[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development--Potential Sources Sought OFFADD: Naval Air Warfare Center Training Systems Division, Code 27, 12350 Research Parkway, Orlando, Fl 32826-3224 SUBJECT: A--HARDENED SUBMINIATURE TELEMETRY SENSORY SYSTEM (HSTSS) SOL N/A POC Mrs. Cathy Desrosiers, Contract Specialist (407)380-4019; or Mr. Michael K. Minor, Contracting Officer (407)380-4096 DESC: The U.S. Army Simulation, Training and Instrumentation Command (STRICOM) in conjunction with the Yuma Proving Ground and the Army Research Laboratory is seeking information from industry regarding the availability of mature and emerging subminiature sensor and telemetry device technologies for the development/integration of a Hardened Subminiature Telemetry Sensor System (HSTSS). HSTSS will be designed to meet the required capabilities (measurement and collection of data) in the harsh environment of gun-launched munition systems. The system will provide measurements during launch, flight trajectory and impact/detonation. It will measure parameters such as attitude, velocities, accelerations, temperatures, pressures, internal processor and sensor functions, and telemeter the data to a range standard ground receiver station. The HSTSS will have configurations (unitized or modular) which can be fitted to the host test articles (not to exceed a volume of 9 in 3) and not interfere with their static and dynamic performance characteristics. Information is desired specifically on developed or developing technology and products, such as microsensors, RF telemetry, flexible/shapeable power supplies, data acquisition systems, and electronics packaging techniques. Information on appropriate components (sensors, telemeters, batteries, etc.) and integrated final products are requested for these technologies for weapons systems (direct/indirect munitions, submunitions and missiles). Following a Milestone I/II Decision, an RFP release is tentatively scheduled for the third quarter of FY97. Information/comments, whether supportive or critical, are earnestly solicited. The Government does not intend to pay for the information solicited and will not recognize any costs associated with submission of information. Proprietary information is not being solicited; however, if it is submitted it should be marked as proprietary. Responses to this synopsis shall answer the following questions: 1) Which area of HSTSS expertise would your company propose to provide? 2) Has your company produced and marketed hardened subminiature sensors and telemetry devices or systems? 3) If so, what parameters were being measured, frequency and data rate? 4) What is the volumetric size and weight of your products? 5) What host test articles have your products been demonstrated on and to whom? 6) Does your company have an ongoing R&D program for HSTSS technologies? If yes, please provide references. 7) Explain any data rights to your products. 8) Is your company's interest as a prime or as a subcontractor? 9) What is the size status of your company in relation to the SIC code stated below? Draft technical requirements and RFP sections, as well as future CBD notices and HSTSS procurement information will be posted on the WWW STRICOM Home Page. Access to the STRICOM Home Page is: www.stricom.army.mil; select Procurement Information; at bottom of Acquisition Home Page, click on Hardened Subminiature Telemetry and Sensor System Program. The information contained in this notice and on the STRICOM Home Page is for planning purposes only and does not constitute a request for proposal. The Government reserves the right to offer the requirement to the 8(a) program or to set the requirement aside for small business. The SIC Code for this program is 3812, and the associated size standard is 750 employees. The Government plans to utilize the submitted information in finalizing the acquisition strategy and solicitation for HSTSS. Those interested should respond by submitting information and answers to the questions contained herein, in writing, to Mr. Michael K. Minor, Contracting Officer, at the above address by 24 January 1997. CITE: (W-362 SN015828) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: GSA, PBS, Property Development (4PC),Suite 2500,401 West Peachtree St. NW,At lanta,GA 30365-2550 SUBJECT: C--CONSTRUCTION MANAGER-AS-CONSTRUCTOR(CMC) SOL GS-04P-97-EXC-0004 DUE 010997 POC Contact,Phillip King,404/331-4620,Contracting Officer,Freeman Randolph,404/ 331-4269 DESC: CONSTRUCTION-MANAGER-AS-CONSTRUCTOR, SERVICES CONTRACT for the proposed US Courthouse - Greenville, TN. OVERVIEW: The scope of CM as Constructor (CMc) serv ices under this contract includes Pre-Construction Phase Services and Constructi on Phase Services. Pre-Construction Phase includes: consultation during project design, development of construction schedule phasing re- quirements; cost estima ting and establishment of a negotiated Guaranteed Maximum Price (GMP). CONSTRUC TION PHASE includes administration of the construction contract; coordination of regular construction and tenant meetings; developing/monitoring CPM activities; providing daily logs and monthly reports; monitoring construction costs; and ot her supplemental services as requested by the Government. CMc will be competiti vely chosen using Source Selection Procedures. Price and technical factors will be given equal weight. PROJECT SUMMARY: A new Courts facility will be con- str ucted in the Greenville, TN downtown area (site to be announced). The proposed facility will contain 107,000 occupiable square feet(SF) including 14,000 sf ins ide parking. The new facility will include 4 courtrooms plus chambers to be occ upied by US District Courts, Magistrate Court, Probation, Pretrial Services, Ban kruptcy, US District Attorney, Trustee, and Marshals' Service. New structure wi ll provide: grand jury suites and assembly areas; hearing rooms; conference/trai ning rooms: office space for District Court Clerk, Bankruptcy Court Clerk and Ma rshals Service, to include sally-port and detention cells; plus general office a reas. The Estimated Construction Cost at Award (ECCA) for base-bid work is $22, 500,000.00. At time of award CMc shall guarantee a maximum price to perform the consturction described in the design documents. DEFINITION OF CONSTRUCTION MANA GER AS CONSTRUCTOR: A CMc is a firm under contract, to building owner (GSA), to provide design review, cost estimating, scheduling and general construction serv ices. CMc whall be a member of overall project team including GSA as owner/deve loper, GSA's selected design A/E firm and term Construction Management firm (CM) , if used. The CMc may provide general construction with it's own forces, or con tract for part of the construction with other firms. Project development shall o ccur in conformance with AIA Document A121/CMc. SUMMARY OF CMc RE- SPONSIBILIES : CMc shall review project designs determining constructability and compliance w ith project budget. CMc reviews construction cost estimates and provides and ind ependent cost estimate at design development stage (DD) mid-point construction-d ocument stage (MP) and final construction-document stage (CD), recommending adju stments to designs to assure that the project can be constructed at or below bud get. CMc shall provide "best value" advice, control schedule, offer alternativ e ideas including problem solving claim prevention and budgeting. CMc must have full understanding of Federal construction contracting and contract administrati on. The CMc shall have complete responsibility for constructing the facility to the quality of the design requirements and within budget. PROJECT SERVICES: Th e CMc Contract requirements will include the following: CPM scheduling and anal yses; Participation in all DD production phase team meetings; Review all A/E maj or design submittals and A/E cost estimates; Independent pricing at the stages i ndicated above; Project scope management; Competitive selection and procurement of necessary sub-contractor; Provision of general project construction for the entire facility; Participation in acquisition of Alternative Dispute Resolution (ADR) and selection of partnering consultant; Maintenance of construction record s; and commissioning/inspection/close-out services. PROJECT STAFFING: The CMc will provide a team that consists of architectural, civil, structural, mechanica l and electrical engineers; cost estimators; CPM analysts; field engineers and s upport staff; construction supervisors and superintendents; plus other disciplin es to be used on an as needed basis. SOURCE SELECTION EVALUATION CRITERIA: The following factors, along with the statement of price indicated below, will be us ed by GSA's Source Selection Evaluation Board (SSEB) in the PHASE I process to s elect a competitive range of firms for further evaluation in PHASE II. More det ail in subcategories, will also be utilized in the PHASE II process later. QUALI FICATION AND EXPERIENCE OF KEY PERSONNEL (350 Points, total): a. Summarize the qualifications, experience, education, background info., specific assignments, a nd other significant info. for key members of the proposed CMc team - (150 pts). b. For key personnel, identify the proposed duties, part/full-time, and the fi rm for which (s)he works. Indicate the geographic location where key personnel are located at the time of response to this announcemant. Provide two or more pr ofessional/technical references from knowledgeable personnel of their qualificat ions/experience -(150 pts). c. Summarize CMc firm's experience with constructio n projects in vicinity of Eastern Tennessee. Include knowledge and experience w ith local construction markets and general labor markets, sub-contractors, and t heir experience with local Government-(50 pts). FIRMS EXPERIENCE AND PERFORMANCE PROVIDING COMPARABLE PRE-CONSTRUCTION-PHASE SERVICES FOR SIMILAR PROJECTS IN TH E PAST FIVE YEARS (150 points). List three projects of $15,000,000.00, or larger , in which the firm successfully provided pre-construction-phase services. Desc ribe those services, as relating to this project in scope and complexity. Provi de names, addresses and phone number of client(s) for listed project - (150 pts) . FIRM'S EXPERIENCE IN PROVIDING COMPARABLE CONSTRUCTION-PHASE SERVICES FOR SIM ILAR PROJECTS IN THE PAST FIVE YEARS (350 points): a. List three projects of $ 15,000,000.00, or larger, in construction costs, in which the firm successfully provided construction phase services similar to those required under this projec t. Describe your record of delivering complete projects w/i fixed schedules and a guaranteed maximum price. Relate services in type and scope to this project. Indicate which member(s) of proposed project team worked in previous project/ro les similar to those proposed for this project. Provide names, addresses and ph one number(s) of the client(s) for each listed project - (100 pts). b. Demonstr ate the proposed team's experience and abilities in working in a non-adversarial relationship with building owner/developer in development of the above listed p rojects -(50 pts). c. Demonstrate the proposed team's experience in value engin eering, design oversight and independent cost estimating relative to maintaining project budgets-(50 pts). d. Demonstrate the proposed team's abilities to maint ain project quality and scheduling while controlling costs - (100 pts). e. Des cribe firm's use of ADR or arbitration to avoid litigation. Provide comprehensiv e list of construction claims in which your firm, owners and developer(s) have b een a party to in the last 10 years, providing a synopsis of the outcome. Ident ify claims resolved by ADR, and those by arbitration - (50 pts). CMc'S RESOURCE S, FACILITIES AND TECHNOLOGY (100 points). Describe resources and facilities av ailable to CMc, including office automation capabilities/Management Info. System s (MIS) and ability to review drawins in Auto-Cad Rel. 12, or later. Describe fi rm's ability to interface with Microsoft Excel V.5.0 and Word V.6.0, including y our ability to send/receive data electronically via desk- top conferencing and " white-board" technologies - (100 pts). SB/SDB/WO SUB-CONTRACTING PLAN (50 Point s): In PHASE I, CMc must acknowledge intent to submit sub-contracting plans in PHASE II, where offeror will include participation by SB, SDB firms (20 pts each ) and Women-Owned (WO) business firms (10 pts). SOURCE SELECTION PROCEDURES: Q ualified firms expressing an interest in this project will be provided one copy of the RFP, including PHASE I evaluation forms that the SSEB will use (includes Concept-Design Documents and Narratives). Firms wishing to offer, must provide a PHASE I submission, wherein detailed cost proposals are not required, but Offe rors must provide a price statement certifying that they can construct planned f acility described in the RFP at a cost not greater than the ECCA. Firms in the competitive renge will be interviewed at their principal place of business. Fin al selection of CMc will be under PHASE II Source Selection procedures wherein f irms selected for detailed interview will be asked to provide additional technic al info., along with detailed cost proposals. PHASE II cost proposals shall incl ude the Offeror's fee [subdivided into Pre-Con and Cosnstruction Phase services required under the RFP (including profit, GC and other overhead costs)]. Techni cal factors and pricing will be given equal weight. CONTRACT AWARD: A contract will be awarded to the selected firm to provide Pre-construction Phase services with an Option to provide Construction-Phase services. When the DD Phase is co mplete, the Government's intent is to modify the contract to obtain CD services and all project construction at a mutually-agreed GMP. Government goal is to aw ard a contract at a GMP that does not exceed the projected ECCA. The contract f or PreCon sevices will allow the Governmnet to terminate the contract if a GMP i s not established that is equal to, or less than, the ECCA, (or if construction funding is not available). Upon conclusion of the project, if the construction costs are less than the GMP, the difference between final project construction c ost and GMP will be divided between the CMc and the Government. SB - SDB PARTIC IPATION: This procurement is open to both large and small business firms. GSA e ncourages smaller firm's participation in the project. In PHASE II of the select ion process, short-listed firms shall provide a brief written narrative of their outreach efforts to utilize SB, SDB and WO Business firms. All Offerors will b e required to include a sub- contracting plan that provides for participation by small firms in the following percentages: SB (20%), SDB (5%), and WO Businesses (5%). HOW TO OFFER: Interested firms should submit a letter of interest (Compa ny Letter- head) to the Phil King (listed below) not later than 3:00 p.m. on 12/ 18/96. A copy of the RFP will be provided and requires submission of three copie s of a PHASE I proposal on 8 1/2" X 11" spiral bound format. Forms SF254 and SF 255 are encouraged (must not be more than one year old). Photographs may be inc orporated in Sections 8 and 10 of the SF255 if desired. IF SF 254 and SF 255 are not used, submissions must include info. responsive to the data requested on SF 254/255's. Total PHASE I submissions should not exceed 100 single/50 double-sid ed pages. During the PHASE II evaluations, GSA may request additional info. Fi rms that respond to this CBD notice with offers without first reviewing the RFP will not be evaluated. A pre-submission conference will be held on January 9, 1 997 in the Summit Federal Building, Atlanta, GA to discuss PHASE I submission re quirements. PHASE I submittals must be recieved (address below) not later than 3:00 p.m. January 24, 1997. Upon completion of PHASE I evaluations, a list of th e firms selected for PHASE II evaluations will be published in the CBD. Firms se lected for PHASE II evaluations will be notified of additional submission requir ements. All submittals must indicate this Solicitation No. GS-04P-97-EXC-0004 o n the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10. GSA/Property Development (4PCC), ATTN: Phil King, 401 West Peach tree, Suite 2500, Atlanta, GA 30365-2550 404/331-4620/FAX 404/730-2309 CITE: (I-362 SN015759) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: VA Pittsburgh Health Care System, 7180 Highland Drive, Pittsburgh, PA 15206-1297 SUBJECT: C--REPLACE HANDICAPPED BATHROOMS AND PARTITIONS IN BUILDINGS 1, 2, 4,5, AND 8" SOL 646-14-97 DUE 013097 POC Marian Ropelewski, Contract Specialist DESC: Request for Registered Architect and Professional Engineer Services to provide preliminary design for Project #645-96-103, "Replace Handicapped Bathrooms and Partitions in Buildings 1, 2, 4, 5, and 8" for the VA Pittsburgh Health Care System location at 7180 Highland Drive, Pittsburgh, PA 15206-1297. Services include (but are not limited to), Site Investigation, Preparation of Preliminary Construction Drawings, Outline Specifications and other appropriate documents, and Preliminary overall cost opinion, including the VA-retained CIH Asbestos Abatement Cost Evaluation. Specific work disciplines are Architectural, Plumbing, HVAC and Electrical Construction. A/E will also be responsible to include VA-retained CIH Asbestos Abatement Data and Drawings in the preliminary construction documents. Work shall be in accordance with all DVA rules, regulations, specifications and standards, including ADA design standard compliance. The government will retain the option for award of construction document stage based on estimated construction cost or revise the scope of the project so as to stay within the project budget. Construction document stage includes reviews with meetings, pre-bid conference, and construction period services which consist of site visits as required, submittal review and processing with final inspection and project close-out. Area of consideration is within 60 miles of the VA Pittsburgh Health Care System location at 7180 Highland Drive, Pittsburgh, PA 15206. Procurement is set-aside for emerging small businesses. An emerging small business is one whose size is no greater than 50% of the size standard applicable to the SIC code of the procurement. The SIC Code is 8712; the Small Business size standard is $2.5 million. Estimated construction cost range is between $250,000 and $370,000. This is not a request for proposal. All interested and responsible firms desiring consideration shall submit current SF-254 and SF-255 forms to the attention of the Contracting Officer no later than 1/30/97. Subject to the availabililty of funds. CITE: (I-362 SN015808) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: William Jennings Bryan Dorn Veterans' Medical Center, Chief, Acquisition & Facility Planning Svc (90C), 6439 Garners Ferry Road, Columbia, SC 29209-1639 SUBJECT: C--UNDERGROUND STORAGE TANKS SOL 544-023-97 DUE 020497 POC Contract Specialist, Virgil Thompson, (803) 695-6783 DESC: Furnish professional Architect/Engineer Services to include preliminary services and phasing recommendations, planning, consultation and visits, design work, preparation of contract drawings and specifications, preparation of cost estimates and construction period services as necessary for testing, demolition, remediation, installation, testing, and certification of all work for project # 544-97-101, "Underground Storage Tanks" at WJBD Veterans' Hospital, Columbia, South Carolina 29209. The intent of this project is to bring this facility into compliance with EPA Regulation 530/UST-88/008 dated September 1988 and South Carolina Department of Health and Environmental Control (DHEC) Underground Storage Tank Control Regulation R.61-92, dated March 23, 1990. The project is planned to replace (9) nine underground fuel storage tanks and associated piping and install spill/overfill protection. Underground storage tanks will be replaced with new double-wall fiberglass tanks equipped with leak detection monitoring and spill/overfill prevention devices. The (9) nine tanks consist of: (1) one 275 gallon diesel generator tank, (2) two 1,000 gallon diesel generator tanks, (1) one 1,000 gallon gasoline tank, (1) one 10,000 gallon diesel generator tank, (2) two 15,000 gallon boiler fuel storage tanks, (1) one 25,000 gallon boiler fuel storage tank, (1) one 30,000 gallon boiler fuel storage tank. Construction will be phased to minimize disruptions to the operations of the Medical Center. Construction Cost Range is $500,000 - $1,000,000. A/E will be required to provide evidence of professional liability insurance of $1,000,000. Interested firms desiring consideration shall submit appropriate data in numbered note 24 to the Contracting Officer (90C), A&FP Service, Dorn Veterans' Hospital, 6439 Garners Ferry Road, Columbia, SC 29209 not later than February 4, 1997. This is not a request for proposal. The Standard Industrial Classification (SIC) Code assigned is 8712 and the project is unrestricted as to size. Award is subject to Availability of Funds. See Note(s): 24. CITE: (I-362 SN015820) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: William Jennings Bryan Dorn Veterans' Medical Center, Chief, Acquisition & Facility Planning Svc (90C), 6439 Garners Ferry Road, Columbia, SC 29209-1639 SUBJECT: C--UNDERGROUND STORAGE TANKS SOL 544-024-97 DUE 020497 POC Contract Specialist, Virgil Thompson, (803) 695-6783 DESC: Furnish professional Architect/Engineer Services to include preliminary services, evaluation of current system capacities and limitations, associated recommendations, planning, consultation and visits, design work, preparation of contract drawings and specifications, preparation of cost estimates and construction period services as necessary for demolition, installation, testing, and inspection of all work for project # 544-97-103, "Upgrade Cooling Tower" at WJBD Veterans' Hospital, Columbia, South Carolina 29209. The intent of this project is to upgrade the main hospital cooling tower by adding additional cells. Cooling capacity is estimated to be increased from: 1700 tons to: 2700 tons. Project is planned to include tower cells, site preparation, concrete basin, new piping, power wiring, controls, pumps, testing and certifications. Construction will be designed in order to minimize disruptions to the operations of the Medical Center. Construction Cost Range is $250,000 - $500,000. A/E will be required to provide evidence of professional liability insurance of $1,000,000. Interested firms desiring consideration shall submit appropriate data in numbered note 24 to the Contracting Officer (90C), A&FP Service, Dorn Veterans' Hospital, 6439 Garners Ferry Road, Columbia, SC 29209 not later than February 4, 1997. This is not a request for proposal. This is a 100% Set-Aside for Emerging Small Business Concerns. An "Emerging Small Business" means a Small Business Concern whose size is no greater than 50 percent of the Numerical Size Standard applicable to the Standard Industrial Classification (SIC) Code assigned to a Contracting Opportunity. A Concern is small if its preceding three (3) Fiscal Years did not exceed 2.5 million. The Standard Industrial Classification (SIC) Code assigned to this project is 8712. Award is subject to Availability of Funds. See Note(s): 24. CITE: (I-362 SN015822) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Naval Security Station, 3801 Nebraska Avenue, Code 52, Building 18, Washington, DC 20393-5440 SUBJECT: D--AUTOMATIC DATA PROCESSING TELECOMMUNICATIONS SERVICES SOL 970112 POC Ms. Ermine B. Mikell, (202) 764-0780/0781 or Mr. Allison E. Friloux, Jr., Contracting Officer, (202) 764-0780/2475. DESC: Lan Support Services and Maintenance to provide on-site technical support. Network workstation, Hub/Router maintenance (labor and parts) will be provided and shall keep the equipment in good operating condition. Statement of work provided upon request. CITE: (M-362 SN015798) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: National Cancer Institute, Research Contracts Branch, PSCS, 6120 Executive Blvd, EPS/Room 634, Bethesda, MD 20892-7227 SUBJECT: D--CUSTOMIZED DBASE MANAGEMENT SOL N02-BC-76206-81 POC Janet M. Mattson, Contracting Officer 301-402-4509. DESC: The National Institutes of Health, National Cancer Institute, plans to procure on a Sole Source Basis, under authority of FAR 6.302-1, in accordance with 41 U.S.C. 253 (c)(1), a LAN development-management and software maintenance agreement for a customized dBase laboratory management system from Advanced Medical Systems Consultants (AMSC), P.O. Box 3425, Fairfax, VA 22038. The contractor shall continue servicing the LHC LABMGR systems, designed and developed for LHC research programs. The existing research laboratory manager software system is for studies of the mechanisms of human cancer using tissues, cells, cell lines, plasmids, recombinant DNA, and carcinogens, all of which have separate menu-driven databases. Objectives require a single programmer to interconnect and network nine LABMGR programs in dBase formats, manage the LAN, database emergencies, modifications and updates in a Windows 95 environment. The programmer shall have sufficient science training and experience to interact with scientists for the logic and design fo systems in biology , immunology, pathology, and epidemiology. It is the Government's belief that these requiremnts can only be met by Advanced Medical Systems Consultants. This notice of intent is not a request for competitive proposals; however, interested parties may identify their interest and capability to respond to the requirement. Information furnished shall included enough material, in sufficient detail, to perform a proper evaluation of their ability to perform. Closing date is 45 days after publication of this notice. See Numbered Note(s): 22. CITE: (I-362 SN015813) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: Department of Housing and Urban Development, Government National Mortgage Association (Ginnie Mae), Contracting Division, Room 6151, 451 Seventh Street, SW., Washington, DC 20410 SUBJECT: D--CONVERSION OF MICROFILM INTO IMAGES ACCESSIBLE USING CD-ROM POC Susan M. Taylor, Contracting Officer, (202) 708-4531. DESC: The Government National Mortgage Association (Ginnie Mae) is seeking the names of contractors capable of converting and indexing microfilm on rolls into images accessible using CD-ROM technology. Sources should also be capable of providing equipment for accessing and reading CD-ROM disks. Ginnie Mae is a government corporation within the United States Department of Housing and Urban Development (HUD). Ginnie Mae insures securities which are backed by pools of Federal Housing Administration, Department of Veterans Affairs, and Rural Housing Services insured or guaranteed mortgages. Microfilm has been used to archive records associated with the securitizations. Film is accessed using a computer-based system. There are approximately 12,500,000 frames of microfilm on 5,700 cartridges. Respondents are asked to provide a general description of how the project will be approached, how the work will be performed, and an approximation of the cost of performing the conversion and supplying the equipment. Responses are due by mail to the Ginnie Mae Contracting Office, 451 7th St., SW., Room 6151, Washington, DC 20410 or to FAX number (202) 708-3239 no later than January 24. This is a preliminary request for possible sources and may or may not result in the issuance of a solicitation for this work. CITE: (M-362 SN015794) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: F--Natural Resources and Conservation Services OFFADD: USDA, Forest Service, Southern Sierra Province, 1600 Tollhouse Road, Clovis, CA 93611-0532 SUBJECT: F--SITE PREP AND RELEASE SOL IFB R5-16-97-13 DUE 021597 POC Thad Waterbury, Contracting Officer, (209) 532-3671 Ext.247. DESC: HEX Site Prep/Release on approximately 765 acres on the Groveland Ranger District, Stanislaus National Forest. Requse Solicitation package from the Southern Sierra Province, Stanislaus National Forest, 19777 Greenley Road, Sonora, CA 95370-5909. See Numbered Note(s): 1, 3. CITE: (I-362 SN015748) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Naval Station, Box 368119, San Diego, CA 92136-5066 SUBJECT: J--USS VALLEY FORGE (CG 50) SOL N62791-97-B-0053 DUE 020697 POC Barbara Brown, Contract Specialist, (619) 556-4855 DESC: Various repairs. Selected Restricted Availability. Work to be performed at contractor's facility, San Diego, CA. Contract dates 07 April 1997 through 06 June 1997. All San Diego area sources who currently hold, or are qualified for and willing to enter into a Master Ship Agreement for Repair and Alteration of Vessels (DFAR 217.71) prior to award, may submit a bid which shall be considered by this agency. Firms which do not possess a Master Ship Repair Agreement are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of their MSRA application and to execute the applicable MSRA without impacting the vessel's availability dates. It is impracticable to distribute the applicable NAVSEA Standard Items. These contract documents may be examined or obtained at Supervisor, Box 368119, SUPSHIP Bldg. 77, 3600 Surface Navy Blvd., San Diego, CA 92136-5066, Code 230. See Note 9. CITE: (I-361 SN015598) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Naval Station, Box 368119, San Diego, CA 92136-5066 SUBJECT: J--USS VALLEY FORGE (CG 50) SOL N62791-97-B-0053 DUE 020697 POC Barbara Brown, Contract Specialist, (619) 556-4855 DESC: Various Repairs. Selected Restricted Availability. Work to be performed at contractor's facility, San Diego, CA. Contract dates 07 April 1997 through 06 June 1997. All San Diego area sources who currently hold, or are qualified for and willing to enter into a Master Ship Agreement for Repair and Alteration of Vessels (DFAR 217.71) prior to award, may submit a bid which shall be considered by this agency. Firms which do not possess a Master Ship Repair Agreemetn are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of their MSRA application and to execute the applicable MSRA without impacting the vessel's availability dates. It is impracticable to distribute the applicable NAVSEA Standard Items. These contract documents may be examined or obtained at Supervisor, Box 368119, SUPSHIP Bldg. 77, 3600 Surface Navy Blvd., San Diego, CA 92136-5066, Code 230. See Note 9. CITE: (I-361 SN015599) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100 SUBJECT: J--FABRICATE AND OPTIMIZE THE LATERAL DEPOSITION OF POLY(ETHYLENE DIOXYTHIOPHENE) (PEDOT) AND OTHER PEDOT DERIVATIVES, AND TO DELIVER THESE SAMPLES FOR EVALUATION IN ELECTROCHROMIC CELL SOL N68936-97-Q-0653 DUE 011797 POC Esther A. Cook, Purchasing Agent, tel. 619-939-9658 or Sue Rizzardini, Contracting Officer. DESC: The Naval Air Warfare Center Weapons Division China Lake, CA intends to procure on an other than full and open competition basis to University of Florida, Chemistry Department, Gainesville, Fl. The contractor shall conduct a research effort to optimize the lateral deposition of PEDOT and its derivatives and to deliver the samples in accordance with paragraph 3.5.1. The Pedot derivative samples must be deposited from a solution that gives high conductivity and excellent electrochemical reversibility. This requires the solvents to be either propylene carbonate (PC), tetrahydrofuran (THF), or methyltetrahydrofurfuryl ether (MTFE). Other solvents that are compatible with MTFE are acceptable. The highest priority is to fabricate an oxidized (p-doped) polymer that meets the conductivity and reversiblility requirements. This requirement is Sole Sourced to University of Florida Chemistry Dept. for compatability. Requests may be faxed to 619-927-3488 or sent by mail to NAVAIRWARCENWPNSDIV., code 230000D Att.: Esther A. Cook, China Lake, CA 93555-6100. Requests shall include your firm's Tax Identification Number (TIN) including your Corporation Status and Commercail and Government Entity (CAGE) code, if one has been assigned. Request for quote will be available on or about January 17th. Award is expected to be made 20 of January. See Numbered Note(s): 22. CITE: (I-362 SN015740) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT, 1300 E AVENUE, FORT LEE VA 23801-1800 SUBJECT: J--REFURBISH REFRIGERATION CASES FOR THE FORT MEADE COMMISSARY, MARYLAND SOL DECA01-97-T-0183 DUE 020497 POC Contract Specialist Missy Rios (804) 734-8653 FAX: (804) 734-8669 (Site Code DECA01) DESC: Written Request for Quotation (RFQ) to provide all supervision, personnel, equipment, transportation, tools, parts, and other items and services necessary to perform Repair/Refurbishing of the Meat, Deli, Frozen Food, Dairy, and Produce Cases for theFort Meade Commissary located in Maryland. The anticipated performance date is February 18, 1997. This Request for Quotation (RFQ) will be issued on or about January 21, 1997 with a tentative closing date of February 4, 1997. The anticipated award date wil be February 14, 1997. This procurement is unrestricted. The Standard Industrial Classification Number is 7699 and the business size standard is $5 million. All requests for copies of this RFQ must be in writing and addressed to: Defense Commissary Agency, Acquisition Business Unit, Services Division (OC/RAVS), ATTN: Missy Rios, 1300 E Avenue, Fort Lee, Virginia 23801-1800. Requests must include telephone and facsmile numbers of the requestor. Facsimile requests will be accepted. CITE: (I-362 SN015780) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (v), U.S. Coast Guard, Maintenance & Logistics Command Atlantic, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102 SUBJECT: J--INSTALL J-BAR MOB DAVIT SOL DTCG80-97-Q-3FACK8 DUE 011697 POC Contact SK2 Willie Mayo, Purchasing Agent (757) 628-4660 DESC: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ) number DTCG80-97-Q-3FACK8. This solicitation document will incorporated provisions and clauses that are in effect through Federal Acquisition Circular 90-42. The Standard Industrial Classification code is 7332 and the size standard is 500 employees. The following is a description for the listed services. 1. The Contractor shall provide all labor, services, equipment and materials to install two J-Bar davits to be used as Man Overboard Recovery Station on both the CGC THETIS and CGC MOHAWK while the vessels are in their homeport in Key West, FL. The J-Bars shall be installed on the port and starboard side of the forecastle at approximately frame 48 on each vessel. Additionally, or each vessel, the Contractor shall clean and blank off two fuel tanks with a capacity of 7497 gallons each. The tanks need to be cleaned and blanked off to facilitate accomplishment of the J-Bar installation which will require some minor modifications to the fuel tank vents. As prescribed in FAR 52.12-2. Evaluation-Commercial items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Required Delivery Date. The following FAR clauses will apply to this solicitation: 52.219-6 Notice of Total Small Business Set-Aside, 52.222-41 Service Contract Act of 1965, as amended. Offers are due on 16 January 1997, NLT 1200, Commander (VPL-3), MLCLANT, 300 East Main Street, Suite 600, Norfolk, VA 23510-9102, ATTN: SK2 Willie Mayo. For information and copies of Specifications call (757) 628-4599. The material is required on or before 27 January 1997. CITE: (I-362 SN015801) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Department of Commerce, NOAA, 200 World Trade Center, Room 209, Norfolk, VA 23510-1624 SUBJECT: R--SUPPORT SERVICES SOL 52-EATA-7-00032 DUE 020797 POC William D. Privott, Contracting Officer, (757) 441-6561, Linda Jacobs, Contract Specialist, (757) 441-6563 DESC: Provide support and report to the director of Commerce's Eastern Region Office in Baltimore, Maryland. Contractor shall be assigned newly delegated "National Leadership" program functions, within the overall Office of Domestic Operations (ODO) Decentralization Initiative. Such functions, generally under the direction of our Regional Management officers, represent either broad national areas formerly managed from ODO/HQ, or new initiatives defined by ODO's present activity and environment. Included will be development and implementation of management and programmatic information systems; operation of national public-private partnership programs; leadership of national, internationl and multi-agency team and partner initiatives; operation of the National ODO Program Review and Evaluation effort involving Office of Management and Budget (OMB) and Interagency Pervormance Measures; and other. Contractor shall be proficient in the following software: LOTUS 123/LOTUS Notes, Word Perfect/windows, PC Anywhere, Harvard Graphics, BANYAN VINES WAN/LAN systems software. Contractor shall provide services at the U.S. Department of Commerce, ITA, Eastern Region Office, World Trade Center, Baltimore, Maryland, for the period January 15, 1997, or date of award, whichever is later, thru September 30, 1997, with two one year options. Estimated level of effort is 1,480 man hours. The contractor shall work 40 hours per week, 8:30 A.M. to 5:00 P.M. Monday through Friday except Federal holidays. Compensation will not be provided for absences due to sickness or other purposes. The applicable SIC code for this requirement is 7299. This is a 100% Set Aside for Small Businesses. All responsible sources may submit a offer which shall be considered by the agency. Award will be made to the lowest responsible, responsive offeror who can meet the specific requirements contained in the solicitation and is most advantageous to the government considering technical requirements and price related factors. Copies of the solicitation will only be provided in response to written or faxed requests received dirctly from the requestor. Telephone requests will NOT be honored. Requests for copies of the solicitation may be faxed to (757) 441-3786 or 3735. Numbered Notes 1 and 26 apply to this requirement. EMAILADD: Linda.L.Jacobs@NOAA.gov EMAILDESC: e-mail CITE: (W-362 SN015739) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Agency for International Development (USAID), REDSO/WCA/OP, Abidjan (ID), Department of State, Washington, D.C. 20521-2010 SUBJECT: R--PROGRAM SPECIALIST SOL NIGERIA DUE 013197 POC Contact Point: Felix Awantang, AID Affairs Officer, USAID/Nigeria, Lagos, Tel: (234) 1-614412; Fax No. (234) 1-614698. DESC: The United States Agency for International Development in Nigeria (USAID/Lagos) is soliciting expressions of interest from qualified U.S. citizens to serve under a Personal Services Contract (PSC) as Program Specialist, to be responsible for a range of programming, planning and operational functions including the updating of the country strategic plan, program monitoring, evaluation and reporting. The PSC Program Specialist will be part of the USAID staff and report directly to the AID Affairs Officer. The PSC will provide leadership in the preparation of congressional presentations, the R4, results report and resource requests, budgets documents, activity planning, coordination of program review and procurement planning. The contractor will assist in preparing and monitoring the Mission's budget in support of our four SOS. In program monitoring and evaluation, the PSC will take the lead with assistance from USAID program managers and cooperating agency staff in refining the system for data collection and analysis and the preparation of formal and informal reports to show program impact and results achieved. The Program Specialist will serve as the Mission's evaluation officer. In addition to the two functions above, the PSC will be expected to spend at least 25% of his/her time doing executive officer functions in the areas of personnel, administrative support, security/safety, property management etc, in liaison with the Embassy/Lagos. S/he will be assisted in this area by experienced FSN staff. The PSC Program Specialist will be required to obtain medical and security clearance. This position has been graded at the FS-2 level and includes a 25 percent post differential if the candidate selected is non-resident in Nigeria, plus moving expenses, storage, housing, and other benefits per USAID regulations for an overseas tour. Basic household furnishings, including major appliances, will be provided by post or will be available in leased quarters to be provided by post. Shipment of a POV may be authorized. The PSC Program Specialist must be a US citizen and must possess a university degree in economics, business, development planning or a related field and must have a minimum of 8 years of relevant experience. Knowledge of USAID programming systems as well as NMS is desired. Excellent writing and verbal communications as well as program analytic skills are required. The successful candidate must have experience working in difficult logistic environments and must be willing to travel within Nigeria. Computer skill including familiarity with wordperfect windows are required in the preparation of documents. The individual must have cross cultural experience preferably in Sub Saharan Africa and must be able to work as part of a team. All interested and qualified individuals should submit a letter of application, a completed SF-171, and any additional resume or statement of experience by January 30, 1997 to: AID Affairs Officer, USAID Nigeria, Dept.of State, Washington DC, 20521-8300, or by fax to the AID Affairs Officer, USAID Nigeria, fax number 234-1-614698. Questions concerning this announcement should be addressed to the AID Affairs Officer, phone 234-1-614412 or 234-1-2614621 or by internet to: fawantang@usaid.gov. Selection of the successful candidate will be made by a USAID review panel which will utilize the following evaluation criteria: Technical qualifications (educational background) relevant professional and geographic experience. USAID reserves the right to not award a contract to any applicant. Period of Performance: The services of the Program Specialist will be tentatively required from April 1, 1997 for one year, subject to availability of funds and to USAID maintaining a presence in Nigeria, with the possibility of extensions. CITE: (I-362 SN015756) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Small Business Administration, 409 3rd Street SW., Washington, DC 20416 SUBJECT: R--SERVICING OF THE SBA'S DISASTER LOAN PORTFOLIO SOL SBAHQ-97-R-0005 DUE 022197 POC Dionna Martin, Contract Specialist, (202) 205-7029 DESC: The U.S. Small Business Administration (SBA), Office of Financial Assistant (OFA) is soliciting a proposal to ourline the requirements SBA has set forth for the servicing of the Disaster home loan portfolio. This acquisition is Full and Open Competition. It is anticipated the RFP will be issued O/A 01/21/97. The closing date for receipt of the proposal will be O/A 02/21/97. Copies of the RFP will be provided upon written request only. NO TELEPHONE OR FAX REQUEST WILL BE HONORED. CITE: (M-362 SN015776) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: FISC Norfolk Detachment Washington, 901 M St., S.E., Bldg. 200, 4th Fl., Washington, DC 20374-5014 SUBJECT: R--LITIGATION SUPPORT SERVICES: SOLE-SOURCE INCREASE TO CONTRACT N00600-96-C-1876 SOL N00600-96-R-1876 DUE 021597 POC For additional information, contact Glenn Harden, Code 02W1.6B, at (202) 433-5997 DESC: The Fleet and Industrial Supply Center Norfolk Detachment Washington (FISCNORVADETWASH) intends to modify contract N00600-96-C-1876 with InfoEdge Technology to add labor hours and an additional three-month option under the authority at FAR 6.302-1. Approximately 24,000 potential labor hours will be added to the contract. The contract is for litigation support services and was awarded with limited competition under authority of FAR 6.302-2. This unique-source increase and extension is justified because the support effort underway is continous and builds upon previous work in such a way that it is not possible to bring on a new contractor without incurring prohibitive cost duplication and time delays. This not a request for proposal. As this contract action will result in a contract modification, no solicitation will be issued. SEE NOTE 22. Any response to Note 22 must be received by 15 February 1997. CITE: (I-362 SN015795) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Housing & Urban Development, Contracting Operations Branch, 6EAC, 2211 Norfolk, Ste. 300, Houston, TX 77098 SUBJECT: R--MF PROPERTY MANAGEMENT SOL H06R97050800000 DUE 031797 POC Jerry Pursley, Contract Specialist, at (713) 313-2274, ext. 7123 or Thomas D. Moore, Contracting Officer at (817) 978-9301. DESC: The U.S. Department of Housing and Urban Development (HUD) requires the services of a Property Management Company for management of multifamily properties owned by or in the custody of HUD under the jurisdiction of the Real Estate Owned HUB (Center) in Atlanta, Georgia. This jurisdiction is responsible for 21 States on the Eastern Seaboard West to the Ohio/Mississippi Valley to include Washington, DC and Puerto Rico. Request for Proposal (RFP) shall be issued on or about January 15, 1997. Proposal will be due 45 days after issuance of the RFP. Resultant contract will have a 2 year base period with three (3) one-year option periods. All responsible sources may request a Solicitation by letter directed to the above address. FAX number is (713) 313-2305. Telephone requests for Solicitations will not be accepted. CITE: (I-362 SN015809) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Housing & Urban Development, 6AACO1, P. O. Box 2905, 1600 Throckmorton, Fort Worth, Texas 76113-2905 SUBJECT: R--MF PROPERTY MANAGEMENT SOL H06R97000700000 DUE 030397 POC Dan Blake, Contract Specialist, or Thomas D. Moore, Contracting Officer, (817) 978-9301. DESC: The U.S. Department of Housing and Urban Development (HUD) requires the services of a Property Management Company for management of multifamily properties owned by or in the custody of HUD under the jurisdiction for the Real Estate Owned HUB (Center) in Fort Worth, Texas. This jurisdiction is responsible for 27 States West of the Ohio/Mississippi Valley (Alaska and Hawaii are not included in this Solicitation). Request for Proposal (RFP) shall be issued on or about January 15, 1997. Proposal will be due 45 days after issuance of the RFP. Resultant contract will have a 2-year base period with 3 one-year option periods. All responsible sources may request a Solicitation by letter directed to the above address. FAX number is (817) 978-9052. Telephone requests for Solicitations will not be accepted. CITE: (I-362 SN015810) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: DECA OPERATIONAL SUPPORT CENTER, ATTN SUBSISTENCE DIVISION /RAS, 5258 OAKLAWN BOULEVARD, HOPEWELL VA 23860 SUBJECT: S--DELICATESSEN AND BAKERY OPERATION SOL DECA02-97-R-0005 DUE 021397 POC Contract Specialist Bill Lair (804) 734-9844 (Site Code HQCAAA) DESC: Manage and operate customer-oriented, in-store, resale deli/bakeries located in two Southwest Region commissary stores as follows: (1) Vandenberg AFB, California and (2) Port Hueneme NCBC, California. Performance period is Base Year, 01 APR 97 throug 31 MAR 98 and four option years. The contractor will be responsible for ordering, receiving, storing, displaying, merchandising and processing products for sale to commissary customers. The Government will furnish secure space in each commissary for the cntractor operated delicatessen and bakery. The contractor will retain ownership of the deli/bakery products until purchased by the commissary customer. Projected issue date of Solicitation No. DECA02-97-R-0005 is 13 JAN 97. Estimated closing date is 13 FEB 97. Interested sources should send a written or faxed request for subject solicitation. FAX No. is (804) 734-9671. Only written or faxed requests will be honored All responsible sources may submit a proposal which will CITE: (I-362 SN015745) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: USDA Forest Service, Sierra National Forest, 1600 Tollhouse Road, Clovis, CA 93611-0532 SUBJECT: S--JANITORIAL SERVICES SOL RFQ 16-97-11 DUE 012097 POC Thad Waterbury, Contracting Officer, (209) 532-3671 Ext.247. DESC: Janitorial Services for the Supervior's Office Compound on the Stanisluas National Forest. Request solicitation package from the Southern Sierra Province, Stanislaus National Forest, 19777 Greenley Road, Sonora, CA 95370-5909. CITE: (I-362 SN015749) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: National Institutes of Health; Office of Purchasing and Contracts, OPM/OD; 6006 Executive Blvd., Suite 311, Rockville, MD 20892-7058 SUBJECT: S--CARPET CLEANING SERVICES SOL 263-97-Q-(M5)-0064 DUE 012797 POC Contact Point: Purchasing Agent, Sabrina Lindsay on 301-496-3704. DESC: The NIH, Clinical Center, Housekeeping and Fabrication Department has a requirement to procure carpet cleaning services. The Standard Industrial Code for this requirement is 7217. The successful contractor will be required to perform vacuum cleaning, spot cleaning, bonnet/cosmetic cleaning, corrective/shampoo or extract cleaning in designated areas of the Clinical Center, Building 10 on a weekly basis for the performance period, February 1, 1997 - May 30, 1997. Any vendor wishing to submit an offer should contact Sabrina Lindsay, Purchasing Agent, by fax ONLY on 301-496-3707 by close of business 1/27/97. This proposed contract is 100% set aside for small business concerns. CITE: (I-362 SN015757) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Southeast Regional Office, 523 McDonough Blvd., SE., Atlanta, GA 30315 SUBJECT: S--WASTE REMOVAL SERVICES SOL IFB 131-0139 DUE 021297 POC Janet Herrington, Contract Specialist, (404) 635-5649. DESC: The United States Penitentiary, Atlanta, Georgia is soliciting Waste Removal Services to include waste removal and disposal for the United States Penitentiary and Federal Prison Camp. The contract period will include a base and three option years. The contractor will provide one thirty-five (35 yard) self-contained compactor for the Federal Prison Camp and one thirty-five (35 yard) self-contained compactor for the United States Penitentiary. Compactors shall each contain a 2.5 cubic yard hopper supplied by the Contractor. No telephone or fax requests will be accepted. CITE: (M-362 SN015785) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: General Services Administration, General Procurement Branch (3FNG)the Wanamaker Building, 100 Penn Square East, 8TH floor, Philadelphia, PA 19107 SUBJECT: V--TERM MOVING SERVICES SOL GS-03F-97-AYC-0008 DUE 022497 POC Maria L. Kubiak, contracting officer, (215) 656-3836 DESC: Industrial classification 4212, transportation, labor and related moving services as required in the commercial zones of Philadelphia, PA, Roanoke, VA and New Jersey counties North and South for service from April 1, 1997 through March 31, 1998, with two one-year options for extension of services. Proposed procurement is 100% small business set-aside. All responsible sources may submit a proposal which shall be considered by the agency. Requests for solictation must be made in writing to the above address or by FAX at (215) 656-3841. No telephone requests will be honored. CITE: (I-361 SN015601) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window Rock, AZ 86515 SUBJECT: V--LEVEL I AND/OR LEVEL II AIR AMBULANCE SERVICES SOL RFP No. M97-0009/MD DUE 123197 POC Maxine Dineyazhe, Contract Specialist, (520) 871-1386 or Jack Tarro, Contracting Officer, (520) 871-5863. DESC: The Contractor shall provide personnel, aircraft, supplies, equipment, drugs and malpractice insurance to provide Level I and/or Level II air ambulance services for Navajo Area Indian Health Service (NAIHS) care patients requiring emergency air transports. Air ambulance services shall be available 24 hours/day and furnished in the States of New Mexico, Arizona, Colorado, and Utah. Remuneration for air ambulance services shall be as follows: Level I, air transportation, multi-engine, fixed wing Base Rate=$1,500.00, mileage (one-way) $7.84 per mile; Level I, air transportation, rotor wing, Base Rate=$1,500.00, mileage (one-way) $17.27 per mile; and Level II, air taxi service, fixed wing, Base Rate=$400.00, mileage (one way) $4.00 per mile. Contractor must be currently Office of Aircraft Services (OAS) certified and accreditated by the Commission on Accreditated of Medical Services (CAAMS) within 24 months after award. Proposals under this solicitation will be considered through December 31, 1997. Anticipated RFP release date is December 12, 1996. Multiple awards will be made for a twelve (12) month period with two (2) one (1) year option periods. CITE: (M-362 SN015763) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: General Services Administration, General Procurement Branch (9FBG), 450 Golden Gate Ave, 4th Floor West, San Francisco, CA 94102 SUBJECT: V--TRAVEL MANAGEMENT CENTER FOR HAWAII SOL 9FBG-OLC-N-A-2069/97 DUE 012897 POC Jaqueline Sullo (415)522-2838 DESC: This acquistion is not a small business set aside. Requests for RFPs shall be faxed to (415)522-4009. A limited number of solicitation packages are available and will be issued on a first come, first serve basis. EMAILADD: Jacqueline.Sullo@GSA.GOV EMAILDESC: CITE: (W-362 SN015775) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: General Services Administration, General Procurement Branch (9FBG), 450 Golden Gate Ave, 4th Floor West, San Francisco, CA 94102 SUBJECT: V--TRAVEL MANAGEMENT CENTERS FOR WYOMING; SOUTH DAKOTA AND EL PASO, TEXAS SOL 9FBG-OLC-N-A-2070/97 DUE 012897 POC Jacqueline Sullo (415)522-2838 DESC: This acquistion is not a small business set aside. Requests for RFPs shall be faxed to (415)522-4009. A limited number of solicitations packages are available and will be issued on a first come, first served basis. EMAILADD: Jaqueline.Sullo@GSA.GOV EMAILDESC: CITE: (W-362 SN015779) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: DVA Medical Center 79 Middleville Road Northport New York 11768 SUBJECT: V--TAXI SERVICE FOR BENEFICIARES TO AND FROM MEDICAL CENTER FOR THEIR DIALYSIS TREATMENTS SOL IFB-632-10-97 DUE 021897 POC Carol Lippis - Contracting Officer 516-261-4400 EXT. 7135 DESC: Furnish Taxi Svc. for the Department Of Veterans Affairs Medical Center. Transporting VA Beneficiares from their residence to VA Medical Center in Northport, New York and from the medical center to beneficiares residence 3 times a week. Treatments are scheduled in both the AM/PM. The beneficiares are in Nassau & Suffolk Counties. Service to cover period from March 3,1997 thru September 30,1997, with four one year options to extend services. Issue date O/A 1/10/97. Requests for solicitation in writing ONLY. CITE: (I-362 SN015821) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Facilities Service Office, U.S. Postal Service, 4000 DeKalb Technology Pkwy, Suite 300, Atlanta, GA 30340-2799 SUBJECT: X--CONSTRUCTION OF NEW USPS LEASED POST OFFICE, DEARING, GA 30808-9998 SOL 123125-97-A-R024 DUE 021297 POC Sheryl McCrystal, Real Estate Specialist, (770) 454-6042, Ted Tarantino, Contracting Officer, (770) 454-0618. DESC: Lease (including construction) of a postal facility, Dearing, GA 30808-9998. Approximately 3,032 SF of net interior space. USPS-Controlled Site: Hwys 78 & 278. Plans and Specifications may be obtained by contacting Carolyn Adkins, Facilities Service Office, 4000 DeKalb Technology Parkway, Bldg. 300, Ste. 300, Atlanta GA 30340-2799. Packages are $50.00 per set, NON-REFUNDABLE. Make checks payable to: "USPS--Disbursing Officer." CITE: (M-362 SN015772) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010 SUBJECT: Y--JET FUEL OFF-LOADING FACILITY, BARKSDALE AIR FORCE BASE, SHREVEPORT, LA SOL N62467-95-B-0951 DUE 022597 POC Technical Inquiries: T. C. Gainey, Code 0211TCG. Contracting Officer: L. R. Fisk. DESC: THIS SOLICITATION IS HEREBY BEING ISSUED ON AN "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The work includes the provision of two 800 cubic meter aboveground storage tanks with concrete secondary containment dikes, six commercial tank truck off-loading positions, system pump pad with canopy, 1,350 meter underground jet fuel line, oil/water separator, piping, pumps, operations facility, and related work. For Plans and Specifications: There is a $90.00 Non-Refundable charge for "EACH" set of Plans and Specifications. To obtain Plans and Specifications you may CHARGE your request to a CORPORATE VISA CREDIT CARD or make company check payable to: US Treasury and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P. O. BOX 71359, CHARLESTON, SC 29415 (TO FEDERAL EXPRESS YOUR REQUEST: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON, SC 29408-1802.) PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE ALSO INCLUDE (1) A POINT OF CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER. If problems arise concerning your request, call RONNIE MITCHUM at 803/743-4040. To obtain a Plan Holders List fax your request Attn: Ronnie Mitchum at 803/743-3027. Plan Holders List will be mailed. We cannot fax Plan Holders List. For inquiries about Bid Opening Date or Number of Amendments; contact Shirley Shumer at 803/820-5923. Technical Inquiries prior to Bid Opening must be submitted in writing 15 days before Bid Opening to the address listed above, or faxed to 803/820-5853, Attn: T. C. Gainey, Code 0211TCG. To obtain bid results, call 803/820-5922 after 10:00AM for a pre-recorded message that will be available the day following scheduled bid opening. Estimated cost is between $1,000,000.00 and $5,000,000.00. Estimated duration of the contract is 300 days for completion. CITE: (W-362 SN015746) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, Facilities Service Office, P.O. Box 27497, Greensboro NC 27498-1103 SUBJECT: Y--NEW CONSTRUCTION LEASED--NO CONTROLLED SITE SOL 362575-97-A-T038 DUE 011797 POC Esther Tinort, Real Estate Specialist, (910) 665-2810. DESC: Advertisement to construct and lease a new postal facility on an uncontrolled site in Miami, WV. Approximate 2,126 square foot building to be constructed on a 11,480 square foot site, excluding setbacks, easements, and local/state requirements. The preferred area is within the community between Miami, WV and Dry Branch, WV. Environmentally clean buildings of 2,000--5,000 SF will also be considered. Offers are due in this office by COB 01/17/97. A NON REFUNDABLE cashier's check or money order made payable to Disbursing Officer--USPS, in the amount of $35.00 is required for EACH package. Please reference the facility name (Miami, WV). PLAN HOLDER LISTS AVAILABLE THROUGH WRITTEN REQUEST ONLY. DELIVERY OF PLAN HOLDER LISTS VIA FAX WILL NOT BE AVAILABLE. CITE: (M-362 SN015784) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, Facilities Service Office, P.O. Box 27497, Greensboro NC 27498-1103 SUBJECT: Y--NEW CONSTRUCTION LEASED SOL 362575-97-A-E044 DUE 013197 POC Opal Elder, Real Estate Specialist, (919) 665-8844. DESC: Advertisement for new construction leased in Woodruff, South Carolina 29388-9998. Approximate 6,602 sq. ft. building to be constructed on 122,000 gross sq. ft. of land. USPS holds an assignable option on land located on North Main Street at Woodruff Street, Woodruff, Spartanburg County, SC. The price of the site is $178,000.00 for the site plus normal closing costs. Offers are due in this office by COB 01/31/97. A NONREFUNDABLE check or money order made payable to Disbursing Officer--USPS, in the amount of $35.00 is required for EACH package. Please reference solicitation number indicated in block #9 above. CITE: (M-362 SN015827) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: VA Medical Center (614/90C), 1030 Jefferson Av., Memphis, TN 38104-2193 SUBJECT: Z--PAINT & VINYL WARD 1E SOL IFB 614-54-97 DUE 010897 POC Jerry Shepherd, Contracting Officer, (901)577-7228 DESC: This notice is to hereby cancel the 100% small business set-aside. All other information in the synopsis remains the same CITE: (I-361 SN015588) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, Public Buildings Service (7PMC),Property Management Div,819 Taylor Stre et,Fort Worth,TX 76102-6105 SUBJECT: Z--CFC CHILLER REPLACEMENT, H.THORNBERRY SOL GS-07P-97-HUC-0009 DUE 030197 POC Contact,Christy A. Skirchak,817/978-7488 DESC: Sic Code 1711-Provide all material and labor for CFC Chiller Replacement at the Homer Thornberry Judicial Building, Austin, TX. Upgrade the building's HVA C system by replacing with two 300 ton chillers centrifugal chillers and adding one 800 ton centrifugal chiller, replace all chilled and condenser water pumps, add refrigerant monitoring system, add emergency and refrigerant ventilation sys tem, extend existing automatic temperature control system to interface with new HVAC equipment. Expand electrical system by adding new motor control center, pr ovide 120 volts from existing panel to serve misc. 120 volt loads, install wirin g and control relays for refrigerant emergency purge system, provide new wiring for all new equip. Project No. ITX94023. Estimated cost range: $1,000,000 - $2, 000,000. For copies of the solictation, please FAX your request to the attention of Christy A. Skirchak, Contracting Officer, FAX NO: 512/916-5999. All respon sible sources will be considered. CITE: (I-361 SN015593) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, Public Buildings Service (7PMC),Property Management Div,819 Taylor Stre et,Fort Worth,TX 76102-6105 SUBJECT: Z--CFC CHILLER REPLACEMENT, USPO/CTHSE. SOL GS-07P-97-HUC-0010 DUE 030197 POC Contact,Christy A. Skirchak,817/978-7488 DESC: Sic Code 1711-Provide all material and labor for CFC Chiller Replacement at USPO/Courthouse in San Antonio, TX. Work includes but is not limited to Upgrad ing the building's mechanical HVAC system by installing new 500 and 250 ton cent rifugal chillers and associated pumps in new basement level chiller room. Work includes cast-in-place concrete, thermal and moisture protection, finishes, mech anical and electrical. Project No. ITX95028. Estimated cost range: $500,000 - $1,000,000. For copies of the solicitation, please FAX your request to the atte ntion of Christy A. Skirchak, Contracting Officer, FAX No: 512/916-5999. All re sponsible sources will be considered. CITE: (I-361 SN015594) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration,Property Mgmt. Div. (1PM),10 Causeway St, 9t h floor,Boston,MA 02222-1077 SUBJECT: Z--INDEFINITE QUANTITY CONTRACT FOR SOL GS-01P-97-BZD-0005 DUE 021997 POC Contact,Marie Fouhey,617/565-7308,Contracting Officer,Marie A. Fouhey,617/5 65-7308 DESC: Provide all labor, material, supervision, tools and equipment necessary to perform general repairs and alterations to Government owned/leased facilities in the States of Massachusetts and Rhode Island. This will be an Indefinite Quant ity Contruction Contract(s) with the ability to perform associated design servic es for construction projects ranging from approximately $2,000 to $1.6 million. The estimated cost of construction for a given year under this contract(s) is a pproximately $3.2 million. Offerors will be evaluated using the source selection procedures/greatest value method outlined in the solicitation. The Government may make multiple awards and estimates making a maximum of five (5) awards under the subject solicitation. Individual delivery orders exceeding $2,000 may be c ompeted among the selected firms under the contract(s) unless the Gov't deems ot herwise on an individual task order basis. Individual orders will be placed wit h the contractor with the low price when only price is a factor. The contracts will be for a one year base period with four (4) one year options. The applicab le SIC code is 1542. This procurement is open to both large and small businesse s under the Small Business Competitiveness Demonstration program. Requests for the solicitation package should be made to Mike Kelliher at (617)565-8386 or fax ed to (617)565-7144. Address other questions to Charles Barr at (617)565-7133. The specifications will be available on or about January 17, 1997. There will be no public opening of offers. CITE: (I-362 SN015744) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Department of HUD, New York ASC, Baltimore Contracting Staff (3BAC), 10 South Howard Street, Fifth Floor, Baltimore, MD 21201- SUBJECT: Z--DEMOLITION - EUTAW GARDENS SOL H03B97081000000 DUE 022597 POC Darlene Austin, Contracting Officer, (410)962-2520, Ext. 3142. DESC: The Contractor shall furnish all labor, materials, equipment, tools, implements, tackles and machinery required to do and complete the work in accordance with the drawings and specifications. Specifications will be included in the Invitation For Bid (IFB). Drawings must be ordered from the Contracting Officer. For bonding purposes, this project is estimated between $100,000 and $500,000. The IFB will be available on or about January 24, 1997. This is an unrestricted purchase; all interested parties may submit written requests only to the above address; no telephone requests will be accepted. A fax letter will be accepted at (410)962-0669. CITE: (I-362 SN015753) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, PBS, Caribbean Property Mgt Ctr, 2PMC-C Federico Degetau Federal Building Rm 210,150 Carlos Chardon Ave, Hato Rey, PR 00918-1746 SUBJECT: Z--REPAIR FIRST FLOOR RESTROOMS SOL GS-02P-97-PRC-0028 DUE 021797 POC Wanda A. Cadilla, Contracting Officer,787-766-5444 DESC: Repair First Floor Restrooms, Federal Building & US Courthouse,Veterans Drive,Charlotte Amalie,St.Thomas,Virgin Islands. IFB will be available 1/13/97. Estimated price range is between $25,000 to $100,000. See note 1.Requests for solicitation package must be in writing. All responsible sources may submit and offer which will be considered. CITE: (W-362 SN015766) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, PBS, Buildings Manager, 657 Second Avenue, N., Room 348, Fargo, ND 58102 SUBJECT: Z--MECHANICAL MAINTENANCE SERVICES SOL GS-08P-97VJC0031 DUE 012797 POC Contracting Officer, Pat Sams, (701) 239-5453 DESC: Work includes: Mechanical services to include electrical, HVAC, and plumbing repairs, preventive maintenance, daily tours of building and mechanical equipment, and miscellaneous services. All work will be performed at the Federal Building/US Courthouse, 100 1st Street SW, Minot, North Dakota. Security clearances are required for all workers. Solicitation packages will be available on January 6, 1997, with bid opening date of January 27, 1997. Contract performance period will be 6 month firm term, February 15, 1997 through August 14, 1997. Requests for bid packages must be made in writing to the above Contracting Officer. Fax requests will be accepted at FAX number (701) 239-5290. Estimated cost range is $25,000.00 to $100,000.00. All responsible sources may submit an offer which will be considered. CITE: (M-362 SN015769) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, PBS, Buildings Manager, 657 Second Avenue, N., Room 348, Fargo, ND 58102 SUBJECT: Z--MECHANICAL MAINTENANCE SERVICES SOL GS-08P-97VJC0032 DUE 012797 POC Contracting Officer, Pat Sams, (701) 239-5453. DESC: Work includes: Mechanical services to include electrical, HVAC, and plumbing repairs, preventive maintenance, daily tours of building and mechanical equipment, and miscellaneous services. All work will be performed at the Federal Building/US Courthouse, 102 North 4th Street, Grand Forks, North Dakota. Security clearances are required for all workers. Solicitation packages will be available on January 6, 1997, with bid opening date of January 27, 1997. Contract performance period will be 6 month firm term, February 15, 1997 through August 14, 1997. Requests for bid packages must be made in writing to the above Contracting Officer. Fax requests will be accepted at FAX number (701) 239-5290. Estimated cost range is $25,000.00 to $100,000.00. All responsible sources may submit an offer which will be considered. CITE: (M-362 SN015770) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Box 139, NAS, Jacksonville, FL 32212-0139 SUBJECT: Z--REPAIR AND UPGRADE COURTS AT THE NAVAL ORDNANCE TEST UNIT, CAPE CANAVERAL, FL SOL Contract N62467-95-B-2679 DUE 022097 POC OICC Office. DESC: The work includes but is not limited to repairing all cracks, resurfacing and restriping the volleyball and basketball courts along with installing metal halide lighting on the volleyball and basketball courts and incidental related work. The contractor will be required to complete the work in 135 calendar days after Notice to Proceed.--Bid opening date listed in item 10 is approximate--Request bid documents by 06 February 1997---PLANS AND SPECIFICATIONS CAN NO LONGER BE PICKED UP AT THIS OFFICE. THERE WILL BE A $29.00 NON-REFUNDABLE CHARGE FOR ``EACH'' SET OF PLANS AND SPECIFICATIONS. NO TELEPHONE ORDERS FOR YOUR PLANS AND SPECIFICATIONS CAN BE ACCEPTED; HOWEVER, IF PROBLEMS ARISE CONCERNING YOUR REQUEST, CALL CAROLYN POLLOCK AT (904) 772-3446 OR 3447. TO ORDER, MAKE COMPANY CHECK OR MONEY ORDER PAYABLE TO: US TREASURY AND SEND TO: DEFENSE AUTOMATED PRINTING SERVICE, ATTN: CAROLYN POLLUCK, P.O. BOX 3, NAVAL AIR STATION, JACKSONVILLE, FL 32212-0003. TO OBTAIN PLAN HOLDERS LIST FAX YOUR REQUEST ATTN: CAROLYN POLLOCK AT (904) 772-3892. PLAN HOLDERS LIST WILL BE MAILED. WE CANNOT FAX PLAN HOLDERS LIST. FOR INQUIRIES ABOUT BID OPENING DATE OR NUMBER OF AMENDMENTS CONTRACT CONTRACTS DIVISION AT (904) 772-5571. A "9" digit zip code must be included on all requests"--The proposed contract listed here is unrestricted--Estimated cost is between $25,000.00 and $100,000.00. CITE: (M-362 SN015797) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, NSA, Bldg. 157, New Orleans, LA 70142-5007 SUBJECT: Z--SEWERAGE SYSTEM REPAIRS, NAVAL AIR STATION, JRB, NEW ORLEANS, LA SOL N62467-95-B-7099 DUE 022597 POC G. Donmyer, Procurement Tech, (504) 678-2150. DESC: The purpose of this modification is to correct Bid Opening Date to read: 25 Feb 97 and modify description as follows: Rehabilitate existing sanitary sewers by using the following methods, conventional pipe replacement, cured-in-place pipe reconstruction, point repair manhole repairs. Provide temporary sewer rerouting when applicable. Reconnect existing sewer service connections, television inspection of new repairs and complete installation in accordance with the contract documents. Pipe bursting will be allowed in lieu of conventional pipe replacement methods. Estimated duration of the contract is 265 calendar days for completion. Plans and specs will be available on or about 24 January 1997. CITE: (I-362 SN015811) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer In Charge Of Construction, Gulfport Area Office, 100 Annex Rd., Suite 101, Biloxi, MS 39531-3111 SUBJECT: Z--INDEFINITE QUANTITY INTERIOR/EXTERIOR PAINTING, VARIOUS BUILDINGS SOL N62467-97-B-7117 DUE 021297 POC Contact Deborah Mattingly 601/871/2160 Mary Shelby 601/871-2723 DESC: Contractor shall provide all labor, materials, equipment, supervision and effort to perform required interior and exterior painting of various buildings and facilities, NCBC Gulfport and NAVSTA Pascagoula, MS, which includes sanding blasting surfaces, cleaning and preparing surfaces, pressure washing, applying coat(s) of paint to ceilings, structural steel, metal duct work, gypsum board walls, concrete blocks, wood or metal window casings and trim, floors, piping, trim and to exterior surfaces of corrugated asbestos or corrugated metal, wood asbestos siding, structural steel, piping, roll up doors, personnel doors and channel metal siding, and replacing siding, rotted or damaged boards and trim, installing glass and glazing and incidental related work. Copies of specifications will be available on or about 10 January 1997. This acquisition is unrestricted. All responsible sources may submit a proposal which shall be considered. Firm Fixed Price. Estimated cost is between $250,000.00 and $500,000.00. Minimum guarantee is $5,000.00. Contruction duration is base year of 12 months and two 12-month option periods. A site visit is recommended but not required and will be held on 15 January 1997, for NCBC 9:00 AM CT, Bldg. 322, Conference Room, Naval Construction Battalion Center, Gulfport, MS. Point of contact for NCBC is Mr. Dave Reiter, 601-871-2650. A site visit is available at NAVSTA Pascagoula, if desired. Please contact Mr. Doug Morse, 601-761-2066 for appointment. The Standard Industrial Classification (SIC) Code for this project is 1721, size standard $7M. Bid opening date is 10 February 1997, 2:00 PM CT, Bldg. 322, Conference Room, Naval Construction Battalion Center, Gulfport, MS. CITE: (I-362 SN015815) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Gulfport/Keesler Area, 100 Annex Road, Suite 101, Biloxi, MS 39531-3111 SUBJECT: Z--Z REPLACE HVAC SYSTEM AT BOQ, BUILDINGS 300, 301, 302, 303, & 304, NCBC, GULFPORT, MS SOL N62467-96-B-5714 DUE 081596 POC Contact, Mary Reed 601/377-8576/D.W. Hawkins/Contracting Officer 601/377-8577 DESC: a. The work includes the following: a. Provide wall openings in existing walls and new packaged terminal air conditioning units. b. Demolition and removal of two existing air cooled water chillers, pumps, piping, controls, and electrical items as indicated. c. Reinforcement of the existing wood roof deck above the mechanical room. d. The work includes all labor, materials, and equipment to provide, complete and ready for operation, new air cooled water chiller, pumps, repair of existing air handling units, piping, pipe insulation, controls, modifications and connections to existing chilled water and heating water systems, modifications to existing electrical system, and related incidental related work. e. The work requires special attention to the scheduling and conduct of the work in connection with existing operations. CITE: (I-362 SN015816) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB, WY 82005 SUBJECT: Z--REQUIREMENT CONVENTIONAL ROOF CONTRACT SOL F48608-97-0002 DUE 022797 POC Darlene Faulkner, 307-775-2635, Contract Specialist DESC: Requiremnets Conventional Roof Contract: Work includes but is not limited to repair or replace all types all of roofing systems. Roof systems found on base are BUR., EPDM. Roff Roofing, SSR, and Asphalt shingles. The Contract Performance Period includes one basic year and one option year. Magnitude of Project is $500,000.00 to $1,000,000.00. If any questions please fax a request to Darlene Faulkner, Fax Number 307-775-3964 CITE: (W-362 SN015830) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--STRAKE ASSEMBLY, FUSELAGE. SOL SP0740-97-Q-0654 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96142001787 NSN 1005-01-287-9398, 1 -EA Del to Cherry Point NC 28533-6010 Del 90 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluaiton of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. automated best value model(ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluaiton of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015710) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--SIGNAL, CLEARING DEVICE. EXCEPTIONS TO DETAIL DWG 125C2661: SOL SP0740-97-Q-0678 DUE 021897 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer Esther Hayden/AEBB2/614-692-4727 DESC: PR-NO: YPC96317001428 NSN 1005-00-056-5842, CAGE 05606 Part No 125C2661 CAGE 82227 Part No SMS13 Signal, clearing device. GE/Martin Marietta Dwg 125C2661 * 32 -EA Del to New Cumberland PA 17070-5001 Del 120 days after award 94 -EA Del to Lathrop CA 95330 Del 120 days after award solicitation not available until 15 days after published in the CBD. written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvrtd, PO Box 3990 Columbus OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. federal, military and commercial specifications cannot be provided by dscc.automated best value model (ABVM) applies. while price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation.automated best value model(ABVM) and Delivery Evaluation Factor (DEF) apply. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery and past performance as described in the solcitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015713) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--FLOOR, AIRCRAFT SOL SPO460-97-Q-C580 DUE 021497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement. for copies of RFQ Sol icitations, contact thebuyer: Robert Tobin/BU713/804-2 79-3639 contracting officer: Margaret Adams/804-279-51 37 DESC: PR-NO: YPG96302001077 NSN 1560-00-789-4648, floor, aircraft Lockheed Martin, CAGE 98897 P/N 3F41804-129 7 -EA Del to New Cumberland PA 17070-5001 Del by: 220 DARO specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Other than full and open (10 U.S.C. 2304(C)(1) (FAR 6.302-1) only one source (NOTE 22), intended source: Lockheed Martin, CAGE 98897 critical application item. All responsible sources may submit offer which DGSC shall consider. CITE: (I-362 SN015628) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL, VAPOR BARRIER SOL SP0460-97-Q-CA53 DUE 021497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copies of RFQ Sol icitations, contact the buyer. POC: Vanessa Jones/BU81 8/804-279-4289. contracting officer: Melissa Miles/804 -279-3318. DESC: PR-NO: YPG96327000331 NSN 1560-00-762-7640, panel, vapor barrier Lockheed Martin P/N 4P31023-101C Rev E. Tech data package availability: 25 -EA Del to Kelly AFB TX 78241-5312 Del by 200 days ARO. Duration of contract period: 1 year. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in solicitation. More than one source. All responsible sources may submit offer which DGSC shall consider. CITE: (I-362 SN015629) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 15--PREDATOR MEDIUM ALTITUDE ENDURANCE UAV KU-BAND SATCOM SYSTEM SOL N/A POC Contact, Christopher A. Rumsey, Phone (703)604-0903 DESC: Contingent upon receipt of appropriate acquisition approvals, the Naval Air Systems Command intends to negotiate a contract with Lockheed Martin Wideband Systems (formerly Loral Communication Systems), Salt Lake City, UT for approximately six (6) satellite air data terminals, spare and repair parts, support, and technical data for the Predator Medium Altitude Endurance Unmanned Aerial Vehicle (MAE UAV). Lockheed Martin Wideband Systems is the sole designer, developer and supplier of the Predator MAE UAV Ku-Band satellite communication equipment, and as such, is the only source with the technical expertise and required data to meet the Government's needs. This synopsis is published for information purposes only. See note No. 22 - NAVAIR Synopsis No. 40118-96. CITE: (I-362 SN015751) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 15--PREDATOR MEDIUM ALTITUDE ENDURANCE UAV SYSTEM SOL N/A POC Contact, Christopher A. Rumsey, Phone (703)604-0903 DESC: Contingent upon receipt of appropriate acquisition approvals, the Naval Air Systems Command intends to negotiate a contract with General Atomics - Aeronautical Systems Incorporated (GA-ASI), San Diego, CA for approximately six (6) Predator Medium Altitude Endurance (MAE) Unmanned Aerial Vehicles (UAVs), spare and repair parts, support equipment, and associated technical data. GA-ASI is the sole designer, developer and supplier of the Predator MAE UAV air vehicle, and as such, is the only source with the technical expertise and required data to meet the Government's needs. This synopsis is published for information purposes only. See note No. 22 - NAVAIR Synopsis No. 40124-96. CITE: (I-362 SN015752) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--CONTROL UNIT, COCKPIT SOL SP0460-97-R-0559 DUE 022797 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer, BA rbara Stansbury BV417 (804)279-3416 KO Kimberly Hansen (804)279-3624 FAX (804)279-4300 OR 6078 DESC: PR-NO: YPG96340000822 NSN 1680-01-237-5825, 17 -EA Del to New Cumberland PA 17070-5001 Del by 17 Aug 97 (143 DARO) 43 -EA Del to Stockton CA 95296 Del by 17 Aug 97 (143 DARO) mfr: Grumman Aerospace Corp CAGE 26512 PN 160D180440-3 Rev "K" source: East West Industries. Configuration control applies. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. alternate offers must include a complete data package on the approved and alternate item for evaluation. contains a 100% quantity option. All responsible sources may submit offer which DGSC shall consider. CITE: (I-361 SN015614) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--RING, DETENT, GEARBOX SOL SP0460-97-Q-CA54 DUE 021497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copies of RFQ Sol icitations, contact the buyer. POC: Vanessa Jones/BU81 8/804-279-4289. contracting officer: melisssa Miles/80 4-279-3318. DESC: PR-NO: YPG96332000387 NSN 1680-00-230-6914, Speco Inc. CAGE: 78567 P/N C5A29037 12 -EA Del to Kelly AFB TX 78241-5312 Del by 180 days ARO. Specs, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solictation. Only one source of supply. Solicitation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-362 SN015630) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--CONTROL ASSEMBLY, QU SOL SP0460-97-Q-CA55 DUE 021497 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, for copies of RFQ Sol icitations, contact the buyer. POC: Vanessa Jones/BU81 8/804-279-4289. contracting officer: Melissa Miles/804 -279-3318. DESC: PR-NO: YPG96332000412 NSN 1680-01-421-7849, McDonnell Douglas CAGE: 88277 3 -EA Del to Robins AFB GA 31098-1887 Del by 120 days ARO. Specs, plans or drawings relating to the procurement described are not available and cannot be furnsihed by the government. Duration of contract period: 1 year. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the soliciation. Only one source of supply. Solicitation will be made in writing. All responsible sources may submit offer which DGSC shall consider. CITE: (I-362 SN015631) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--STATOR, DISK BRAKE. SOL SP0770-97-Q-MJ40 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Michael Cordi (614) 692-4763 DESC: PR-NO: YPC96339000555 NSN 1630-01-411-4927, CAGE 97153 Part No 134-370 stator, disk brake. I/A/W the BF Goodrich Co part number 134-370. 15 -EA Del to see Preface to Navy address Co Del by 90 days do. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. specifications, plans or drawings re not availble. this is an unrestricted acquisition with a 10% preference for SDB concerns. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). approved sources are: B.F. Goodrich Co. (97153). Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015678) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--SLEEVE ASSEMBLY, STEERING CONTROL. END ITEM: C-130 AIRCRAFT. SOL SP0770-97-Q-MJ38 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Michael Cordi (614) 692-4763 DESC: PR-NO: FPC96313000880 NSN 1620-00-306-3477, CAGE 1F754 Part No 338007 CAGE 9U245 Part No 338007 CAGE 9V167 Part No 338007 CAGE 98897 Part No 338007 CAGE 99036 Part No 338007 sleeve assembly, steering control. I/A/W Kal Nelson aviation Inc (1F754), Master Research and Mfg Inc (9U245), space Tech engineering Inc (9V167), Lockheed Martin Corp (98897), and Euclid machine Co (99036) all with part number 338007. 265 - EA Del to Hill AFB UT 84056-5734 Del by 90 days ADO. See NOTE #1. small business size standard is 1000 employees. solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available.this acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). approved sources are: 1F754; 97S34; 9V167; 98897; and 99036 CAGE codes. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015707) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--SOCKET, SWASHPLATE. H53E. SOL SP0770-97-Q-MJ37 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Michael Cordi (614) 692-4763 DESC: PR-NO: NPC96313000874 NSN 1615-01-126-6133, CAGE 4T362 Part No 65124-11318-101 CAGE 78286 Part No 65124-11318-101 socket, swashplate. Sikorsky Aircraft (78286) P/N 65124-11318-101. 100 -EA Del to Cherry Point NC 28533-5001 Del by 90 days ADO. See NOTE #1. small business size standard is 1000 employees. solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. this acquisition is for supplies for which the government does not possess complete, unrestrictive technical dat; therefore, the government intends to solicit and contract WIT only approved sources under the authority of 10 U.S.C.2304 (C)(1). approved sources re: Connecticut tool Mfg (4T362); Sikorsky aircrft (78286). Automated Best Value Model (ABVM) and delivery evalution factor (DEF) apply. whle price is a significant factor in the evalution of offers, the final award decision will be based uon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015708) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--PISTON ROTOR SOL SP0770-97-Q-MJ39 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) michel Cordi (614) 692-4763 DESC: PR-NO: NPC96313000886 NSN 1630-00-947-4056, CAGE 97153 Part No 74-420-1 piston rotor. B F Goodrich (97153) P/N 74-420-1. 198 -EA Del to New Cumberland PA 17070-5001 Del by 90 DAS ADO. 456 -EA Del to Cherry Point NC 28533-5001 Del by 90 days ADO. 330 -EA Del to Norfolk VA 23512-0001 Del by 90 days ADO. 322 -EA Del to San Diego CA 92136-0000 Del by 90 days ADO. Solicitation not available until 15 days after published in the CBD. specifications, plans or drawings are not available. this is an unrestrictive acquisition with a 10% preference for SDB concerns. This acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the governemtn intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). approved sources are: B.F. Goodrich Co (97153). Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015709) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: YS SPECIAL OPERATIONS COMMAND, AMSAT-D-TK, 4300 GOODFELLOW BLVD, ST. LOUIS, MO 63120-1798 SUBJECT: 16--QTY (50) 4MBSRAM MEMORY CARDS, P/N:PMC SM0004M-BI SOL USZA95-97-Q-0014 DUE 010897 POC Darrell L. Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil/ Kay Hucke, (314) 263-3299 DESC: Technology Applications Contract Office, US Special Operations Command, ATTN: AMSAT-D-TK, 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the solicitation number is USZA95-97-Q-0014. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The Standard Industrial Classification (SIC) code is 3728 and the Business Size Standard is 1000 employees. The commercial item to be quoted is a 4MB SRAM Memory Cards, Part Number: PMC SM0004M-BI or equal. This contract shall be a firm fixed price contract for a quantity of 50 units. The delivery schedule shall be five (5) immediately upon award and forty-five (45) no later than 25 January 1997. The cards shall be shipped to (W80N5C) MSSA/CRP, HHC 160th SOAR, ATTN: AOAV-SI, Dortch/Linder, x1968, Building 7262, Hangar 15, Fort Campbell, KY 42223-5738 - Mark For: SUMS and Com/Nav, Document Number: W80XYF63300701. The submittal must demonstrate that the proposed product is equal to the desired commercial item. The provision at 52.212-1, Instruction to Offerors--Commercial Items, applies to this acquisition and no addenda applies. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition with the blanks filled in as follows: Firm Fixed Price, Low Acceptable Quote. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with the offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. No addenda applies. The clause at 52.212-5, Contract terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition to include 52.203-6 Restrictions on Subcontractor Sales to the Gover nment, with Alternate 1 ; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity ; 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns ; 52.222-26 Equal Opportunity ; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans ; 52.222-36 Affirmative Action for Handicapped Workers ; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era ; 52.225-9 Buy American Act--Trade Agreements Act--Balance of Paym ents Program ; and 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels . In addition to the foregoing FAR provisions, the following DFARS provisions are applicable: 252.225-7006, Buy American Act Trade Agreements Balance of Payments Program Certificate ; 252.212-7000, Offeror Representations and Certifications Commercial Items (note - a completed copy must be returned with your offer); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense A cquisitions for Commercial Items the following particular provisions cited within 252.212-7001 apply to this acquisition: 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns (Alternate 1) ; 242.225-7014, Preference for Domestic Specialty Metals ; and 252.233-7000, Certification of Claims and Requests for Adjustment of Relief. Quotes will be received at US Special Operations Command, Technical Applications Contracting Office, AMSAT-D-TK (ATTN: D Dodds), 4300 Goodfell ow Blvd., St. Louis, MO 63120-1798, telephone (314) 263-0852 until 3:00 p.m. local time 8 Jan 1997. CITE: (I-362 SN015737) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: YS SPECIAL OPERATIONS COMMAND, AMSAT-D-TK, 4300 GOODFELLOW BLVD, ST. LOUIS, MO 63120-1798 SUBJECT: 16--QTY (50) 4MBSRAM MEMORY CARDS, P/N:PMC SM0004M-BI SOL USZA95-97-Q-0014 DUE 010897 POC Darrell L. Dodds, (314) 263-0852, ddodds@tapo1.stl.army.mil/ Kay Hucke, (314) 263-3299 DESC: Technology Applications Contract Office, US Special Operations Command, ATTN: AMSAT-D-TK, 4300 Goodfellow Blvd., St. Louis, MO 63120-1798 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the solicitation number is USZA95-97-Q-0014. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. The Standard Industrial Classification (SIC) code is 3728 and the Business Size Standard is 1000 employees. The commercial item to be quoted is a 4MB SRAM Memory Cards, Part Number: PMC SM0004M-BI or equal. This contract shall be a firm fixed price contract for a quantity of 50 units. The delivery schedule shall be five (5) immediately upon award and forty-five (45) no later than 25 January 1997. The cards shall be shipped to (W80N5C) MSSA/CRP, HHC 160th SOAR, ATTN: AOAV-SI, Dortch/Linder, x1968, Building 7262, Hangar 15, Fort Campbell, KY 42223-5738 - Mark For: SUMS and Com/Nav, Document Number: W80XYF63300701. The submittal must demonstrate that the proposed product is equal to the desired commercial item. The provision at 52.212-1, Instruction to Offerors--Commercial Items, applies to this acquisition and no addenda applies. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition with the blanks filled in as follows: Firm Fixed Price, Low Acceptable Quote. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with the offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. No addenda applies. The clause at 52.212-5, Contract terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition to include 52.203-6 Restrictions on Subcontractor Sales to the Gover nment, with Alternate 1 ; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity ; 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns ; 52.222-26 Equal Opportunity ; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans ; 52.222-36 Affirmative Action for Handicapped Workers ; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era ; 52.225-9 Buy American Act--Trade Agreements Act--Balance of Paym ents Program ; and 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels . In addition to the foregoing FAR provisions, the following DFARS provisions are applicable: 252.225-7006, Buy American Act Trade Agreements Balance of Payments Program Certificate ; 252.212-7000, Offeror Representations and Certifications Commercial Items (note - a completed copy must be returned with your offer); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense A cquisitions for Commercial Items the following particular provisions cited within 252.212-7001 apply to this acquisition: 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns (Alternate 1) ; 242.225-7014, Preference for Domestic Specialty Metals ; and 252.233-7000, Certification of Claims and Requests for Adjustment of Relief. Quotes will be received at US Special Operations Command, Technical Applications Contracting Office, AMSAT-D-TK (ATTN: D Dodds), 4300 Goodfell ow Blvd., St. Louis, MO 63120-1798, telephone (314) 263-0852 until 3:00 p.m. local time 8 Jan 1997. CITE: (I-362 SN015738) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16--CYLINDER ASSEMBLY,A SOL N0038397QD117 DUE 020597 POC Contact Point, Katherine R Rachubinski, 0221.06, (215)697-2813, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1650-01-351-3374-GF, Ref Nr 287840-1009, Qty 9 EA, Delivery FOB Origin----- The estimated award date is 140 days after date of synopsis. Due to the unavailability of drawings or other data this requirement will be restricted to Parker Hannifin., See Note 22 CITE: (I-362 SN015741) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028 SUBJECT: 16--VALVE ANT-G SOL F34601-97-08138 DUE 021897 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Captain Dan Hicks/Lidab/[405]739-5997 DESC: Item 0001 NSN 1660-00-428-1616BO P/N: 8400A, Valve Anti-G. Material: Aluminum, stainless steel, silicon, and rubber seals. Dimensions: 4 inches in height by 2.5 inches in width by 1.5 inches in thick- ness. Function: Anti-G valve senses increased G-forces exerted on pilots. As G-forces increase the valve increases the volume of bleed air going to the Anti-G Suit. NHA: Acft. P/N: MS24350-1. Acft: F5, T38. 40EA. Applicable to: Common. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 31 Oct 97 40 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 Contractor must be found on Qualified Products List, QPL-9370-26 at time of award. The approximate issue/response date will be 17 Jan 97. The anticipated award date will be 03 Mar 97. Written procedure will be used for this solicitation. To: Alar Products Inc, St Louis Mo 63143-3800. To: Essex Industries Inc, Saint Louis Mo 63143-3800. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) 26. CITE: (I-362 SN015790) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--PENDANT ASSEMBLY, CABLE. SOL SP0770-97-Q-MJ36 DUE 020797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Michael Cordi (614) 692-4763 DESC: PR-NO: YPC96331000679 NSN 1710-00-867-0179, CAGE 21439 Part No 52B689-16 CAGE 80049 Part No 62B35556-16 pendant assembly, cable. I/A/W U.S. Air Force drawing, 62B35556, P/N: 62B35556-16. 12 -EA Del to Lathrop CA 95330 Del by 120 days ADO. 10 -EA Del to New Cumberland PA 17070-5001 Del by 120 days ADO. See NOTE #1. small business size standard is 500 employees. solicitation not available until 15 days after published in the CBD. written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. requests should include the IFB/RFP/RFQ number opening/closing, NSN, YPC/ZPC or NPC number; buyer's name ND your complete name and address. federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. while price is a significant factor in the evaluation of offers, the final award decision will be based upon a combintion of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015714) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--PANEL, VEHICULAR OPE SOL DAAE0797RT228 DUE 022697 POC For a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Marilyn Wolosion (810) 574-8053 DESC: NSN: 2510013933670, qty: 96, FOB: destination, opt: 100% item: panel, vehicu see NOTE: none. All responsible S ources may submit an offer which will be considered. T HE offer due date is on or about 022697 (see soliciatio N for actual offer due date). CITE: (I-361 SN015591) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--WHEEL CYLINDER ASSEMBLY, HYDRAULIC BRAKE. ON LUNETTE TRAILERS WITH 10,000 POUND AXLES. SOL SP0750-97-R-0844 DUE 021797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) William Chavez (614 ) 692-1288 DESC: PR-NO: YPC96302001897 NSN 2530-00-741-2065, CAGE 06909 Part No 171M CAGE 19207 Part No 7412065 CAGE 63477 Part No FD9919 CAGE 63477 Part No F14413 CAGE 63477 Part No F56114 CAGE 78500 Part No A3261X102 wheel cylinder assembly, hydraulic brake. used on lunette trailers with 10,000 pound axles. In accordance with U.S. Army drawing 7412065. 8,220 -EA Del to New Cumberland PA 17070-5001 4,000 -EA Del to Lathrop CA 95330 solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Proposed procurement contains a 100% option for increased quantities. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a signficant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a signficant factor in the evaluaiton of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015675) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--RACK ASSEMBLY, FRONT. ON M54, M813, M923, AND M925 2-1/2 AND FIVE TON TRUCKS. SOL SP0750-97-Q-0436 DUE 013097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Shirley Walker (614 ) 692-3515 DESC: PR-NO: YPC96310002619 NSN 2510-00-409-3991, CAGE 19207 Part No 11611612 rack assembly, front. used on 2-1/2 ton 6X6 cargo truck model M54, M813, M923 & M925 series. Made in accordance with U. S. army drawing 19207 11611612 and all current related drawings. 300 -EA Del to Barstow CA 92311-5014 Del by 180 days after date of award. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. requests should include the IFB/RFP/RFQ number, opening/closing date NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. federal, military and commercial specifications cannot be provided by DSCC. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a signficant factor in the evaluation of offers, the fianl award decision will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluaation of offers, the final award decisio will be based upon a combination of price, delivery and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015676) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--PARTS KIT, KINGPIN. CONSISTS OF ONE DUST & MOISTURE BOOT, ONE MACHINE SCREW, AND 40 SOL SP0750-97-Q-0445 DUE 020397 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Shirley Walker (614 ) 692-3515 DESC: PR-NO: YPC96313000910 NSN 2530-01-125-9272, CAGE 19207 Part No 5704510 parts kit, King pin. used on M939 series five ton trucks. Per army drawing 5704510 and all related data. 1,074 -EA Del to Lathrop CA 95330 Del by 200 days after date of award. 2,705 -EA Del to New Cumberland PA 17070-5001 Del by 200 days after date of award. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. federal, military and commercial specifications cannot be provided by DSCC. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a signficant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015712) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--CYLINDER SLEEVE. ON CONTINENTAL MULTI-FUEL DIESEL ENGINES, MODELS LD465 AND LDS465. SOL SP0750-97-Q-0556 DUE 022197 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Lori spang (614) 69 2-4214 DESC: PR-NO: YPC96284001935 NSN 2815-00-175-9636, CAGE 0JMP3 Part No C0-6-19 CAGE 32842 Part No 10935239 cylinder sleeve. used on: continental multi-fuel Diesel engines, models LD465 and LDS465. in accordance with TACOM drawing, CAGE 19207, 10935239. The cited drawing is a source controlled drawing and as of the date of this solicitation only Minowitz, CAGE 32842, P/N 10935239; sealed power Corp., CAGE 0JMP3, P/N C0-6-19; and gkn-sheepheah LTD., P/N Q26QP, have been approved. Offers based on supplying other manufacturer's parts will not be considered unless accompanied by evidence to establish that such parts have been tested and approved by the directorate of readiness engineering, U.S. Army Tank Automotive command, Warren, Michigan. 1,341 -EA Del to Lathrop CA 95330 Del by 200 days after date of award. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a signficant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a signficant factor in the evaluation of offers, the final award decisio will be based upon a combination of price and past performance as described in this solicitation. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015673) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Oc-Alc/Dir Contracting/Propulsion, 3001 Staff Dr Ste 1ag81, Tinker Air Force Base Ok 73145-3032 SUBJECT: 28--DUCT,INNER SOL F34601-97-Q-49480 DUE 021897 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Georgette Strub/Lpdpb/[405]739-4382 DESC: Item 0001 NSN 2840-01-192-1075JF P/N: 1280M13G01, The inner duct is a piece of sheet metal material, 180 degrees shaped with various bolt holed and cut out. The function of the inner duct is to guide and direct air flow thru the outer ducts. The dimensions are approximately 15.351 inches tall by 14.50 inches wide and 1/16 to 1/8 inches in thickness half round 180 degrees. The material consists of AMS4911. 5EA. Applicable to: F101 Eng. Destn: Tinker Air Force Base Ok 73145-3032. Delivery: 30 Nov 98 5 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximate issue/response date will be 17 Jan 97. The anticipated award date will be 17 Mar 97. Written procedure will be used for this solicitation. To: Jet Die/Barnes Group Inc, Lansing Mi 48909-5066. To: General Electric Co Aircraft Engine, Cincinnati Oh 45215-6301. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-5411. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. CITE: (I-362 SN015792) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEAR CLUSTER, SPUR. STEEL, GEAR ONE: 44 TEETH, 0.75350 INCH CIRCULAR PITCH, 14 DEGREES AND SOL SP0750-97-Q-0559 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Shirley Walker (614 ) 692-3515 DESC: PR-NO: YPC96295001930 NSN 3020-01-077-3474, CAGE 11083 Part No 9N1973 gear cluster, Spur. steel, gear one: 44 teeth, 0.75350 inch circular pitch, 14 degrees and 30 minutes pressure Angle, 6.500 inches outside diameter, gear two: 36 teeth, 0.46906 inch pitch diameter, 25 degrees pressure Angle, 5.650 inches outside diameter, gear three: 21 teeth, 0.52360 inch circular pitch, 25 degrees pressure Angle, 3.800 inches outside diameter, gear four: 14 teeth, 0.58905 inch circular pitch, 25 degrees pressure Angle, 2.930 inches outside diameter, 1.770 inches outside diameter hub on both ends per Caterpillar tractor Co. P/N 9N1973. technicial data available is not per Caterpillar Co. Part No. 9N1973. Adequate for manufacturing purposes. 36 -EA Del to New Cumberland PA 17070-5001 Del by 160 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. Automated Best Value Model (ABVM) and Delivery Evaluation Factor (DEF) apply. While price is a significant factor in the evaluation of offers, the final award decisio will be based upon a combination of price, delivery and past performance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015674) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--DISK, CLUTCH SOL SP0770-97-Q-MJ26 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Cheryl Offenburger/ PCCRBA3/614-692-7363 DESC: PR-NO: YPC96310002844 NSN 3010-01-302-7285, CAGE 0M3K4 Part No 2040792-1 disk, clutch allied-signal Inc P/N 2040792-1 203 -EA Del to Jacksonville FL 32212-0097 Del 150 days after date of award. 91 -EA Del to San Diego CA 92136-0000 Del 150 days after date of award. Solicitation not available until 15 days after published in the CBD. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015677) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, ROLLER, CYLINDRICAL SOURCE CONTROL DATA SOL SP0500-97-Q-K554 DUE 011097 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Carole Tims/HBB23/X6283. buyer: Carole Tims/HBB23/X6283. DESC: PR-NO: YPI96327000754 NSN 3110-01-044-8355, 515 -EA Del to New Cumberland PA 17070-5001 Del by 20 Feb 97. See NOTES 9, 22, RFQ due date: 10 Jan 97. Specs: US Army Tank Automotive CMD P/N 11669119. Predominant mater: bearing, roller, cylindrical. Primary quantity: 515 deliveries to CONUS (excluding Alaska). Delivery schedule: 150 days ADO. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304(C) (1). Approved sources are: aetna bearings, Fag bearings, Rexnord Corp; Lipe rollway, SKF Industries. This purchase is for a national defense item and therefore restricted to U.S. sources. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. Specs/Dwgs are not required. To obtain a copy of this solicitation, please send FAX request to (215) 697-6333, X1462 OR 7928. CITE: (I-362 SN015632) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 36--CHASSIS ASSEMBLY SOL N0010497QAC13 DUE 021497 POC Contact Point, Marilyn E Hollis, 846.2b, (717)790-1425, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Terri S Baxter, 846.2n, (717)790-2304 DESC: NSN 7H-3655-01-093-1255, SPEC NR TDP VER 001, Ref Nr B3TWL005, Qty 2 AY, Deliver to Receiving Officer Bremerton WA , Fleet And Industrial Supply Center Pearl Harbor HI -- Only sources previously approved have been solicited, since the award cannot be delayed to approve a new supplier. If you have not been solicited and can furnish either proof of prior approval, favorable production/test data or any pertinent data regarding this or similar items, please provide same to the PCO with your offer. Complete data is not available and cannot be furnished. All responsible sources may submit an offer which will be considered., See Note 9 CITE: (I-362 SN015743) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfeloow Blvd, St Louis, MO 63120-1798 SUBJECT: 41--IMPELLER, FAN, AXIAL SOL DAAJ09-97-Q-0508 DUE 022897 POC L. Anderson-Samuel, Procurement Technician, 314-263-0789, Evelyn Harris-Kelley, 314-263-0792, fax 314-263-9012. DESC: NSN: 4140-01-165-9469, P/N: 571442-1, Quantity: 113 each applicable to the AH-64 Aircraft. FOB origin with delivery of 68 each to New Cumberland by 98 May and 45 each to Stockton, CA by 98 May. This procurement requires prequalification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract action is for supplies for which the Government does not own specifications or drawings, however, it is restricted to the following approved source: Allied Signal Inc, Aerospace Equipment Systems, Torrance Site, 2525 W. 190th Street, P O Box 2960, Torrance, CA 90509. The Authority and Justification is 10 U.S.C. 2304(c)(1). The proposed contract action is for supplies which cannot be procured through full and open competition because the authority cited state only on responsible source or only a limited number of responsible and no other supplies will satisfy agency requirements. FAR 6.302-1. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the contracting officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-362 SN015806) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE ASSEMBLY, FUEL AIR PRESSURE. SOL SP0740-97-Q-0655 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Mike Theado 614/692 -1407 DESC: PR-NO: YPC96277001619 NSN 4710-01-182-0349, CAGE K0289 Part No 75A581105-1011 CAGE 76301 Part No 75A581105-1011 tube assembly, fuel air pressure. I/A/W British aerospace PLC and McDonnell Douglas, P/N: 75A581105-1011. 22 -EA Del to Mechanicsburg PA 17055-0789 Del 270 days after award. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015672) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SOLENOID. ALUMINUM BODY. NORMALLY CLOSED. SOL SP0770-97-Q-MJ32 DUE 021097 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Beverly Craig/pccrb A9/614-692-3064 DESC: PR-NO: YPC96264000090 NSN 4810-00-689-9920, CAGE 72599 Part No 692545-2 CAGE 96487 Part No V5000-41 CAGE 99193 Part No 692545-2 valve, solenoid. Valcor P/N V5000-41 or Alliedsignal P/N 692545-2. 55 -EA Del to New Cumberland PA 17070-5001 Del 120 days after date of award. 13 - EA Del to Cherry Point NC 28533-5001 Del 120 days after date of award. 16 -EA Del to Tracy CA 95376-5000 Del 120 days after date of award. PR-NO: YPC96290000093 35 -EA Del to New Cumberland PA 17070-5001 Del 120 days after date of award. 21 -EA Del to Kelly AFB TX 78241-5312 Del 120 days after date of award. 19 -EA Del to Cherry Point NC 28533-5001 Del 120 days after date of award. 18 -EA Del to Tracy CA 95376-5000. Del 120 days after date of award. PR-NO: YPC96317000372 36 -EA Del to New Cumberland PA 17070-5001 Del 120 days after date of award. 21 -EA Del to Kelly AFB TX 78241-5312 Del 120 days after date of award. 19 -EA Del to Cherry Point NC 28533-5001 Del 120 days after date of award. Solicitation not available until 15 days after published in the CBD. This is an unrestricted acquisition with a 10% preference for SDB concerns. This notice does not solicit additional proposals but issued for the benefit of prospective subcontractors. It is suggested that small business firms or others interested in subcontracting make direct contact with firm(S) listed. this acquisition is for supplies for which the government does not possess complete, unrestrictive technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the the final contract award decision will be based upon a combination of price and past performance, as described in the solicition. While price will be a significant factor in the evaluation of offers, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-362 SN015711) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL ASSEMBLY, SHAFT, SPRING LOADED MECHANICAL SEAL SOL SP0500-97-Q-H617 DUE 020397 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: rose Rexer/LAC24/X3075. buyer: a NN schrage/LAA27/X6357. DESC: PR-NO: YPI96339001065 NSN 5330-00-709-6108, technical data is proprietary and cannot be released. Dover Corp. (CAGE-07524); P/N 331821. No data is available. The alternate offeror is required to provide a complete data package including data for the approved and alternate part for evaluation. 270 -AY Del to New Cumberland PA 17070-5001 Del by 31 Jan 97. RFQ due date: 03 Feb 97. Specs: seal assembly, shaft, spring loaded. Primary quantity: 270 deliveries to CONUS (excluding Alaska). Delivery schedule: 90 days offers will be evaluated with a 10% preference for small disadvantaged business concerns. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and deliivery as described in section M of this solicitation. Specs/Dwgs are not required. To obtain a copy of this solicitation, please send FAX request to (215) 697-6333, X1462 or X7928. CITE: (I-362 SN015633) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 53--DRAWER PULLS SOL 1PI-B-1952-97 DUE 011797 POC Contract Specialist, ROBINSON, RHONDA, (202) 508-3965 DESC: UNICOR, Federal Prison Industries intends to enter into a Firm Fixed Price Requirements Contract for Drawer Pulls to be delivered FOB Destination to FCI Lompoc, CA. The contract period is one (1) year for various size and quantities of drawer pulls, LCO-UNICAN Brand or Equivalent. Delivery acceptance is 30 calendar days after each delivery order. Solicitation request should be faxed to (202) 347-9416 on company letterhead, citing business size. All responsible sources may submit a bid which will be cosidered. Telephone request will not be honored. CITE: (I-362 SN015781) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St Louis, MO 63120-1798 SUBJECT: 53--BOLT ECCENTRIC SOL DAAJ09-97-Q-0507 DUE 022897 POC L. Anderson-Samuel, Procurement Technician, 314-263-0789, Evelyn Harris-Kelley, Contracting Officer, 314-263-0792, fax 314-263-9012. DESC: NSN: 5306-01-164-8106, P/N: 406-010-120-101, Quantity: 67 each applicable OH-58 aircraft.FOB origin with delivery of 3 each to Camp Carroll Korea by 97 Apr, 50 each to New Cumberland Army Depot by 98 Jan, and 14 each to Red River Army Depot by 97 Oct. This procurement requires pre qualification. Contractors who desire to be prequalified must submit qualification documentation. This proposed contract is for supplies for which the Government does not own specifications or drawings, however it is restricted to the following approved source: Bell Helicopter Textron, 600 E. Hurst Blvd, Fort Worth, TX 76101. Firms that recognize and can produce the required item described above are encouraged to identify themselves to the Contracting Officer, and provide supporting evidence which will permit their participation in the current or future solicitations. All responsible sources are encouraged to submit a proposal which shall be considered by the Agency. See Numbered Note(s): 22. CITE: (I-362 SN015802) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--LUMBER, HARDWOOD; IN ACCORDANCE WITH FED. SPEC. MM-L-736, TYPE I. SOL SP0500-97-Q-M014 DUE 011597 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Kathy Hines/WAA07/215-697-3225 B uyer: Kathy Hines/WAA07/215-697-3225 DESC: PR-NO: YPI96304000660 NSN 5510-00-267-2082, lumber, hardwood; I/A/W MM-L-736. -hard maplegrade: selects (nhla) - size: 16/4. Full and open competition apply 11,000 -BF Del to Pearl Harbor HI 96860-5350 Del by 20 Dec 96. RFQ due date: 97JAN15 specs: MM-L-736 type I primary qty: 12000 delivery schedule: 14 days size standard: 500 NOTE 1 applies this solicitation also contains YPI96304000661 drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-362 SN015644) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: 104th Fw/ Contracting, Tank Destroyer Blvd. Barnes Air National Guard Base Westfield Ma 01085-1385 SUBJECT: 58--COMMUNICATION EQUIPMENT SOL DAHA1997T7114 DUE 022797 POC POC Kyle Kiepke, Purchasing Agent, 413-568-9151x1378, James Ezold, Contracting Officer, 413-568-9151x1412 DESC: Communication parts and accessories. All items are parts and accessories that are to be compatible with existing Motorola hand held and mobile radio equipment as per FAR 6.302-1. All items are to be delivered to 104FW, Barnes ANG Base, Westfield, MA 01085-1385 EMAILADD: kkiepke@mabaf.ang.af.mil EMAILDESC: CITE: (W-362 SN015831) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SWITCH, PRESSURE SOL SP0930-97-Q-A131 DUE 012297 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96256000519 NSN 5930-01-139-1451, CAGE 81349 Part No M9395/39-AH7G7 @NONPILE-UP contact arrangement 1 pole, double T hrow, one position momentary @CONTACT voltage rating in volts 28.0 DC at sea level single voltage @CONTACT load current rating 1.0 amperes resisti VE load single voltage 78 -EA Del to Lathrop CA 95330 Del by 01 May 97. 78 -EA Del to Mechanicsburg PA 17055-0789 Del by 01 May 97. Full and open competition: military specification item solicited various increments from: 1 to 1000 PR qty: 156 EA delivery schedule: 180 days standard size: 750 set-aside type: unrestricted (sole source/single source) (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-362 SN015728) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NOAA, Systems Acquistion Office (SAO) Procurement Staff, NOAA/Integrated Program Office, 8455 Colesville Road, Mail Stop E/IP, Suite 1450, Silver Spring, MD SUBJECT: 59--NOAA/DMSP TT&C ANTENNA SYSTEMS AT FAIRBANKS CDA STATION SOL 52-SPNA-7-00003 DUE 011796 POC Jay W. Moore, Contracting Officer, 301-427-2126, extension 112 DESC: This notice follows the Government's original CBD notice on 23 October 1996 of its intent to acquire TT&C antenna systems for the Fairbanks CDA. This is a commercial item acquisition. Based on market research conducted under the solicitation authority of the FAR clause 52.215-3, the NOAA/Systems Acquisition Office (SAO) released draft statements of need and detailed specifications to all respondents to that notice. The aforementioned notice provided a reasonable opportunity to interested potential suppliers to request the solicitation package by sending an electronic mail request to the initiator of this notice at jmoore@ipo.noaa.gov. Through this electronic dissemination of the requirements package, the Contracting Officer provided copies of the statement of need/specifications, the pricing spreadsheet for Section B, and a list of interested respondents. Based on the technical and price responses of interested, capable offerors, the Government has identified firms capable of offering the end-to-end commercial antenna systems to the Government within the desired schedule, on a firm-fixed-price basis, with indefinite delivery/quantities. Therefore, this notice hereby announces the Government's intent to release RFP number 52-SPNA-7-00003 as a firm requirement for capable firms to install up to two (2) complete, functional antenna systems in Calendar Year 1997, with options for a maximum of up to five (5) complete delivered antenna systems over the period from the effective date through CY 2000. Integration with the existing PACS/IPACS acquisition and control software will be acquired under a separate competitive contract. The IDIQ minimum ordering quantity is one (1) complete antenna TT&C system. As previously specified, all antenna systems suppliers must comply with the site-specific performance requirements of the commercial systems. This includes initial requirement for: an L-/S-band/X-band upgradable, dual-feed TT&C antenna and data reception system for the NOAA Fairbanks, Alaska Commandand Data Acquisition (FCDA) Station, REQUIRED FOR INSTALLATION in CY 1997. Please refer to the 23 October 1996 notice for more information on the specifications. With the exception of any clarifications issued electronically to respondents, or contained in the RFP to be released, theprior specifications remain in effect. ALL INTERESTED AND QUALIFIED VENDORS WILL BE CONSIDERED; HOWEVER, ANY INTERESTED POTENTIAL VENDORS WHICH DID NOT RESPOND TO THE INITIAL REQUEST FOR QUOTE ARE ADVISED THAT NO EXTENSIONS OF THE PROPOSAL DUE DATE HEREIN WILL BE ENTERTAINED BY THE GOVERNMENT ON THAT ACCOUNT. CITE: (I-362 SN015796) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--BATTERY, STORAGE SOL SP0430-97-R-0258 DUE 021397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. Contact: Brenda Coleman/ZY180/ 804-279-3227. DESC: PR-NO: ARG96276045003 (multiple NSN's) NSN 6140-01-099-0251, Battery, storage - guaranteed min qty-1000, max contract qty-8, 300. 6140-01-131-9696, Battery storageguaranteed min QTY2, 975, max. contract qty 17,850. 6140-01-238-4932, Battery assemblyguaranteed min qty-28, max contract qty-225. -EA Del to (see solicitation) Del by 200 days. Option to extend term of CONTRACT48 months. Duration of contract period: 60 months. See NOTES 12, 9 & 23. Qualifying activity: weapons quality engineering center electrochemical power sources Div. Code 6092. naval surfare warfare center Crane, IN 47522. Solicitation will result in a indefinite qty. contract with an estimated annual qty. a maximum contract qty; and a guaranteed min. qty. for each NSN. All responsible sources may submit offer which DGSC shall consider. CITE: (I-361 SN015612) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense Supply Center Richmond, 8000 Jefferson Davis Highway, Richmond, Vaa 23297-5000 SUBJECT: 62--ELECTRIC LIGHT CONTROL SOL SP0441-97-R-0374 DUE 010697 POC Buyer: Eva Johnson/BW200, (804) 279-3508, Contracting Officer: Carolyn Altizer (804) 279-3527. DESC: This amendment is issued to re-established the date and time set for closing to January 06, 1997, 2:00 p.m., local time. Far Clause 52.215-18, Facsimile Proposals, is incorporated into the solicitation. CITE: (W-361 SN015589) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense Supply Center Richmond, 8000 Jefferson Davis Highway, Richmond, Vaa 23297-5000 SUBJECT: 62--INDICATOR, DIGITAL D. SOL SP0441-96-Q-GP36 DUE 012797 POC Buyer Ruth Gullette/BW201/804 279-3068,Contracting Officer Carolyn Altizer, 804 279-3527 DESC: Industrial Electronic Engineering, nc. (CAGE 05464) part number 16422-04/7526-718AS15 , specifications, plans or drawings relating to the procurement are not available and cannot be furnished by the Government. Requested delivery is 120 days. Unrestricted. CITE: (W-361 SN015592) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: VA Medical Center (90C), University & Woodland Aves, Philadelphia, PA 19104 SUBJECT: 65--MEDICAL RECORD PERPETUALIZATION SOL IFB-642-8-97 DUE 012897 POC Contracting Officer, Greta Turner, (215-823-5174) DESC: The contractor will purge four years of inactive records from the shelves in the VA Medical Center file room. The records will be box in terminal digit order, inventoried, labeled and shipped in accordance to VA Regulations. This will be a one-time procurement only of perpetualization of inactive medical records. A copy of the inventory will be made available to the VA Medical Center in the form of a computer diskette in ASCII format upon completion of work. Solicitation packages are available. All request must be submitted in writing. See Note(s): 1. CITE: (I-362 SN015755) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37, Hines, IL 60141 SUBJECT: 65--PART V, SECTION A, X-RAY EQUIPMENT AND SUPPLIES (INCLUDING MEDICAL AND DENTAL X-RAY FILM) SOL M3-Q1-93, OS-III DUE 022197 POC Thomas Engelsma, Contracting Officer, 708-786-5191 DESC: Open Season III, Federal Supply Schedule FSC Group 65, Part V, X-ray Equipment and Supplies (Including Medial and Dental X-ray film), FOB Destination within the 48 contiguous states and the District of Columbia. Indefinite delivery, Indefinite Quantity Type contract. Multiple Awards. Small Business Size standard of 500 applies. Issue date will be on or about January 21, 1997. Contract performance period is April 1, 1997, or date of award, whichever is later, through March 31, 1998. All contracts under this multiple award schedule solicitation will include an option to extend the term of the contract. The option clause may be exercised more than once, but the total extension of the schedule period shall not exceed five years (i.e., March 31, 2001). All contracts in effect on or after January 1, 1996, will include the Industrial Funding Fee requirement. See Note 12 CITE: (I-362 SN015817) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37, Hines, IL 60141 SUBJECT: 65--PART V, SECTION A, X-RAY EQUIPMENT AND SUPPLIES (INCLUDING MEDICAL AND DENTAL X-RAY FILM) SOL M3-Q1-93, OS-III DUE 022197 POC Thomas Engelsma, Contracting Officer, 708-786-5191 DESC: Open Season III, Federal Supply Schedule FSC Group 65, Part V, X-ray Equipment and Supplies (Including Medial and Dental X-ray film), FOB Destination within the 48 contiguous states and the District of Columbia. Indefinite delivery, Indefinite Quantity Type contract. Multiple Awards. Small Business Size standard of 500 applies. Issue date will be on or about January 21, 1997. Contract performance period is April 1, 1997, or date of award, whichever is later, through March 31, 1998. All contracts under this multiple award schedule solicitation will include an option to extend the term of the contract. The option clause may be exercised more than once, but the total extension of the schedule period shall not exceed five years (i.e., March 31, 2001). All contracts in effect on or after January 1, 1996, will include the Industrial Funding Fee requirement. See Note 12 CITE: (I-362 SN015818) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66--TRANSMITTER,PRESSUR SOL N0038397RM146 DUE 020597 POC Contact Point, Eileen R Wadlinger, 0232.17, (215)697-4206, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-6620-01-436-2714-TN, Ref Nr IPT-9G-1250-60A, Qty 154 EA, Delivery FOB Origin----- No drawings available., See Note 22 CITE: (I-362 SN015742) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 SUBJECT: 66--HIGH RESOLUTION X-RAY DIFFRACTION INSTRUMENT WITH TOPOGRAPHIC CAPABILITIES SOL DAAL01-96-R-9817 DUE 013097 POC Kevin Hawk, Contract Specialist, (301) 394-3138, Kathleen M. Tennant, Contracting Officer, (301) 394-3439. DESC: The purpose of this modification is to change the basis for award of this requirement from sole source to full and open competition, as reflected in the synopsis published 16 September 1996, issue PSA-1680, for a high resolution x-ray diffraction instrument with topographic capabilities. This instrument is being purchased by the U.S. Army Research Laboratory (ARL) for delivery to ARL, Gaithersburg, MD. The key feature of the instrument is that it shall provide topographic capabilities and can meet the resolution requirement of 3 arc seconds or better for full width half maximum (FWHM) for the 333 reflection from silicon test specimens using copper radiation. Delivery shall be made no earlier than April 1997. In the event that delivery cannot be made at the Army Research Laboratory (ARL), Gaithersburg, Maryland by April 1997 due to the lack of space (building occupancy not complete), the contractor shall store the system in an environmentally appropriate facility. Option contract line items (CLINS) for equipment storage will be available. All responsible sources may submit a bid or proposal which will be considered by the Agency. No telephone requests will be honored. CITE: (I-362 SN015750) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment--Potential Sources Sought OFFADD: Naval Air Warfare Center Training Systems Division, Code 27, 12350 Research Parkway, Orlando, Fl 32826-3224 SUBJECT: 66--HARDENED SUBMINIATURE TELEMETRY SENSORY SYSTEM (HSTSS) SOL N/A POC Mrs. Cathy Desrosiers, Contract Specialist (407)380-4019; or Mr. Michael K. Minor, Contracting Officer (407)380-4096 DESC: The U.S. Army Simulation, Training and Instrumentation Command (STRICOM) in conjunction with the Yuma Proving Ground and the Army Research Laboratory is seeking information from industry regarding the availability of mature and emerging subminiature sensor and telemetry device technologies for the development/integration of a Hardened Subminiature Telemetry Sensor System (HSTSS). HSTSS will be designed to meet the required capabilities (measurement and collection of data) in the harsh environment of gun-launched munition systems. The system will provide measurements during launch, flight trajectory and impact/detonation. It will measure parameters such as attitude, velocities, accelerations, temperatures, pressures, internal processor and sensor functions, and telemeter the data to a range standard ground receiver station. The HSTSS will have configurations (unitized or modular) which can be fitted to the host test articles (not to exceed a volume of 9 in 3) and not interfere with their static and dynamic performance characteristics. Information is desired specifically on developed or developing technology and products, such as microsensors, RF telemetry, flexible/shapeable power supplies, data acquisition systems, and electronics packaging techniques. Information on appropriate components (sensors, telemeters, batteries, etc.) and integrated final products are requested for these technologies for weapons systems (direct/indirect munitions, submunitions and missiles). Following a Milestone I/II Decision, an RFP release is tentatively scheduled for the third quarter of FY97. Information/comments, whether supportive or critical, are earnestly solicited. The Government does not intend to pay for the information solicited and will not recognize any costs associated with submission of information. Proprietary information is not being solicited; however, if it is submitted it should be marked as proprietary. Responses to this synopsis shall answer the following questions: 1) Which area of HSTSS expertise would your company propose to provide? 2) Has your company produced and marketed hardened subminiature sensors and telemetry devices or systems? 3) If so, what parameters were being measured, frequency and data rate? 4) What is the volumetric size and weight of your products? 5) What host test articles have your products been demonstrated on and to whom? 6) Does your company have an ongoing R&D program for HSTSS technologies? If yes, please provide references. 7) Explain any data rights to your products. 8) Is your company's interest as a prime or as a subcontractor? 9) What is the size status of your company in relation to the SIC code stated below? Draft technical requirements and RFP sections, as well as future CBD notices and HSTSS procurement information will be posted on the WWW STRICOM Home Page. Access to the STRICOM Home Page is: www.stricom.army.mil; select Procurement Information; at bottom of Acquisition Home Page, click on Hardened Subminiature Telemetry and Sensor System Program. The information contained in this notice and on the STRICOM Home Page is for planning purposes only and does not constitute a request for proposal. The Government reserves the right to offer the requirement to the 8(a) program or to set the requirement aside for small business. The SIC Code for this program is 3812, and the associated size standard is 750 employees. The Government plans to utilize the submitted information in finalizing the acquisition strategy and solicitation for HSTSS. Those interested should respond by submitting information and answers to the questions contained herein, in writing, to Mr. Michael K. Minor, Contracting Officer, at the above address by 24 January 1997. CITE: (W-362 SN015829) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 67--Photographic Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 67--LENS ASSEMBLY TELEDYNE CAMERA SYS TELEDYNE IN CO (14440) SOL SP0500-97-Q-K574 DUE 012797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: M. Kashow/LAB31/215-697-0939 buy er: Margaret Kashow/LAB31/215-697-0930 DESC: PR-NO: YPI96353000533 NSN 6760-01-303-3204, 10 -EA Del to Richmond VA 23297-5900 Del by 03 Feb 97. RFQ due date: 97JAN27 specs: Teledyne camera sys P/N 452285-1 primary qty: 10 delivery schedule: 120 days ADO offers will be evaluated with a 10% preference for small disadvantaged business concerns. Drawings/specs are not required. To obtain a copy of this solicitation please send FAX request to 215-697-6333 or X1462 or X2978. CITE: (I-362 SN015645) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: International Procurement Subsection/Purchasing Department, NTT DATA Corporation, Toyosu Center Bldg. 3-3 Toyosu 3-chome, Koto-ku, Tokyo 135 Japan SUBJECT: 70--TRA TYPE TERMINAL DUE 013097 POC NTT DATA USA Branch, International Financial Tower 18F, 95 Christopher Columbus Drive, Jersey City, NJ 07302, Telephone (202) 413-5400. DESC: Product Outline. This equipment is a terminal which enables to process various applications by operating application program. Quantity; about 9,000 sets. Procurement procedure; Track I Open tender; January 30, 1997, at NTT DATA, Tokyo. The deadline for receiving application; January 23, 1997. Delivery site; NTT DATA will separately specify the place(s) in Japan as delivery site(s). Basic conditions of participation; Any suppliers may participate in this procurement provided, however, that suppliers who fall under any of the following conditions or who employ any person who falls under (4) below as his/her agent, manager, or employee shall not participate in this procurement: (1) suppliers adjudicated to be an incompetent or quasi- incompetent; (2) suppliers adjudicated to be bankrupt, and who have not yet been reinstated; (3) suppliers under arrangement, composition, corporate reorganization, bankruptcy or liquidation proceedings; (4) suppliers who unfair act with respect to the quality and/or quantity or any products supplied thereunder; (a) conspired with any other supplier(s) making an application or obtaining or performing any contract with NTT DATA with an intention to obtain profit unfairly; (b) interfered with any other supplier(s) making an application or entering into or performing a contract with NTT DATA; (c) interfered with any personnel of NTT DATA in the performance of their duty, or refused or failed to cooperate with any personnel of NTT DATA in the performance of their duty at any inspection or supervision; (d) failed or refused to enter into or to perform any contract with NTT DATA without a just reason; (e) made any false report or misrepresentation in the procedures of application, conclusion or performance of a contract with NTT DATA; (f) committed any unfair act to interfere with any other supplier(s) in competition in NTT DATA tenders; or (5) suppliers who are deemed to have gained unfair advantage in competition as a result of their direct involvement in the preparation of the final procurement documentation and/or technical specifications for this procurement. Please note: The application forms and tender documentation will be provided at any offices described above (English written documents are free of charge). The language used for application shall be Japanese or English. CITE: (M-362 SN015771) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 FRANKFORD AVE, ANNISTON AL 36201-4199 SUBJECT: 70--INTERGRAPH COMPUTER-AIDED MANUFACTURING (CAM) HARDWARE AND SOFTWARE MAINTENANCE FOR A BASE PERIOD OF 15 MONTHS WITH 2 OPTION YEARS. SOL AE4000-6218-8102 POC Purchasing Agent Pete Watts (205) 235-7125 Contracting Officer Janice Norton (205) 235-6629 (Site Code DAAC01) DESC: Provide all travel, labor , parts, and materials to maintain equipment in good operating condition, provide preventative maintenance and remedial maintenance of Intergraph Cam equipment located at the Anniston Army Depot, Anniston, AL 36201, for a bae period of 15 months beginning 1 October 1997, through 31 December 1998, with option to extend for two additional years. Equipment includes multiplexers, laser printers, gnt paper tape punch/reader, automated disk library, and other equipment. This will b a negotiated procurement with only one source, Intergraph Corporation, P O Box 100795, Atlanta, GA 30384-0795, in accordance with FAR 6.302-1 and 10 U.S.C 2304(c) (1). Intergraph Corporation, is the original equipment manufacturer, who holds proprietary data rights to the equipment. They are the only known source that is authorized and has the capability to perform complete repair services as required. Firms that reognize and can service the CAM equipment are encouraged to identify themselves within 15 days from the date of this publication, and provide supporting evidence to the Contracting Officer which would permit their participation in the current or future soliitations. Requests for solicitation must be in writing. Faxed requests are Acceptable and may be sent to (205) 235-6353. Telephonic requests will not be acknowledged. CITE: (I-362 SN015793) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Office of Naval Intelligence, 4251 Suitland Rd., Washington, D.C. 20395-5720 SUBJECT: 70--GENERAL PURPOSE INFORMATION TECHNOLOGY EQUIPMENT SOL N00015970004 DUE 011597 POC Imy Niemiec, Purchasing Agent, 301-669-4042. DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 90-37. All responsible sources may submit an offer which ONI shall consider. The Office of Naval Intelligence has a requirement to procure: 24 each Power Macintosh 7600/132 w/PowerPC 16/1.2GB w/8XCD-ROM; 72 each 16MB DIMM for POWERMAC 9500, 8500, 7600, 7500, and 7200; 33 each PRECISIONCOLOR 8/1600 PCI 832 x 624 24BIT-CLR 2MB f/Mac; 27 each Apple CPU Integration Apple (& related) CPU Products; 24 each Tru-form w/Pointer 106 Key Ergo ADB Cord w/Built-In 2-BTN Pointer MAC Perp; 24 each PowerFPU; 24 each FNTKA Thick FriendlyNet Media Adapter; 1 each Color LaserWriter 12/660 PS & Accessory Kit with appropriate cabling; 8 each IBM Int 2160MB HD ULTRASTER ES HH 3.5"; 8 each Int. HD Mounting Kit (3.5" Bay) for PM - Quadra 650/llvx-llvi; 6 each MULTIVIEW 21 21IN VGA 25MM 1600 X 1200NI 69HZ FLAT w/cable univer mntr. Items to be delivered to 4251 Suitland Road, Washington, DC 20395-5720, FOB destination, within 30 days after receipt of order. The provision at 52.212-2, Evaluation-Commercial Items applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government in terms of price, technical capability of the items, and past performance of the contractor. The provision at 52.214-2, Contract Terms and Conditions Commercial Items (OCT 1995) applies. Offers may be telefaxed to 301-669-5905, to the attention of the POC listed above on or before close-of-business 15 January 1997. CITE: (I-362 SN015819) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: GSA/ITS/6KE, 1500 E. Bannister Road, Kansas City, MO 64131-3088 SUBJECT: 70--GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT SOL 6TSA-97-DJH-0068 DUE 010997 POC CONTACT DELTA HELM BY FAX (816)823-3322 DESC: This is a modification to the combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number 6TSA-97-DJH-0068 is being modified to reflect accurate description for CLIN 7. Cisco Smartnet 12-month maintenance, part number CON-SNT-7000, Qty. 2. All other conditions remain unchanged. Offers are due by close of business January 9, 1997, and can be submitted to the address shown above Attn: Delta Helm or sent by FAX to the number shown above. Inquiries regarding the solicitation will only be accepted via FAX. CITE: (I-362 SN015823) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: GSA/ITS/6KE, 1500 E. Bannister Road, Kansas City, MO 64131-3088 SUBJECT: 70--GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT SOL 6TSA-97-DJH-0068 DUE 010997 POC CONTACT DELTA HELM BY FAX (816)823-3322 DESC: This is a modification to the combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number 6TSA-97-DJH-0068 is being modified to reflect accurate description for CLIN 7. Cisco Smartnet 12-month maintenance, part number CON-SNT-7000, Qty. 2. All other conditions remain unchanged. Offers are due by close of business January 9, 1997, and can be submitted to the address shown above Attn: Delta Helm or sent by FAX to the number shown above. Inquiries regarding the solicitation will only be accepted via FAX. CITE: (I-362 SN015824) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: International Procurement Subsection/Purchasing Department, NTT DATA Corporation, Toyosu Center Bldg. 3-3 Toyosu 3-chome, Koto-ku, Tokyo 135 Japan SUBJECT: 70--TRD TYPE MODEM DUE 012997 POC NTT DATA USA Branch, International Financial Tower 18F, 95 Christopher Columbus Drive, Jersey City, N.J. 07302, Telephone (201) 413-5400. DESC: Product Outline, TRD Type Modem series are TF type 288, LF type 192 and P type 192. TF type 288 are subscriber installed modem and are applied to telephone switching lines. LF type 192 is subscriber installed modem and is applied to leased circuits. P type 192 is subscriber installed modem and is applied to customer premises. Quantity; about 2,000 sets. Procurement procedure; Track I Open tender; January 29, 1997, at NTT DATA, Tokyo. The deadline for receiving application; January 21, 1997. Delivery site; NTT DATA will separately specify the place(s) in Japan as delivery site(s). Basic conditions of participation; Any suppliers may participate in this procurement provided, however, that suppliers who fall under any of the following conditions or who employ any person who falls under (4) below as his/her agent, manager, or employee shall not participate in this procurement: (1) suppliers adjudicated to be an incompetent or quasi-incompetent; (2) suppliers adjudicated to be bankrupt, and who have not yet been reinstated; (3) suppliers under arrangement, composition, corporate reorganization, bankruptcy or liquidation proceedings; (4) suppliers who unfair act with respect to the quality and/or quantity or any products supplied thereunder; (a) conspired with any other supplier(s) making an application or obtaining or performing any contract with NTT DATA with an intention to obtain profit unfairly; (b) interfered with any other supplier(s) making an application or entering into or performing a contract with NTT DATA; (c) interfered with any personnel of NTT DATA in the performance of their duty, or refused or failed to cooperate with any personnel of NTT DATA in the performance of their duty at any inspection or supervision; (d) failed or refused to enter into or to perform any contract with NTT DATA without a just reason; (e) made any false report or misrepresentation in the procedures of application, conclusion or performance of a contract with NTT DATA; (f) committed any unfair act to interfere with any other supplier(s) in competition in NTT DATA tenders; or (5) suppliers who are deemed to have gained unfair advantage in competition as a result of their direct involvement in the preparation of the final procurement documentation and/or technical specifications for this procurement. Please note; The application forms and tender documentation will be provided at any offices described above (English written documents are in free of charge). The language used for application shall be Japanese or English. CITE: (M-362 SN015825) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 75--Office Supplies and Devices OFFADD: General Services Administration Business Service Center, region 2 26 Federal Plaza, RM 18-130, New York, New York 10278-0090 SUBJECT: 75--PAPER TABULATING MACHINE CONTINUOUS FLATFOLD 1-6 PART SOL 2FYP-EJ-970001-S DUE 012797 POC Barbara L. Patterson - 212-264-2494 DESC: This is a term contract for the period June 1, 1997 thru November 30, 1997. There are a total of six national stock numbers. Some of the line items will be set-aside for small business concerns with other items open for bidding from large and small business concerns. The current federal specification is UU-P-546D and amendment No. 2 for all paper tabulating machine paper. This is a sealed bid procurement with an opening date on or before 03/26/97. Anyone interested in receiving a copy of this solicitation please submit your companys name, address, telephone number, City, state, ZIP code and attention person and FAX to 212-264-4920, no later than 01/27/97. CITE: (I-361 SN015600) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 99--SERVICES NETWORKED VIA CD ROM SOL SP0410-97-R-0323 DUE 021397 POC Contact: for copies of RFP/IFB solicitations (available at least 15 days from announcement, phone or write DGSC a ttn: DGSC-JJAB Richmond VA 23297-5312 AC (804)279-3350. For copies of RFQ solicitations, contact the buyer.san Dy McGrory/DD272/804-279-5326 contracting officer: STE Ven D. Montgomery/804-279-4186 DESC: PR-NO: SB040052534321 SIC code: 7371 average annual receipts of the concern and its affiliates for the procedomg 3 years must not exceed $18 million. delivery schedule 30 duration of con tract period. hbcu/MI set aside being considered. buyer must provide the fill-in for the statement. ref: dfars 205.207(D) (IV) unrestricted. provide data services which are to be networkedvia CD ROM technology on DSCR's local area network. All responsible sources may submit offer which DGSC shall consider. CITE: (I-361 SN015613) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Department of Housing and Urban Development, Government National Mortgage Association, Contracting Office, Room 6151, 451 Seventh Street, SW., Washington, DC 20410 SUBJECT: A--GINNIE MAE MARKETING SERVICES POC Susan M. Taylor, Contracting Officer, (202) 708-4531. CNT GNMA-96-C-12 AMT $2,452,060.00 DTD 121996 TO Ernst & Young, 1150 18th St., NW., Suite 500, Washington, DC 20036 CITE: (M-362 SN015767) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Contracting Officer, FEMA Region 10, 130--228th St. SW., Bothell, WA 98021 SUBJECT: C--LIMITED FLOOD MAP STUDY UPDATES FOR FEMA REGION 10, FEDERAL REGIONAL CENTER, BOTHELL, WA POC William D. Webb, (206) 487-4769. CNT EMS-96-CO-0078 AMT $101,721.00 DTD 093096 TO Ogden Beeman & Associates, 421 SW. Sixth Ave., Portland, OR 97204 CITE: (M-362 SN015761) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: D--INFORMATION MISSION AREA SUPPORT SERVICES POC (PCF) Debra Henderson, Contract Specialist, AMSMI-AC-CFHC, (205) 842- 7323, Glenda R. Blake, Contracting Officer, AMSMI-AC-CFHB, (205) 842- 0739. CNT DAAH01-93-C-0128/P00145 AMT $73,620.08 LINE N/A DTD 122396 TO Systems Engineering Solutions Incorporated 513 Sparkman Drive, Huntsville, AL, 35816 CITE: (I-362 SN015803) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: D--INFORMATION MISSION AREA SUPPORT SERVICES POC (PCF) Debra Henderson, Contract Specialist, AMSMI-AC-CFHC, (205) 842- 7323, Glenda R. Blake, Contracting Officer, AMSMI-AC-CFHB, (205) 842- 0739. CNT DAAH01-93-C-0128/P00147 AMT $170,655.24 LINE N/A DTD 122396 TO Systems Engineering Solutions Incorporated 513 Sparkman Drive, Huntsville, AL, 35816 CITE: (I-362 SN015804) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, Al 35898-5280 SUBJECT: D--INFORMATION MISSION AREA SUPPORT SERVICES POC (PCF) Debra Henderson, Contract Specialist, AMSMI-AC-CFHC, (205) 842- 7323, Glenda R. Blake, Contracting Officer, AMSMI-AC-CFHB, (205) 842- 0739. CNT DAAH01-93-C-0128/P00146 AMT $145,417.39 LINE N/A DTD 122496 TO Systems Engineering Solutions Incorporated 513 Sparkman Drive, Huntsville, AL, 35816 CITE: (I-362 SN015805) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Naval Station, Box 368119, San Diego, CA 92136-5066 SUBJECT: J--LCU-1651 (ROH) CNT N62791-97-C-0016 AMT $355,946.00 DTD 121096 TO Al Larson Boat Shop,1046 South Seaside Avenue,Terminal Island, Ca 90731 CITE: (I-361 SN015595) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Naval Station, Box 368119, San Diego, CA 92136-5066 SUBJECT: J--TARAWA (LHA-1) SRA CNT N62791-97-C-0009 AMT $6,018,521.00 DTD 121796 TO Pacific Ship Repair & Fabrication, 1625 Rigel St. San Diego Ca. 92113 CITE: (I-361 SN015596) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding, Conversion and Repair, USN, Naval Station, Box 368119, San Diego, CA 92136-5066 SUBJECT: J--JOHN A. MOORE (FFG-19) RAV CNT N62791-97-C-0050 AMT $46,108.00 DTD 122696 TO Miller Marine 1430 Hoover Ave. National City, CA 91950-4434 CITE: (I-361 SN015597) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: USDA Forest Service, Administrative Services Staff, 630 Sansome Street, Room 520, San Francisco, CA 94111 SUBJECT: J--BEECHCRAFT BARON AVIONICS UPGRADE MODIFICATION POC Contact, Contracting Officer, Bonnie Gilbert, (415)705-2575, for Bids Contact, Cookie Washington,(415)705-2878 or Sheila Georges at (415)705-2829 CNT 53-91S8-7-AF06 AMT S67,200.00 LINE N/A DTD 122096 TO Redding Aerotronics, Inc., 3780 Flight Avenue, Redding, CA 952002 (916)222-2376 CITE: (I-362 SN015754) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Defense Contract Management Command, McDonnell Douglas Corporation, P.O. Box 516, St. Louis, MO 63166-0516 SUBJECT: J--HARPOON REPAIRS POC Jim Stafford, (314) 233-9156, Contracting Officer, Isaac Sims Jr., (314) 232-4204. CNT N00019-94-G-0164 JZ3N AMT $47,198.00 LINE 1201 DTD 073196 TO McDonnell Douglas Missile Systems Company, McDonnell Douglas Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516. CITE: (M-362 SN015762) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste 1ag76a, Tinker Air Force Base Ok 73145-3015 SUBJECT: J--ENGINEERING SERVICES CNT F34601-97-D-0083, F34601-96-R-0106 AMT $116,816 DTD 122496 TO Windsor Manufacturing, Barnes Group Inc, 169 Kennedy Rd, Windsor Ct 06095-2043 CITE: (I-362 SN015791) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window Rock, AZ 86515 SUBJECT: Q--ORTHOPEDIC APPLIANCES CNT 245-95-0017 (Third Year Option) AMT $75,000.00 (Est.) DTD 010197 TO Four Corners Artificial Limb & Brace, 750 West Animas, Farmington, NM 87401 CITE: (M-362 SN015764) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Navajo Area Indian Health Service, P.O. Box 9020, Window Rock, AZ 86515 SUBJECT: Q--ORTHOPEDIC APPLIANCES CNT 245-95-0016 (Third Year Option) AMT $75,000.00 (Est.) DTD 010197 TO Gallup Artificial Limb & Brace, 927 West Aztec, Gallup, NM 87301 CITE: (M-362 SN015765) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Federal Bureau of Prisons, Federal Correctional Institution, P.O. Box 699, Estill, South Carolina 29918 SUBJECT: Q--HOSPITAL SERVICES CONTRACT FOR THE FEDERAL CORRECTIONAL INSTITUTION, ESTILL, SOUTH CAROLINA CNT J404c-020 AMT $4,000.00 DTD 121796 TO Colleton Regional Hospital, P.O. Box 5001, Walterboro, SC 29488. CITE: (M-362 SN015773) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Federal Bureau of Prisons, Federal Correctional Institution, P.O. Box 699, Estill, South Carolina 29918 SUBJECT: Q--HOSPITAL SERVICES CONTRACT FOR THE FEDERAL CORRECTIONAL INSTITUTION, ESTILL, SOUTH CAROLINA POC Bruce Hiland, Supervisory Contract Specialist, (803) 625-4607, ext. 4007. CNT J404c-021 AMT $1,000.00 DTD 121796 TO Hampton General Medical Center, P.O. Box 338, Varnville, SC 29944. CITE: (M-362 SN015774) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: National Cancer Institute, Research Contracts Branch, PSCS, 6120 Executive Blvd, EPS/Room 634, Bethesda, MD 20892-7227 SUBJECT: R--ADMINISTRATIVE SUPPORT SERVICES POC Michelle L. Scala, Contracting Officer, 301-402-4509 Contract Amt. $354,185 Base Year; $1,872,055 if all 4 options are exercised. CNT N02-BC-76212 / CQ700212 AMT $354,185.00 LINE N/A DTD 122096 TO Palladian Partners, Inc. 7315 Wisconsin Avenue, Suite 440W Bethesda, MD 20814 CITE: (I-362 SN015812) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer in Charge of Construction, Building 5 (097), WPNSTA CHASN, 2316 Red Bank Road, Suite 100, Goose Creek, SC 29445-8601 SUBJECT: S--REFUSE COLLECTION AND DISPOSAL, NAVAL WEAPONS STATION, CHARLESTON, SC CNT N62467-96-D-4525 AMT $363,371.00 LINE 0001 DTD 121996 TO Fennell Container Co., Inc., P.O. Box 62679, N. Charleston, SC 29419-2679. CITE: (M-362 SN015799) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Atlanta Regional Printing Procurement Office, U.S. Government Printing Office, 1888 Emery St. NW, Suite 110, Atlanta, GA 30318 SUBJECT: T--DUPL./COPYING CNT Program 2427-S AMT $67,866.00 DTD 121796 TO Copy Mart, 2859 Pace Ferry Road Suite #450, Atlanta, GA 30339 CITE: (M-362 SN015786) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Facilities Service Office, U.S. Postal Service, 4000 DeKalb Technology Pkwy, Suite 300, Atlanta, GA 30340-2799 SUBJECT: X--TALLASSEE, AL--MAIN OFFICE 36078-9998, AWARD OF CONSTRUCTION NEW USPS LEASED POST OFFICE POC Mary S. Presnell, Real Estate Specialist, (770) 454-0612, Kerry G. Pfrimmer, Contracting Officer, (770) 454-0621. AMT $83,616.00 DTD 121196 TO Herbert S. Mason & Mae W. Mason, 537 Gilmer Ave., Tallassee, AL 36078-1117. CITE: (M-362 SN015778) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USPFO For Oregon, PO Box 14840, Salem, OR 97309-5008 SUBJECT: Y--INSTALL BASEWIDE FIRE ALARM SYSTEM AT PORTLAND AIR NATIONAL GUARD BASE, OR POC OC Mel P. Nuestro at (503) 945-3770. CNT DAHA35-96-C-0002 AMT $278,814.00 DTD 110196 TO Magno-Pacific, Inc., 8800 S.W. Commercial, Tigard, OR 97223 CITE: (M-362 SN015760) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Property and Fiscal Office for Georgia, Attn: PFO-PC, P.O. Box 17882, Atlanta, Georgia 30316-0882 SUBJECT: Y--AIRCRAFT SURVEILLANCE RADAR TOWER/EQUIPMENT BUILDING POC TSgt Steven Baughman, Contract Specialist, (404) 624-6207, Colonel David S. Kenemer, Contracting Officer, (404) 624-6340. CNT DAHA09-97-C-0004 AMT $496,087.00 DTD 120396 TO Hunt Construction Company, 3737 Madison Highway, Valdosta, Georgia 31601 CITE: (M-362 SN015787) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Property and Fiscal Office for Georgia, Attn: PFO-PC, P.O. Box 17882, Atlanta, Georgia 30316-0882 SUBJECT: Y--B-1 AGE & MUNITIONS TRAILER MAINTENANCE COMPLEX POC TSgt Steven Baughman, Contract Specialist, (404) 624-6207, Colonel David S. Kenemer, Contracting Officer, (404) 624-6340. CNT DAHA09-97-C-0003 AMT $206,789.00 DTD 121696 TO Harrison and Spencer, Inc., 438 Cotton Avenue, Macon, Georgia 31208-4246 CITE: (M-362 SN015788) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, NY Facilities Service Office, 2 Hudson Place, Hoboken, NJ 07030-5502 SUBJECT: Y--GRAVESEND STATION, NEW YORK--BUILDING IMPROVEMENTS CNT 332495-97-B-0024 AMT $834,300.00 DTD 121896 TO M.H. Kane Construction Corp., 1531 Smithtown Avenue, Bohemia, NY 11716-2403. CITE: (M-362 SN015800) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: ROICC PUERTO RICO, NAVFACENGCOM CONTRACTS, PSC 1008, BOX 3976, FPO AA 34051-3976 (ATTN: CODE 02) SUBJECT: Z--PIER 2 OW/WO COLLECTION SYSTEM AND BOWTS SITE PREPARATION POC Contract Specialist, Irma Melendez, 809-865-2050 CNT N62470-96-C-6801 AMT $985,000 LINE N/A DTD 121796 TO RELIABLE MECHANICAL INC., 13035 MIDDLETOWN INDUSTRIAL BLVD., LOUISVILLE, KY 40223 CITE: (I-362 SN015747) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Phoenix Area Indian Health Service, 3738 North 16th Street, Phoenix, Arizona 85016-5981 SUBJECT: Z--BIOMEDICAL PREVENTIVE MAINTENANCE SERVICES AND SUPPORT FOR X-RAY PROCESSORS CNT 247-97-0027, per Solicitation No. 5024 AMT $14,340.00 DTD 010197 TO R.E.S., Inc., One West Deer Valley Road, Suite 122, Phoenix, Arizona 85027 CITE: (M-362 SN015768) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Assistant Officer in Charge, Facilities Support Contracts Dept., Building 87, Stop 5, Facilities MCAS, PSC Box 8006, Cherry Point, NC 28533-0006 SUBJECT: Z--MULTI-CRAFT, NAVAL AVIATION DEPOT CNT N62470-96-D-1196 AMT Not to Exceed $844,730.00 LINE Line Item 0001 DTD 121796 TO Williams Service Co., 137 Johnson Point Road, New Bern, NC 28560. CITE: (M-362 SN015782) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Marine Corps Logistics Base, Box 110198, Barstow, CA 92311-5050 SUBJECT: Z--REFOOF GARAGES DESERT VIEW HOUSING AT THE MARINE CORPS LOGISTICS BASE, BARSTOW, CA POC Contract Specialist, Pat Peters, (619) 577-6906, or Contracting Officer, Pamela J. Kidder, (619) 577-6406. CNT N68711-96-C-3085 AMT $424,800.00 DTD 020797 TO Scholten Roofing Service Company, 23401 Madero, Suite C, Mission Viejo, CA 92691 CITE: (M-362 SN015789) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer In Charge Of Construction, Gulfport Area Office, 100 Annex Rd., Suite 101, Biloxi, MS 39531-3111 SUBJECT: Z--Z-INDEFINITE QUANTITY CONTRACT FOR ROOFING REPAIRS, VARIOUS BUILDINGS, NAVAL CONSTRUCTION BATTALION CENTER, GULFPORT, MS AND NAVAL STATION, PASCAGOULA, MS POC Contact: DEBORAH MATTINGLY, CONTRACTING OFFICER, (601) 871-2723 CNT N62467-96-D-7160 AMT $345,228,000 LINE BID ITEM 0001 DTD 120196 TO SAUCIER BROS. ROOFING, INC., 162 DORRIES ST., BILOXI, MS 39530 CITE: (I-362 SN015814) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--CAM, DRUM. CNT SP0700-96-G-0007-0032 AMT $82,045.21 LINE 0001 DTD 122496 TO Western Design Corp 16952 Millikan Ave Irvine CA 92606 CITE: (I-362 SN015648) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--SEAR. STEEL MATERIAL. ON THE MK-75 GUN SOL SP0760-96-Q-T522 CNT SP0760-97-M-4021 AMT $31,350.00 LINE 0001 THROUGH 0003 DTD 122796 TO J G B enterprises Inc 115 Metropolitan Dr. P. O. Box 209 Liverpool, NY 13088-0209 CITE: (I-362 SN015652) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 12--Fire Control Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 12--RECEIVER-TRANSMITTE SOL SP0920-96-Q-A124 CNT SP0920-97-M-1707 AMT $28,303.40 LINE 0001 DTD 122496 TO Litton Systems Inc LASER systems Div 2787 S Orange blossom trail apopka FL 32703 CITE: (I-362 SN015730) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 14--PAD, SUPPORT. SOL SP0750-96-Q-5947 CNT SP0750-97-M-4374 AMT $40,552.00 LINE 0001 THROUGH 0002 DTD 122796 TO Seal master Corp 368 martinel Dr Kent OH 44240-4369 CITE: (I-362 SN015702) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: Defense Plant Representative Office, McDonnell Douglas Corporation, P.O. Box 516, St. Louis, MO 63166-0516 SUBJECT: 14--GUIDED MISSILES POC Jo Anne Parks, (314) 234-2259, ACO, Monica Proehl, (314) 233-9123. CNT N00019-94-G-0164/JZ5M AMT $422,000.00 LINE 3305 DTD 111496 TO McDonnell Douglas Corporation, McDonnell Douglas Aerospace, Lambert Field, P.O. Box 516, St. Louis, MO 63166-0516. CITE: (M-362 SN015777) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--ARMOR PLATE, LOWER SOL SP0400-95-Q-MN94 CNT N00383-96-G-001N-TYB1 AMT $49,868.00 LINE 0001 DTD 122496 TO Boeing Helicopters Div of the Boeing Co Boeing Ctr Industrial Hwy Bldg 3-25 Ridley Park PA 19078 CITE: (I-361 SN015606) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--CRANK ASSEMBLY, IDLE SOL SP0460-96-Q-AF33 CNT SP0460-97-M-4631 AMT $34,750.00 LINE 0001 THROUGH 0002 DTD 122496 TO International precision Inc 9526 vassar Ave P.O.Box 4839 Chatsworth CA 91311 CITE: (I-362 SN015618) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--PANEL ASSY, CEILING SOL SP0460-96-R-2900 CNT SP0460-97-C-0154 AMT $63,640.00 LINE 0001 THROUGH 0002 DTD 122496 TO Ellcott Mfg Co Vernon Industrial Pk Bldg 2 P O Box 2415 Vernon CT 06066 CITE: (I-362 SN015622) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--LEVER, DOOR SOL SP0460-96-Q-LZ71 CNT N00383-93-G-B417-XHBB AMT $33,327.00 LINE 0001 DTD 122696 TO McDonnell Douglas Corp McDonnell Douglas Aerospace Lambert St Louis Intl Airport P.O.Box 516 Saint Louis Mo 63166-0516 CITE: (I-362 SN015626) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 15--CABLE ASSEMBLY, WING SOL SP0460-96-Q-CD40 CNT SP0460-97-M-2444 AMT $26,585.20 LINE 0001 THROUGH 0002 DTD 122496 TO Winding Specialists Co. Inc 1225 Wellington Pl. Wichita KS 67203-3898 CITE: (I-362 SN015627) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--PLATE, ARMOR, HEADRESS SOL SP0460-96-Q-MV61 CNT SP0460-97-M-6378 AMT $49,962.50 LINE 0001 DTD 122696 TO Advanced Protection Products Inc 910 E Mountain Sky Ave Phoenix AZ 85048-6320 CITE: (I-361 SN015602) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 16--PUSH ROD ASSEMBLY, FLIGHT CONTROL SOL SP0460-97-Q-D001 CNT SP0460-97-M-6385 AMT $31,675.03 LINE 0001 THROUGH 0002 DTD 122496 TO Richards G a and Co Inc 112 Magnolia Ave Westbury NY 11590 CITE: (I-361 SN015607) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--BEARING SET, MATCHED. CONSISTS OF 1 BEARING, SOL 97T072-82-P-0700 CNT SP0740-97-M-1571 AMT $33,075.00 LINE 0001 THROUGH 0002 DTD 122496 TO Transupport Inc 25 Columbia CIR Merrimack NH 03054-4161 CITE: (I-362 SN015681) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--LINK ASSEMBLY CNT SP0740-97-M-6660 AMT $27,000.00 LINE 0001 THROUGH 0003 DTD 122796 TO Coltec Industries Inc Menasco aerosystems Div 4000 S Hwy 157 Euless TX 76040-7012 CITE: (I-362 SN015682) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--SWITCH ASSEMBLY, PRESSURE. SOL SP0740-97-Q-0092 CNT SP0740-97-M-7784 AMT $43,255.42 LINE 0001 DTD 122796 TO Hydra electric 3151 kenwood St Burbank CA 91505-1052 CITE: (I-362 SN015699) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 16--SEPARATOR, WATER, AIRCRAFT AIR CONDITIONING SYSTEM SOL SP0920-97-Q-A032 CNT SP0920-97-M-1697 AMT $39,617.50 LINE 0001 THROUGH 0002 DTD 122696 TO Keddeg Co the 9746 Pflumm Rd Lenexa KS 66215 CITE: (I-362 SN015726) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--WINCH ASSY SOL SP0770-96-Q-RQ75 CNT SP0770-97-M-EA83 AMT $100,000.00 LINE 0001 DTD 122796 TO Imac systems Inc 798 Oxford Ave P.O.Box 1605 Bristol PA 19007-6012 CITE: (I-362 SN015651) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--REPAIR KIT, BRAKE. ON EMERGENCY AIRCRAFT CNT SP0740-97-C-0787 AMT $269,586.00 LINE 0001 THROUGH 0003 DTD 122496 TO Engineered systems Co Div of Datron Inc 2550 market St Aston PA 19014-3426 CITE: (I-362 SN015659) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 17--STACK VALVE ASSEMBLY. SOL SP0760-96-R-2679 CNT SP0760-97-C-4405 AMT $114,325.00 LINE 0001 DTD 122696 TO Hydra-tec Corp 100 express Plainview NY 11803-2405 CITE: (I-362 SN015662) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks OFFADD: Supervisor of Shipbuilding, San Diego Detachment, Code 400, Pearl Harbor, Hawaii 96860-5353 SUBJECT: 19--SHIP REPAIR POC Dwight N. Jackson, (808) 474-5502/Contracting Officer. CNT J.O. #97-0004M AMT $987,906.00 LINE Lot 0001 DTD 121996 TO Marisco LTD. CITE: (M-362 SN015826) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 20--REMOVAL KIT, BEARING. CNT SP0760-97-M-4008 AMT $27,326.00 LINE 0001 DTD 122496 TO Westech gear Corp 2600 E Imperial Hwy P.O.Box P O Box 700 lynwood CA 90262-4018 CITE: (I-362 SN015661) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--SEAT, VEHICULAR SOL SP0770-97-Q-MB56 CNT SP0770-97-M-EQ11 AMT $26,410.00 LINE 0001 THROUGH 0002 DTD 122796 TO Majestic metal fabricating Co 27941 Groesbeck Hwy Roseville MI 48066-5221 CITE: (I-362 SN015647) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--CYLINDER ASSEMBLY, ACTUATING LINEAR. SOL SP0750-96-Q-9778 CNT SP0750-97-M-7191 AMT $33,446.04 LINE 0001 DTD 122796 TO Kidde Industries Inc grove North America Div 1086 Wayne Ave Chambersburg PA 17201-2924 CITE: (I-362 SN015668) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--BLADE, WINDSHIELD WIPER. 12 INCH LENGTH. SOL 96TK25-82-P-0700 CNT SP0750-97-M-3172 AMT $45,336.00 LINE 0001 THROUGH 0003 DTD 122696 TO Sun enterprises 3455 NE 12TH ter Oakland Park FL 33334 CITE: (I-362 SN015669) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--PLATE, FLOOR. ALUMINUM. EXCEPTION TO DRAWING: SOL SP0750-97-Q-0077 CNT SP0750-97-M-8281 AMT $34,038.52 LINE 0001 THROUGH 0002 DTD 122496 TO A G H Industries Inc 7420 Whitehall P.O.Box 1852 Fort Worth TX 76101 CITE: (I-362 SN015671) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--PRESSURE PLATE ASSEMBLY, CLUTCH. STEEL. 12-7/8 SOL SP0750-96-R-1922 CNT SP0750-97-C-2501 AMT $357,724.80 LINE 0001 THROUGH 5001AC DTD 112796 TO Lipe Corp 10930 N Pomona Ave Kansas City Mo 64153 CITE: (I-362 SN015679) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--BOX, ACCESSORIES STOWAGE. CNT SP0750-97-C-2709 AMT $152,750.00 LINE 0001 THROUGH 5001AB DTD 122496 TO Delta Industries Inc 1490 lindsay Blvd Idaho Falls ID 83405 CITE: (I-362 SN015680) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 25--TOP, TABLE, HINGED. PLYWOOD. SOL SP0750-97-Q-0050 CNT SP0750-97-M-8286 AMT $30,420.90 LINE 0001 THROUGH 0005 DTD 122696 TO Action wood Technologies Inc 44311 Reynolds Dr Clinton Township MI 48036 CITE: (I-362 SN015683) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--ADAPTER, COUPLING CNT F41608-94-G-0031-TY89 AMT $164,920.00 LINE 0003AA THROUGH 0003AG DTD 122696 TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181 CITE: (I-361 SN015611) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 28--COMPRESSOR ROTOR, CENTRIFUGAL, TURBINE ENGINE SOL SP0480-96-Q-W654 CNT F41608-94-G-0031-TY88 AMT $53,273.55 LINE 0001 DTD 112796 TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181 CITE: (I-362 SN015615) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--RING SET, PISTON. SOL SP0770-97-Q-MD32 CNT SP0770-97-M-AP26 AMT $56,895.00 LINE 0001 THROUGH 0002 DTD 122796 TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O Box 626 Baltimore MD 21203-0626 CITE: (I-362 SN015646) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--CYLINDER SLEEVE. ON PAXMAN DIESEL ENGINE SOL SP0760-97-Q-0276 CNT SP0760-97-M-9067 AMT $96,031.00 LINE 0001 THROUGH 0004 DTD 122496 TO Comptech Corp 15946 Derwood Rd Rockville MD 20855 CITE: (I-362 SN015649) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--RING SET, PISTON SOL SP0770-97-Q-MD55 CNT SP0770-97-M-AP24 AMT $99,639.20 LINE 0001 THROUGH 0006 DTD 122796 TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O Box 626 Baltimore MD 21203-0626 CITE: (I-362 SN015650) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--FLYWHEEL, ENGINE. SOL SP0750-97-Q-0064 CNT SP0750-97-M-1285 AMT $88,128.00 LINE 0001 THROUGH 0002 DTD 122796 TO Stahl Intl Inc 1897 vanderhorn Dr Memphis TN 38134-6321 CITE: (I-362 SN015654) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--FLYWHEEL, ENGINE. CNT SP0750-97-M-1282 AMT $86,169.60 LINE 0001 THROUGH 0002 DTD 122796 TO Stahl Intl Inc 1897 vanderhorn Dr Memphis TN 38134-6321 CITE: (I-362 SN015684) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--RING SET, PISTON. EXCEPTION TO DRAWING: USE SOL SP0770-97-Q-MD39 CNT SP0770-97-M-AP28 AMT $53,784.74 LINE 0001 DTD 122796 TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O Box 626 Baltimore MD 21203-0626 CITE: (I-362 SN015690) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--PARTS KIT, DIESEL ENGINE. (GASKET AND PREFORMED SOL SP0770-96-Q-MD63 CNT SP0770-97-M-AP22 AMT $67,900.00 LINE 0001 THROUGH 0002 DTD 122796 TO Sealcraft Corp colleton Industrial Pk 1 wellston CIR walterboro SC 29488 CITE: (I-362 SN015692) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--RING SET, PISTON. EXCEPTION TO DRAWING: USE CNT SP0770-97-M-AP31 AMT $53,102.00 LINE 0001 DTD 122796 TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O Box 626 Baltimore MD 21203-0626 CITE: (I-362 SN015696) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--FLYWHEEL, ENGINE. SOL SP0750-97-Q-0259 CNT SP0750-97-M-1283 AMT $26,928.00 LINE 0001 THROUGH 0002 DTD 122796 TO Stahl Intl Inc 1897 vanderhorn Dr Memphis TN 38134-6321 CITE: (I-362 SN015698) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 28--OIL PAN. SOL SP0750-97-Q-0046 CNT SP0750-97-M-8285 AMT $40,299.00 LINE 0001 DTD 122696 TO Penn Detroit Diesel Allison Inc. R.D. #1 sipe Road P.O. Box 7 York Haven, PA 17370 CITE: (I-362 SN015704) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--TANK, FUEL, ENGINE SOL 96TL86-32-P-0700 CNT SP0770-97-M-AR27 AMT $34,028.50 LINE 0001 DTD 122796 TO National aircraft and engineering 3200 Halladay St Santa Ana CA 92705 CITE: (I-362 SN015653) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--PLUG, FILLER (NON-VENTED). ON M1 SERIES SOL 96TMZ0-32-P-0700 CNT SP0750-97-M-7202 AMT $29,751.39 LINE 0001 THROUGH 0002 DTD 122796 TO S A R C O P.O. Box 893 /for mailing only Voorhees NJ 08043 CITE: (I-362 SN015660) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--PLUNGER AND BARREL, FUEL INJECTOR. ON! SOL SP0760-96-R-2687 CNT SP0760-97-C-4325 AMT $56,925.31 LINE 0001 THROUGH 0003 DTD 122496 TO Area Diesel Service Inc North on University St Box 115 Carlinville IL 62626-0015 CITE: (I-362 SN015688) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 29--CONTROL, ENGINE, CONSTANT SPEED. SOL SP0740-97-Q-0174 CNT SP0740-97-M-6669 AMT $54,739.00 LINE 0001 DTD 122496 TO Woodward Governor Co 1000 E Drake Rd P.O.Box 1519 Fort Collins Co 80522 CITE: (I-362 SN015691) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--HOUSING, MECHANICAL SOL SP0770-96-Q-VG88 CNT SP0770-97-M-HP41 AMT $38,881.32 LINE 0001 DTD 122696 TO General Dynamics Land Systems Inc Muskegon OPNS 76 Getty St Muskegon MI 49442-1238 CITE: (I-362 SN015685) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--SHAFT, SHOULDERED SOL SP0770-96-Q-UQ29 CNT SP0770-97-M-AK20 AMT $64,800.00 LINE 0001 THROUGH 0002 DTD 122796 TO Equitable Engineering Co 1840 Austin St P.O.Box 1159 Troy MI 48099 CITE: (I-362 SN015705) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 34--Metalworking Machinery OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 34--ANODE ASSEMBLY SOL SP0490-97-Q-V006 CNT SP0490-97-M-AE89 AMT $41,784.00 LINE 0001 DTD 122696 TO Electrocatalytic Inc 2 Milltown Ct Union NJ 07083 CITE: (I-362 SN015619) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 39--STAK SYSTEM CNT SP0500-97-M-V398 AMT $35,452.65 LINE 0001 THROUGH 0006 DTD 122696 TO Stanley Storage Systems Inc 11 Grammes Rd P.O.Box 1151 Allentown PA 18105-1151 CITE: (I-362 SN015642) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39--Materials Handling Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 39--STAK SYSTEM SOL SP0500-97-Q-H210 CNT SP0500-97-M-V404 AMT $36,310.30 LINE 0001 THROUGH 0006 DTD 122696 TO Stanley Storage Systems Inc 11 Grammes Rd P.O.Box 1151 Allentown PA 18105-1151 CITE: (I-362 SN015643) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 40--WIRE ROPE SOL SP0500-97-Q-A020 CNT SP0500-97-M-X008 AMT $35,100.00 LINE 0001 DTD 122696 TO Cable Moore Inc 1425 5TH Street Oakland CA 94607 CITE: (I-362 SN015640) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 40--Rope, Cable, Chain, and Fittings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 40--CHAIN ASSEMBLY SOL SP0500-97-Q-G061 CNT SP0500-97-M-X010 AMT $68,952.00 LINE 0001 THROUGH 0006 DTD 122696 TO Systems and electronics Inc transport and load management systems 201 Evans Ln Saint Louis Mo 63121-1126 CITE: (I-362 SN015641) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 41--BLOWER, AIR BARRIER SOL SP0500-97-Q-G684 CNT SP0500-97-M-E155 AMT $33,259.72 LINE 0001 THROUGH 0004 DTD 122696 TO Fasco Industries Inc motor Div sale Barn Rd P O Box 548 Cassville Mo 65625 CITE: (I-362 SN015637) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--COUPLING, SHAFT, STEEL. SOL 97T687-72-P-0700 CNT SP0760-97-M-3985 AMT $27,096.00 LINE 0001 DTD 122696 TO Summit associates Inc 10910-H southlake court Richmond VA 23236 CITE: (I-362 SN015656) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PARTS KIT, COMPRESSOR. ON A WORTHINGTON SOL SP0760-96-Q-Z397 CNT SP0700-96-G-0001-0172 AMT $26,680.00 LINE 0001 THROUGH 0003 DTD 122796 TO Dresser-rand Co 100 chemung St painted post NY 14870 CITE: (I-362 SN015666) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PUMP, ROTARY. SOL SP0770-96-Q-YD72 CNT SP0770-97-M-GB73 AMT $48,502.00 LINE 0001 DTD 122796 TO IMO Industries Inc IMO pump Div Airport Rd P.O.Box 5020 Monroe NC 28111-5020 CITE: (I-362 SN015697) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 43--PUMP, CENTRIFUGAL. SOL SP0770-97-X-MD97 CNT SP0770-97-M-GB64 AMT $32,482.08 LINE 0001 DTD 122796 TO Detroit Diesel Corp parts distribution center 515 11TH St SE Canton OH 44707-3811 CITE: (I-362 SN015703) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 45--FURNACE, WARM AIR, 265000 BTU/H INPUT, LIGHT OIL SOL SP0770-97-Q-MA67 CNT SP0770-97-M-DA09 AMT $62,834.88 LINE 0001 THROUGH 0002 DTD 122496 TO Dornback furnace and foundry Co 9545 Granger Rd garfield heights OH 44125 CITE: (I-362 SN015689) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 45--HEATER, DUCT TYPE, STATIONARY. 6585.1 BRITISH SOL SP0760-96-Q-W238 CNT SP0760-97-M-1732 AMT $35,100.00 LINE 0001 THROUGH 0002 DTD 122796 TO Power instrument Corp 720 colfax Ave P O Box 126 kenilworth NJ 07033 CITE: (I-362 SN015700) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 46--CONDUCTIVITY CELL ASSEMBLY. ON MODEL. SOL 96TBK2-52-P-0700 CNT SP0760-97-M-4010 AMT $29,891.88 LINE 0001 THROUGH 0002 DTD 122496 TO Am-mac Inc 38 Fairfield Pl Caldwell NJ 07006 CITE: (I-362 SN015658) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--COUPLING ASSEMBLY, SELF SEALING. ALUMINUM SOL SP0740-97-Q-0081 CNT SP0740-97-M-4045 AMT $40,217.24 LINE 0001 THROUGH 0002 DTD 122696 TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI 49203-1972 CITE: (I-362 SN015665) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--TUBE, METALLIC, TITANIUM, 1 IN. OD, 0.051 IN. SOL SP0740-97-Q-0134 CNT SP0740-97-M-9093 AMT $85,284.54 LINE 0001 THROUGH 0003 DTD 122696 TO Haynes international Inc Hwy 80 W RT 1 box 8 arcadia LA 71001-9701 CITE: (I-362 SN015670) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--COUPLING HALF, QUICK DISCONNECT. SOL SP0740-97-Q-0006 CNT SP0740-97-M-7762 AMT $32,733.75 LINE 0001 DTD 122696 TO Transdigm Inc Aerocontrolex Group 26380 Curtiss Wright Pky dest Bldg P.O.Box 43210 Cleveland OH 44143-0210 CITE: (I-362 SN015701) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SAFETY RELIEF SOL SP0770-97-Q-MB57 CNT SP0770-97-C-3785 AMT $103,402.00 LINE 0001 THROUGH 0003 DTD 122496 TO Dela technology Corp 2263 Lewis Ave Rockville, MD 20851 CITE: (I-362 SN015664) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--ACTUATOR, ELECTRO-MECHNICAL, LINEAR. MATERIAL: SOL 96THK3-62-P-0700 CNT SP0760-97-M-4009 AMT $60,444.96 LINE 0001 DTD 122496 TO Eaton Corp Valve and Actuator Div Morgan actuators 2338 Alaska Ave El Segundo CA 90245-4896 CITE: (I-362 SN015686) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, GLOBE, STOP CHECK, 1/2 INCH VALVE SIZE, SOL SP0760-96-Q-Z395 CNT SP0760-97-M-6723 AMT $85,845.00 LINE 0001 THROUGH 0002AB DTD 122796 TO Levine samuel plumbing and heating supplies Inc 283 W Broadway New York NY 10013-2204 CITE: (I-362 SN015687) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--DIAPHRAGM ASSEMBLY. SOL SP0740-97-Q-0007 CNT SP0740-97-W-0752 AMT $41,650.20 LINE 0001 DTD 122796 TO Comptech Corp 15946 Derwood Rd Rockville MD 20855 CITE: (I-362 SN015694) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, LINEAR, DIRECTIONAL SOL SP0770-96-Q-QF80 CNT SP0770-97-M-DA12 AMT $33,936.00 LINE 0001 DTD 122496 TO Vickers Inc Fluid Control and Actuation Div 4690 Colorado Blvd P.O.Box 39787 Griffith STA Los Angel Los Angeles CA 90039-1106 CITE: (I-362 SN015695) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--WORK STATION KIT, ELECTROSTATIC CONTROL. SOL SP0760-97-Q-0008 CNT SP0760-97-M-6735 AMT $28,730.00 LINE 0001 THROUGH 0002 DTD 122696 TO Gregory Thomas Inc a Swiss controls Co 202 Beaver St Bldg 2 P.O.Box 790 yorkville IL 60560-0790 CITE: (I-362 SN015657) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--ADAPTER KIT, GREASE GUN COUPLING SOL SP0770-96-R-5185 CNT SP0770-97-C-4105 AMT $110,048.00 LINE 0001 THROUGH 0002 DTD 122796 TO Weems Industries Inc DBA legacy Mfg Co 510 57TH St Marion IA 52302 CITE: (I-362 SN015663) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--WATER JET CLEANING. SOL SP0770-97-Q-MB43 CNT SP0770-97-M-AR19 AMT $82,350.00 LINE 0001 DTD 122796 TO Butterworth jetting systems Inc 3721 lapas Dr Houston TX 77023 CITE: (I-362 SN015667) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 49--Maintenance and Repair Shop Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 49--PRESSURE TRANSDUCER ASSEMBLY (100 PSI). ON! CNT SP0750-97-M-7195 AMT $49,435.40 LINE 0002 THROUGH 0005 DTD 122796 TO Ame Intl Inc 125 baywood Ave P.O.Box 522378 longwood FL 32752 CITE: (I-362 SN015693) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--BOLT, CLOSE TOLERANCE SOL SP0500-96-R-0260 CNT N00383-95-G-M121-TZ2Z AMT $94,195.25 LINE 0001 THROUGH 0002 DTD 122096 TO Alliedsignal Inc DBA Allied Signal aerospace Co aircraft landing systems 3520 W Westmoor Street South Bend IN 46628-1373 CITE: (I-362 SN015634) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--BOLT, SELF-LOCKING SOL SP0500-96-R-0038 CNT SP0500-96-C-0305 AMT $474,566.04 LINE 0001AA THROUGH 0001AF DTD 122596 TO Avibank Mfg Inc 210 S Victory Blvd P.O.Box 391 Burbank CA 91503 CITE: (I-362 SN015635) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--BOLT ASSEMBLY, SELF-LOCKING CNT SP0500-96-C-0319 AMT $614,869.84 LINE 0002AA THROUGH 0002AH DTD 122596 TO Avibank Mfg Inc 210 S Victory Blvd P.O.Box 391 Burbank CA 91503 CITE: (I-362 SN015636) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--MOUNT, RESILIENT SOL SP0500-96-Q-SY65 CNT SP0500-97-M-W037 AMT $39,562.50 LINE 0001 THROUGH 0002 DTD 122396 TO AGC Inc P O Box 908 Meriden CT 06450 CITE: (I-362 SN015639) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L SOL SP0500-97-Q-E357 CNT SP0500-97-M-V733 AMT $41,847.75 LINE 0001 THROUGH 0006 DTD 122596 TO Matheus lumber Co Inc 15800 Woodinville Redmond Rd Woodinville WA 98072 CITE: (I-362 SN015638) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 56--POST, FENCE, METAL. STEEL, 72 IN. O/A LENGTH, 4 SOL SP0770-97-Q-MD16 CNT SP0770-97-M-AR25 AMT $61,605.00 LINE 0001 THROUGH 0002 DTD 122796 TO Material handling Inc 70 Clinton Ave tiffin OH 44883 CITE: (I-362 SN015655) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 58--WINDOW, SONAR SOL SP0970-96-R-A046 CNT SP0970-97-C-0020 AMT $426,735.00 LINE 0001AA THROUGH 0001AJ DTD 122596 TO Shiloh Industries Inc 5988 Executive Blvd Dayton OH 45424-1453 CITE: (I-362 SN015718) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--MOUNTING BASE, ELECT SOL SP0450-96-Q-SU75 CNT SP0450-97-M-H565 AMT $32,224.00 LINE 0001 THROUGH 0002 DTD 122496 TO Rockwell Intl Corp Collins Avionics and Communications Div 350 Collins Rd NE Cedar Rapids IA 52498 CITE: (I-362 SN015617) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 59--INSULATION TAPE, ELECTRICAL SOL 96T878-12-P-0400 CNT SP0450-97-M-H572 AMT $27,650.00 LINE 0001 THROUGH 0002 DTD 122696 TO Plymouth rubber Co Inc 104 Revere St Canton MA 02021-2911 CITE: (I-362 SN015624) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RESISTOR, THERMAL CNT SP0905-97-M-1355 AMT $53,604.00 LINE 0001 DTD 112796 TO Arkwin Industries Inc 686 Main St Westbury NY 11590-5018 CITE: (I-362 SN015715) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ANTENNA CNT SP0970-97-M-1699 AMT $47,364.00 LINE 7001 DTD 122496 TO Lockheed Martin Corp Sanders a Lockheed Martin Co MS NHQ1-561 65 spit brook rd## P.O.Box 868 Nashua NH 03061-0868 CITE: (I-362 SN015716) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--EXTENDER CARD, ELECTRONIC TEST SOL SP0960-96-Q-2343 CNT SP0960-97-M-1575 AMT $33,500.00 LINE 0001 DTD 122496 TO Aschbacher & associates Inc 5081 Norman Blvd Dayton OH 45431 CITE: (I-362 SN015717) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SEMICONDUCTOR DEVICE SET SOL SP0960-97-Q-A053 CNT SP0960-97-M-1733 AMT $40,806.00 LINE 0001 THROUGH 0002 DTD 122696 TO Jemtec Electronics Corp 1901 E 5TH St P O Box 397 Dayton OH 45401 CITE: (I-362 SN015719) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--PLUG, SHORE POWER SOL SP0935-97-Q-A010 CNT SP0935-97-M-1866 AMT $79,350.00 LINE 0001 DTD 122496 TO Cooper Industries Inc crouse-hinds Div crouse-hinds molded products RT 4 box 156 LA Grange NC 28551-9019 CITE: (I-362 SN015720) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--SENSOR, TANK, FUEL SOL SP0930-97-Q-A026 CNT SP0930-97-M-2608 AMT $40,304.00 LINE 0001 THROUGH 0002 DTD 122696 TO Hoosier Industrial Supply Inc 1223 Chicago Ave P.O.Box 929 Goshen IN 46527 CITE: (I-362 SN015721) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--EARPHONE SOL SP0970-97-Q-A013 CNT SP0970-97-M-1746 AMT $88,829.40 LINE 0001 THROUGH 0003 DTD 122696 TO Electro-voice Inc sub of Mark IV Industries Inc 600 Cecil St buchanan MI 49107-1736 CITE: (I-362 SN015723) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--FILTER, RADIO FREQUE SOL SP0905-97-Q-A012 CNT DAAJ09-93-G-0017-UD1Y AMT $35,303.85 LINE 0001AA THROUGH 0002AB DTD 122696 TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729 Stratford CT 06497-9129 CITE: (I-362 SN015724) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--TRANSFORMER, POWER CNT SP0905-97-M-1358 AMT $44,550.00 LINE 0001 DTD 122496 TO Power Paragon Inc power Magnetics 711 W Knox St Gardena CA 90248-4410 CITE: (I-362 SN015725) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--AMPLIFIER, RADIO FRE CNT SP0935-97-C-0006 AMT $122,625.00 LINE 0001 THROUGH 0002 DTD 122496 TO Akon Inc 1914 trade zone Blvd San Jose CA 95131 CITE: (I-362 SN015727) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--ITEM NAME RESISTOR, FIXED, COMP SOL SP0900-97-Q-0093 CNT SP0900-97-M-0061 AMT $27,412.55 LINE 0001 THROUGH 0010 DTD 122496 TO Tti 6500 POE Ave Suite 400 Dayton Ohio 45414 CITE: (I-362 SN015729) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--RELAY, HYBRID SOL SP0930-97-Q-A062 CNT SP0930-97-M-2619 AMT $49,508.55 LINE 0001 THROUGH 0002 DTD 122496 TO Leach Intl 6900 orangethorpe Ave P.O.Box 5032 buena Park CA 90622-5032 CITE: (I-362 SN015731) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--FILTER, BAND SUPPRES CNT SP0905-97-M-1330 AMT $28,765.00 LINE 0001 DTD 122496 TO K and L microwave Inc sub of Dover Corp 408 coles CIR salisbury MD 21801-3214 CITE: (I-362 SN015732) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONNECTOR, PLUG, ELEC CNT SP0935-97-M-1888 AMT $26,514.95 LINE 0001 DTD 122496 TO Glenair Inc 1211 air way Glendale CA 91201-2497 CITE: (I-362 SN015733) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--NETWORK, SWITCHING MIXER SOL SP0905-96-Q-5415 CNT SP0905-97-C-0002 AMT $115,425.00 LINE 7001 DTD 122596 TO 3DBM Co Inc 975 Flynn Rd Camarillo CA 93012-2686 CITE: (I-362 SN015734) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--LOUDSPEAKER-MICROPHONE SOL SP0970-97-Q-A020 CNT SP0970-97-M-1716 AMT $90,115.30 LINE 0001 THROUGH 0002 DTD 122496 TO Hoosier Industrial Supply Inc 1223 Chicago Ave P.O.Box 929 Goshen IN 46527 CITE: (I-362 SN015735) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 59--CONNECTOR, PLUG, ELEC SOL 96TJ91-52-P-0900 CNT SP0935-97-M-1860 AMT $28,297.00 LINE 0001 DTD 122696 TO Deutsch Co the engineered connecting devices 36033 Whittier Ave hemet CA 92545 CITE: (I-362 SN015736) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPEC SOL SP0451-97-Q-H008 CNT SP0451-97-M-C565 AMT $63,772.02 LINE 0001AA THROUGH 0002 DTD 122496 TO Atlas-Aero Corp 85 Tremont St P.O.Box 887 Meriden CT 06450-0887 CITE: (I-361 SN015609) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--CABLE ASSEMBLY, SPEC SOL SP0451-97-X-7266 CNT SP0451-97-M-C593 AMT $44,792.50 LINE 0001 THROUGH 0002 DTD 122696 TO 3-D marketing 3790 via DE LA valle no 204 Del Mar CA 92014 CITE: (I-362 SN015620) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 61--ROTOR, MOTOR SOL SP0430-97-Q-P030 CNT SP0430-97-M-P500 AMT $94,402.20 LINE 0001 THROUGH 0002 DTD 122696 TO Summit Industries, Inc. 4545 Gateway Circle Dayton, OH 45440-1711 CITE: (I-362 SN015623) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 62--Lighting Fixtures and Lamps OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 62--LAMP, FLUORESCENT SOL SP0441-97-X-F086 CNT SP0441-97-M-T704 AMT $54,078.75 LINE 0001 THROUGH 0003 DTD 122496 TO Duro-Test Corp. 9 Law Drive Fairfield, NJ 07004 CITE: (I-361 SN015610) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 63--Alarm and Signal, and Security Detection Systems OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 63--SENSING, ELEMENT, FIRE SOL SP0430-97-Q-Q001 CNT SP0430-97-M-R567 AMT $26,672.24 LINE 0001 THROUGH 0002 DTD 122696 TO Kidde Technologies Inc Fenwal safety systems Div 700 Nickerson Rd Marlborough MA 01752 CITE: (I-362 SN015625) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--PITOT-STATIC TUBE (RIGHT SIDE) SOL SP0440-96-Q-JZ87 CNT SP0440-97-M-Z511 AMT $67,177.00 LINE 0001AA THROUGH 0002AC DTD 122496 TO Rosemount Aerospace Inc 14300 Judicial Rd Burnsville MN 55306-4898 CITE: (I-361 SN015603) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--SALINITY CELL, INDICATING SOL SP0440-97-Q-T108 CNT SP0440-97-M-X812 AMT $45,225.00 LINE 0001 DTD 122696 TO Marine electric systems Inc 2 bridewell Pl P.O.Box 1135 Clifton NJ 07014-1135 CITE: (I-361 SN015604) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--INDICATOR, TURN AND SLIP SOL SP0440-96-Q-JZ88 CNT SP0440-97-M-Z465 AMT $41,123.00 LINE 0001 THROUGH 0002 DTD 122496 TO Aerosonic Corp PO Box 4627 Clearwater FL. 34618-4627 CITE: (I-361 SN015605) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--INDICATOR, LIQUID QUANTITY SOL SP0440-96-R-3076 CNT SP0440-97-C-0160 AMT $57,575.00 LINE 0001 DTD 122696 TO Simmonds Precision Products Inc 100 Panton Rd Vergennes VT 05491-8801 CITE: (I-361 SN015608) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 66--HOUSING ASSEMBLY SOL SP0440-96-Q-JQ61 CNT SP0440-97-M-Z502 AMT $26,700.00 LINE 0001 DTD 122496 TO MOD-A-CAN Inc 178 Miller Pl Hicksville NY 11801-1826 CITE: (I-362 SN015621) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond, VA 23297-5312 SUBJECT: 68--DEICING-DEFROSTING AND ANTIICING FLUID SOL SP0450-97-R-0332 CNT SP0450-97-C-5107 AMT $748,500.00 LINE 0001AA THROUGH 0003AC DTD 122696 TO Octagon Process Inc 596 River Rd Edgewater NJ 07020-1192 CITE: (I-362 SN015616) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: Supply Directorate, Contracting Department, Supply MCAS, PSC BOX 8018, Cherry Point, NC 28533-0018 SUBJECT: 68--LIQUID BULK ARGON POC Freda Morton, Contract Specialist (SUL1C), (919) 466-2022, Paula L. Robinson, Contracting Officer, (919) 466-2846. CNT N00146-97-D-0008 AMT $222,000.00 DTD 121596 TO National Welders Supply, P.O. Box 31007, Charlotte, NC 28231. CITE: (M-362 SN015783) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 70--DISK DRIVE UNIT CNT SP0970-97-M-1687 AMT $42,834.00 LINE 7001 DTD 122496 TO Sms data products group Inc 1501 farm credit Dr Suite 1500 mc lean VA 22102-5004 CITE: (I-362 SN015722) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 84--Clothing, Individual Equipment and Insignia OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 84--POCKET, AMMUNITION MAGAZINE FOR 9MM SOL SP0770-96-Q-UQ29 CNT SP0700-97-D-1003 AMT $388,535.00 LINE 0001 THROUGH 0005 DTD 121996 TO Small Business Administration 301 South Park, drawer 10054 Helena, MT 59626 CITE: (I-362 SN015706) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Contracting Officer (90C), VA Medical Center, 40 Industry Drive, West Haven, CT 06516 SUBJECT: 89--DAIRY PRODUCTS POC Michele Pompane, Contracting Officer, (203) 937-3079. CNT V689P-2431 AMT N/A LINE N/A DTD 122796 TO Marcus Dairy, Inc., 3 Sugar Hollow Road, Danbury, CT 06810 CITE: (I-362 SN015758) [Commerce Business Daily: Posted December 27, 1996] [Printed Issue Date: December 31, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Contracting Officer (90C), VA Medical Center, 40 Industry Drive, West Haven, CT 06516 SUBJECT: 89--BREAD PRODUCTS POC Michele Pompane, Contracting Officer, (203) 937-3079. CNT V689P-2430 AMT N/A LINE N/A DTD 122796 TO Charles Freihofer Baking Co., Inc., 522 Washington Avenue, Albany, NY 12203 CITE: (I-362 SN015807) [Commerce Business Daily: Posted December 26, 1996] [Printed Issue Date: December 31, 1996] PART: SPECIAL NOTICES SUBJECT: SPECIAL NOTICE - ELECTRONIC TDP DESC: The U.S. Army Tank-Automotive and armaments command's a cquisition center is ready to begin issuing technical D ATA packages (TDPS) on cd-rom instead of furnishing ape rature cards. this special notice applies to tacom-warr EN, tacom-ardec, and tacom-acala. we will start issuing TDPS on cd-rom on a limited basis, within the next few weeks, with full implementation by January 1997. the so licitation CBD notice and the electronic bulletin board (TACOM-WARREN and TACOM-ACALA) or procurement network ( procnet, TACOM-ARDEC) will inform offerors when a TDP I S available only on cd-rom. following are the system an D software requirements for accessing the TDPS on cd-ro M: (A) ibm-pc or compatible computer; (B) recommend 804 86 processor or greater; (C) eight (8) megabytes of Ram (D) Ten (10) megabytes of free hard disk space; (E) O NE (1) cd-rom drive with 2X speed minimum; (F) MOUSE; ( G) windows 3.X or windows 95. the tacom-warren point of contact for this notice is the Acquisition Center help desk at (810) 574-7059. the tacom-acala point of contac T is MS. Jean Bryant at (309) 782-6429. the tacom-ardec point of contact is MS. Holly heinz (201) 724-4218. see NOTE: N/A. All responsible sources may submit an offe R which will be considered. CITE: (I-361 SN015590)