Alc 6038 Aspen
  Avenue  Bldg 1289 Ne, Hill Air Force Base, Ut 84056-5000
SUBJECT: Z--REPAIR BASEBALL LIGHTS
CNT F42650-97-M-2715, F42650-96-T-B119
AMT $41,803
DTD 121896
TO Schoonmaker Electro Mechanical, 2671 West 1900 North, Ogden
  Ut  84404-9757
CITE: (I-358 SN014711)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: SOUTHWESTNAVFACENGCOM (Code 0212), 1220 Pacific Highway,
  San Diego, CA 92132-5187
SUBJECT: Z--UST/AST MONITORING AT THE USMC LOGISTICS BASE, BARSTOW,
  CALIFORNIA
POC Contract Specialist, Julie Torres/Contracting Officer, Alice
  Barker.
CNT N68711-95-C-7767
AMT $74,970.00
LINE N/A
DTD 122096
TO A.E. Schmidt Environmental, 16509 Saticoy Street, Van Nuys,
  CA 91406
CITE: (I-358 SN014746)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer In Charge Of Construction, 632Laguna Street,
  Code       831000E, Naval Air Weapons Station (NAWS) Point
  Mugu, Ca, 93042-5031
SUBJECT: Z--REPAIR AIRFIELD PAVMENTS FOR THE NAVAL AIR WEAPONS
        STATION, POINT MUGU, CA
POC Tom George, Contract Specialist, (805) 989-8154
CNT N62474-96-C-9541
AMT $391,720.02
DTD 111996
TO To: Universal Asphalt, Co., Inc., 10610 S. Painter Avenue,
        Santa Fe Springs, Ca 90670
CITE: (D-358 SN014818)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer In Charge Of Construction, 632Laguna Street,
  Code       831000E, Naval Air Weapons Station (NAWS) Point
  Mugu, Ca, 93042-5031
SUBJECT: Z--REPAIR AIRFIELD PAVMENTS FOR THE NAVAL AIR WEAPONS
        STATION, POINT MUGU, CA
POC Tom George, Contract Specialist, (805) 989-8154
CNT N62474-96-C-9541
AMT $391,720.02
DTD 111996
TO To: Universal Asphalt, Co., Inc., 10610 S. Painter Avenue,
        Santa Fe Springs, Ca 90670
CITE: (D-358 SN014821)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U. S. ARMY CORPS OF ENGINEERS, CONTRACTING DIVISION,
  P. O. BOX 1229, GALVESTON TX 77553-1229
SUBJECT: Z--DREDGING ENTRANCE CHANNEL, BRAZOS ISLAND HARBOR,
  TEXAS IN CAMERON COUNTY, TEXAS
POC Contracting Officer Mary A. Monnell (409)766-3851 (Site Code
  DACW64)
CNT DACW64-97-C-0007 IFB NO. DACW64-97-B-0002
AMT $2,864,900
DTD 121996
TO GULF COAST TRAILING COMPANY, PO BOX 20116, NEW ORLEANS, LA
  70141-0116
CITE: (I-358 SN014845)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: COMMANDER, USA WHITE SANDS MISSILE RANGE, STEWS-DOC,
  WSMR NEW MEXICO 88002-5201
SUBJECT: Z--MODERNIZATION OF INTERIOR/EXTERIOR OF COMMERCIAL
  BUILDINGS
POC Edna T. Hakenson, Contract Specialist, at (505) 678-4936
  or Norbert F. Dupre, Contracting Officer, (505) 678-5134. (Site
  Code DAAD07)
CNT DAAD07-97-D-0101
AMT $3,000,000
LINE 0001 through 2662
DTD 122096
TO SAUCEDO BROTHERS INC, ATTN ALFREDO SAUCEDO, 7124 N MESA, EL
  PASO, TX 79912
CITE: (I-358 SN014856)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USAED WILMINGTON DISTRICT, CONTRACTING DIVISION W81LJ8,
  PO BOX 1890 (DARLINGTON AVE 28401-1343), WILMINGTON NC 28402-1890
SUBJECT: Z--MAINTENANCE DREDGING IN MOREHEAD CITY HARBOR (OCEAN
  BAR) & WILMINGTON HARBOR, NC (OCEAN BAR) (IFB DACW54-97-B-0004)
POC Contracting Officer SHERREL SHOLAR-JACKSON (910) 251-4866
  (Site Code DACW54)
CNT DACW54-97-C-0012
AMT $4,241,500
DTD 121996
TO NATCO LIMITED PARTNERSHIP, 2122 YORK ROAD, OAK BROOK, IL 60521
CITE: (I-358 SN014858)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Guantanamo NAVFACENGCOM Contracts, NAVBASE,
  PSC 1005, Box 37, FPO AE 09593-0137
SUBJECT: Z--REMOVE AND REPLACE UNDERGROUND STORAGE TANKS, U.S.
  NAVAL STATION, GUANTANAMO BAY, CUBA
POC Contact the Overseas Operator and ask for U.S. Naval Base,
  Guantanamo Bay, Cuba, Ext. 4162, or direct dial 011-53-99-4162
  and ask for Mrs. Jeanette Sweeting, Contract Specialist or
  FAX to 011-53-99-4896.
CNT N62470-96-C-6833
AMT $2,889,387.00
DTD 120496
TO Islands Mechanical Contractor, Incorporated, 526 Stockton
  Street, Jacksonville, FL 32204
CITE: (M-358 SN014984)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC GUANTANAMO NAVFACENGCOM Contracts, NAVBASE,
  PSC 1005, Box 37, FPO AE 09593-0137
SUBJECT: Z--AIR CONDITIONING SYSTEM, W.T. SAMPSON ELEMENTARY
  SCHOOL, U.S. NAVAL BASE, GUANTANAMO BAY, CUBA
POC Contact the Overseas Operator and ask for U.S. Naval Base,
  Guantanamo Bay, Cuba, Ext. 4162, or direct dial 011-53-99-4162
  and ask for Mrs. Jeanette Sweeting, Contract Specialist or
  FAX to 011-53-99-4896.
CNT N62470-94-C-1542
AMT $899,700.00
DTD 120496
TO Islands Mechanical Contractor, Incorporated, 526 Stockton
  Street, Jacksonville, FL 32204
CITE: (M-358 SN014987)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--DISK, OUTER.
SOL 96TQ78-02-P-0700
CNT SP0750-97-W-5613
AMT $26,821.08
LINE 0001 THROUGH 0002
DTD 122096
TO Rockford Powertrain Inc 1200 Windsor Rd P O Box 2908 Rockford
  IL  61132-2908
CITE: (I-357 SN014553)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA) Attn: AMSTA-AC-PCC (WVP), Rock Island , IL
  61299-7630
SUBJECT: 10--RIFLE, COLT MODEL R0705 & M203 G.L., COLT COMMERCIAL
POC Contract Specialist: Addy Tkatch (309) 782-5313, PCO: Brian
  W. Schmidt (309) 782-8490
CNT DAAE20-97C0029/P00001
AMT $996,167
LINE N/A
DTD 122096
TO Colt's Manufacturing Company, Inc., P. O. Box 1868, Hartford,
  CT 06144-1868
CITE: (I-358 SN014783)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Armament and Chemical Acquisition and Logistics
  Activity (ACALA), Attn: AMSTA-AC-PCC (WWI), Rock Island, IL
  61299-7630
SUBJECT: 10--BRUSH AND BAG ASSEMBLY
POC Contract Specialist: Elizabeth Langdon (309) 782-6807, PCO:
  Barry R. Hartleben (309) 782-7116
CNT DAAE20-97C0065
AMT $39,332
LINE N/A
DTD 121996
TO Break-Free Inc., 1035 S. Linwood Ave., Santa Ana, CA 92705
CITE: (I-358 SN014943)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
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--BASIC CONTROL UNIT
POC Wanda Baker, AC-CDC, 6-3046, Contract Specialist.
CNT DAAH01-92-G-0001/0082/01
AMT $156,276.00
LINE N/A
DTD 122096
TO Hughes Technical Services 1665 Hughes Way Bldg A2 Long Beach,
  CA 90810-1835
CITE: (I-358 SN014937)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--COVER, ACCESS
SOL SP0460-96-X-6177
CNT SP0460-97-M-4551
AMT $51,640.00
LINE 0001
DTD 122096
TO H A C Corp 537 Camden Dr P.O.Box 531166 Grand Prairie TX 75053
CITE: (I-357 SN014471)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--CABLE GUIDE, LIFE RA
SOL SP0460-96-Q-XW49
CNT SP0460-97-M-4514
AMT $30,659.00
LINE 0001
DTD 122096
TO Orlotronics Corp 401 E 4TH St Bridgeport PA 19405-1815
CITE: (I-357 SN014477)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--WEDGE ASSY, TRAILING
SOL SP0460-97-Q-C090
CNT SP0460-97-M-4565
AMT $25,905.00
LINE 0001
DTD 122096
TO Ellcott Mfg Co Vernon Industrial Pk Bldg 2 P O Box 2415 Vernon
  CT  06066
CITE: (I-357 SN014499)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--MANUAL INPUT ASSEMB
SOL SP0460-96-X-4214
CNT SP0460-97-M-2443
AMT $44,799.56
LINE 0001
DTD 122096
TO Talley Corp the DBA Teleflex control systems 1950 Williams
  Dr  Oxnard CA 93030
CITE: (I-357 SN014481)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--DEFLECTOR, BALL
SOL SP0460-97-Q-C024
CNT SP0460-97-M-4531
AMT $68,672.00
LINE 0001
DTD 122096
TO Thomson Saginaw Ball Screw Co Inc 628 N Hamilton St Saginaw
  MI  48602-4301
CITE: (I-357 SN014505)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--SHELL, BLADE, PROPELLER.
SOL 97T546-52-P-0700
CNT F09603-94-G-0038-UB56
AMT $93,675.70
LINE 0001AA THROUGH 0003
DTD 122096
TO United Technologies Corp Hamilton Standard Div 1 Hamilton
  Rd  Windsor Locks CT 06096-1010
CITE: (I-357 SN014551)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--CAM, ANTI-FLAP, ROTARY WING HEAD.  STEEL CASTING
SOL SP0740-96-Q-GD01
CNT SP0740-97-M-4008
AMT $44,000.25
LINE 0001 THROUGH 0002
DTD 122096
TO Boggs and associates 3555 E Fulton St Columbus OH 43227-1126
CITE: (I-357 SN014562)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--CYLINDER BLOCK, HYDRAULIC
SOL SP0740-96-X-S330
CNT SP0740-97-M-9044
AMT $39,583.89
LINE 0001
DTD 122096
TO Kampi Components Co., Inc.  210 Route 13 Bristol, PA 19007
CITE: (I-357 SN014572)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--FILTER ELEMENT, FLUID.
SOL SP0740-97-Q-0151
CNT F09603-95-G-0013-UB6H
AMT $49,243.50
LINE 0001AA THROUGH 0001AB
DTD 122096
TO Pall Aeropower Corp Sub of Pall Corp 6301 49TH St N Pinellas
  Park  FL 34665-5798
CITE: (I-357 SN014575)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--RING, OIL SEAL. END ITEM C118, C123, C131, T29
SOL SP0740-97-Q-0162
CNT SP0740-97-M-1554
AMT $57,752.26
LINE 0001 THROUGH 0003
DTD 122096
TO Campbell Industries 1604 E Harding Way Stockton CA 95205
CITE: (I-357 SN014583)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--STATOR ASSEMBLY, ACTUATOR.
SOL SP0750-96-Q-9791
CNT SP0750-97-M-7160
AMT $56,833.26
LINE 0001 THROUGH 0002
DTD 122096
TO Gec-Marconi Aerospace Inc 110 Algonquin Pky Whippany NJ  07981-1640
CITE: (I-357 SN014584)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 16--PUSH ROD ASSY, DAAJ09-96-R-0420
POC ATTN: AMSAT-A-PLBA, Thelma Collins, Contract Specialist (314)263-
  2048, or June Tharp, Contracting Officer, (314)263-0800; FAX
  (314)263- 9012.
CNT DAAJ09-97-D-0045, 0001, Firm Fixed Price 5 Year Indefinite
  Delivery/ Quantity contract, Min/Max Qty 81/722. The dollar
  amount below is based on the minimum quantity.
AMT $52,974.00
LINE N/A
DTD 121896
TO TEK Precision Co., Ltd, 205 W. Industry Ct, P.O. Box 9020,
  Deer Park, NY 11729-9020
CITE: (I-358 SN014757)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U. S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO 63120-179
SUBJECT: 16--CUFF ASSEMBLY, NSN: 1615-01-099-2341, P/N: 70150-09109-041
POC Mary Deutschmann, Contract Specialist, 314-263-0515, or June
  P. Tharp, Contracting Officer, 314-263-0800, FAX No. x9012.
CNT DAAJ09-97-D-0067, Sol DAAJ09-96-R-0421, 3 year Indefinite
  Delivery- Indefinite Quantity (IDIQ), Min/Max 590/1722 each.
  The dollar amount below is based on the minimum quantity.
AMT $2,943,510.00
LINE 0001AA
DTD 122096
TO Sikorsky Aircraft Corp., 6900 Main St., P. O. Box 9729, Stratford,
  CT 06497-9129.
CITE: (I-358 SN014758)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
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 63120-179
SUBJECT: 16--CYLINDER ASSY, NSN: 1615-01-085-5319, P/N: 70106-08001-042
POC Anglea Clark, Contract Specialist, (314)263-0799 or Daniel
  Fuller, Contracting Officer, (314) 263-2555.
CNT DAAJ09-97-C-0071, sol DAAJ09-96-R-0626
AMT $69,015.00
LINE 0001AA AND 0002
DTD 122196
TO Wil-Nic, Inc., 112-37 Roosevelt Avenue, Corona, New York 11368-2623
CITE: (I-358 SN014779)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 17--LOCK, AIRCRAFT GROUND SAFETY, EJECTION SEAT.
SOL SP0740-96-Q-0378
CNT SP0740-97-M-6609
AMT $30,222.00
LINE 0001 THROUGH 0005
DTD 122096
TO Laumann Mfg Corp 155 Comac St Ronkonkoma NY 11779
CITE: (I-357 SN014558)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 17--LEG EXTENSION KIT. EXCEPTION DATA AS FOLLOW:
SOL SP0770-97-Q-MA46
CNT SP0770-97-M-EA48
AMT $33,000.00
LINE 0001
DTD 122096
TO Regent Mfg. Inc.  11905 regentview Ave P O Box 39721 Downey
  CA  90241-5587
CITE: (I-357 SN014559)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
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--ADAPTER ASSY ENGINE/APPL F15 ACFT --1730001556078
CNT F41608-97-C-0161, F41608-96-R-0252
AMT $99,925
DTD 121896
TO Sunbelt Design & Development, 731 Perez, San Antonio Tx  78207-0000
CITE: (I-358 SN014673)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box
  215,Portsmouth,VA,23705-0215
SUBJECT: 19--USS SHREVEPORT (LPD-12), SSP 092-97, TAV
CNT Job Order 7044
AMT $51,242.00
LINE 0001, 0002, 0003
DTD 122096
TO Dreadnought Marine, Inc., 3200 E. Princess Anne Road, Norfolk,
  VA 23504
CITE: (I-358 SN014717)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--WINDOW, MARINE
SOL SP0490-97-X-K178
CNT SP0490-97-M-AE49
AMT $26,583.00
LINE 0001 THROUGH 0005
DTD 122096
TO Gec-Marconi Electronic Systems Corp ES Marine Div 550 S Fulton
   Ave Mount Vernon NY 10550-5010
CITE: (I-357 SN014480)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
   Center (AMSTA-AQ-DS), Warren, MI 48397-5000
SUBJECT: 23--M1022A1 DOLLY S
CNT DAAE0793DJ0010009
AMT $5,166,180
DTD 121696
TO Engineered systems Co, 2550 market St Aston, PA190143426
CITE: (I-355 SN014457)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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-357 SN014632)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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-357 SN014633)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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-357 SN014634)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--FAN DUCT, RIGHT SIDE OIL COOLER. ON FULL
SOL SP0750-96-Q-9803
CNT SP0750-97-M-7188
AMT $29,900.00
LINE 0001 THROUGH 0002
DTD 122096
TO Lakewood Mfg Co DBA lmc 25100 Detroit Rd Westlake OH 44145-2533
CITE: (I-357 SN014556)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 25--SHAFT, AXLE, AUTOMOTIVE.
SOL SP0750-97-Q-0003
CNT SP0750-97-M-4332
AMT $38,990.40
LINE 0001
DTD 122096
TO Military trucks and parts Inc Rd 5 P.O.Box 109 Somerset PA
  15501
CITE: (I-357 SN014574)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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, AIR, AIRCRAFT
SOL SP0480-96-Q-W753
CNT F34601-97-G-0002-TY15
AMT $25,248.24
LINE 0001 THROUGH 0002
DTD 122096
TO General Electric Supply Co Support Services Section 158 Gaither
   Drive Mt Laurel N J 08054-1716
CITE: (I-357 SN014497)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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, SHAFT
SOL SP0480-96-Q-W671
CNT SP0480-97-M-F394
AMT $39,514.80
LINE 0001AA THROUGH 0003
DTD 122096
TO Magnetic seal Corp 365 market St P O Box 445 P O Box 445 Warren
   RI 02885
CITE: (I-357 SN014502)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--SEAT, EXTAUST VALVE.
SOL SP0760-96-R-2683
CNT SP0760-97-C-4326
AMT $67,504.85
LINE 0001
DTD 122096
TO Coltec Industries Inc Fairbanks Morse engine Div 701 white
  Ave  beloit WI 53511-5447
CITE: (I-357 SN014555)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--PISTON, INTERNAL COMBUSTION ENGINE.
SOL SP0770-97-Q-MC28
CNT SP0770-97-M-AP11
AMT $81,306.75
LINE 0001 THROUGH 0002
DTD 122096
TO Minowitz Mfg Co 27941 Groesbeck Hwy Roseville MI 48066-2756
CITE: (I-357 SN014557)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--RING, PISTON.
SOL SP0740-96-Q-GC92
CNT SP0740-97-M-3988
AMT $34,456.00
LINE 0001 THROUGH 0003
DTD 122096
TO Cook Airtomic A Dover Resources Co. 916 S 8TH St P O Box 1038
   Louisville KY 40201-1038
CITE: (I-357 SN014560)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 28--RING, PISTON
SOL SP0770-96-X-MM33
CNT SP0770-97-M-AP06
AMT $29,899.44
LINE 0001 THROUGH 0004
DTD 122096
TO E S Components Co. 1922 S Smithville Rd. P.O.Box 20565 Dayton
  OH  45420-2854
CITE: (I-357 SN014579)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--OUTER SHELL/J69 ENGINE --2840011922385PE
CNT F09603-94-G-0026SA54, F41608-97-R-49017
AMT $2,203,026
DTD 122096
TO Teledyne Ryan Aeronautical, Tcae Turbine Engine Unit, 1330
   Laskey Rd, P O Box 6971, Toledo Oh 43612-0971
CITE: (I-358 SN014873)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--VANE; APPL: J85 ENGINE --2840001601692RX
CNT F41608-96-C-1168, F41608-96-R-49621
AMT $124,250
DTD 121796
TO Kerns Mfg Corp, 37-14 29th St, Long Island City Ny 11101-2612
CITE: (I-358 SN014874)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 28--DIESEL ENG REPAIR PARTS
POC J. Gregg
CNT N00406-97-D-5001
AMT $465,210
LINE N/A
DTD 122096
TO coltec industries inc 18926 13th pl so seattle wa 98148
CITE: (I-358 SN014945)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--PISTON, PRIMARY PUMP
SOL SP0480-97-Q-J239
CNT SP0480-97-M-F427
AMT $31,356.00
LINE 0001 THROUGH 0002
DTD 122096
TO Carter J C Co Inc 671 W 17TH St Costa Mesa CA 92627
CITE: (I-357 SN014474)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--PISTON
SOL SP0480-97-Q-J045
CNT SP0480-97-M-F335
AMT $49,500.00
LINE 0001
DTD 122096
TO Arkwin Industries Inc 686 Main St Westbury NY 11590-5018
CITE: (I-357 SN014496)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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, FUEL-AIR MIXTURE
SOL SP0480-97-Q-J004
CNT SP0480-97-M-F424
AMT $43,015.40
LINE 0001 THROUGH 0002
DTD 122096
TO Eaton Corp Valve and Actuator Div 2338 Alaska Ave El Segundo
  CA  90245-4896
CITE: (I-357 SN014504)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--AIR CLEANER FILTER KIT. CONSISTS OF FILTER AND
CNT SP0750-97-C-2803
AMT $185,966.00
LINE 0001 THROUGH 0003
DTD 122096
TO TDC-UAC Inc sub of TDC Filter Mfg Inc 1331 S 55TH CT Cicero
  IL  60650
CITE: (I-357 SN014550)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--BOX, PROTECTIVE CONTROL (REVERSE POLARITY
SOL SP0750-97-Q-0082
CNT SP0750-97-C-2109
AMT $104,238.60
LINE 0001 THROUGH 0004
DTD 121896
TO Prestolite Electric Inc 2100 Commonwealth Blvd Suite 300 Ann
   Arbor MI 48105
CITE: (I-357 SN014571)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--NOZZLE, FUEL INJECTION.
SOL SP0750-96-Q-0463
CNT SP0750-97-M-0211
AMT $70,885.36
LINE 0001 THROUGH 0002
DTD 122096
TO Southern Specialty Products, Inc.  3822-D Commercial Court
   Martinez, GA 30907
CITE: (I-357 SN014578)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 29--CAM ASSEMBLY
SOL SP0500-96-Q-1087
CNT SP0500-97-M-U666
AMT $58,235.00
LINE 0001
DTD 122096
TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015
CITE: (I-357 SN014602)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 29--HANDLE, LEVER, THROTTLE
SOL SP0500-96-Q-ED53
CNT SP0500-97-M-V327
AMT $40,438.65
LINE 0001
DTD 122196
TO Adams Rite sabe IN "TL Inc 540 W Chevy Chase Dr Glendale CA
   91209
CITE: (I-357 SN014606)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 29--PARTS KIT, PUMP, OVER
SOL SP0500-97-Q-B901
CNT N00383-93-G-M111-TZGD
AMT $28,586.26
LINE 0001
DTD 122096
TO Sundstrand Aerospace 4747 Harrison Ave Rockford IL 61125-7002
CITE: (I-357 SN014610)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
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--BUTTERFLY ASSEMBLY, APPL: C-141, P/N: 42262 --2915012308565
CNT F41608-97-C-0130, F41608-96-R-38501
AMT $93,060
DTD 122096
TO Jc Carter Co Inc, 671 W 17th St, Costa Mesa Ca 92627-3605
CITE: (I-358 SN014879)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--SHAFT, SHOULDERED
SOL SP0770-97-Q-MB90
CNT SP0770-97-M-HP19
AMT $73,630.70
LINE 0001AA THROUGH 0002AB
DTD 122096
TO Leland Electrosystems Inc 740 E National Rd Vandalia OH  45377-3062
CITE: (I-357 SN014554)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEAR, BEVEL
SOL SP0740-96-Q-0437
CNT SP0740-97-M-6580
AMT $26,358.70
LINE 0001 THROUGH 0002
DTD 122096
TO General Electric Supply Co support services OPNS sub of General
   Electric Co 158 Gaither Dr Mount Laurel NJ 08054-1702
CITE: (I-357 SN014573)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--CONNECTING LINK, RIGID
SOL SP0740-96-R-0212
CNT N00383-93-G-B417-UBBB
AMT $99,518.30
LINE 0001 THROUGH 0002AB
DTD 122096
TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert
  St  Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516
CITE: (I-357 SN014577)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--SHAFT, SHOULDERED
SOL SP0770-96-Q-VG89
CNT SP0770-97-M-HP17
AMT $30,745.00
LINE 0001 THROUGH 0003
DTD 122096
TO Austin continental Industries Inc 3636 N talman Ave Chicago
  IL  60618-4711
CITE: (I-357 SN014580)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--SHAFT ASSEMBLY, FLEXIBLE.
SOL 97T260-42-P-0700
CNT SP0740-97-M-4011
AMT $25,662.42
LINE 0001 THROUGH 0002
DTD 122096
TO Elliott B W Mfg Co Inc 37 Milford St P O Box 773 Binghamton
  NY  13902
CITE: (I-357 SN014585)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Sa-Alc/Propulsion Directorate, 303 Wilson Blvd, Ste #3,
  Kelly  Afb, Texas 78241-5443
SUBJECT: 31--BEARING OPTION --3120012211132PT
CNT F34601-94-G-0028SATZ
AMT $45,555
DTD 120296
TO United Technologies Corp/Pratt And, Whitney Acft Group Govt
  Prod  Div, P O Box 109600, West Palm Beach Fl 33410-9600
CITE: (I-355 SN014440)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL
SOL SP0500-97-Q-C499
CNT SP0500-97-M-T238
AMT $70,062.00
LINE 0001
DTD 122096
TO Lipe-Rollway Corp Rollway Bearing Div 7600 Morgan Rd Liverpool
  NY  13088-3433
CITE: (I-357 SN014599)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, DUPLEX
SOL SP0500-96-Q-ME67
CNT SP0500-97-M-W044
AMT $83,520.00
LINE 0001 THROUGH 0002
DTD 122096
TO Kaydon Corp 2860 McCracken St P O Box 688 Muskegon MI 49443
CITE: (I-357 SN014607)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR
CNT SP0500-97-M-U745
AMT $51,180.00
LINE 0001 THROUGH 0004
DTD 122096
TO Barden Corp the Precision Bearings Div 200 Park Ave Danbury
  CT  06810-7505
CITE: (I-357 SN014608)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BUSHING, SLEEVE
CNT F34601-97-G-0002-TZ05
AMT $271,745.60
LINE 0002AA THROUGH 0003AD
DTD 122296
TO General Electric Supply Co Support Services Section 158 Gaither
   Drive Mt Laurel N J 08054-1716
CITE: (I-357 SN014612)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, ROLLER, NEEDLE
SOL 96TDN2-62-P-0500
CNT SP0500-97-M-R744
AMT $99,647.00
LINE 0001 THROUGH 0003
DTD 122096
TO Roller Bearing Co of America 400 Sullivan Way P.O.Box CN 77430
   Trenton NJ 08628-7430
CITE: (I-357 SN014617)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL ANNULAR
SOL SP0500-97-Q-7241
CNT SP0500-97-M-V364
AMT $72,228.00
LINE 0001
DTD 122196
TO MRC Bearings SKF Aerospace 402 Chandler Street Jamestown New
  York  14701
CITE: (I-357 SN014618)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, DOOR ASSEMBLY
SOL SP0500-96-R-A055
CNT SP0500-97-M-U611
AMT $49,290.00
LINE 0001 THROUGH 0009
DTD 122096
TO Esta products 16 Missouri Dr Warwick RI 02886-8117
CITE: (I-357 SN014619)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, DUPLEX
SOL SP0500-96-Q-PH33
CNT SP0500-97-M-U729
AMT $36,427.00
LINE 0001
DTD 122096
TO MPB Corp Miniature Precision Bearings Div Precision Pk P O
  Box  547 Keene NH 03431
CITE: (I-357 SN014623)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 31--BEARING ROLLER
POC M. Balahadia
CNT N00406-97-M-D446
AMT $48,000
LINE N/A
DTD 120696
TO arizona airfraft supply co 2643 w ivanhoe st chandler az 85224
CITE: (I-358 SN014946)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: COASTSYSTA Dahlgren Division, NSWC, 6703 West Highway
  98, Panama City, FL 32407-7001
SUBJECT: 38--CRANE ARTICULATING
POC Clarence Campbell, Purchasing Agent, (904)234-4853 Mark Ross,
  Contracting Officer, (904)235-5624.
CNT N61331-97-M-6099/N61331-97-Q-6008
AMT $48,290.00
LINE 0001
DTD 120996
TO Jim Hardee Equipment Company, Tampa FL, 33675
CITE: (I-358 SN014959)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 39--STORAGE AND RETRIEVER
SOL SP0500-97-Q-J077
CNT SP0500-97-M-V410
AMT $54,890.80
LINE 0001 THROUGH 0004
DTD 122196
TO Stanley Storage Systems Inc 11 Grammes Rd P.O.Box 1151 Allentown
   PA 18105-1151
CITE: (I-357 SN014601)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 39--PALLET, MATERIAL HANDLING
SOL SP0500-97-Q-C714
CNT SP0500-97-M-V264
AMT $35,750.00
LINE 0001 THROUGH 0004
DTD 122096
TO Mount valley farms and lumber 1240 nawakwa Rd biglerville
  PA  17307-9728
CITE: (I-357 SN014616)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 40--Rope, Cable, Chain, and Fittings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 40--CHAIN ASSEMBLY, SLING
SOL SP0500-97-Q-D538
CNT SP0500-97-M-W009
AMT $39,560.00
LINE 0001 THROUGH 0002
DTD 122196
TO Systems and electronics Inc transport and load management
  systems  201 Evans Ln Saint Louis Mo 63121-1126
CITE: (I-357 SN014624)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--TURBINE MAIN FEED PUMP
POC M. Klose
CNT N00406-97-C-4026
AMT $217,050
LINE N/A
DTD 121796
TO coffin turbo pump 326 south dean street englewood nj 07631
CITE: (I-358 SN014947)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 44--COOLER FLUID
POC R. Jacobson
CNT N00406-97-M-E824
AMT $32,890
LINE N/A
DTD 121996
TO itt standard 175 stanard park way cheektowaga ny 14227
CITE: (I-358 SN014948)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 45--SINK, SCULLERY
SOL SP0500-96-Q-PM66
CNT SP0500-97-M-U392
AMT $47,000.00
LINE 0001
DTD 122196
TO Delta Industries Inc 1490 lindsay Blvd Idaho Falls ID 83405
CITE: (I-357 SN014611)

[Commerce Business Daily: Posted December 20, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 47--TUBE ASSY --4710002217159
CNT F09603-95-G-0015SA23, F41608-96-R-16236
AMT $222,240
DTD 121196
TO Abex/Nwl Aerospace, Div Of Pneumo Abex Corporation, 2220 Palmer
   Ave, Kalamazoo Mi 49001-0000
CITE: (I-355 SN014449)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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.
SOL SP0750-96-R-0624
CNT SP0750-97-M-7187
AMT $58,981.50
LINE 0001
DTD 122096
TO Titeflex Corp sub of Bundy Corp 603 Hendee St P.O.Box 90054
   Springfield MA 01139
CITE: (I-357 SN014561)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--COUPLING HALF, QUICK DISCONNECT.
SOL SP0740-97-Q-0077
CNT F09603-95-G-0027-UBBK
AMT $50,808.80
LINE 0001
DTD 122096
TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI  49203-1972
CITE: (I-357 SN014576)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--AIR DRIER AND COOLER, PIPELINE.  WITH SPECIAL
SOL SP0750-97-Q-0099
CNT SP0750-97-M-1245
AMT $61,440.00
LINE 0001 THROUGH 0008
DTD 122096
TO Windward enterprises 8049 Saddle Run Powell OH 43065
CITE: (I-357 SN014581)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 47--TUBE ASSY --4710002217159
CNT F41608-97-M-0474, F41608-97-R-16072
AMT $53,100
DTD 122096
TO Precision Mold & Tool Inc, 941 Isom Rd, San Antonio Tx 78216
   4136
CITE: (I-358 SN014894)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--MANIFOLD ASSEMBLY, VALVE.
SOL SP0740-97-Q-0004
CNT SP0740-97-M-7755
AMT $76,725.00
LINE 0001
DTD 122096
TO Whittaker Corp Whittaker Controls Div 12838 Saticoy St P O
  Box  3951 North Hollywood CA 91605
CITE: (I-357 SN014552)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, SOLENOID. 110 VOLTS AC, COPPER ALLOY BODY
SOL SP0760-97-Q-0057
CNT SP0760-97-M-3972
AMT $49,575.28
LINE 0001
DTD 122096
TO R P M supply Corp 5071 Brand Rd Dublin OH 43017-9530
CITE: (I-357 SN014582)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Sa-Alc/Aerospace Equipment/Ldkt, 485 Roosevelt Rd. Ste
  #7, Bldg  171, Kelly Afb, Texas 78241-6426
SUBJECT: 48--BUTTERFLY VALVE --4810012537542
CNT F41608-97-M-0580, F41608-97-R-16032
AMT $44,438
DTD 121796
TO Itt Fluid Technology Corp, Itt Aerospace Controls Div, 28150
   Industry Drive, Valencia Ca 91384-0000
CITE: (I-358 SN014895)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 49--CABLE ASSEMBLY, SPECIAL
SOL SP0450-96-Q-SL03
CNT SP0450-97-M-K531
AMT $28,716.66
LINE 0001
DTD 122096
TO Power plus Inc 550 parque Dr ormond Beach FL 32174-7530
CITE: (I-357 SN014493)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center
  Redstone Arsenal, AL 35898-5280
SUBJECT: 49--KEYBOARD AND FI
POC Terry Boone, 205-876-2170, Contract Specialist, Denise L.
  Owens, 205- 842-6517, Contracting Officer.
CNT DAAH01-92-G-0001, Order 0098
AMT $58,800.00
LINE N/A
DTD 121196
TO Hughes Technical Services Co 1665 Box 9399 M/S 1C270 Long
  Beach, CA 90810-1835
CITE: (I-358 SN014936)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 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--SPANNER WRENCH/APPL TF39 ENGINE --5120006782222PS
CNT F41608-97-C-0134, F41608-96-R-0261
AMT $98,000
DTD 121896
TO Wayne Trail Tool & Die Co, 203 E Park St, Fort Loramie Oh
   45845-9303
CITE: (I-358 SN014672)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--WASHER, NOZZLE-OVERHEAD
SOL SP0500-96-Q-ND01
CNT F42600-94-G-7559-TZ5B
AMT $85,477.50
LINE 0001 THROUGH 0004
DTD 122096
TO Boeing Co, The Defense and Space Group PO Box 3999 7755 E.
   Marginal Way Seattle WA.  98124-2499
CITE: (I-357 SN014600)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL RING, METAL
CNT SP0500-97-M-U451
AMT $98,430.00
LINE 0001AA THROUGH 0001AB
DTD 122096
TO Cook Airtomic A Dover Resources Co. 916 S 8TH St P O Box 1038
   Louisville KY 40201-1038
CITE: (I-357 SN014604)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--GASKET
SOL 96AA93-62-P-0500
CNT SP0500-97-M-V395
AMT $44,325.12
LINE 0001 THROUGH 0002
DTD 122196
TO R-way gasket and supply Co 1950 E sedgley Ave Philadelphia
  PA  19124-5622
CITE: (I-357 SN014605)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--RING, PISTON INSERT
SOL SP0500-96-R-0366
CNT SP0500-97-C-0032
AMT $70,500.00
LINE 0001
DTD 122096
TO Electro-Methods Inc 330 Governors Hwy P.O.Box 54 South Windsor
  CT  06074-2422
CITE: (I-357 SN014609)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SPRING, HELICAL, COMPRESSION
SOL SP0500-96-Q-SX93
CNT SP0500-97-M-N412
AMT $29,415.00
LINE 0001 THROUGH 0002
DTD 122296
TO Capital spring Co an affil of chestnut group Inc 515 bonham
  Ave  Columbus OH 43211
CITE: (I-357 SN014614)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--PARTS KIT, SEAL REPL
CNT SP0500-97-M-U578
AMT $41,000.00
LINE 0001 THROUGH 0002
DTD 122096
TO Tailored Logistics Corp 9517 Sugar Mill Dr Fort Wayne IN 46835
CITE: (I-357 SN014620)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--BOLT SHEAR
SOL SP0500-97-Q-E777
CNT SP0500-97-W-1132
AMT $32,760.00
LINE 0001
DTD 122196
TO Tps aviation Inc 1515 Crocker Ave Hayward CA 94544-7038
CITE: (I-357 SN014621)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SPACER, SLEEVE
SOL SP0500-97-Q-B308
CNT SP0500-97-W-1152
AMT $99,000.00
LINE 0001
DTD 122196
TO APEX Mfg Co Inc 7358 Radford Ave North Hollywood CA 91605
CITE: (I-357 SN014622)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--PACKING ASSEMBLY
SOL SP0500-96-Q-TA82
CNT SP0500-97-M-K059
AMT $34,300.00
LINE 0001
DTD 122196
TO Claremont sales Corp the 174 State St P.O.Box 952 Meriden
  CT  06450-0952
CITE: (I-357 SN014626)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, DRIVESHAFT
SOL SP0500-97-Q-7072
CNT SP0500-97-M-T432
AMT $34,716.00
LINE 0001 THROUGH 0002
DTD 122196
TO CR Industries Chicago Rawhide Mfg 900 North State Street Elgin
   Illinois 60123 2193
CITE: (I-357 SN014627)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--NUT SELF-LOCKING
SOL SP0500-97-Q-7032
CNT F34601-94-G-0029-TZ15
AMT $51,147.50
LINE 0001 THROUGH 0002
DTD 122196
TO Kitco Inc 1625 N Mountain Springs Pkwy P O Box 900 Springville
  UT  84663-0900
CITE: (I-357 SN014628)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 53--FASTENERS STUOS BOLTS
POC D. Grimes
CNT N00406-97-M-E784
AMT $32,745
LINE N/A
DTD 121996
TO gky industries 379-383 eighth st jersey city nj 07302-1881
CITE: (I-358 SN014949)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--LUMBER, SOFTWOOD, BOARD; IN ACCORDANCE
SOL SP0500-97-Q-C976
CNT SP0500-97-M-V308
AMT $39,920.00
LINE 0001 THROUGH 0004
DTD 122196
TO Miller M C lumber Co 304 E 3RD St P.O.Box 280 cle elum WA
   98922-1212
CITE: (I-357 SN014603)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 55--PLYWOOD
POC Contracting Officer, ROBINSON, DARLENE, 202/508-3964
CNT 1PI-C-2804-97
AMT $1,247,097
LINE 0001B - 0009B
DTD 121896
TO A LEAL TRADING COMPANY, LTD, 3035 DIRECTORS ROW #202, MEMPHIS,
  TN 38131
CITE: (I-358 SN014850)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 55--PLYWOOD
POC Contracting Officer, ROBINSON, DARLENE, 202/508-3964
CNT 1PI-C-2805-97
AMT $1,374,082
LINE 0001B - 0009B
DTD 121896
TO Bill Haley & Associates, P.O. Box 37250, HWY 27 N at S.R.
  270, Tallahassee, FL 32303
CITE: (I-358 SN014851)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 55--PLYWOOD
POC Contracting Officer, ROBINSON, DARLENE, 202/508-3964
CNT 1PI-C-2806-97
AMT $1,326,526
LINE 0001B - 0009B
DTD 121996
TO Weyerhaeuser Co., P.O. Box 367, Plymouth, FL 32768-0367
CITE: (I-358 SN014852)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 56--KIT TERRAZZO
POC M. Balahadia
CNT N00406-97-M-D047
AMT $25,160
LINE N/A
DTD 120596
TO american safety tech 565 eagle rock ave roseland nj 07068
CITE: (I-358 SN014950)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: 58--COMMUNICATION EQUIPMENT
POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent,
  Robert S. Kay, Contracting Officer
CNT N00604-96-M-F568
AMT $48,582
LINE 0001-0006
DTD 092796
TO Watkins-Johnson Co., 700 Quincy Orchard Rd., Gaithersburg,
  MD 20878(L)
CITE: (I-358 SN014750)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--FILTER, RADIO FREQUENCY INTERFERENCE
SOL SP0905-96-R-A051
CNT SP0905-97-C-0001
AMT $110,657.33
LINE 0001 THROUGH 0002AC
DTD 122196
TO Amphenol Corp Bendix connector OPNS 40-60 Delaware St sidney
  NY  13838-1395
CITE: (I-357 SN014523)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITAL
CNT SP0900-97-C-0001
AMT $969,388.14
LINE 0001AA THROUGH 0001AM
DTD 122096
TO Zeus Electronics 8200 Washington Villiage Dr Centerville OH
  45458
CITE: (I-357 SN014524)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRON TUBE
SOL 97T196-72-P-0900
CNT SP0960-97-M-1494
AMT $34,762.00
LINE 0001
DTD 122096
TO Thomas electronics Inc 100 riverview Dr Wayne NJ 07470-3104
CITE: (I-357 SN014525)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
SOL SPO970-96-Q-3898
CNT SP0970-97-M-0960
AMT $55,944.00
LINE 0001
DTD 122196
TO Datron/Transco Inc 200 W Los Angeles Ave Simi Valley CA  93065-1650
CITE: (I-357 SN014526)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITA
SOL SP0900-97-Q-0098
CNT SP0900-97-M-0054
AMT $81,645.44
LINE 0001 THROUGH 0003
DTD 122196
TO Zeus Electronics 8200 Washington Villiage Dr Centerville OH
  45458
CITE: (I-357 SN014533)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMPOSITION
SOL SP0900-97-Q-0093
CNT SP0900-97-M-0057
AMT $32,978.33
LINE 0001 THROUGH 0010
DTD 122096
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-357 SN014534)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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 SP0900-97-M-1572
AMT $96,400.00
LINE 0001 THROUGH 0001AB
DTD 121996
TO American nucleonics Corp 696 Hampshire Rd thousand oaks CA
  91359
CITE: (I-357 SN014535)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITA
CNT SP0900-97-M-1590
AMT $28,618.00
LINE 0001
DTD 122096
TO Zeus Electronics 8200 Washington Villiage Dr Centerville OH
  45458
CITE: (I-357 SN014536)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITA
CNT SP0900-97-M-1591
AMT $81,396.00
LINE 0001
DTD 122096
TO Zeus Electronics 8200 Washington Villiage Dr Centerville OH
  45458
CITE: (I-357 SN014537)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, FIXED, COMPOSITION
SOL SP0900-97-Q-0083
CNT SP0900-97-M-0056
AMT $30,378.78
LINE 0001
DTD 122096
TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414
CITE: (I-357 SN014539)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--GASKETING MATERIAL,
CNT SP0920-97-M-1540
AMT $29,800.00
LINE 7001 THROUGH 7002
DTD 122096
TO Foxtronix 2240 E central Ave miamisburg OH 45342-3629
CITE: (I-357 SN014540)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA
CNT SP0970-97-M-1695
AMT $41,250.00
LINE 0001 THROUGH 0002
DTD 122096
TO Dorne and Margolin Inc 2950 veterans Memorial Hwy Bohemia
  NY  11716-1023
CITE: (I-357 SN014541)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, VARIABLE, N
SOL 96TW24-82-P-0900
CNT SP0905-97-M-1204
AMT $93,060.00
LINE 0001
DTD 122096
TO BFGoodrich Co the ice protection system 1555 Corporate Woods
  Pky  Uniontown OH 44685-8799
CITE: (I-357 SN014542)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CONNECTOR, PLUG, ELEC
CNT SP0935-97-M-1686
AMT $33,862.50
LINE 0001 THROUGH 0002
DTD 122096
TO Amp Inc 2800 Fulling Mill Rd. P.O.Box 3608 Harrisburg PA 
  17105-3608
CITE: (I-357 SN014543)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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-2460
AMT $40,736.56
LINE 0001 THROUGH 7002
DTD 122096
TO Deutsch Co the Deutsch relays Inc Div 65 daly Rd East northport
   NY 11731-6304
CITE: (I-357 SN014544)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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
SOL SP0900-96-T-W311
CNT SP0930-97-M-2433
AMT $26,430.85
LINE 7001 THROUGH 7004
DTD 122096
TO Electro air Corp Div of Avnet Inc 500 Lake Ridge Dr SE Smyrna
  GA  30082
CITE: (I-357 SN014545)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Department of the Air Force, ASC, Precision Strike System,
  PSO, (ASC/YGK), 102 West D Ave, Suite 168, Eglin AFB FL 32542-6807
SUBJECT: 59--WEAPON DATA LINKS PRODUCTION FOR AGM-130 AND TECHNICAL
  SUPPORT
POC Becky Kirk, Contract Specialist, (904) 882-8515, ext 2242
  or Ms. F. Jean Lavoie, Contracting Officer, (904) 882-8515,
  ext 2117.
CNT F08626-97-C-0115
AMT $8,869,000.00
LINE N/A
DTD 121396
TO Hughes Aircraft Company, Radar Systems Business Unit, PO Box
  92426, Los Angeles Ca 90009-2426
CITE: (I-358 SN014962)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, AC
SOL SP0430-96-R-0677
CNT SP0430-97-C-0166
AMT $49,932.00
LINE 0001 THROUGH 0003
DTD 122096
TO Talley Corp the DBA Teleflex control systems 1950 Williams
  Dr  Oxnard CA 93030
CITE: (I-357 SN014482)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 61--WIRE, ELECTRICAL
CNT SP0500-94-G-0009-8067
AMT $28,224.00
LINE 0001 THROUGH 0002
DTD 122296
TO Philatron Intl 15315 cornet Ave Santa Fe Springs CA 90670-5577
CITE: (I-357 SN014613)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd St. Louis, MO 63120
SUBJECT: 61--POWER SUPPLY
POC Pamela Moran, Contracting Officer, Point of contact is Debbie
  Tillman, AMSAT-A-PLBE, (314) 263-0784, Datafax (314) 263-9012.
CNT DAAJ09-96-G-0036, D.O. 0001
AMT $ 293,733.00
LINE 0001AA
DTD 121396
TO Honeywell, Inc., Defense Avionics Systems Division, 9201 San
  Mateo Blvd., NE, Albuquerque, NM 87113-2227
CITE: (I-358 SN014960)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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 EMITTING DIODE ASSEMBLY
SOL SP0441-96-Q-GQ32
CNT SP0441-97-M-V518
AMT $39,495.00
LINE 0001 THROUGH 0002
DTD 122096
TO S W Electronics and Mfg Corp 619 Hollywood Ave Cherry Hill
  NJ  08002-2822
CITE: (I-357 SN014503)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65--AWARD
POC Sandra Perkins, 708/786-4958
CNT V797P-5010X
AMT $125,000
LINE 65
DTD 122396
TO Internatoinal Enzymes, Inc., 1432-B S. Mission Rd., Fallbrook,
  CA 92028
CITE: (I-358 SN014753)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veteran Affairs Medical Center, Contracting
  Officer (90C), 1500 E. Woodrow Wilson Drive, Jackson, MS 39216-5199
SUBJECT: 65--SCHEDULE II NARCOTICS-MEPERIDINE & MORPHINE SULFATE
  INJECTIONS
POC Susan Newton, Contracting Officer
CNT V586P-3153
AMT $66,576
LINE 1-2
DTD 122096
TO BAXTER HEALTHCARE CORP.GOVERNMENT SALES OPERATION, ONE BAXTER
  PARKWAY DF3-2E, DEERFIELD, IL 60015
CITE: (I-358 SN014764)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: U.S. Agency for International Development, (USAID) Mission
  to Jordan, Unit 70206, APO AE 09892-0206
SUBJECT: 65--JORDAN COMPREHENSIVE POSTPARTUM PROJECT
POC Celeste Fulgham, Regional Contracting, USAID/Jordan, Tel.
  962-6- 820101, Extension 2654, Fax 962-6-820143.
CNT Contract No. 278-C-00-97-00009-00
AMT $17,154.00
LINE N/A
DTD 121896
TO ARJ-MED, Inc. 125 N.Gale Dr., Suite 207, Beverly Hills, CA
  90211, Tel. 213-852-0300, Fax 213-852-9050
CITE: (I-358 SN014975)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 65--M3-Q4-94, OPEN SEASON I, WHEELCHAIRS
POC Marsha D. Jeffries, Contracting Officer, (708) 786-5198
CNT V797P-3395k
AMT $50,000
LINE N/A
DTD 122396
TO Wheelcare Inc., 3883-E Via Pecador, Camarillo, CA 93012
CITE: (I-358 SN014977)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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, PRESSURE
SOL SP0440-96-R-3037
CNT SP0440-97-C-0153
AMT $67,735.00
LINE 0001
DTD 122096
TO Kulite Semiconductor Products Inc 1 Willow Tree Lane Leonia
  NJ  07605
CITE: (I-357 SN014473)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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
SOL SP0440-96-R-2564
CNT SP0440-97-C-0161
AMT $88,272.00
LINE 0001 THROUGH 0002
DTD 122096
TO Parker-Hannifin Corp Aerospace Group Customer Support Military
   Div 16666 Von Karman Ave Irvine CA 92714-4917
CITE: (I-357 SN014476)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--COMPENSATOR, LIQUID
SOL SP0440-97-R-0092
CNT SP0440-97-C-0159
AMT $91,560.00
LINE 0001 THROUGH 0002
DTD 122096
TO Lambda signatics Inc 9176 Independence Ave Chatsworth CA 91311
CITE: (I-357 SN014479)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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, VOLUMETRIC POSITIVE DISPLACEMENT, LIQUID
SOL SP0440-96-Q-T006
CNT SP0440-97-M-X625
AMT $31,607.40
LINE 0001
DTD 122096
TO Hlt Inc 12954 a stonecreek Dr NW pickerington OH 43147
CITE: (I-357 SN014494)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--TIMER INTERVAL
SOL SP0440-96-Q-HZ05
CNT SP0440-97-M-X521
AMT $62,300.00
LINE 0001 THROUGH 0002
DTD 122096
TO Faraday Inc.  805 S. maumee St.  Tecumseh MI 49286-2056
CITE: (I-357 SN014495)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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, IMMERSION
SOL SP0440-96-R-3036
CNT SP0440-97-C-0151
AMT $56,860.20
LINE 0001 THROUGH 0002
DTD 122096
TO Harco laboratories Inc 186 Cedar St branford CT 06405-2624
CITE: (I-357 SN014498)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--COMPENSATOR, LIQUID
SOL SP0440-96-R-3130
CNT SP0440-97-C-5062
AMT $115,500.00
LINE 0001AA THROUGH 0002AB
DTD 122096
TO Lambda signatics Inc 9176 Independence Ave Chatsworth CA 91311
CITE: (I-357 SN014506)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--INDICATOR, FAULT LOC
SOL SP0920-97-Q-A004
CNT SP0920-97-M-1672
AMT $48,303.04
LINE 0001 THROUGH 0005
DTD 122096
TO Dutch Valley Supply Co 955 hurricane shoals Road Suite 103
   Lawrenceville, GA 30243
CITE: (I-357 SN014538)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 68--CORROSION PREVENTIVE, AIRCRAFT ENGINE
SOL SP0450-96-Q-PE55
CNT SP0450-97-M-M422
AMT $35,540.00
LINE 0001 THROUGH 0002
DTD 122096
TO Castrol industrial North America Inc specialty products Div
  1001  W 31ST St Downers Grove IL 60515
CITE: (I-357 SN014478)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 68--DESICCANT, ACTIVATED
SOL SP0450-97-X-B104
CNT SP0450-97-M-M419
AMT $51,350.00
LINE 0001 THROUGH 0002
DTD 122096
TO Engelhard Corp 600 E McDowell Rd Jackson MS 39204
CITE: (I-357 SN014501)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 68--REAGENTS/ANALYZER EQUIPMENT
POC K. Palmer
CNT N00406-97-C-4002
AMT $30,468
LINE N/A
DTD 122096
TO abbott laboratoires diagnostics diviaion dept 943 blsg ap6c
  100 abbott park road abbott park il 60064-3500
CITE: (I-358 SN014951)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--TABLE, HOT FOOD, ELECTRIC
SOL SP0500-96-Q-RT16
CNT SP0500-97-M-T899
AMT $33,065.00
LINE 0001
DTD 122296
TO Bayonne stainless products 98 Ave E Bayonne NJ 07002-2526
CITE: (I-357 SN014615)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 73--SANITIZER
SOL SP0500-97-Q-4959
CNT SP0500-97-M-U903
AMT $51,260.00
LINE 0001
DTD 122196
TO National sanitizer Inc 2120 metro CIR Huntsville AL 35801
CITE: (I-357 SN014625)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 81--TRAY AND COVER, ISU
SOL 97T034-82-P-0400
CNT SP0413-97-M-0521
AMT $26,765.18
LINE 0001 THROUGH 0006
DTD 122096
TO Aar Mfg Inc Aar Cadillac Mfg Div 201 Haynes St P.O.Box 550
   Cadillac MI 49601
CITE: (I-357 SN014475)

[Commerce Business Daily: Posted December 21, 1996]
[Printed Issue Date: December 26, 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--GLOVES, TOXICOLOGICAL AGENTS PROTECTIVE
CNT SP0100-97-C-5027
AMT $77,709.50
LINE 0001AA THROUGH 0003BA
DTD 122096
TO Charleston rubber Co.  Box 4367 Charleston, S. C.  29405
CITE: (I-356 SN014460)

[Commerce Business Daily: Posted December 21, 1996]
[Printed Issue Date: December 26, 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--SERVICE RIBBON, TYPE I
SOL SP0100-96-R-0088
CNT SP0100-97-C-5005
AMT $141,942.70
LINE 0001AA THROUGH 0023AA
DTD 122096
TO Green IRA Inc 177 Georgia Ave Providence RI 02905
CITE: (I-356 SN014461)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Sa-Alc/Directorate Of Aerospace Fuels, Sfk Building 1621,
  1014  Andrews Rd., kelly Afb, Texas 78241-5603
SUBJECT: 91--PROPELLANT, LIQUID NITROGEN --9135009652526
CNT F41608-97-D-0171, F41608-96-B-0015
AMT $5,835,316
DTD 080197
TO Air Products And Chemicals Inc, 7201 Hamilton Blvd, Allentown
   Pa 18195-1501
CITE: (I-358 SN014674)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Sa-Alc/Directorate Of Aerospace Fuels, Sfk Building 1621,
  1014  Andrews Rd., kelly Afb, Texas 78241-5603
SUBJECT: 91--PROPELLANT LIQUID OXYGEN --9135009652527
CNT F41608-97-D-0172, F41608-97-B-0015
AMT $3,203,563
DTD 080197
TO Boc Gases, 12941 I-45 North Suite 333, Houston Tx 77060 0000
CITE: (I-358 SN014675)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 93--PLASTIC SHEET
SOL SP0441-97-Q-R078
CNT SP0441-97-M-T746
AMT $61,632.00
LINE 0001 THROUGH 0002
DTD 122096
TO Lustro Plastics Co 4000 W Harmon Ave Las Vegas NV 89103
CITE: (I-357 SN014472)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--CASTABLE MIX REFRACTORY
SOL SP0441-97-Q-R067
CNT SP0441-97-M-T519
AMT $45,475.00
LINE 0001 THROUGH 0002
DTD 122096
TO France J H refractories Co 1956 France Rd snow shoe PA 16874
CITE: (I-357 SN014483)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 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--BARRIER, SAFETY
CNT SP0441-97-M-T742
AMT $27,823.50
LINE 0003
DTD 122096
TO Safety barrier systems 77 E market St Wilkes Barre PA 18701-3116
CITE: (I-357 SN014500)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: U.S. Postal Service, Topeka Purchasing Center, 500 SW
  Montara Pky, Topeka, KS 66624-9402
SUBJECT: 93--PAPER SLIP, WHITE, UNGUMMED
POC Michael Schoenfeld, (913) 861-2852, FAX, (913) 861-2862.
CNT 198525-97-B-0269
AMT $1,856,400.00
DTD 121796
TO Paper Corp. of United States, 161 Ave. of Americas, New York,
  NY 10213-0001
CITE: (M-358 SN014981)

[Commerce Business Daily: Posted December 22, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 95--PLATE, METAL
CNT SP0500-97-M-U597
AMT $54,000.00
LINE 0001 THROUGH 0002
DTD 122196
TO Interstate Steel Supply Co 1800 E Byberry Rd Philadelphia
  PA  19116
CITE: (I-357 SN014598)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 99--LABELS
POC F. Lee
CNT N00406-97-M-D702
AMT $33,000
LINE N/A
DTD 120996
TO advance marking systems 1912 minar ave seattle wa 98101
CITE: (I-358 SN014952)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: SPECIAL NOTICES
SUBJECT: NAT'L INSTITUTE OF STANDARDS & TECHNOLOGY IT EXPO
DESC:  There will be a one day information technology exhibition
   at NIST on February 4, 1997 from 10:00 a.m. to 2:00 p.m.
  Requested technologies include, but are not limited to: Virtual
  Reality, Computer and Communications Security, Research Applications,
  Software Engineering, Video Teleconferencing, JAVA Applications,
  Modeling & Simulation and Internet/Intranet Applications.
   For more information on exhibiting at this exhibition, please
  call Stephen at (800) 878-2940 ext.208.  
LINKURL: http://www.clark.net/fbc
LINKDESC: 
EMAILADD: fbcsales@erols.com
EMAILDESC: 
CITE: (W-358 SN014792)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: SPECIAL NOTICES
SUBJECT: L'ENFANT PLAZA INFORMATION TECHNOLOGY EXHIBITION
DESC:  There will be a one day information technology exhibition
   at L'Enfant Plaza on February 5, 1997 from 10:00 a.m. to 
   2:00 p.m. This event will be promoted to the following  agencies:
  U.S. Postal Service, GSA, Dept. of Education,  USDA, HUD,
  and IRS. Requested technologies include, but  are not limited
  to: Internet/Intranet Applications, Data  Warehousing, Imaging
  Applications, Client/Server Computing,  Database Applications,
  Digital Technologies, Mapping  Technologies, and Legacy Systems
  Migration.  For more  information on exhibiting at this exhibition,
  please  call Tina at (800) 878-2940 ext.212.  
LINKURL: http://www.clark.net/fbc
LINKDESC: 
EMAILADD: tsheehy-fbcinc@juno.com
EMAILDESC: 
CITE: (W-358 SN014794)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: SPECIAL NOTICES
SUBJECT: AVAILABILITY OF HUD SOLICITATIONS VIA THE INTERNET
DESC: Effective January 2, 1997, all HUD contracting opportunities
  exceeding $25,000 (except for purchases made against existing
  GSA contracts) will be publicly announced via HUD's Internet
  home page contracting site at http://www.hud.gov/cts/ctsoprty.html.
  Solicitations and amendments to solicitations will also be
  available for reading and downloading from the same site. This
  service will offer a quick, effective way to keep informed
  of what HUD s procuring and to obtain copies of solicitations
  of direct interest to a business. There is no need to register
  or be placed on a standing "Solicitation Mailing List." Interested
  parties may simply browse the available HUD solicitations and
  select those that fit their particular business interests.
  Potential offerors are advised that they will NOT automatically
  receive copies of amendments to solicitations that they have
  downloaded from HUD's Internet home page. They are strongly
  encouraged to visit HUD's home page contracting site often
  to see if any amendments have been issued. HUD will continue
  to publish all required notices in the Commerce Business Daily.

LINKURL: http://www.hud.gov/cts/ctshome.html
LINKDESC: 
  page.
EMAILADD: fred_graves@hud.gov
EMAILDESC: 
CITE: (W-358 SN014814)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: General Services Administration, Region 9, Phillip Burton
  Federal Building and U.S. Courthouse, 450 Golden Gate Avenue,
  San Francisco, CA 94102-3400
SUBJECT: TUNNEL BORING MACHINE
POC Jack Scroggs at (415) 522-2898.
DESC: Tunnel Boring Machine: CTS Gripper Shield TBM, Model 760,
  Electric Powered, 25 ft Dia., 18 ft/hr Advance Rate, 3,800
  HP, 13 Trailing Decks, 500 ft Minimum Turn Radius, Two-row
  tapered roller Cutterhead Bearing (High capacity for hard rock).
  Location of Property: US DOE, Yucca Mountain Site Characterization
  Project, Nevada Test Site, NV. (Site is located approximately
  65 miles northwest of Las Vegas via Hwy. 95). Location of Bid
  Opening: GSA PMD Sales Section (9FBPS), 450 Golden Gate Avenue,
  4th Floor West, San Francisco, CA 94102-3434.
CITE: (M-358 SN014986)

[Commerce Business Daily: Posted December 23, 1996]
[Printed Issue Date: December 26, 1996]

PART: SALE OF SURPLUS PROPERTY
OFFADD: National Small Business Council, Inc., 6440-E Dobbin
  Road, Columbia, MD 21045, (301) 596-0770
SUBJECT: NATIONAL IMAGERY AND MAPPING AGENCY (FORMALLY DMA) SPECIAL
  MAPPING/GIS/IMAGING TECHNOLOGY EXPO, THURSDAY, JANUARY 16,
  1997 (BETHESDA, MD)
POC NSBC at (800) 333-6722.
DESC: Due to the huge success and attendance at this even in
  January 1996, the Office and Research and Technology Applications
  at NIMA has decided to reschedule this targeted event. The
  Expo will take place on site from 10:00 a.m.-2:00 p.m. and
  will focus on Mapping Geographical Information Systems Technologies
  and Applications, and Imaging, Scientist, Engineers and Contracting
  Personnel will be looking for the latest technological advances
  in this area. Companies also with plotters, Navigation Software,
  Drafting/Modeling Tools, and High Speed Printers are urged
  to exhibit. With total attendance being 350 last year, don't
  miss this opportunity to get into   one of the most secure
  agency's in the country and see qualified attendees. For more
  information, please contact NSBC at (800) 333-6722, Lauren
  Fraley (X214), or e-mail us at shows @nsbc.org. Visit our web
  site at www.nsbc.org.
CITE: (M-358 SN015005)