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

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: US Env. Protection Agency, CMD MD-33, Teresa Ward, Research
  Triangle Park, NC 27711
SUBJECT: A -- EVALUATION OF EPA GUIDELINES FOR EXPOSURES TO NATURALLY-OCCURRING
  RADIOACTIVE MATERIALS (NORM)
SOL D600964M1
POC Teresa A. Ward, Contract Specialist, (919) 541-2311/Hollis
  Powell, Contracting Officer, (919) 541-4369.
DESC: The U.S. Environmental Protection Agency (EPA) has a requirement
  to conduct a study and report on the scientific and technical
  basis for EPA's recommendations relative to protection from
  radiation exposure due to naturally-occurring radioactive materials
  (NORM). The evaluation study requires the contractor to summarize
  the areas of agreement and difference between the EPA guidelines
  and from other advisory bodies, and identify which differences
  are based upon risk management policy and which are based upon
  scientific and technical issues. It shall evaluate the basis
  for and comment on those differences that are based upon scientific
  and technical issues. This effort will be procured on a sole
  source basis from the National Academy of Sciences (NAS). The
  circumstance permitting Other than Full and Open Competition
  Justification is FAR 6.302-1, "Only one responsible source
  and no other supplies or services will satisfy Agency requirements."
  The proposed evaluation study requires extensive knowledge
  of radiation health effects; epidemiology and biostatistics;
  radiobiology; radioisotope dosimetry and metabolism; environmental
  pathway analysis; risk analysis; and risk management policy
  which requires the expertise and qualifications which have
  been demonstrated by the NAS. Interested parties who believe
  they can provide the required services should fully explain
  their capabilities and qualifications in writing within 15
  days from publication of this announcement. The intent of this
  synopsis is to determine if any source(s) exist and, therefore,
  no RFP is available. Consequently, any response(s) failing
  to provide the aforementioned data but instead choosing to
  merely submit a routine letter requesting a copy of the RFP
  will be ignored. Submit responses to the contact point, Teresa
  A. Ward, at the address above. A cost type contract is contemplated
  with a ten month period of performance. EPA does not intend
  to conduct this acquisition in accordance with FAR Part 12.
  See Numbered Notes(s) 22 and 26. No telephonic or faxed requests
  will be honored
CITE: (I-338 SN008082)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: NASA Lewis Research Center, 21000 Brookpark Road, Cleveland,
  Ohio 44135
SUBJECT: A -- AEROPROPULSION BASE RESEARCH AND TECHNOLOGY
SOL NRA-97-LERC-2
DUE 021497
POC Irene Cierchacki, Grants Officer, (216) 433-2781, MS 500-309,
  or Internet E-Mail: irene.cierchacki@lerc.nasa.gov.
DESC: The National Aeronautics and Space Administration is interested
  in receiving research proposals, solely for grants or cooperative
  agreements, for Aeropropulsion Base Research and Technology.
  The proposals sought are for the Fluid, Materials, Structures,
  Instrumentation and Control, and Multidisciplinary Design and/or
  Analysis areas for aircraft air breathing engines. This solicitation
  is specifically open to the following categories of organizations:
  Educational Institutions, and Non-Profit Organization. The
  determination for other than full and open competition has
  been approved in accordance with FAR Subpart 6.302-5. Although
  no specific set-aside is contemplated for HBCU=s and other
  minority institutes, their participation is highly encouraged.
  A more detailed description of the general area of interest
  and specific guidance for proposal preparation is available
  on the Web Site: "http://www.lerc.nasa.gov/WWW/Procure/grant.htm"
  or from NASA Lewis Research Center, Research and Technology
  Directorate, Attn: Dr. Lawrence J. Bober, Mail Stop 77-6, and
  NASA Lewis Research Center, Procurement Division, Attn: Irene
  Cierchacki, Mail Stop 500-309. Requests for copies of "Announcement
  NRA-97-LeRC-2" should be addressed to NRA-97-LeRC-2, NASA Lewis
  Research Center, Mail Stop 500-302, 21000 Brookpark Road, Cleveland,
  OH 44135. This solicitation constitutes a NASA Research Announcement
  as contemplated in FAR 6.102(d)(2). This announcement will
  be open for the period through February 14, 1997, by which
  date proposals must be received. Selection decision will be
  made by Paul Burstadt, Lewis Research Center following peer
  and/or scientific review of proposals. In all cases Non-Government
  personnel will be included as reviewers. Proposals will be
  limited to no more than 15 pages (see NRA announcement for
  required content). The following criteria will be considered
  in the evaluation process: unique and innovative methods, approaches,
  or concepts demonstrated by the proposal, overall scientific
  or technical merits of the proposal, the offerors capabilities,
  related experience, facilities, technique or unique combination
  of these which are integral facts for achieving the proposal
  objectives, qualifications, capabilities and experience of
  the proposed principal investigator, team leader or key personnel,
  potential contribution of the effort to NASA objectives, overall
  standing among similar proposals available for evaluation and/or
  evaluation against known state-of-the-art, demonstrated expertise
  in the general areas of interest, and cost realism and availability
  of funds. NASA LeRC anticipates making between 8 to 12 awards
  this year as a result of this NRA totaling approximately $800,000.00.
  Offerors may submit proposals for one, two, or three year efforts.
  The NRA will be released on or about December 20, 1996. Notification
  to successful and unsuccessful offerors will be given on or
  about April 18, 1997, and awards are anticipated to be made
  approximately November 1, 1997.
CITE: (I-338 SN008402)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: A -- BATTLEFIELD DAMAGE ASSESSMENT (BDA) VARIANT OF
  BRILLIANT ANTI- ARMOR SUBMUNITION (BAT) FLIGHT TEST EXPERIMENT
SOL DAAH03-
POC (pcf) Contact Helen Swearengen, AMSMI-AC-CFG, 205/876-4202;
  Samuel B. Huffstetler, Jr., AMSMI-AC-CFG, 205/876-4202, Contract
  Specialist.
DESC: This procurement consists of modifying a BAT submunition
  to incorporate a downlooking camera, a GPS unit integrated
  to the BAT CEU for Guidance & Control, and the video TM. The
  proposed program will culminate in the simultaneous flight
  test demonstration of a BDA modified BAT submunition with the
  testing of a baseline BAT with live warhead. The modified BAT
  will incorporate the capability to receive inglight differential
  GPS corrections to approximate military GPS of the tactical
  system. The vehicle will be assembled using pretested/recovered
  hardware from the BAT Engineering and Manufacturing Development
  (EMD) program. The proposed acquisition is restricted to Northrop-Grumman
  Corporation, Electronics and Systems Integration Division.
  Northrop-Grumman is the only source with the overall submunition
  and interface knowledge that is essential to ensure continuity
  and integrity of the BAT submunition. This acquisition will
  result in new work under the Army TACMS-BAT EMD Contract.
CITE: (I-338 SN008410)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421
  Jefferson Davis Hwy, Arlington, Va 22243-5120
SUBJECT: A -- PREDATOR AIR VEHICLE OPERATOR FLIGHT SIMULATOR
  CONSOLE
SOL N/A
POC Contact, LCDR Donald L. Hertig, Phone (703)604-0903
DESC: The Naval Air Systems Command intends to issue an order
  under Basic Ordering Agreement N00019-95-G-0197 with General
  Atomics Aeronautical Systems Incorporated (GA-ASI), 16761 Via
  Del Campo Court, San Diego, CA to procure flight simulator
  hardware, software and engineering support for integration
  into the Predator MAE UAV system. As the designer of the Predator
  MAE UAV system, GA-ASI is the only source with the technical
  expertise and information base required to meet the Government's
  needs. See note No. 22 - NAVAIR Synopsis No. 40107-96.
CITE: (I-338 SN008430)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: A--Research and Development--Potential Sources Sought
OFFADD: William J. Hughes Technical Center, Atlantic City International
  Airport, NJ 08405
SUBJECT: A -- CENTER OF EXCELLENCE IN AIRWORTHINESS ASSURANCE
  - AVAILABILITY OF SOLICITATION
SOL N/A
POC Ms. Patricia Watts, Office of Research and Technology Applications,
  AAR-201, (609) 485-6509.
DESC: The FAA is soliciting competitive proposals from academic
  institutions to form an airworthiness assurance Center of Excellence
  (COE). The closing date for submitting final proposals is February
  15, 1997. Solicitation packages may be obtained by contacting
  the COE Program Office. Contact Ms. Patricia Watts, Office
  of Research and Technology Applications, AAR-201, Building
  270, Atlantic City International Airport, New Jersey, 08405,
  Facsimile Number (609) 485-6509. The FAA intends to award a
  50-50 cost share cooperative agreement to establish a Center
  of Excellence in Airworthiness Assurance to a qualified college
  or university, or to a team of such institutions. The cooperative
  agreement will be awarded in 3 year increments up to a maximum
  of 10 years. It is the FAA's intent to fund a minimum of $1.5
  million over the first three years. It is also the intent of
  the FAA to award a single-source indefinite delivery indefinite
  quantity (IDIQ) contract to the winner of the competition,
  under which orders may be placed for developmental products.
  The FAA has identified a need for a Center of Excellence in
  airworthiness assurance. The Center will conduct research which
  includes the entire spectrum (i.e. basic research through engineering
  development, prototyping and testing) within the scope of Airworthiness
  Assurance. This scope includes, but is not limited to the following
  five functional areas: 1. Maintenance, Inspection, and Repair,
  2. Crashworthiness, 3. Propulsion and Fuel Systems Safety Technologies,
  4. Landing Gear Systems Performance and Safety, 5. Advanced
  Materials. The FAA intends to provide long-term funding to
  establish and operate a prestigious partnership with academia,
  industry and government. To this end, the FAA encourages offerors
  to team with organizations that compliment their expertise
  from academia, industry, state/local government and other governmental
  agencies. the successful offeror is required to match FAA grant
  funds with non-federal funding over the term of the cooperative
  agreement. Matching funds are not required for any orders placed
  under the IDIQ contract. Separate cost-sharing contracts may
  be awarded when deemed appropriate. Colleges and universities
  are eligible for cooperative agreements to establish a Center
  of Excellence in Airworthiness Assurance. Individuals are not
  eligible for a COE designation and do not qualify for grants
  under this program. The FAA is seeking to ensure an equitable
  geographical distribution of funds and to encourage the inclusion
  of minority institutions. Before final proposal submission,
  the proposal may be discussed with the Center of Excellence
  Program Manager, Ms. Patricia Watts, at (609) 485-5043, or
  Facsimile (609) 485-6509. A Center of Excellence receives funding
  annually in the form of single or multiple continuing research
  grants over a three-year period. The federal government provides
  50 percent of the cost to establish and operate a Center of
  Excellence. The institution must show a continuing source of
  non-Federal matching funds available for the remaining research
  and operational expenses at the Center. Once the COE is established,
  a fiscal report declaring the sources and amount of funding
  and expenditures must be submitted for review every six (6)
  months to The Office of Research and Technology Applications
  at the FAA Technical Center. A full review and grant close-out
  takes place at the conclusion of each three-year phase. The
  Center of Excellence and the agency shall agree upon the maximum
  expected costs in each fiscal year. Any cost incurred in excess
  of the maximum costs agreed upon with the agency shall be the
  sole obligation of the Center of Excellence. The Center of
  Excellence is expected to account for all funds granted and
  matched, utilized to establish, operate, and conduct the specified
  research activities of the Center of Excellence. The Center
  of Excellence is required to maintain its aggregate expenditures
  from all other sources for establishing and operating the Center
  of Excellence and related research activities at or above the
  average level of such expenditures in its two (2) fiscal years
  preceding November 5, 1990. The establishment of a Center of
  Excellence is intended to augment the level of aviation research
  activities at the institution. The Center of Excellence shall
  maintain a close working relationship with the corresponding
  agency research program office. This relationship shall extend
  to participation in conferences, meetings, joint research efforts,
  and submission of significant activity reports to the FAA on
  a routine basis. The COE shall prepare quarterly and semi-annual
  reports, and a fully inclusive annual report on research projects
  and fiscal expenditures, and shall host an on-site review of
  all research activities. The FAA may require the COE to hold
  an annual joint symposium with the agency on topics relating
  to the status and results of the designated technology area.
  Researchers at the COE may serve as consultants by providing
  technical advice to the sponsoring agency program office. They
  may also be asked to participate on major planning and investigative
  committees related to airworthiness assurance. The COE will
  be selected primarily on technical merit and the ability of
  the team to meet the following criteria mandated by the enabling
  legislation, Public law 101-508: --The extent to which the
  needs of the State in which the applicant is located are representative
  of the needs of the region for improved air transportation
  services and facilities. - --The demonstrated research and
  extension resources available to the applicant for carrying
  out the intent of the legislation. --The capability of the
  applicant to provide leadership in making national and regional
  contributions to the solution of both long-range and immediate
  air transportation problems. --The extent to which the applicant
  has an established air transportation program. --The demonstrated
  ability of the applicant to disseminate results of air transportation
  research and educational programs through a statewide or region-wide
  continuing education program. --The research projects that
  the applicant proposes to carry out under the grant. The final
  selection of the Center of Excellence in Airworthiness Assurance
  will be announced within this fiscal year. Those persons wishing
  to receive this solicitation are requested to contact Ms. Patricia
  Watts by facsimile (609) 485-6509 at the Office of Research
  and Technology Applications, William J. Hughes Technical Center,
  Building 270, Atlantic City International Airport, NJ 08405.
CITE: (I-338 SN008427)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U.S. NUCLEAR REGULATORY COMMISSION, DIVISION OF CONTRACTS,
  M/S T-7I2, WASHINGTON, D.C. 20555
SUBJECT: B -- TECHNICAL ADVICE AND ASSISTANCE IN THE DEVELOPMENT
  OF THE U.S. NUCLEAR REGULATORY COMMISION ANNUAL PERFORMANCE
  PLAN FOR FY 1999
SOL RS-RQ-70785031
DUE 121896
POC Joanna Lilley, Contract Specialist, (301) 415-6743
DESC: This is Part II - The following FAR clauses are applicable
  to this acquisition: 52.222-26 Equal Opportunity; 52.222-35
  Affirmative Action for Special Disabled and Vietnam Era Veterans;
  52.222-36 Affirmative Action for Handicapped Workers; 52.222-37
  Employment Reports on Special Disabled Veterans and Veterans
  of the Vietnam Era. FAR 52.219-1 Small Business Program Representation
  and Offerors Representations and Certifications will be required
  prior to award. Offers are due December 18, 1996, 2:00 pm local
  time and should be sent to U.S. Nuclear Regulatory Commission,
  ATTN: Joanna Lilley, Contract Specialist, M/S T-7I2, Washington,
  D.C. 20555. Proposals should be completed in an original and
  three copies and signed by an official authorized to bind the
  organization. Award of a Cost Plus Fixed Fee contract will
  be made on or about December 23, 1996.
CITE: (I-338 SN008085)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U.S. Nuclear Regulatory Commission, Division Of Contracts,
  M/S T-7I2, Washington, D.C. 20555
SUBJECT: B -- TECHNICAL ADVICE AND ASSISTANCE IN THE DEVELOPMENT
  OF THE U.S. NUCLEAR REGULATORY COMMISION ANNUAL PERFORMANCE
  PLAN FOR FY 1999
SOL RS-RQ-70785031
DUE 121896
POC Joanna Lilley, Contract Specialist, (301) 415-6743
DESC: This is Part II - The following FAR clauses are applicable
  to this acquisition: 52.222-26 Equal Opportunity; 52.222-35
  Affirmative Action for Special Disabled and Vietnam Era Veterans;
  52.222-36 Affirmative Action for Handicapped Workers; 52.222-37
  Employment Reports on Special Disabled Veterans and Veterans
  of the Vietnam Era. FAR 52.219-1 Small Business Program Representation
  and Offerors Representations and Certifications will be required
  prior to award. Offers are due December 18, 1996, 2:00 pm local
  time and should be sent to U.S. Nuclear Regulatory Commission,
  ATTN: Joanna Lilley, Contract Specialist, M/S T-7I2, Washington,
  D.C. 20555. Proposals should be completed in an original and
  three copies and signed by an official authorized to bind the
  organization. Award of a Cost Plus Fixed Fee contract will
  be made on or about December 23, 1996.
CITE: (I-338 SN008086)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Officer In Charge, NAVFAC Contracts, 520 Turner Street,
  Pensacola, FL 32508-5225
SUBJECT: B--INSTALL GROUNDWATER MONITORING WELLS, NTC, ORLANDO
  AND MCCOY ANNEX, ORLANDO, FL
SOL N65114-97-Q-2274
DUE 010697
POC Technical inquiries prior to bid opening must be submitted
  in writing to the address listed above, or faxed to (904) 452-4505,
  Attention: Karen Seals
DESC: Work to include include installation of 25 two-inch temporary
  groundwater monitoring wells. Please send written request for
  the plans and specifications to Officer In Charge, NAVFAC Contracts,
  520 Turner Street, Pensacola, FL 32508-5225.  Work is estimated
  at less than $100,000
CITE: (I-338 SN008323)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: National Institute of Standards & Technology, Acquisition
  & Assistance Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899
SUBJECT: B--SPECIAL STUDIES
POC Phyllis Bower
DESC: B--  Special Studies 
CITE: (W-338 SN008511)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: U.S. Nuclear Regulatory Commission, Division Of Contracts,
  M/S T-7I2, Washington, D.C. 20555
SUBJECT: B -- TECHNICAL ADVICE AND ASSISTANCE IN THE DEVELOPMENT
  OF THE U.S. NUCLEAR REGULATORY COMMISION ANNUAL PERFORMANCE
  PLAN FOR FY 1999
SOL RS-RQ-70785031
DUE 121896
POC Joanna Lilley, Contract Specialist, (301) 415-6743
DESC: This is Part II - The following FAR clauses are applicable
  to this acquisition: 52.222-26 Equal Opportunity; 52.222-35
  Affirmative Action for Special Disabled and Vietnam Era Veterans;
  52.222-36 Affirmative Action for Handicapped Workers; 52.222-37
  Employment Reports on Special Disabled Veterans and Veterans
  of the Vietnam Era. FAR 52.219-1 Small Business Program Representation
  and Offerors Representations and Certifications will be required
  prior to award. Offers are due December 18, 1996, 2:00 pm local
  time and should be sent to U.S. Nuclear Regulatory Commission,
  ATTN: Joanna Lilley, Contract Specialist, M/S T-7I2, Washington,
  D.C. 20555. Proposals should be completed in an original and
  three copies and signed by an official authorized to bind the
  organization. Award of a Cost Plus Fixed Fee contract will
  be made on or about December 23, 1996.
CITE: (I-338 SN008512)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential
  Sources Sought
OFFADD: U.S. Consumer Product Safety Comm, Division of Procurement
  Services, Rm 517, Washington, DC 20207-9932
SUBJECT: B--ANTHROPOMETRIC DATA STUDY
SOL CPSC-SS-97-0001
DUE 122096
POC Joyce Lawn, (301) 504-0444 ext. 1148, Robert. J. Frost, (301)
  504-0444 ext. 1142
DESC: The Consumer Product Safety Commission (CPSC) is seeking
  to identify firms who have or have access to expertise in
   anthropometry, statistics, data collection, computer programming,
   and project management.  CPSC anticipates conducting a pilot
   Anthropometric Survey.  The purpose of this survey is to
  determine if CPSC data taken during the period 1975-77 should
  be updated.  In that period, two extensive statistically valid
   surveys were conducted on approximately 8,000 children ranging
  in age from birth to 18 years.  One survey took 40 measurements
  on the full age span.  Since twenty years have elapsed, CPSC
  is interesting in determining whether this data is still accurate
  or whether a new comprehensive study is required.  A pilot
  study is proposed that will require ten basic measurements
  on a statistically valid sample of 300-500 children using
  classical measurement techniques.  The study is required to
  be completed by October 1, 1997.  This is not a formal Request
  for Proposal (RFP).  However, firms that respond should furnish
  detailed information concerning their capabilities.  Interested
  firms shall respond with capability information within 15
  calendar days of this synopsis.     
LINK http://www.cpsc.gov/businfo/contract.html
LINKDESC: 
CITE: (W-338 SN008207)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential
  Sources Sought
OFFADD: U.S. Dept.of HUD, Ofc.of Procurement & Contracts, Program
  Support Division (ARCS), 451 7th St., SW, Rm. 5258, Washington,
  DC 20410-3000
SUBJECT: B -- SUBMISSION OF CAPABILITY STATEMENTS FOR POSSIBLE
  VENDOR INCLUSION IN GUIDE FOR USE BY PHAS IN CONDUCTING FAIR
  MARKET RENT SURVEYS
SOL N/A
DUE 010397
POC Alan Fox, Office of Policy Development and Research, (202)
  708-9426 x328 or E-mail alan_fox@hud.gov.
DESC: This is not a sources sought for a procurement action.
  This notice is to advise firms interested in performing Fair
  Market Rent (FMR) surveys for Public Housing Agencies (PHAs)
  of the existence of a guide describing in detail how such an
  FMR must be conducted. Vendors who have been deemed capable
  of providing such services are listed in the guide, which is
  made available to PHAs for use in building a source list. Firms
  already listed in the guide need not respond. They will remain
  in the guide unless they request deletion from it. New potential
  vendors who wish to be included in the guide must obtain a
  copy of the guide, review the guide, then send a capablility
  statement to Alan Fox, HUD Office of Policy Development and
  Research, Room 8224, 451 7th Street, SW, Washington, DC 20410.
  A favorable evaluation of the firm's capability will result
  in that vendor's inclusion in the guide. The title of the guide
  is "Random Digit Dialing Surveys: A Guide to Assist Larger
  Public Housing Agencies in preparing Fair Market Rent Comments"
  and is available from Alan Fox, (202) 708-9426 x 328 or E-mail
  alan_fox@hud.gov or at the address shown above in this block.
  Capability statements are due on or before January 3, 1997.
CITE: (I-338 SN008479)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Commanding Officer, Engineering Field Activity West,
  900 Commodore Dr. San Bruno, CA 94066-5006
SUBJECT: C -- ENVIRONMENTAL ENGINEERING SERVICES FOR PROJECTS
  IN CALIFORNIA, UTAH AND NEVADA AREAS
SOL N62474-96-D-6115
DUE 120396
POC Point of Contacts and Contracting Officers are Sunny Drennan
  and Catherine B. Morris at FAX (415 244-2440.
DESC: This is a firm fixed price, indefinite quantity type contract.
  The contract term is for one base year with two one-year options.
  The estimated contract amount for each year is $1,000,000.00.
  The contract has a minimum guarantee of $30,000 per year and
  shall not exceed $3,000,000 for the total (3) years. Specific
  requirements include: remedial investigation and corrective
  action plans for aboveground/underground storage tanks sites,
  schedule preparations, plans and specifications suitable for
  bidding, including necessary supporting documentation such
  as cost estimates, work plans, other reports, and providing
  construction contract support services; preparing closure plans
  for hazardous waste permitted storage facilities, studies of
  water supply/distribution, stormwater and wastewater collection
  and treatment systems, industrial wastewater treatment, backflow
  prevention, air and toxic emissions inventories, oily and hazardous
  substance spills and aboveground/underground storage tank retrofits;
  preparing environmental management plans, including stormwater
  best management practices, Spill Contingency Plan, Spill Prevention
  Control and Countermeasures Plan, Hazardous Waste Management
  Plan, Solid Waste Management Plan and; conducting Health Risk
  Assessments, Air Toxics Risk Assessments and Preliminary Endangerment
  Assessments; preparing environmental permits, conducting environmental
  site or facility compliance evaluations (including sampling,
  testing and laboratory analysis), performing storage tank and
  pipeline tightness tests, and conducting polychlorinated laboratory
  analysis), performing storage tank and pipeline tightness tests,
  and conducting polychlorinated biphenyls site/equipment surveys
  and sampling; preparing environmental baseline studies and
  providing general environmental engineering consulting services
  in all media. The Architect-Engineering (A-E) must demonstrate
  the firm's and each key consultant's qualifications with respect
  to the published evaluation factors for A-E and/or enviornmental
  engineering, planning, design, testing, support and all option
  services. A-E selection will be based on the following criteria
  which are numbered in order of importance: (1) Recent (i.e.,
  within the last three years) specialized government and private
  EXPERIENCE AND PAST PERFORMANCE (with emphasis on similar efforts
  cited in the criteria for experience and qualifications) of
  the firm and proposed consultants in environmental engineering
  projects similar in scope to the above-described services.
  This includes demonstrated knowledge of Federal, State and
  local codes and regulations and knowledge of preparing plans
  and specifications suitable for bidding. Demonstrate long term
  business relationships, repeat business on related efforts
  and construction support. The firm's quality control program,
  including quality control performance on prior Department of
  Defense DOD contracts; (2) PROFESSIONAL QUALIFICATIONS of the
  staff (in house and/or consultant(s)) with respect to the overall
  makeup of the project team. The experience and roles of key
  team personnel, specifically on related projects addressed
  in the above criteria for experience, should be addressed;
  (3) CAPACITY (ability of the firm to accomplish the contemplated
  work within a reasonable time frame); as demonstrated by the
  impact of this workload on the firm's permanent staff, projected
  workload during the anticipated service period, the firm's
  history of successfully completing projects in compliance with
  performance schedules and of providing timely construction
  support. Provide examples of the firm's ability to work on
  multiple projects concurrently. Provide specific experience
  and related time frames for accomplishement of similar efforts.
  If consultants are involved, address history of working relationship;
  (4) Ability and commitment of the firm to provide substantial:
  (A) SMALL BUSINESS (SB), SMALL DISADVANTAGED BUSINESS (SDB),
  WOMEN-OWNED SMALL BUSINESS (WOSB), HISTORICALLY BLACK COLLEGES
  (HBC), AND MINORITY INSTITUTIONS (MI) SUBCONTRACTING and (B)
  LOCAL SB, SDB, WOSB, HBC, AND MI SUBCONTRACTING for work to
  be accomplished at Naval bases slated for closure under the
  Base Realignment and Closure (BRAC) Legislation. To be considered
  local, a firm must have an existing active office located in
  the same county or a county adjacent to the closing military
  installation. (5) VOLUME OF WORK PREVIOUSLY AWARDED BY DOD
  to the firm during the period 1 October 1995 through 30 September
  1996, with the objective of effecting equitable distribution
  of contracts among qualified firms, including minority-owned
  firms and firms that have not had prior contracts. This is
  a solicitation and the only general notification to the firms
  for environmental projects to be performed under this contract.
  All the information is included in this general notification.
  Bidders lists are not available. The estimated time for start
  of this contract is the third quarter of 1997. The estimated
  completion date for this contract is three years after the
  initial award date. In order to expedite a firm's consideration
  regarding the above criteria by the Government, the following
  application data shall be substituted in Blocks 7, 8, 9 and
  10 in the SF 255 (specifically address all criteria elements
  listed in block 10): 1. To demonstrate how the firm meets the
  EXPERIENCE and PERFORMANCE criteria: Provide a description
  of germane, recent (within the last three years) projects relevant
  to the work described herein with clients for which the firm
  provided a significant technical contribution. In matrix form
  identify which firm members worked on the projects. Projects
  shall be in the left column and firm members names shown across
  the top row of the matrix. Provide a tabular listing of all
  excellent performance ratings and commendation letters from
  private and DOD clients (Designate your role: prime, subcontractor,
  or joint venture partner). These ratings should be dated 1994
  or later and should include a list of projects managed by the
  firm since January 1994 and include the following data: client's
  contract, contract award date, contract completion date, contract
  award amount and contract type (fixed price, cost reimbursement,
  etc.). 2. To demonstrate how the firm meets the QUALIFICATION
  criteria: submit a matrix for the firm members, including name,
  proposed assignment, highest education level/discipline (example:
  BS, mechanical engineering), states of professional registration,
  number of years of professional experience, number of years
  with the firm. Also, the project manager(s) should identify
  the number of teams (engineering survey subcontrctors, and
  joint venture partners) they have managed over the past three
  years. 3. To demonstrate how the firm meets the CAPACITY criteria:
  Submit an organizational chart with the following information:
  Principal point of contact, project manager, team leaders,
  the name of each team member, all team members assignments,
  and the name of at least one alternate for each key person.
  Summarize your plan for simultaneously accomplishing multiple
  projects within one calendar year. Provide a chart (in number
  of hours comparing teams' available capacity with their actual
  commitments for the next 12 months. (4) To demonstrate the
  firm's plan for meeting the SB, SDB, WOSB, HBC, or MI criteria,
  provide the following data: identification of any team subcontractors
  which are SBs, SDBs, WOSBs, HBCs, or MIs and a description
  of the work to be accomplished under the contract by these
  firms; identification of total dollar value of work planned
  to be subcontracted under the contract; identification of the
  percentage goal of planned subcontract work that will be subcontracted
  to SBs, SDBs, WOSBs, HBCs, or MIs under the contract by these
  firms; identification of the types of work planned to be subcontracted
  to SBs, SDBs, WOSBs, HBCs, or MIs; and a brief description
  of your SB, SDB, WOSB, HBC, and MI subcontracting outreach
  plan. If your firm is selected for award of this contract,
  this same data must be included in your SB and SDB Subcontracting
  Plan submitted in accordance with FAR 19.7 and DFARS 219.7,
  which will become an enforceable part of this contract. To
  demonstrate VOLUME OF WORK, indicate all DOD awards in the
  past five years. At the selection interview, A-E firms slated
  for the interviews must submit their Quality Assurance Plan,
  including the relationship of management and their components,
  specific quality control process, portfolio of work, a listing
  of present business commitments and their required completion
  schedules and performance references other than Engineering
  Field Activity West, Naval Facilities Engineering Command (include
  3 or more with the names and current telephone numbers of the
  contractor administrators). The SF 255 with attachments shall
  be limited to a total of 25 pages not smaller than 12 pitch
  font. Every page that is not a SF 254 will be included in the
  page count except for title, table of contents and tab pages.
  One copy of the SF255 must be received in the office (Bldg.
  201, 2nd floor, ATTN: Sunny Drennan) no later than 3:00 p.m.
  Pacific Time, on 5 February 1997 at San Bruno, CA. Indicate
  contract number in the SF 255, Block 2B. Submit a SF 254 only
  if you have not done so in the past year. SF 254 and 255 received
  after the designated date and time will be subject to the provisions
  of FAR 15.412. Include telefax numbers in the SF 255, Block
  3a and Contractor Establishment Code (formerly the DUNS number),
  Commercial and Government Entity (CAGE) codes, if known and
  Tax Payer Identification Number (TIN) in the SF 255, Block
  3. Label lower right corner of outside mailing envelope with
  "A-E Services, N62474-96-D-6115". Site visits will not be arranged
  during advertisement period. This is not a Request for Proposal.
CITE: (I-338 SN008087)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Mr. Yousef Abu Jamouse, Director General Telecommunications
  Regulatory Commission, P.O. Box 850967, Amman 11947, Jordan;
  Tel: 011-962-6-862-020; Fax: 011-962-2-863-641
SUBJECT: C--JORDAN SPECTRUM MONITORING AND MANAGEMENT TENDER
  SUPPORT PROJECT
SOL N/A
POC Carol Stillwell, USTDA, Room 309, SA-16, Washington, D.C.
  20523-1602, Tel: (703) 875-4357, Fax No.: (703) 875-4009
DESC: Record Number 1733PRC0003: The correct due date for the
  proposal to be submitted by, is January 6, 1997 not January
  11, 1997.
CITE: (I-338 SN008092)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: NASA Langley Research Center, Bid Dsitribution Office,
  MS 126, Hampton, Va. 23681-0001
SUBJECT: C -- ENVIRONMENTAL ENGINEERING SERVICES
SOL 1-39-AFC.1211
POC R. Todds Lacks, Contract Specialist, 757-864-2477.
DESC: NASA Langley Research Center (LaRC), Hampton, Virginia,
  plans to issue Request For Offer (RFO) 1-39-AFC.1211 for Environmental
  Engineering Services O/A December 31, 1996, with proposals
  due approximately 45 days thereafter. The RFO can be accessed,
  viewed and downloaded from the NASA Langley Internet Procurement
  Home Page at http://db-www.larc.nasa.gov/procurement/home-page.html.
  Firms that do not have access to the Internet may request a
  hard copy of the RFO from the point-of-contact listed at the
  beginning of this synopsis. A draft Statement of Work for this
  procurement will be available O/A December 10, 1996, on the
  NASA Langley Internet Procurement Home Page. The Contractor
  shall furnish all resources necessary to support a comprehensive
  environmental compliance, restoration, and pollution prevention
  program at LaRC. General task areas include pollution prevention,
  hazardous waste management, air pollution control, and laboratory
  and engineering support. Specific services to be performed
  include: maintaining, implementing and updating the requirements
  set forth in the LaRC Pollution Prevention Plan which will
  require periodic site visits, technical and economic feasibility
  assessments, planning, scheduling, monitoring, consultation
  and follow-up assessments, identification, evaluation and implementation
  of emerging pollution prevention options, evaluation of the
  availability and feasibility of using substitutes for products
  that contain toxic or hazardous materials or that use such
  materials in their production, reviewing the use of hazardous
  chemicals and recommending alternative processes or chemical
  substitutes, operation of the LaRC Recycling and Reclamation
  Facility for paper, cardboard, toner cartridges, used oil and
  scrap metals, proactive technical and engineering support to
  reduce the amount of waste generated at LaRC, proactive approach
  to minimizing disposal costs under the contract, operation
  of the LaRC Central Hazardous Waste Storage Facility to include
  waste characterization, collection, transportation, tracking,
  processing, accounting and proper off-site disposal of hazardous
  waste, laboratory and engineering services to support the Center's
  environmental permit and general environmental sampling and
  analyses requirements, environmental related studies, on-site
  air pollution control activities which include maintaining
  an emission inventory, advising the Center of regulatory issues,
  preparation of annual regulatory reports, conducting air emissions
  assessments and sampling, evaluating LaRC operations for compliance
  and recommending air pollution control technologies, and training
  and awareness activities for Government and contractor employees.
  A firm-fixed-price contract is contemplated with cost reimbursement
  lines items to cover hazardous waste disposal costs. It is
  anticipated that 100% of the work under this contract will
  be accomplished under "completion form" as defined in the Federal
  Acquisition Regulations (FAR), paragraph 16.306 (d)(1) and
  (2), and will be "performanced-based" with the contractor performing
  and being evaluated against specific performance standards/metrics.
  The total potential period of performance, including options
  is 5 1/2 years, commencing May 1, 1997. The period of performance
  will consist of a 1-year base period and options for four 1-year
  periods and six 1-month periods. This procurement will be conducted
  under full and open competition guidelines and will include
  an 8% small disadvantaged business subcontracting goal. The
  Standard Industrial Classification Code for this procurement
  is 8711 and the size standard is $2.5M in average annual receipts
  for the 3 previous years. Midrange Procurement Procedures will
  be used to process this procurement. These procedures are set
  forth in the NASA FAR Supplement Part 1871. All responsible
  sources may submit a bid which will be considered by the Agency.
  An ombudsman has been appointed to hear concerns from offerors,
  potential offerors, and contractors during the pre-award and
  post-award phases of this acquisition. The purpose of the ombudsman
  is not to diminish the authority of the Contracting Officer,
  the buying team, or the selection official, but to communicate
  concerns, issues, disagreements and recommendations of interested
  parties to the appropriate Government personnel and to work
  to resolve them. When requested, the ombudsman will maintain
  strict confidentiality as to the source of the concern. The
  ombudsman does not participate in the evaluation of proposals,
  the source selection process, or the adjudication of formal
  contract disputes. Before consulting with any ombudsmen, interested
  parties should first attempt to resolve their concerns with
  the contract specialist or the contracting officer. The LaRC
  Ombudsman is Belinda Adams. Concerned parties may call Ms.
  Sandra S. Ray at 757-864-2428. Do not call the ombudsman for
  solicitation requests or for general information. For solicitation
  requests or for general information, contact the point-of-contact
  listed at the beginning of this synopsis. Concerns, issues,
  disagreements and recommendations which cannot be resolved
  by the installation point-of-contact or the ombudsman may be
  referred to the NASA Agency ombudsman Tom Luedtke at 202-358-2090.
  NASA Langley Research Center, Hampton, VA 23681-001
CITE: (I-338 SN008111)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: DEPT OF VETERANS AFFAIRS, 16111 Plummer St., Sepulveda,
  CA 91343
SUBJECT: C -- A/E SERVICES FOR FIRE ALARM PANEL REPLACEMENT
SOL N/A
POC Mike McGinley, 818/895-9354, Contracting Officer
DESC: A/E Services required to provide all necessary work including
  survey/evaluation, calculations, working drawings, edited technical
  specifications, cost estimates, and construction period services
  for the replacement of a Pyrotronics Fire Alarm Panel at the
  VA Medical Center, 16111 Plummer St., Sepulveda, CA 91343.
  Installation of a Fire Alarm Base Loop for several bldgs.,
  including hardware and software connecting to an existing fire
  alarm loop. Installation of a complete Pyrotronics MXL panel
  in various bldgs. There is existing Gamewell, Mirtone and Simplex
  systems which will need to be electrically connected to the
  new Pyrotronics system. Duration of the contract allows for
  70 calendar days for design, 120 calendar days for construction.
  Est. cost of construction is between $500K and $1M. Firms must
  be located within a 100 miles radius of Sepulveda, CA. This
  is not a request for proposal. Selection will be based upon
  the following evaluation factors: (1) Team proposed for this
  project, project mgr., other key personnel and consultants.
  (2) Proposed mgmt. plan, design phase, construction phase.
  (3) Previous experience of the proposed team, describe projects.
  (4) Geographic Location, prime firm, consultants. (5) Present
  proposed design approach. (6) Cost Control. (7) Estimating
  effectiveness (8) Schedule control. Firm having the capability
  and experience of the above requirements are invited to submit
  a completed SF 254 and SF 255 to the contracting officer by
  1/6/97.
CITE: (I-338 SN008425)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: VA Medical Center, 1111 East End Blvd., Wilkes-Barre,
  PA
SUBJECT: C -- HVAC REPL. NORTH WING
SOL 693-10-97
DUE 012497
POC P.O.C. Garry A. Plear (717)821-7222 Contracting Officer Robert
  D. Rizzardi (717)821-7221
DESC: A/E Service: to design and provide complete plans, specifications,
  and cost estimates on project number 693-301, entitled "HVAC
  REPL. NORTH WING", for the Department of Veterans Affairs Medical
  Center, Wilkes-Barre, Pennsylvania. All drawings shall be drawn
  using Autocad release 12 software and all specifications shall
  be compiled using Word Perfect 5.1 word processing software.
  Final plans and specifications shall be submitted on 3-1/2"
  double sided high density disks. Design work for this project
  shall be based on the following scope of work: The scope of
  work for this project is to remove existing antiquated air
  handling units (SACS 2,4,5,6 8,9,11, 13,14, and 15), associated
  controls, ductwork, piping(chilled water and steam), grilles.
  Ceiling areas will be encountered and must be removed. A/E
  will procure Industrial Hygienist services and produce drawings
  and specifications for asbestos abatement. New HVAC systems
  shall be designed using ASHRAE Standard 62-1989, ventilation
  for acceptable indoor air quality. Also included in the project
  scope will be replacement for existing exhaust fans (10) located
  on the North Wing, Mechanical Room, which serves various areas
  of the North Wing of Building No. 1. Area of consideration
  is within a mile radius of this agency. The SIC for this project
  is 8712. A/E firms which meet the requirements described in
  this announcement are invited to submit (1) Standard Form 254,
  Architect-Engineer and related Services Questionnaire and (2)
  Standard Form 254, Architect-Engineer and related services
  Questionnaire for specific project. This procurement is 100%
  set-aside for small business. This solicitation is subject
  to the availability of funds.
CITE: (I-338 SN008426)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH
  Ave NE, Poulsbo, WA 98370-7570
SUBJECT: C -- ARCHITECT-ENGINEERING SERVICES FOR FY-01 MCON PROJ.
  P-341, PIER D EXPANSION, PUGET SOUND NAVAL SHIPYARD, BREMERTON,
  WA
SOL N44255-97-C-5352
POC Kathleen M. Ching, Contracting Officer (360) 396-0257.
DESC: DESCRIPTION: Firm fixed-price Architect-Engineer services
  are required for a concept study to determine alternatives
  and a recommended course of action to expand and upgrade Pier
  D at Puget Sound Naval Shipyard. This will include (but not
  be limited to) an analysis for options to upgrade the structural
  capacity and expand the pier to a length of 1300 feet and a
  width of at least 120 feet to a maximum of 150 feet including
  utility tunnels, vaults, fendering, and mooring fittings. It
  will also include an analysis of pier and supporting shore-side
  utility systems. All applicable requirements of MILHNDBKS 1025/1
  and 1025/2 will be addressed. It is intended that this concepts
  study will provide all necessary information needed for the
  Project Cost Estimate (PCE) submittal, including a budgetary
  cost estimate of recommended alternatives. SELECTION CRITERIA:
  Prioritized selection criteria in descending order of importance
  are: (1) Recent specialized experience and technical competence
  of the firm (the office/branch actually accomplishing the work
  and including subconsultants) in the structural analysis and
  design of piers and waterfront structures and supporting utilities.
  Experience shall include, but not be limited to site investigations,
  structural analysis, engineering studies, designs and cost
  analysis completed in the past five years. Do not list more
  than 10 projects in Block 8 of the SF 255. Indicate which consultants
  from the proposed team, if any, participated in the studies
  identified in Block 8. (2) Professional qualifications of the
  staff to be assigned to this project, including subconsultants,
  and their respective background in the study/investigation
  and design of piers and waterfront facilities and specifically
  Navy waterfront facilities. List only the team members who
  will actually perform major tasks under this contract. Key
  personnel must have professional registration in their discipline.
  In Block 4 of the SF 255 (Personnel by Discipline) show the
  entire proposed team by listing personnel from consultants
  to the left of the parentheses. In Block 7 of the SF 255, indicate
  branch office location of each team member including key consultant's
  personnel. (3) Past performance on contracts of a similar nature
  with government agencies and private industry in terms of feasibility
  and constructability of recommended solutions identified in
  studies. Show representative examples of study recommendations
  and resulting construction including comparison of planning/study
  estimates to bid results. List recent awards, commendations
  and other performance evaluations. (4) Knowledge of the locality
  of the project. Demonstrate knowledge of conditions and requirements
  for design and construction in the locality. (5) Capacity to
  accomplish the work in the required time limits. Discuss the
  impact of this workload on the firm's permanent staff, projected
  workload during the contract period, the firm's history of
  successfully completing work in compliance with performance
  schedules, and the firm's history of providing timely submittals.
  Indicate the firm's present workload and the availability of
  the project team (including consultants) for the specified
  contract period. Address the history and working relationship
  with the consultants to be utilized. ***Note: Criteria numbers
  (6) through (8) shall be used as secondary evaluation factors
  should the application of criteria numbers (1) through (5)
  result in firms being ranked as equals.*** (6) Location of
  the firm in the general geographic area, provided that the
  application of this criterion leaves an appropriate number
  of firms given the nature and size of this project. (7) Use
  of small or small disadvantaged or women-owned business firms
  as primary consultants or as subconsultants. (8) Volume of
  work previously awarded by the DoD to the firm. This information
  shall be recorded in Block 9 of the SF 255 by listing the total
  amount of prime DoD fees awarded for the previous 12 months.
  GENERAL INFORMATION: The estimated study start date is March
  1997. The estimated study completion date is May 1997. A small
  business/small disadvantaged business subcontracting plan may
  be required in accordance with FAR 19.702. The Standard Industry
  Code (SIC) for this procurement is 8711. The small business
  size standard is $13.5 Million annual average gross revenue
  for the last three fiscal years. This procurement is unrestricted.
  Qualified firms desiring consideration shall submit one copy
  of an SF-254, and SF-255 including organization chart of key
  personnel to be assigned to this contract and each subconsultant's
  current SF-254 to Ms. Kathleen M. Ching, Code BNC.KC, 19917
  7th Ave NE, Poulsbo, WA 98370 not later than Close of Business
  (4:00 p.m. local time) 30 calendar days (first working day
  following a weekend or holiday) after publication in the Commerce
  Business Daily. Failure to submit the aforementioned items
  and the amount of DOD fees awarded to the firm will reflect
  negatively on the firm's submittal during the evaluation process.
  Discuss why the firm is especially qualified based on the selection
  criteria in Block 10 of the SF-255. For firms applying with
  multiple offices, indicate the office which completed each
  of the projects listed in Block 8 and list which office is
  under contract for any contracts listed in Block 9. Use Block
  10 of the SF-255 to provide any additional information desired.
  Personal interviews may not be scheduled prior to selection
  of the most highly qualified firms. Elaborate brochures or
  other presentations beyond those sufficient to present a complete
  and effective response to this announcement are not desired.
  Firms which design or prepare specifications for a construction
  contract or procurement of supplies cannot provide the construction
  or supplies. This limitation also applies to subsidiaries and
  affiliates of the firm. Telegraphic and facsimile SF-255's
  will not be accepted. Site visits will not be arranged during
  the submittal period. Debriefing requests will not be entertained
  prior to 45 days after the SF 254/255 submittal due date. This
  project is open to all business concerns. No additional technical
  information is available. This is not a request for proposals.
CITE: (I-338 SN008091)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction--Potential
  Sources Sought
OFFADD: Federal Highway Administration, Central Federal Lands
  Highway Division (HPC-16), P.O. Box 25246, Denver, CO 80225
SUBJECT: C--SINGLE AWARD FOR INDEFINITE DELIVERY, INDEFINITE
  QUANTITY CONTRACT FOR HIGHWAY ARCHITECT-ENGINEER (A-E) SERVICES,
  HAWAII
SOL DTFH68-97-R-00011
DUE 011597
POC POC:  Norman L. Hyndman, (303)969-5932/Contracting Officer:
   Edward Voelsing, (303) 969-5932
DESC: The Central Federal Lands Highway Division (CFLHD) anticipates
  one contract award.  The contract is to operate with individually
  negotiated task orders issued in accordance with the terms
  of the contract.  The contract award will consist of 1 base
  year with the potential of four 1 year options.  A guaranteed
  contract minimum of $25,000 will be provided with a maximum
  value of the contract not to exceed a five year total of $7.5
  million.  Specific task order limitations will be a point of
  discussion and agreement during the initial negotiation.  Highway
  design services are required for an indefinite delivery-indefinite
  quantity type contract to perform highway & bridge design,
  surveying and mapping, right-of-way development, hydraulic
  and geotechnical investigations, environmental studies, construction
  contract administration, and other pertinent highway work for
  the CFLHD.  This work will be associated with Federally funded
  projects accommodating the needs of various Federal agencies
  (National Park Service, Military, etc.) The predominant geographic
  area is the State of Hawaii.  Firms will be required to perform
  the predominant amount of work with in-house forces and must
  demonstrate their ability to satisfactorily accomplish all
  work items (either in-house or through qualified subcontractors).
   Specific highway design and related support services task
  orders will be negotiated as needed to facilitate development
  of a particular highway project or series of projects.  Task
  orders may include but not be limited to: (A) Highway design
  activities such as reconnaissance and conceptual studies; traffic
  and safety studies; preliminary design; management of interagency
  meetings and public involvement meetings and hearings; obtaining
  needed rights of entry and permits; final design; preparation
  of plans, specifications, and estimates (PS&E); and preparation
  of right-of-way and utility plans.  (B) Bridge and related
  structural design activities (e.g., retaining walls, box culverts,
  etc.) for the preparation of bridge type, size, and location
  (TS&L); final design; and preparation of bridge PS&E.  (C)
  Surveying services such as aerial (photogrammetric) and/or
  ground preliminary surveys; cadastral surveys; bridge site
  surveys; and location and construction surveys.  (D) Mapping
  services such as analytical aerial triangulation; digital terrain
  modeling; compilation of topographic and planimetric features;
  and preparation of right-of-way plats.  (E) Geotechnical engineering
  for preliminary investigations and reports; pavement design;
  foundation and wall design; earthwork cut and fill slope recommendations;
  slope stability and landslide analysis and instrumentation;
  culvert condition surveys; and laboratory testing of materials.
   (F) Hydraulic engineering for the determination of design
  discharges and water surface profiles; flood plain analyses;
  and culvert and headwall design.  (G) Environmental compliance
  services such as studies, recommendations, and reports for:
  wetlands, threatened and endangered species, sensitive species,
  cultural resources, socio-economic effects, hazardous materials,
  wild and scenic rivers, noise, visual quality, farmlands, and
  wildlife and fisheries; interagency coordination of environmental
  concerns; and the preparation of reports and documents required
  for the National Environmental Protection Act, FHWA Section
  4(f) provisions, and Corps of Engineers Section 404 permits.
   Management of public meetings, and other public/agency involvement
  may be required.  (H) Construction contract administration
  such as project administration, construction inspection, review
  of falsework or shop drawings, construction cost pricing, scheduling,
  office technical and clerical support, and other related technical
  services.  Task orders may not be for a complete project or
  series of projects.  Some project development activities may
  be accomplished by the CFLHD, by other Government agencies,
  or by other consulting firms.  Structures and highway segments
  will be designed in accordance with current AASHTO policy,
  Federal Lands Highway procedures,  and/or specific project
  requirements as determined by CFLHD.  Development and preparation
  of certain permit applications may be required.  Highway and
  earthwork design files shall be delivered in GEOPAK format
  unless otherwise noted in individual task orders.  Plans and
  drawings will be delivered in Microstation IGDS (.DGN) format.
   Firms must comply with Equal Employment Opportunity (EEO)
  requirements, in accordance with FAR 22.8.  Large businesses
  will be required to submit a subcontracting plan, in accordance
  with FAR 19.702.  All firms responding to this request will
  be evaluated on the following criteria (in relative order of
  importance): (1) General and specialized experience and technical
  competence in highway projects in the State of Hawaii; (2)
  Professional Qualifications of the firm and staff; (3) Location
  in the general geographical area of the projects (Hawaii) and
  knowledge of the locality of the projects; provided, that application
  of this criterion leaves an appropriate number of qualified
  firms, given the nature and size of the projects; (4) Capacity
  to perform the work in a high quality and timely manner; (5)
  Past performance in terms of quality, cost control, and timeliness;
  and (6) Demonstrated success in prescribing the use of recovered
  materials and achieving waste reduction and energy efficiency
  in highway design.  Firms desiring to be considered must submit
  two copies of  completed SF254 and SF 255.  Only responses
  received in this office by 3:30 PM, January  15, 1997 local
  time, will be considered.  No other general notification to
  firms will be made and no further action is required.  This
  is not a request for proposal.  No solicitation package is
  available.  Selection of firms for award shall be in accordance
  with FAR 36.602-3 and 36.602-4. See note 24.***** 
CITE: (W-338 SN008513)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: U. S. Patent and Trademark Office, Office of Procurement,
  Box 6, Washington, DC  20231
SUBJECT: D -- FIRST PAGE DATA BASE (FPDB) ON CD-ROM
SOL 52-PAPT-7-00007
POC Douglas R. Clift, Contracting Officer, (703) 305-8399
DESC: The US Patent and Trademark Office (USPTO) and European
  Patent Office (EPO) wish to disseminate first page patent information
  on CD-ROM. The first page patent information consists of a
  bibliographic summary, abstract, and the representative drawing,
  when available. In fulfilling this objective, the USPTO, on
  behalf of the two offices, will be utilizing a streamlined
  acquisition process described in the document entitled "Department
  of Commerce Acquisition Process Case for Change", available
  at the USPTO Internet site (see below) or http://www.conops.doc.gov.
   In order to successfully implement this new acquisition process,
  the Government seeks the cooperation of the vendor community
  in an effort to conduct business in an atmosphere of integrity,
  openness, and fairness.  In place of the usual solicitation
  documents, the streamlined acquisition process begins with
  a Project Agreement which is summarized here.  The complete
  Project Agreement will be available at the USPTO Internet site
  (see below).  The First Page Data Base (FPDB) is an English-language
  collection of nearly all the world's patent literature.  Documents
  are presented as bibliographic text, including title and abstract,
  and, where appropriate, the image of a representative drawing.
   Document selection for the FPDB is based on the patent family.
   Patent families result when a patent applicant submits an
  application for the same invention in several countries resulting
  in several patents based on the same priority application.
   The Trilateral Offices (USPTO, EPO, and the Japanese Patent
  Office (JPO)) have selected a single, representative member
  of each family with an English language abstract (or translation
  where necessary) to be included in the data base. Records in
  the FPDB are based on the internationally agreed first page
  format which presents a bibliographic summary, abstract, and
  representative drawing (where appropriate) as they would appear
  on the first, or cover page, of the document.  Representative
  drawings extracted from patent image files are combined with
  the bibliographic text into Standard Generalized Markup Language
  (SGML) records.  The document type definition (DTD) for patents
  (WIPO Standard ST.32) was developed jointly by the Trilateral
  Offices.  The Trilateral Offices have also developed software
  for use with SGML-encoded patent data called MIMOSA for Mixed
  Mode Software Application.  The JPO has already begun regular
  production of the Patent Abstracts of Japan (PAJ) on CD-ROM,
  the JPO portion of the FPDB, using the MIMOSA software and
  SGML.  The back file portion of the PAJ product, covering the
  years 1976-1993, is arranged in 69 technology groups based
  on the International Patent Classification (IPC) system.  The
  front file, beginning in 1994, is arranged numerically and
  is updated on a monthly basis.  The EPO-US portion of the FPDB
  will follow the production model of PAJ, that is, the back
  file will be arranged by IPC grouping and the front file will
  be numeric and updated on a monthly basis. The USPTO seeks
  a contractor who will author, master, and replicate the EPO-US
  FPDB back file and monthly updates, ship discs to customers,
  and store remaining inventory for future use.  The contractor
  will be required to produce discs using the MIMOSA software
  provided by the Trilateral Offices.  The back file contains
  approximately 50 gigabytes of data.  Preliminary estimates
  indicate that the initial order will be for 700 copies.  The
  contractor will receive back file and monthly update tapes
  on 3490 cartridges.  The contractor will not use the data for
  any other purpose nor will the contractor market or sell the
  resulting product.  Sample data and the MIMOSA software are
  available upon written request for preparation of proposals.
   The total five-year estimated budget for the Project Agreement
  is approximately $1,000,000.  The contract is open to all bidders,
  domestic and international.  The complete Project Agreement
  and all documents mentioned therein will be posted at the USPTO's
  Internet site on or about December 18, 1996.  All changes or
  updates to the Project Agreement will be posted at the USPTO's
  Internet site. Accordingly, potential bidders should check
  the USPTO's Internet site on a regular basis.  The URL of the
  home page is http://www.uspto.gov/.  On the home page, select
  "Acquisitions".  On that page, look under "Acquisition Documents",
  "Solicitations", for First Page Data Base on CD-ROM.  Selecting
  that item leads to the Project Agreement and all related documents.
   You can reach the First Page Data Base on CD-ROM page through
  "What's New" > "Current Announcements" or through "Information
  by Topic" > "Current Announcements" as well.  Additionally,
  the Project Agreement may be accessed through the EPO Internet
  site at http://www.epo.co.at/epo/. Potential bidders are requested
  to submit questions concerning this project and requests for
  sample data and the MIMOSA software via Internet E-Mail to
  the attention of Douglas R. Clift at: dclift@uspto.gov.
LINKURL: http://www.conops.doc.gov
LINKDESC: 
CITE: (I-337 SN007880)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: National Park Service, Golden Gate National Recreation
  Area, Fort Mason, Bldg. 201, San Francisco, CA  94123.
SUBJECT: D--NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
  FOR FIBER OPTIC DS3 SERVICE TO PACIFIC BELL COMPANY.
SOL 97-01
DUE 120696
POC Point of Contact - Joel Simmons, Contract Specialist, 415-556-6063
DESC: The National Park Service, Golden Gate National Recreation
  Area, intends to award a contract to the Public Sector Federal
  Systems Group of Pacific Bell to establish a Fiber Optic DS3
  service link between Building 67 at the Presidio of San Francisco
  and Building 201 at Fort Mason San Francisco, through use of
  exixting ducts and fiber optic cable owned by Pacific Bell
  Compay. This noncompetitve action is pursued IAW FAR 6.302-1
  [41USC 253(c)(1)].
EMAILADD: joel_r_simmons@nps.gov
EMAILDESC: 
CITE: (D-337 SN007882)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Department of the Navy, NAWCAD Contracts Competency Division,
  MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304
SUBJECT: D -- UPGRADE AND MAINTENANCE OF SAFVR SYSTEM II
SOL NOO421-97-R-1053
DUE 012197
POC Chris Lyons, Contract Specialist, (301) 342-1825 ext. 212
  Deborah Mutschler, Contracting Officer, (301) 342-1825 ext.
  111.
DESC: The Naval Air Warfare Center Aircraft Division, Patuxent
  River, MD, Data Processing and Display Division requires upgrade
  and maintenance services for the Semi-Automated Film/Video
  Reader (SAFVR) system II for a base year plus four one year
  option periods. This requirement is being conducted under other
  than full and open competition with Amerinex Artificial Intelligence,
  Inc., 409 Main Street, Amherst, MA 01002 pursuant to 10 U.S.C.
  2304(c)(1), only one responsible source. Amerinex Artificial
  Intelligence, Inc. was the developing company and maintains
  the proprietary rights to all software imbedded in the basic
  system as well as all software enhancements. Consequently,
  they are the only company that can provide software that is
  100% compatible with existing application programs. An indefinite-delivery,
  indefinite-quantity type contract is anticipated. Responsible
  sources may request a copy of the solicitation by contacting
  Mr. Chris Lyons, Code 25521J, Contracts Division, Mail Stop
  32, Bldg. 588, Patuxent River, MD 20670-5304 or by fax at (301)
  342- 1864. All responsible sources may submit a proposal which
  shall be considered by the agency. See Numbered Note 22.
CITE: (I-338 SN008114)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services--Potential Sources Sought
OFFADD: 38 LS/LGCX, 4022 Hilltop Rd, Tinker AFB OK, 73145-2713
SUBJECT: D -- LOCAL EXCHANGE SERVICE FOR PETERSON AIR FORCE BASE,
  COLORADO SPRINGS, CO 80914-1650
SOL N/A
DUE 122496
POC Jackie Catrow, Contract Specialist, (405) 734-9759.
DESC: This is a Sources Sought market survey synopsis for vendors
  certified by the Colorado Public Utility Commission to provide
  local telephone exchange services. The primary service requirement
  is local access trunking, commercial business lines, transport
  channel services, and related functions at Peterson AFB CO
  located in El Paso County, CO. These exchange services do not
  include residential or business services for non-government
  entities or customers such as residential service for service
  members and their families or non-government contractors co-located
  with Peterson AFB. Peterson AFB is presently serviced by exchange
  (719)-554 &556 provided by US West. The current quantity of
  direct in-dial and two way exchange access trunks serving the
  base is 240. This quantity may expand due to additional service
  requirements. Peterson AFB currently uses 20,000 direct in-dial
  station numbers from (719)-554 &556. Local calling access for
  Peterson AFB is needed to the exchange located in Colorado
  Springs CO. Local exchange services are required to enable
  Government users to access the following: local and intra-LATA
  exchange areas, and interconnection with inter-LATA exchange
  carriers. The local exchange service shall include direct in-dial
  trunking to the Government telephone switching system (AT&T
  System 85 Model G2.2). The vendor shall provide number portability
  for the current exchange DID numbers. Requirements for new
  hundred levels shall be within the existing NXX until exhausted.
  The vendor shall have the ability to acquire additional DID
  station numbers. Access to the local exchange shall include
  Emergency 911 services and functions. The vendor shall provide
  access to directory number information, e.g., NPA-555-1212
  or 411. The vendor shall provide access to operator services
  for subscriber line verification or barge-in, extend to long
  distance providers, and assistance with other exchange access
  functions. Interconnection of the local exchange service shall
  be provided by analog and digital trunks. Trunking connections
  for 4-wire E&M Type 1 or 2-wire dial repeating, digital (1.544Mbps)
  to provide E&M, and foreign exchange/local exchange loop and/or
  ground start are needed. The vendor shall provide analog business
  lines and ISDN BRI digital line terminations. The vendor shall
  provide transport services within the local exchange area at
  data rates expected to range from low speed analog voice bandwidth
  to conditioned data channels supporting 56Kbps and digital
  stream ranging from DS1, DS3 to SONET OC-3 rates. Migration
  of SONET to next higher transmission rates is an expected growth
  plan. Transport services may be provided to the designated
  demarcation point or may be extended to the end users. Dynamic
  allocation of bandwidth is expected to be a future use of the
  local exchange connection facilities. Termination of lines
  and trunks (analog and digital facilities) shall meet via network
  loss constraints to maintain an acceptable engineered transmission
  level to the user. Reliability of facilities and equipment
  are concerns of the vendor. The Government may require periodic
  traffic study data. Expected channel availability rate of 99.98%
  or greater is needed. The quality of these channels shall meet
  or exceed industry standards for maximum noise levels, loss
  and echo. Demarcation of exchange access lines, private line
  channels, and trunks shall be at the switching system room.
  Termination of digital circuits shall permit craft personnel
  to access by patch cords. Demarcation of business lines shall
  be on the distributed frame (including BRI (ISDN) U-Loop).
  The vendor shall provide and arrange billing in monthly increments
  itemized by pilot directory number, by service type and area
  codes. Billing shall be provided in paper format and magnetic
  media formatted for sorting and printing by the Government
  to distribute to tenants for verification and certification.
  The billing shall be separable by grouping of directory numbers
  or by individual directory numbers for distribution by these
  users. Firms interested in providing for the Peterson AFB,
  CO local exchange services and media requirements are requested
  to provide a summary of technical and financial information
  concerning their certifications (by type, i.e., facility or
  non-facility based by service area), applicable tariffs, capabilities,
  experience (current services or contracts to include points
  of contact), hardware assets and access to switched services
  and corporate background in the telecommunications industry.
  Offerors must provide specific information as to how the services
  listed in this synopsis would or could be satisfied. Only firms
  submitting acceptable technical and financial statements or
  resumes will be solicited or considered for competitive proposals
  or evaluation and selection under multiple tariffed services.
  Responses should be limited to approximately 25 pages or less.
  All replies should be forwarded to the contracting officer.
  Sources Sought announcements are placed on the 38EIW Homepage,
  https://www.eiw38.af.mil/contracting/lgcx/lgcx.htm under the
  Specialized Contracting Section, CSA Branch. All questions
  and replies should be forwarded to the contracting officer
  38LS/LGCX, Attn: Ms Cathy Summers, 4022 Hilltop Road, Suite
  204, Tinker AFB, OK 73145-2713, Telephone: (405) 734-9297,
  Fax: (405) 734-9537, or e-mail: Cathy.Summers@mailgate.eiw38.af.mil.
CITE: (I-338 SN008122)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA Forest Service, Siskiyou National Forest, 200 NE.
  Greenfield Road, P.O. Box 440, Grants Pass, Oregon 97526
SUBJECT: F--TREE PLANTING (006,020,083) - CHETCO, GALICE, GOLD
  BEACH, AND POWERS RANGER DISTRICTS
SOL 97-8
DUE 012197
POC Contracting Officer, Clyde Hooper, 541/471-6600
DESC: Work consists of planting tree seedlings on approximately
  150 acres on the Chetco and Gold Beach Ranger Districts (Item
  No. 1), 42 acres on the Galice Ranger District (Item No. 2),
  and 240 acres on the Powers Ranger District (Item No. 3). Estimated
  start work dates range from February 24, 1997, through March
  3, 1997. State of Oregon Farm/Forest Contractor License is
  required. See Note 1.
CITE: (I-338 SN008081)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA-Forest Service, Umatilla National Forest, 2517 S.W.
  Hailey Ave., Pendleton, OR 97801-3942
SUBJECT: F--SPRING TREE PLANTING 
SOL Sol. R6-14-97-11
DUE 010397
POC Contact Merle Matthews, 541/278-3843
DESC: The Umatilla National Forest is soliciting quotes for tree
  planting on an estimated 466 acres located on the Pomeroy
  RD in southeastern Washington.  Desired start work date is
  5/27/97 with a contract time of 15 days.  A Washington State
   Farm/Forest Labor License is required.  See Numbered Note
  1.      
CITE: (W-338 SN008208)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL.,
  RM 821, LOUISVILLE KY 40202-2230
SUBJECT: F--TOTAL ENVIRONMENTAL RESTORATION CONTRACT FOR VARIOUS
  CUSTOMERS WITHIN THE BOUNDARIES OF THE OHIO RIVER DIVISION,
  CORPS OF ENGINEERS
SOL DACA27-97-R-0015
DUE 022897
POC Contracting Officer Joseph L. Theobald (502) 582-6796 (Site
  Code DACA27)
DESC: Information regarding Solicitation No. DACA27-97-R-0015,
  total environmental restoration contract for various customers
  within the boundaries of the Ohio River Division, Corps of
  Engineers, was originally published under Classification Category
  "C" i the November 29, 1996, issue of the Commerce Business
  Daily. Firms interested in this solicitation should consult
  that issue for further details.
CITE: (I-338 SN008243)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: DIRECTORATE OF CONTRACTING, BLDG 4340, FORT JACKSON SC
  29207-5490
SUBJECT: F--PERFORM ASBESTOS TESTING XVIII IN VARIOUS BLDGS.
SOL DABT47-97-T-0032
DUE 121896
POC Contract Specialist Ann Brown (803) 751-5647 (Site Code DOCDOC)
DESC: Furnish all plant, labor, materials and equipment, and
  perform all work in connection with "Perform Asbestos Testing
  in Various Bldgs, Phase XVIII", Fort Jackson, SC, complete,
  in strict accordance with specifications and subject to the
  terms and conitions of the contract, and all environmental
  requirements of the South Carolina Department Health and Environmental
  Control (DHEC). Telephone request may be submited via TELEFAX
  (803)751- 5429, and should include street address in lieu of
  Post Office Box o expedite delivery. Telephone request for
  quotation will not be honored.
CITE: (I-338 SN008245)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDA-Forest Service, Umatilla National Forest, 2517 S.W.
  Hailey Ave., Pendleton, OR 97801-3942
SUBJECT: F--TREE PRUNING 
SOL R6-14-97-12
DUE 010897
POC Merle Matthews, 541/278-3843
DESC:  The Umatilla National Forest is soliciting quotes for
  tree pruning on an estimated 162 acres located on the Pomeroy
  RD in southeastern Washington.  Desired start work date is
  6/9/97 with a contract time of 90 days.  A Washington State
  Farm/ Forest Labor License is required.  See Numbered Note
  1.  
CITE: (W-338 SN008251)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Willamette National Forest, 211 E. 7th, Eugene, Oregon,
  97401
SUBJECT: F--WINTER/SPRING TREE PLANTING-SOUTH ZONE RANGER DISTRICTS
SOL R6-18-97-902
DUE 011597
POC Contract Specialist, Telephone No. (541) 465-6506.
DESC: A project consisting of hand planting predominently 2-0
  seedlings, 3 items, approximately 452 acres each item on the
  Oakridge and Rigdon Ranger Districts, located in Lane County,
  Oregon, 58 miles east of Eugene, Oregon. Estimated start work
  date is February 1, 1997. Contract performance time is 28 calendar
  days for each item. See Note 1. The proposed procurement is
  totally set-aside for Small Business Area Concerns.
CITE: (M-338 SN008256)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: USDI, Bureau of Land Management, Oregon State Office
  (952), P. O. Box 2965, Portland, Oregon 97208-2965
SUBJECT: F--NURSERY SERVICES
SOL 1422H952-B96-3008
DUE 011797
POC Sherry Marshall, 503-952-6218
DESC: The work consists of providing the following nursery services
  1) packaging  450,000 containerized plug seedlings for shipment
  and 2) preparing containers, sowing seed, weeding, transplanting,
  and thinning of 620,400 containerized plug seedlings.  Award
  of one contract with four (4) one  year renewal options is
  anticipated.  Project site is located at the Water Horning
  Tree Seed Orchard, Clackamas County, Salem District, Oregon.

EMAIL or952mb@or.blm.gov
EMAILDESC: 
CITE: (W-338 SN008339)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: Flathead National Forest, Attn: Contracting, 1935 Third
  Avenue East, Kalispell, MT 59901
SUBJECT: F -- TREE AND SHRUB HAND PLANTING
SOL RFP R1-10-97-6
DUE 022697
POC Barb Venturini/Nola Rice, 406-758-5318/406-758-5310.
DESC: The Flathead National Forest will be advertising a Request
  for Proposals for Tree and Shrub Hand Planting, Tally Lake
  Ranger District, Flathead County, Montana. Work consists of
  approximately 1,000 acres. Issue Date, January 27, 1997. Notice
  to Proceed will be issued approximately May 1, 1997. Contract
  time, 40-calendar days. See Numbered Note(s): 1.
CITE: (I-338 SN008401)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: National Council on Disability, 1331 F Street, NW., Suite
  1050, Washington, DC 20004-1107
SUBJECT: H--DEVELOP AND COORDINATE A STUDY ON MONITORING THE
  IMPLEMENTATION OF THE AMERICANS WITH DISABILITIES ACT
SOL SOL AD1
DUE 112196
POC Janice Mack, (202) 272-2004, TT-(202) 272-2074.
DESC: Cancelled. This RFP will be reissued.
CITE: (M-338 SN008254)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: Department of Veterans Affairs 662/90C, 4150 Clement
  St., San Francisco, CA 94121
SUBJECT: H -- NURSING HOME INSPECTIONS
SOL RFP 662-07-97
DUE 012397
POC Contracting Officer, Doug Hargrove (415/750-2066)
DESC: The Department of Veterans Affairs Medical Center in San
  Francisco, California intends to award a contract for one base
  year with the possibility of four option years for inspection
  of various nursing and convalescent homes, board and care facilities,
  and adult daycare facilities which provide lodging and services
  for patients. The facilities are generally in the San Francisco
  Bay Area (peninsula and northerly as well as somewhat inland).
  Inspections shall be for the purpose of determining whether
  each facility complies with all codes, regulations, and other
  dictates to which it is subject. Knowledge of and understanding
  of such areas as fire detection systems, fire protection systems,
  various building systems (HVAC, power, etc.), and ability to
  physically inspect facilities is required. Familiarity and
  experience with NFPA 101 (Life Safety Code - 1994) is required.
  All solicitation packages shall be requested in writing; requests
  for packages may be made via fax to 415/750-2170. Faxed bids
  will not be authorized. Small Business set-aside. See Note(s):
  1.
CITE: (I-338 SN008416)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Rock Island Arsenal, ATTN: SIORI-CT, ROCK ISLAND, IL
  61299-5000
SUBJECT: J--PREVENTIVE MAINTENANCE SERVICES ON HVAC EQUIPMENT
SOL DAAA08-97-R-0502
DUE 020697
POC Purchasing Agent Mrs. Jodie L. Bennett (309) 782-8541 (Site
  Code DAAA08)
DESC: Contractor to provide services for preventive maintenance
  of various HVAC Building Equipment and Steam Distribution System.
  Selection criteria shall include: (1) Personnel Qualification;
  (2) Company experience in type of work required; (3) Company's
  ethods and procedures for providing customer service. Pre-Proposal
  Conference is tentatively schedule for 14 JAN 97. Contractor's
  planning on attending should contact Jodie Bennett, (309) 782-8541.
  Type of KT: Firm Fixed Price and Time and Materials. Estimted
  start and completion dates: 1 APR 97 through 31 OCT 97. Duration
  of contract period: Base year 7 months plus one option year.
  Approximate issue date is 23 Dec 96 with closing date 45 days
  from issue. Firms interested in receiving solicitation package
  should call (309) 782-3041. All responsible sources may submit
  a proposal which may be considered by the agency. The proposed
  contract listed here is unrestrictd.
CITE: (I-338 SN008238)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (vpl-3), U. S. Coast Guard, Maintenance & Logistics
  Command Atlantic, 300 East Main Street, Suite 600, Norfolk,
  VA 23510-9102
SUBJECT: J -- IN-PLACE TRUING OF MAIN MOTOR AND BOTH PROPULSION
  GENERATORS USCGC LAUREL (WLB-291)
SOL DTCG80-97-Q-3FA749
DUE 121896
POC Contact Ms. Beverly Garner, Contracting Officer (757) 628-4663
DESC: This is a combined synopsis/solicition 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-3FA749.
  This solicitation document will incorporate provisions and
  clauses that are in effect through Federal Acquisition Circular
  90-39. The standard industrial classification code is 3732
  and the size standard is 500 employees. The following is a
  description for the listed services. 1. Provide services for
  In-place truing of the Main Motor Communator and both Propulsion
  Generators Communicators, and high pressure water wash cleaning/drying
  of same, on board CGC Laurel (WLB-291), at Mayport, FL. Equipment
  Details as follows: Main Motor- Westinghouse Electric Motor
  #14-A-8304, Group 1, 180/220 SRPM, 550 Volt, 1780 Amp, 1200
  HP and Shunt Wound. Propulsion Generators; #1- Westinghouse
  Electric Motor #13-A-1326, Group 1, 275 Volt, 1780 Amp, 490
  KW, 700 RPM and CW Rotation. #2 - Westinghouse Electric Motor
  #13-A-1327, Group 1, 275 Volt, 1780 Amp, 490 KW, 700 RPM and
  CCW Rotation. 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 solicitaion: 52.219-6
  Notice of Total Small Buisiness Set-Aside, 52.222-41 Service
  Cotract Act of 1965, as amended. Offers are due on 18 December
  1996 1200 Commander (VPL-3) MLCLANT 300 East Main Street, Suite
  600, Norfolk, VA 23510-9102 Attn: Ms Beverly Garner. For information
  and copies of Specifications call (757)628-4663. The contract
  performance period is from 30 December 1996, through 20 January
  1997.
CITE: (I-338 SN008394)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Cmdr, MARCORSYSCOM, 2033 Barnett Ave. Ste 315, Code CTQ,
  Quantico, VA 22134-5010
SUBJECT: J -- MAINTENANCE AND REPAIR OF HARRIS FALCON SERIES
  RADIOS
SOL N/A
POC POC Cynthia Robertson, Contract Specialist (703) 784-5822
  x237, Dorinne M Rivoal, Contracting Officer.
DESC: SOLE SOURCE: The U.S. Marine Corps intends to award a sole
  source contract to Harris Corporation of Rochester, New York
  for the repair of Falcon Series Tactical Communications Systems,
  on an as needed basis. Harris Corporation is the sole producer
  of the Falcon Series Tactical Communications Systems, is the
  only company which has the necessary drawings, and owns the
  rights to the hardware and software. No other source is considered
  capable of performing the required effort. The proposed contract
  action will include a base year and two option years. No solicitation
  document exists for this effort. See Numbered Note 22.
CITE: (I-338 SN008422)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: J -- MAINTENANCE AND REPAIR OF THE VESSEL TRAFFIC SYSTEM
  (VTS) AT BERWICK BAY, MORGAN CITY, LA
SOL DTCG84-97-Q-335006
DUE 011697
POC Contact Michelle Blake, Contract Specialist at (757) 628-4117/Marie
  A. Gilliam, Contracting Officer at (757) 628-4109.
DESC: Provide all labor, supervision, transportation, equipment,
  tools, test equipment and materials necessary to perform on-site
  preventive maintenance and emergency repairs for the Vessel
  Traffic System (VTS) at Berwick Bay, Morgan City, LA. The work
  includes routine preventive maintenance and 24 hour per day
  "on call' emergency repair service for the Vessel Traffic System.
  The equipment includes, but is not limited to, VHF-FM communications
  equipment, closed circuit television, microwave transmission
  equipment, emergency power equipment, radar equipment and related
  equipment. The contract performance period will begin approximately
  01 February 1997, or date of award, whichever occurs sooner,
  through 30 September 1997 with four (4) one year options. The
  Standard Industrial Classification (SIC) code is 3663 with
  firms employing 750 employees or less qualifying as a small
  business. The solicitation will be issued on or about December
  24, 1996. All requests for solicitaions shall be submitted
  in writing and shall indicate that the business is a small
  business. All correspondence concerning this acquistion shall
  reference Request for Quotations (RFQ) Number DTCG84-97-Q-335006.
  Facsimile requests may be transmitted to (757) 628-4134, attention:
  Michelle Blake. Note: The Department of Transportation (DOT)
  Office of Small and Disadvantage Business Utilization (OSDBU),
  has a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short term working capital
  assistance for transportation-related contracts. Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
  The maximum line of credit is $500,000. For further information
  and applicable forms concerning the STLP, call the OSDBU at
  (800) 532-1169. For information concerning the acquistion,
  contact the contracting official listed above. All responsible
  sources may submit an offer which will be considered by this
  agency. See Note 1.
CITE: (I-338 SN008481)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supervisor of Shipbuilding Conversion and Repair, U.S.N.,
  P.O. Box 7003,  Code 410.3, Pascagoula, MS 39568-7003
SUBJECT: J -- USS JOHN HALL (FFG 32), PLANNED RESTRICTED AVAILABILITY
SOL N62795-97-R-0005
DUE 012197
POC Azmat Khawaja, Contract Specialist, (601)769-5685, Gerald
  G. Sorrell Contracting Officer, (601)769-4250
DESC: This is a Planned Restricted Availability (PRAV) and the
  work includes Hull, Machinery, Electrical, Electronics, Piping
  and Boiler. Performance period is from 17 March 1997 through
  16 May 1997.  Work is to be performed at the Naval Station
  Pascagoula, MS by qualified Contractors with a Master Ship
  Repair Agreement and/or an Agreement for Boat Repair and who
  are also under the coginance of SUPSHIP Pascagoula, MS.
CITE: (I-338 SN008505)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: U.S. Army Garrison Fort Ritchie, Directorate of Contracting,
  Attn: ANRT-OCA, 601 Lakeside Drive, Fort Ritchie, MD 21719-1033
SUBJECT: M291--OPERATION OF GOVERNMENT RECREATION FACILITY, NON-BLDG
  STRUCTURE
SOL DADW38-97-Q-0100
DUE 012097
POC Point of Contact - Mrs. Kay Martin, Purchasing Agent, 301-878-5629,
  Contracting Officer - Mr. Timothy Scott, 301-878-5705
DESC: The Directorate of Contracting intends to use "Simplified
  Acquisition procedures to award a contract for total management
  of the swimming pool facility in order to provide recreational
  swimming, a swim lesson program, a soldier drownproofing program,
  a water fitness program, and other special event support. 
  The contractor shall provide: (1) management resources to administer
  the Ft. Ritchie summer swimming pool program; (2) qualified
  staff of lifeguards to cover day-to-day facility operations;
  (3) qualified staff of instructors in order to offer special
  instructional programs; and (4) qualified staff in order to
  perform daily, basic maintenance of the facility.  Any offeror
  who is interested in receiving a copy of Request for Quotation
  DADW38-97-Q-0100 should put that request on company letterhead
  and fax request  to Mrs. Kay Martin at (301) 878-4528 or mail
  request to US Army Garrison, Directorate of Contracting, ATTN:
  ANRT-OCP, 601 Lakeside Drive, Fort Ritchie, MD. 21719-4020.
  No telephone requests will be accepted. 
EMAIL scottt@ritchie-emh1.army.mil
EMAILDESC: 
CITE: (W-338 SN008307)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: AFDTC/PKZB, 205 West D Avenue, Suite 416, Eglin AFB,
  FL 32542-6864
SUBJECT: M -- M-RANGE OPERATION AND MAINTENANCE (O&M) OF EGLIN
  TECHNICAL FACILITIES
SOL F08635-97-R-0002
DUE 122396
POC Contact Ms. Kim D. Williams, Contracting Officer or Capt
  Hal McAlduff, Contracts Manager at (904) 882-4603.
DESC: RANGE OPERATION AND MAINTENANCE (O&M) OF EGLIN TECHNICAL
  FACILITIES - A proposed contract action in the form of a Request
  for Proposal (RFP) was released on the Eglin Air Force Base,
  Contracting Opportunities Home page on the World Wide Web (Internet)
  on 22 November 96. The address for this page is http://eglinpk.eglin.af.mil/OPS/RFP.HTM.
  Paper copies of the Request for Proposal will not be mailed
  to potential offerors. This synopsis is published to correct
  information contained previously in the 6 and 12 November 96
  versions. A cost-plus-award-fee contract with cost reimbursable
  line items for a three-year basic period, one two-year option,
  and one three-year option is anticipated for award on or about
  1 May 97. An organizational conflict of interest (OCI) provision
  has been incorporated into the contract and is set out in the
  RFP. Under 22 U.S.C. 2751 and 50 U.S.C., Appendix 2401, it
  is unlawful to export items containing export-controlled technical
  data. Only qualified U.S. contractors who have registered with
  and are certified by the Defense Logistics Services Center,
  Battle Creek, MI 49016-3412, telephone number 1-800-352-3572,
  will be eligible to receive the entire RFP. This is not a small
  business set-aside. Technical questions may be addressed to
  46 TW/TST, Mr. Lorin Klein, (904) 882-2591. For contractual
  information, contact Capt. Hal McAlduff, AFDTC/PKZ, Eglin AFB,
  FL 32542-6864, (904) 882-4603 or Ms. Kim D. Williams, Contracting
  Officer, AFDTC/PKZ, Eglin AFB, FL 32542-6864, (904) 882-8567.
  An Ombudsman, Dr. Daniel J. Stewart, AFDTC Executive Director,
  (904) 882-5558 or E-mail stewart@eglin.af.mil, has been appointed
  to hear offerors' or potential offerors' confidential concerns,
  if any, regarding this acquisition. The Ombudsman's purpose
  is not to replace the technical staff or contracting officer
  but to serve as an honest broker regarding contractor concerns,
  issues, and disagreements with government personnel. Routine
  technical and contracting issues should therefore be directed
  to the technical and contracting staff previously identified
  in this synopsis. Responses to this NOCA are not required.
CITE: (I-338 SN008407)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Department of Veterans Affairs, Chief, A&MMS (90C) Alvin
  C, York VA Medical Center Murfreesboro, TN 37129
SUBJECT: Q -- PHYSICIAN - TRIAGE
SOL 622-24-97
DUE 010997
POC Tammy W. Hahn, Contracting Officer, 615-893-1360 Ext. 3232
DESC: The Alvin C. York VA Medical Center requires Physician
  - Triage Services for the period 6 months from date of award
  at the Alvin C. York VA Medical Center, 3400 Lebanon Road,
  Murfreesboro, Tennessee. Requests for Solicitation 622-24-97
  must be requested on firm letterhead. Bid material available
  12/20/96. Bid opening date is 1/9/97. Requests may be faxed
  to (615) 904-8848.
CITE: (I-338 SN008084)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- NURSE PRACTITIONER SERVICES
SOL DTCG84-97-R-3KB956
DUE 012297
POC Contact Xiomarys Vargas, Contract Specialist at (757) 628-4118/Marie
  A. Gilliam, Contracting Officer at (757) 628-4109.
DESC: The Maintenance and Logistics Command Atlantic intends
  to award a nonpersonal services contract to the qualified individual
  or business capable of providing routine medical care to all
  eligible beneficiaries at the U.S. Coast Guard Aviation Training
  Center, Mobile, Alabama in accordance with the established
  principles, practices, and ethics of the American Nurse Practitioner
  Associations. The Statement of Work, in addition to the specific
  services required, will be provided in the solicitation. The
  performance period will be for a base year plus four (4) twelve
  month option periods. The SIC Code is 8051. This solicitation
  will be issued on or about December 23, 1996. Request for solicitations
  must be in writing. Telephone requests will not be honored.
  Facsimile requests may be transmitted to (757) 628-3134. POC
  Xiomarys Vargas. "This Notice is for informational purposes
  for Minority, Women-Owned and Disadvantaged Business Enterprises:
  The Department of Transportation (DOT), Office of Small Disadvantaged
  Business Utilization (OSDBU), has a program to assist minority,
  women-owned and disadvantaged business enterprises to acquire
  short-term working capital assistance for transportation-related
  contracts. Loans are available under the DOT Short-Term Lending
  Program (STLP) at prime interest rates to provide accounts
  receivable financing. The maximum line of credit is $500,000.
  For further information and applicable forms concerning the
  STLP, call the OSDBU at (800) 532-1169. For information concerning
  the acquistion, contact the contracting official listed above."
  Any correspondence concerning this acquistion shall reference
  Request For Proposal (RFP) Number DTCG84-97-R-3KB956. All responsible
  sources may submit an offer which will be considered by this
  agency. The solicitation will be issued unrestricted and will
  use the policies contained in Part 12, Acquistion of Commercial
  Items.
CITE: (I-338 SN008116)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- MEDICAL LABORATORY SERVICES
SOL DTCG84-97-R-3KB900
DUE 012197
POC Contact Maria Negron,Contract Specialist at 757/628-4113/Marie
  A. Gilliam, Contracting Officer at 757/628-4109.
DESC: Provide Medical Laboratory Services at the request of U.S.
  Coast Guard medical officers or civilian physicians under agreement
  with the Coast Guard through specimen referral for 20 U.S.
  Coast Guard Field Unit Medical Clinics located in NY, MA, DC,
  VA, LA, MI, FL, PR, NJ, CT, MD, and AL. The Statement of Work,
  in addition to the specific tests required, will be provided
  in the solicitation. The performance period will be for a base
  year plus four (4) twelve-month option periods. The SIC Code
  is 8071 with $5 million or less average annual receipts for
  small businesses within the last three (3) fiscal years. This
  solicitation will be issued on or about December 20, 1996.
  All requests for solicitation shall be submitted in writing
  and shall indicate the business size. Facsimile requests may
  be transmitted to (757) 628-4134. "This Notice is for informational
  purposes for Minority, Women-Owned and Disadvantaged Business
  Enterprises: The Department of Transportation (DOT), Office
  of Small Disdavantaged Business Utilization (OSDBU), has a
  program to assist minority, women-owned and disadvantaged business
  enterprises to acquire short-term working captial assistance
  for transportation-related contracts. Loans are available under
  the DOT Short-Term Lending Program (STLP) at prime interest
  rates to provide accounts receivable financing. The maximum
  line of credit is $500,000. For further information and applicable
  forms concerning the STLP, call the OSDBU at (800) 532-1169.
  For information concerning the acquistion, contact the contracting
  official listed above." Any correspondence concerning this
  acquistion shall reference Request for Proposal (RFP) Number
  DTCG84-97-R-3KB900. All responsible sources may submit an offer
  which will be considered by this agency. This acquistion is
  unrestricted and will use the policies contained in Part 12,
  Acquistion of Commercial Items.
CITE: (I-338 SN008124)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- GENERAL PRACTICE MEDICAL SERVICES AT USCG MSO WILMINGTON,
  NC
SOL DTCG84-97-R-3KB433
DUE 012397
POC Contact Michelle Blake, Contract Specialist at (757) 628-4117/Marie
  A. Gilliam, Contracting Officer at (757) 628-4109.
DESC: Provide General Practice Medical Services for the U.S.
  Coast Guard Marine Safety Office (MSO), Wilmington, North Carolina,
  on a routine, part-time basis each Monday through Friday from
  8:00 a.m. through 11:30 a.m., plus and additional 1.5 hours
  on Tuesdays from 1:00 p.m. to 2:30 p.m., to all beneficiaries
  referred by the professional staff of the Health Services Clinic.
  The contract performance period will begin approximately 01
  April 1997 or date of award, with four (4) one-year options.
  The SIC Code is 8011 with $5 million or less average annual
  receipts for small businesses within the last three (3) fiscal
  years. The solicitation will be issued on or about December
  24, 1996. All requests for solicitations shall be submitted
  in writing and shall indicate that the business is a small
  business. All correspondence concerning this acquistion shall
  reference Request For Proposal (RFP) Number DTCG84-97-R-3KB433.
  Facsimile requests may be tansmitted to (757) 628-4134, attention:
  Michelle Blake. Note: The Department of Transportation (DOT)
  Office of Small Disdavantaged Business Utilization (OSDBU),
  has a program to assist minority, women-owned and disadvantage
  business enterprises to acquire short term working capital
  assistance for transportation-related contracts. Loans are
  available under the DOT Short Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
  The maximum line of credit is $500,000. For further information
  and applicable forms concerning the STLP, call the OSDBY at
  (800) 532-1169. For information concerning the acquistion,
  contact the contracting official liste above. All responsible
  sources may sumbit an offer which will be considered by this
  agency. See Note 1.
CITE: (I-338 SN008400)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- ORTHOPEDIC SERVICES
SOL DTCG84-97-R-3KB880
DUE 012297
POC Contact Xiomarys Vargas, Contract Specialist at (757) 628-4118/Marie
  A. Gilliam, Contracting Officer at (757) 628-4109.
DESC: The Maintenance and Logistics Command Atlantic intends
  to award a nonpersonal services contract to the qualified individual
  or business capable of providing non-personal outpatient Orthopedic
  services to all eligible beneficiaries at the U.S. Coast Guard
  Integrated Suppot Center Portsmouth, Virginia in accordance
  with the established principles, practices, and ethics of the
  Medical and Orthopedic profession. The Statement of Work, in
  addition to the specific services required, will be provided
  in the solicitation. The performance period will be for a base
  year plus four (4) twelve month option periods. The SIC Code
  is 8051. This solicitation will be issued on or about December
  23, 1996. Request for solicitation must be in writing. Telephonme
  requests will not be honored. Facsimile requests maybe traqnsmitted
  to (757) 628-4134;Attn: Xiomary Vargas; however, the MLCLANT
  assumes no responsibility for the receipt of facsimile transmissions.
  "This Notice is for informational purposes for Minority, Women-Owned
  and Disadvantaged Business Enterprises: The Department of Transportation
  (DOT), Office of Small Disadvantaged Business Utilization (OSDBU),
  has a program to assist minority, women-owned and disadvantaged
  business enterprises to acquire short-term working capital
  assistance for transportation-related contracts. Loans are
  available under the DOT Short-Term Lending Program (STLP) at
  prime interest rates to provide accounts receivable financing.
  The maximum line of credit is $500,000. For further information
  and applicable forms concerning the STLP, call the OSDBU at
  (800) 532-1169. For information concerning the acquistion,
  contact the contracting official listed above." Any correspondence
  concerning this acquistion shall reference Request For Proposal
  (RFP) Number DTCG84-97-R-3KB880. All responsible sources may
  submit an offer which will be considered by this agency. See
  Numbered Note (s): 1
CITE: (I-338 SN008428)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Social Security Administration, Office of Acquisition
  and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696
SUBJECT: Q -- MEDICAL CONSULTANT SERVICES- SPECIALTY ADULT ORTHOPEDICS
SOL SSA-RFP-97-2930
DUE 121796
POC Joyce L. Werrell Tel: (410) 965-9473
DESC: The Social Security Administration (SSA) requires the services
  of a contractor to provide Medical Consultant Services in the
  speciality of Adult Orthopedics.  Consultation services shall
  be written or oral from the review of SSA Disabilty Case Files.
   There will be no contact with patients.  Competitive pricing
  will be solicited and accepted. The period of performance shall
  be one year from either the date of award or June 1, 1997,
  Whichever is later, with provisions for the inclusion of three
  one-year option periods.    Solicitation Number SSA-RFP-97-2930
  is scheduled for release on or about January 2, 1997, with
  proposals due 30 days later.  Requests for the RFP should be
  received no later than 15 days after the date of this publication.
  Requests received after that time will be filled on a first-come,
  first-served basis.  No telephone requests for the RFP will
  be honored.  This requirement is a 100% small-business set-aside.
  Proposals received for OTHER than a small business will be
  deemed unacceptable and given no further consideration.  This
  solicitation will be available for download in electronic form
  on the SSA Acquisition Data and Information Exchange Bulletin
  Board System.  For access, dial (410) 966-4889 within the Baltimore,
  MD area or 1-800-SSA-SELL for other access.  Set your modem
  to 8 data bits, no parity, 1 stop bit (8-N-1), full duplex
  and VT-100 or ANSI terminal emulation.  Further instructions
  are available online.  For technical assistance, call the SYSOP
  at (410) 965-8086.  The solicitation will also be available
  for downloading from SSA's Acquisition Information Home Page
  at http://www.ssa.gov/oag/oag1.htm.  Please note that the solicitation
  version on the bulletin board will not include the SF-33, Solicitation,
  Offer and Award.
LINKURL: http://www.ssa.gov/oag/oag1.htm
LINKDESC: 
CITE: (I-338 SN008509)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services--Potential Sources Sought
OFFADD: Commander (fcp), U.S. Coast Guard, Maintenance and Logistics
  Command Atlantic, 300 East Main Street, Suite 965, Norfolk,
  VA 23510-9113
SUBJECT: Q -- ORAL SURGEON SERVICES
SOL DTCG84-97-Q-3KB795
DUE 011497
POC Contact Xiomarys Vargas, Contract Specialist at (757) 628-4118/Marie
  A. Gilliam, Contracting Officer at (757) 628-4109.
DESC: The Maintenance and Logistics Command Atlantic intends
  to award a nonpersonal services contract utilizing Simplified
  Acquistion Procedures to a qualified individual or business
  capable of providing all aspects of outpatient oral surgery
  including screening, detailed examination and dentally indicated
  services to all eligible beneficiaries at the U.S. Coast Guard
  Air Station Cape Cod, Massachusetts. The Statement of Work,
  in addition to the specific services required, will be provided
  in the solicitation. The performance period will be for a base
  year plus four (4) twelve month option period. The SIC Code
  is 8021 with $5 million or less average annual receipts for
  small businesses. This solicitation will be issued on or about
  December 20, 1996. Request for solicitation must be in writing;
  Attn: Xiomarys Vargas. Telephone requests will not be honored.
  Facsimile requests may be transmitted to (757) 628-4134; however,
  the MLCLANT assumes no responsibility for the receipt of facsmilie
  transmissions. Any correspondence concerning this acquistion
  shall reference Request For Quotation (RFQ) Number DTCG84-97-Q-3KB795.
  All responsible sources may submit an offer which will be considered
  by this agency. See Numbered Note (s): 1
CITE: (I-338 SN008399)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: 47th Contracting Squadron, 171 Alabama Ave, Laughlin
  AFB TX 78843-5102
SUBJECT: R - ARCHITECT ENGINEER SERVICES
SOL F41685-97-R0008
DUE 121696
POC Contact Mrs. Juanita A. Rodriguez, Contracting Officer, (210)
  298-5608 or Mrs. Juanita Vasquez, Contracting Officer, (210)
  298-5115
DESC: Correction.  This action originally publicized in the CBD
  dated 11/29/96 did not include all the engineering design services
  required.  The services required include civil engineering,
  mechanical engineering and architectural indefinite design.
   Standard Form 254 and Standard Form 255 are required to be
  submitted no later than 16 Dec 96.  Only one contract will
  be awarded with all disciplines included.  All other information
  publicized in the original synopsis is correct.
CITE: (I-338 SN008079)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: COMMANDING OFFICER, ATTN NAVFAC CONTRACTS OFFICE CODE
  27, NCBC 1000 23RD AVE, PORT HUENEME, CA 93043-4301
SUBJECT: R--LITIGATION SUPPORT SERVICES
SOL N47408-97-Q-1336
DUE 121896
POC Purchasing Agent, MELANIE A. VANCIL, 805-982-5050
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Subpart 12.6,
  as supplemented with additional information included in this
  notice. This announcement constitutes the only solicitation;
  proposals re being requested and a written solicitation will
  not be issued. Solicitation N47408-97-Q-1336 is issued as a
  request for quotation. The solicitation document and incorporated
  provisions and clauses are those in effect through Federal
  Acquisition Circular90-42. This procurement is 100% set-aside
  for small business and is under SIC Code 8111. The small business
  standard is $5,000,000.00. Contract Line Item Number (CLIN)
  0001 is for one job of litigation support services to include
  but not be limited to: acquisition of deposition transcripts
  for all depositions taken by the Appellant and the Government
  (approximately 35 depositions are anticipated), menuscript
  with ndex for each deposition as well as an electronic copy
  of the depositions on a disk in Wordperfect format, menuscripts
  will be limited to four pages per page; organize data by developing
  a computer database of all documents(approximately two thousand
  pages associated with the claim, numbering documents designated
  by the trial attorney in accordance with the Bates numbering
  system, ensure there is no duplication of documents in the
  database, database must have search capability by subject,
  dates, people and events, and be operable on a 486 computer
  in a Windows environment; maintain database, provide document
  support for the trial attorney and claims team as requeted;
  gather pertinent information and develop a spreadsheet analysis
  of data including but not limited to invoices of materials,
  labor timesheets and costs analysis, prepare graphs and time
  lines as directed by the trial attorney in Microsoft Excel,
  Versio 5.0 and deliver in both hard and electronic copy, provide
  a person to testify at trial who can explain, in sufficient
  detail, what information was used to create the spreadsheet,
  how it was prepared and what uses can be made of the information,
  same person shall be available to be deposed if requested;
  review the claim and suggest interrogatories and requests for
  documents , find and copy all docments requested as responses
  to interrogatories from Appellant, suggest additional documents
  which Government has that may be relevant to the litigation,
  suggest additional areas of discovery; order or work with copies
  of depositions in hard and electronicmedia, may be requested
  to provide a list of potential deponents, prepare deposition
  binders for each person selected for deposition by the Government,
  review and issue code for all deposition transcripts, provide
  an abstract of the deposition to the Government, enter the
  electronic transcript into database; provide subject and witness
  binders for all witnesses, binder documents shall be tabbed
  and indexe in chronological order; assist with Appellant's
  discovery of the Government's documents, enter such documents
  in the database and indicate in the database that these documents
  were produced to the appellant, provide copies of all documents
  requested by Apellant in discovery; assist with the Government
  discovery of Contractor documents; organize and prepare trial
  and deposition exhibits as needed; provide trial support through
  management of the documentation as needed; provide both electronic
  and hard copies of any hearing/trial transcripts and exhibits
  as needed; provide post- trial support as needed by the litigation
  office; all contractor support personnl must sign and comply
  with the Non-Disclosure Statement, contractor personnel and
  any subcontractor personnel must also abide by the protective
  order in place in the case concerning Privacy Act Information
  and proprietary data; all contractor personnel shll be required
  to respect attorney/client confidences and privilege as well
  as the attorney work product rule, all data and working papers
  shall be marked as "Attorney Work-Product Privileged" and so
  treated. Completion date is 30 Sep 97. Inspection and acceptance
  are at Destination and F.O.B. point is Destination. Place of
  delivery is to the Navy Litigation Office in Arlington VA.
  Provision FAR 52.212-1, Intructions to Offerors-Commercial
  applies to this acquisition. Provision FAR 52.212-2, Evaluation-Commercial
  Items applies to this acquisition and will be based on price
  and past performance. Offeror is to include a completed copy
  of the provision FAR 52.21-3, Offer Representations and Certifications-Commercial
  Items, with it's offer. Clause FAR 52.212-4, Contract Terms
  and Conditions-Commercial Items applies to this acquisition.
  FAR Clause 52.212-5, Contract Terms and Conditions Required
  to Implement Statutes or Executive Orders-Commercial Items
  applies to this acquisition which indicates FAR Clauses 52.222-3
  Convict Labor, 52.233-3 Protest After Award 52.219-14 Limitation
  on Subcontracting, 52.222-26 Equal Opportunity, 52.222-35 Affirmative
  Action for Special Disabled and Vietnam Era Veterans, 52.222-36
  Affirmative action for Handicapped Workers, 52.222-37 Employment
  Reports on Special Disabled Veteran and Veterans of the Vietnam
  Era, 52.225-3 Buy American Act-Supplies. Defense Priority rating
  for this acquisition is DO. The quote is due to the NAVFAC
  Contracts Office, CBC Code 27228, 1000 23rd Avenue, Port Hueneme,
  CA 93043-4301 by 1400 on 18 Dec 96. POC: Melanie Vancil, Procurement
  Clerk (805) 982-5050.
CITE: (I-338 SN008217)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Department of the Treasury (DY) Financial Management
  Service, 401 14th Street, SW, Room 458D, Washington, DC 20227
SUBJECT: R -- DEBT COLLECTION SERVICES
SOL RFC-FMS-97-0001
POC Tonya Kreps, Contract Specialist, Internet e-mail: contract.specialist@fms.sprint.com.
DESC: The Financial Management Service (FMS) has a requirement
  for private collection agency services and the Request for
  Comment (draft solicitation) is now available for downloading
  from the FMS Procurement Opportunities home page (see below
  for the Internet http location). Pursuant to the Debt Collection
  Improvement Act of 1996 (DCIA), Federal agencies are required
  to refer consumer and commercial debt over 180 days delinquent
  to the FMS, Debt Management Services (DMS). DMS will employ
  various collection tools in an attempt to recover these debts.
  If unable to recover the debt, DMS may refer it to a private
  collection agency. Federal agencies may also utilize collection
  agency services for any debt, including medical debts, less
  than 180 days old through task order issuance. Multiple award
  contracts are expected. This procurement will be a partial
  small business set-aside, whereby approximately 25% of the
  prime contracts will be set aside for potential award to small
  business offerors. The SIC code for this acquisition is 7322
  with a size standard of $5 million in annual receipts. Small
  and 8(a) businesses are encouraged to participate in the procurement.
  As part of the evaluation of vendor proposals, the following
  criteria will be considered mandatory and evaluated on a pass/fail
  basis: 1) offeror, collectively, i.e., through any allowed
  combination of team members or subcontractors, must be able
  to collect nationwide debt; 2) offeror, collectively, must
  be capable of collecting debt in various U.S. territories.
  If an offeror fails to meet any one of the above criteria,
  its proposal will be deemed unacceptable and will not be evaluated
  further. In terms of contract type, combination fixed price
  service/requirements contracts are anticipated. The fixed price
  service portion of the contract(s) will be utilized for debts
  over 180 days delinquent, whereby accounts will be electronically
  transferred on a monthly basis to the contractor(s) by DMS.
  (NOTE: Task orders will not be issued for accounts electronically
  transferred by DMS.) The requirements portion of the contract(s)
  will be used for debts less than 180 days, whereby Government
  agencies will transfer accounts on an as-needed basis by issuing
  task orders against the contract(s). Services will be required
  for a base period of one year with four one-year option periods
  available. The FMS will be using the Internet EXCLUSIVELY (NO
  HARD-COPY SOLICITATION DOCUMENTS WILL BE ISSUED) to distribute
  ALL solicitation documents for this requirement. All solicitation
  documents distributed by the FMS may be obtained from the Internet
  at http://www.ustreas.gov/treasury/bureaus/finman/procure.html.
  To ensure timely receipt of any updates and/or amendments to
  the solicitation, the FMS recommends that vendors interested
  in this requirement consider the subscription service available
  on the FMS Procurement Opportunities home page. Vendors shall
  be responsible for obtaining all solicitation documents from
  the Internet. The FMS plans to pursue the following ESTIMATED
  time-line of the procurement process, which is available and
  will be updated regularly on the FMS' Procurement Opportunities
  home page on the Internet: 12/05/96 RFC-FMS-97-0001 (draft
  solicitation) will be issued for vendor comments (NOTE: Both
  the draft solicitation AND the SF 33 and attachments must be
  obtained from the Internet); 12/19/96 Vendor questions/comments
  due [Vendors shall submit questions/comments via Internet e-mail
  to contract.specialist@fms.sprint.com, or by fax to Tonya Kreps,
  Contract Specialist, at (202) 874-7275]; the FMS' response
  to the questions/comments may be obtained from the Internet;
  1/16/97 Solicitation no. RFP-FMS-97-0001 issued (ANOTHER SYNOPSIS
  WILL NOT BE ISSUED ANNOUNCING THE RFP RELEASE); Pre-proposal
  conference, if required, will be held approximately two weeks
  after RFP issuance; 3/06/97 Vendor proposals due. THE DATES
  NOTED IN THE TIME-LINE ARE ESTIMATED. ACTUAL DATES FOR THE
  PRE-PROPOSAL CONFERENCE (IF HELD) AND PROPOSAL SUBMISSION WILL
  BE PROVIDED IN RFP-FMS-97-0001.
CITE: (I-338 SN008429)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O.
  Box 225, Stoneville, MS  38776-0225
SUBJECT: R-APPLICATOR AIRCRAFT AND PILOTS
SOL 97-4431-003
DUE 020697
POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361
DESC: The U.S. Department of Agriculture requires applicator
  aircraft, complete with pilots, and ground personnel necessary
  to apply an insect virus two times over an area of ca.  25,000
  acres located in a area ca. 2 miles Southeast of the intersection
  of highways 82 and 61, in Washington County, Mississippi. Each
  aircraft must have at least a 400 gallon capacity useful load
  and be capable of flying at least 120-140 MPH during application.
   Each aircraft must be equipped with micronairs and a flow
  meter to accurately spray a 50:50 mixture of vegetable crop
  oil and water at a rate of 1 quart per acre.  Each acre treatment
  will consist of 1 pint crop oil, 12 oz. of water, and 4 oz.
  of virus formulation. Boom time is expect to be at least 90%
  of flight time.  Each aircraft must be equipped with global
  positioning system with differential correction having accuracy
  within q10 feet of indicated position.  Applicators and aircraft
  must have valid licenses for operation.  Each application will
  begin within the time period of 20 April and 10 May, 1997,
  and each application must be completed within 5 days, except
  due to unforseen weather complications.  Supplier will supply
  fuel, storage tanks for crop oil, and ground personnel.  The
  GPS coordinates of the area to be treated will be provided.
   An IFB will be issued on or about January 7, 1997.  All requests
  for bid package must be submitted in writing or faxed to (601)
  686-5373.
CITE: (I-338 SN008485)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: U.S. Department of the Interior, Interior Service Center,
  Acquisition Services, 1849 C Street, NW., Room 1324, Washington,
  DC 20240
SUBJECT: R--ELECTRONIC INFORMATION RETRIEVAL SERVICES
DUE 101696
POC Robyn D. Ball, Contracting Officer, (202) 208-6722.
DESC: The U.S. Department of the Interior intends to issue a
  delivery order against an existing Basic Ordering Agreement
  to renew a subscription with West Publishing/West Services,
  Inc. For the continued use and access of their data base. This
  subscription is for an online fully-interactive legal research
  services consisting of legal and legal-related information
  including such items as judicial opinions, statutes, regulations,
  and other information. Information includes specialized editorial
  enhancements made by West. The period of performance for this
  service shall be from award through September 30, 1997. All
  responsible sources may respond. Written responses should 
  include prices and technical data sufficient to determine capability.
  No telephone calls will be accepted. No award will be made
  on the basis of any responses to this notice. No solicitation
  document exists. (See Numbered Note 22).
CITE: (M-338 SN008268)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services--Potential Sources Sought
OFFADD: U.S. Department of the Interior, Interior Service Center,
  Acquisition Services, 1849 C Street, NW, Room 1324, Washington,
  D.C. 20240
SUBJECT: R--ELECTRONIC INFORMATION RETRIEVAL SERVICES
DUE 101696
POC Robyn D. Ball, Contracting Officer, (202) 208-6722.
DESC: The U.S. Department of the Interior intends to issue a
  delivery order against an existing Basic Ordering Agreement
  to renew a subscription with Mead Data Central for continued
  use and access of their database by the U.S. Department of
  the Interior, Washington, DC. This subscription is for online
  access to LEXIS/NEXIS and related services which contain an
  extensive array of database with nearly 60 million documents
  and offer a full range of legal, legislative, regulatory, company
  and financial, medical, news and current affairs information.
  The LEXIS service includes access to case laws, administrative
  decisions, statutes, regulations, law review, speciality  publications
  and more. A comprehensive set of specialized libraries cover
  more than 30 areas of federal and state practice. In addition,
  the service houses international law libraries for the United
  Kingdom and the Commonwealth and France. Libraries and publications
  in NEXIS service are global in scope and cover a variety of
  topics including business, government, finance, politics, technology,
  and general news. Three new libraries are dedicated to federal
  and state legislation, and to federal executive and campaign
  materials. Full-text and abstracted medical information are
  housed in MEDIS. The Financial Information services include
  company and financial information on public and  private corporations
  throughout the world. Services will be continued through September
  30, 1997. All responsible sources may respond. Written responses
  should include prices and technical data sufficient to determine
  capability. No telephone calls will be accepted. No award will
  be made on the basis of any responses to this notice. No solicitation
  document exists. (See Numbered Note 22).
CITE: (M-338 SN008343)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: U.S. Army Engineer District, Rock Island, Corps of Engineers,
  Clock Tower Building, PO Box 2004, Rock Island, Illinois 61204-2004
SUBJECT: S--DAY USE CASHIER SERVICES AT SAYLORVILLE LAKE, POLK
  COUNTY, IOWA
SOL DACW25-97-Q-0039
DUE 011697
POC Contact Janet Hancks (309)794-5443/Contracting Officer Rosanne
  Spencer (309)794-5239
DESC: This project consists of Day Use Cashier Services at Saylorville
  Lake, Polk County Iowa for the period February 15, 1997 thru
  February 14, 1998 with One Option Year--Site visit date will
  be stated in the Request for Quote.  The SIC code for this
  solicitation is 7033.  See Note 1.
CITE: (I-337 SN007870)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Fleet & Industrial Supply Center, Contracting Department,
  Bldg. 110, P. O. Box 97, NAS Jacksonville, Florida  32212
SUBJECT: S--LAUNDRY SERVICES
SOL N68836-97-R-0003
DUE 020297
POC Contact Carolyn F. King, Code 210.52 (904) 779-3050 or facsimile
  (904) 779-3061
DESC: The Government requires a firm fixed unit price requirements
  contract for pick-up, laundering, drying, folding/pressing
  and returning of government owned laundry items.  The laundry
  items consist of towels, wash cloths, bath mats, mattress pads,
  blankets, bedspreads, single and double sheets, pillow cases
  and pillows.  Pick-up points will be the Bachelor Officers
  Quarters and Bachelor Enlisted Quarters at the Naval Air Station
  Jacksonville, Florida.  Schedule of pick-up and returning cleaned
  items shall be as specified in the Statement of Work.  The
  period of performance of performance will be for a base period
  of six months and one option year. This requirement will be
  set aside 100% for small business.  The Standard Industrial
  Classification (SIC) code for this procurement is 7219 with
  a size standard of $5.0 million.  All responsible sources may
  submit an offer.  No telephone requests for the solicitation
  package will be accepted. Requests for copies of the solicitation
  may be made by facsimile number (904) 779-3061, to the attention
  of Carolyn F. King, Code 210.52.
CITE: (I-337 SN007875)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: VA MEDICAL CENTER, 3350 LA JOLLA VILLAGE DRIVE, SAN DIEGO,
  CA 92161
SUBJECT: S -- SUPPLEMENTAL GROUNDS AND BUILDING MAINTENANCE
SOL IFB 664-090-96:BN
DUE 012297
POC Bruce Nolan, Contracting Officer (619) 552-7406
DESC: The VA San Healthcare System, San Diego, CA has a requirement
  for supplemental grounds and building maintenance. The successful
  bidder will provide two supervised work teams (exterior and
  interior services) of a minimum of 10 people each and shall
  work an eight (8) hour shift each Saturday between the hours
  of 7:00am and 3:30pm. Contractor shall provide the following
  exterior services on a weekly basis: Weed Abatement Program
  for all medical center grounds, remove debris and broom sweep
  (or use blower) on all parking lot areas; remove debris from
  gunite slopes; sweep and mop outside main entrance, bus stop
  and Emergency Room entrance; sweep curbs; wash trash and linen
  carts; scrub B194 (Cold Storage Room for "red bag" medical
  waste) by hand; clean bicycle racks/lockers in front of building.
  Contractor shall provide the following interior services on
  a weekly basis: All Stairwells - Damp dust handrails, broom
  sweep debris, mop floor, and spot clean walls if needed; Patios
  (Qty 3): Broom sweep debris, mop floors & water plants; Smoking
  Areas (Qty 3): Broom sweep debris, and mop floors. All Balconies
  (Inner and Outer - all floors) - Broom sweep debris and spot
  mop floors. Additional tasks shall be performed as needed or
  at the direction of the Grounds Supervisor or his designee
  and may include the following: remove debris on west bank,
  spread wood chips, wash exterior rugs, wash walls in loading
  dock areas, paint safety lines (supplies to be provided by
  VAMC), trim ivy and ice plant, make circles around trees (trimming
  and spading), trim and clean SCI patio front and back areas,
  prune hedges, minor tree trimming, repair or remove signs,
  dig trenches for irrigation, assist with laying PVC pipe (supplies
  to be provided by VAMC), dig out areas for PVC pipe to be repaired
  (supplies to be provided by VAMC), paint irrigation boxes (supplies
  to be provided by VAMC), remove discarded furniture from loading
  docks, dig holes for trees and other plants and shrubs, transplant
  trees and other plants, transport non regulated medical waste
  to compactor or to rolloff. This service is not a commercial
  item. The resulting contract will be for a period of a base
  year and four option years. Approximate issue date is December
  18, 1996. Requests for the solicitation must be received by
  January 2, 1997. Requests must be in writing, reference IFB
  664-090-97:BN, and, and include the requester's name, company
  name, address, telephone number, and FAX number. Requests for
  the solicitation may be faxed to (619) 552-7483.
CITE: (I-338 SN008113)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Army, New England Division, Corps of Engineers,
  424 Trapelo Road, Waltham, Massachusetts  02254-9149
SUBJECT: S--GROUNDS MAINTENANCE SERVICES
SOL DACW33-97-Q-0021
DUE 012097
POC Julie Mackley, Contract Specialist, 617-647-8413
DESC:  Furnish all labor, equipment and materials necessary to
  perform Grounds and   Maintenance Services, Thomaston Dam,
  Black Rock Lake, and Northfield Brook Lake, Thomaston, Connecticut.
  Services shall be performed between April 1, 1997 and November
  30, 1997, with options for two additional recreation seasons.
   Specifications available on or about 122096 at no charge.
   The proposed contract listed here is a 100% small business
  set-aside.  The avarage annual receipts of a concern and its
  affiliates for the preceding three fiscal years must not exceed
  $5,000,000.00.  All responsible sources may submit a bid which
  will be considered by the New England Division. 
EMAIL Julie.E.Mackley@USACE.Army.Mil
EMAILDESC: 
CITE: (W-338 SN008209)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Army, New England Division, Corps of Engineers,
  424 Trapelo Road, Waltham, Massachusetts  02254-9149
SUBJECT: S--GROUNDS MAINTENANCE SERVICES
SOL DACW33-97-Q-0021
DUE 012097
POC Julie Mackley, Contract Specialist, 617-647-8413
DESC:  Furnish all labor, equipment and materials necessary to
  perform Grounds and   Maintenance Services, Thomaston Dam,
  Black Rock Lake, and Northfield Brook Lake, Thomaston, Connecticut.
  Services shall be performed between April 1, 1997 and November
  30, 1997, with options for two additional recreation seasons.
   Specifications available on or about 122096 at no charge.
   The proposed contract listed here is a 100% small business
  set-aside.  The avarage annual receipts of a concern and its
  affiliates for the preceding three fiscal years must not exceed
  $5,000,000.00.  All responsible sources may submit a bid which
  will be considered by the New England Division. 
EMAIL Julie.E.Mackley@USACE.Army.Mil
EMAILDESC: 
CITE: (W-338 SN008210)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE
  STREET, ST LOUIS MO 63103-2833
SUBJECT: S--SECURITY AND PATROL SERVICES, KASKASKIA LOCK AND
  DAM, MODOC, ILLINOIS
SOL DACW43-97-B-0203
DUE 012897
POC Contract Specialist BARBARA J. JARMAN (314) 331-8514 FAX
  (314) 331-8746 Contracting Officer T. M. LAWS (314) 331-8500
  (Site Code DACW43)
DESC: Contract period is 1 May 1997 (or one year from date of
  award, whichever is later) through a one year period with the
  Government's option to renew for four additional one-year periods.
  Solicitation will be available 30 December 1996. See Note 1.
  To qalify as a small business concern under this solicitation,
  the size standard is a concern and its affiliates having average
  annual receipts for the preceding three years not in excess
  of $6,000,000.00. All responsible sources may submit a bid
  for consideraion by the agency.
CITE: (I-338 SN008224)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Army, New England Division, Corps of Engineers,
  424 Trapelo Road, Waltham, Massachusetts  02254-9149
SUBJECT: S--GROUNDS MAINTENANCE SERVICES
SOL DACW33-97-Q-0019
DUE 012097
POC Julie Mackley, 617-647-8413
DESC:  Furnish all labor, equipment and materials necessary to
  perform Groungs and Recreation Facilities Mainterance Services,
  Barre Falls Dam, Hubbardson, Massachusetts.  Services shall
  be performed between April 1, 1997 and November 30, 1997, with
  options for two additional recreation seasons.  Specifications
  available on or about 122096 at no charge.  The proposed contract
  listed here is a 100% small Business set-aside.  The average
  annual receipts of a concern and its affiliates for the preceding
  three fiscal years must not exceed $5,000,000.00.  All responsible
  sources may submit a bid which will be considered by the New
  England Division. 
EMAIL Julie.E.Mackley@USACE.ARMY.Mil
EMAILDESC: 
CITE: (W-338 SN008252)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department of Army, New England Division, Corps of Engineers,
  424 Trapelo Road, Waltham, Massachusetts  02254-9149
SUBJECT: S--GROUNDS MAINTENANCE SERVICES
SOL DACW33-97-Q-0020
DUE 020697
POC Julie Mackley, 617-647-8413
DESC:  Furnish all Labor, equipment and Materials necessary to
  perform Grounds and Recreation Facilities Maintenance Services,
  West Thompson Lake, North Gosvenordale, Connecticut.  Services
  shall be performed between April 1, 1997 and November 30, 1997,
  with options for two additional recreation seasons.  Specifications
  available on or about 010697 at no charge.  The proposed contract
  listed here is a 100% small business set-aside.  The average
  annual receipts of a concern and its affiliates for the preceding
  three fiscal years must not exceed $5,000,000.00.  All responsible
  sources may submit a bid which will be considered by the New
  England Division. 
EMAIL Julie.E.Mackley@USACE.Army.Mil
EMAILDESC: 
CITE: (W-338 SN008266)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: U.S. Department of Justice, Immigration & Naturalization
  Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, TX 75247
SUBJECT: S--UNARMED GUARD SERVICES, EL PASO, TEXAS
SOL ACD-97-P-0003
DUE 022897
POC Cheryl A. Aldridge, Contract Specialist, (214) 767-7170.
DESC: THIS REQUIREMENT IS SET ASIDE FOR CONTRACTORS PARTICIPATING
  IN THE SMALL BUSINESS ADMINISTRATION'S 8(a) PROGRAM. The Immigration
  and Naturalization Service has a requirement for unarmed guard
  services for undocumented aliens who are being detained pursuant
  to violations of the Immigration Laws of the U.S. The successful
  contractor shall provide all necessary management, labor, supervision,
  equipment, and material in order to provide the required services
  for the detainees. Services will be required 24 hours a day,
  seven days a week for both male and female detainees. Many
  of the aliens being detained may have substantial and varied
  criminals histories. The services are to be performed at the
  government owned, government operated Service Processing Center
  located  in El Paso, Texas. The successful contractor must
  be licensed by the State of Texas to provide the services.
  As a result of this solicitation, it is intended to award a
  requirements contract for an initial period of one (1) year
  with four (4)-one year option periods, which if exercised,
  could extend the performance period to a total of five (5)
  years. All acceptable offers received will be evaluated based
  upon technical proposals and the total costs for the initial
  one (1) year period plus the four (4) option periods. The offer
  due date 2/28/97 is approximate and will depend on the date
  of issuance of the solicitation. All requests for this solicitation
  must be submitted in writing.
CITE: (M-338 SN008342)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Cibola National Forest, 2113 Osuna Road NE #A, Albuquerque,
  NM 87113
SUBJECT: S -- SNOWPLOWING
SOL RFQ R3-03-97-05
DUE 011097
POC Kelly Koeppe, Procurement Technician (505) 761-4650 Greg
  A. Martinez, Contracting Officer (505) 761-4650.
DESC: Snowplowing of parking facilities within the fee demo project
  area along the Sandia Crest National Scenic Byway. Project
  is located on the Sandia Ranger District. This solicitation
  is being issued under simplified acquisition procedures (Request
  for Quotations).
CITE: (I-338 SN008382)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: National Imagery and Mapping Agency/PCO-W/L-13, 3200
  South Second Street, St. Louis MO 63118-3399
SUBJECT: T -- LITHOGRAPHIC PLATE PRESS AND FININSHING SERVICES
SOL NMA302-97-Q-0005
DUE 010897
POC Holly M. Roberts, Contract Specialist or Antoinette R. Hamel,
  Contracting Officer
DESC: This notice is directed to Basic Ordering Agreement (BOA)
  holders under Solicitation DMA800-93-R-5211. The National Imagery
  and Mapping Agency (NIMA) requires lithographic plate, press
  and/or finishing services for approximately 50-100 maps/charts.
  Request for proposals containing a list of map/chart products
  to be printed will be provided to all BOA holders on 6 January
  1997. Offers must be received no later than 12 PM local time
  8 January 1997 at the National Imagery and Mapping Agency/PCO-W/L-13,
  3200 South Second Street, St. Louis MO 63118-3399. Facsimile
  proposals are authorized. Fax number is 314-260-1221. No Foreign
  Nationals are allowed to participate on GGIS products. Requests
  for the solicitation may be addressed to the Contracting Officer.
CITE: (I-338 SN008386)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: National Imagery and Mapping Agency/PCO-W/L-13, 3200
  South Second Street, St. Louis MO 63118-3399
SUBJECT: T -- LITHOGRAPHIC PLATE PRESS AND FININSHING SERVICES
SOL NMA302-97-Q-0006
DUE 012397
POC Holly M. Roberts, Contract Specialist or Antoinette R. Hamel,
  Contracting Officer
DESC: This notice is directed to Basic Ordering Agreement (BOA)
  holders under Solicitation DMA800-93-R-5211. The National Imagery
  and Mapping Agency (NIMA) requires lithographic plate, press
  and/or finishing services for approximately 50-100 maps/charts.
  Request for proposals containing a list of map/chart products
  to be printed will be provided to all BOA holders on 21 January
  1997. Offers must be received no later than 12 PM local time
  23 January 1997 at the National Imagery and Mapping Agency/PCO-W/L-13,
  3200 South Second Street, St. Louis MO 63118-3399. Facsimile
  proposals are authorized. Fax number is 314-260-1221. No Foreign
  Nationals are allowed to participate on GGIS products. Requests
  for the solicitation may be addressed to the Contracting Officer.
CITE: (I-338 SN008388)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: National Cancer Institute, Research Contracts Branch,
  Office of the Chief, 6120 Executive Blvd., EPS/608, Bethesda,
  Maryland 20892-7222
SUBJECT: T -- WHAT ARE CLINICAL TRIALS ALL ABOUT?
SOL NCI-CO-76205-71
DUE 012496
POC Diane Stalder, Procurement Technician, 301/496-8628.
DESC: Title: "What Are Clinical Trials All About". 36 page book
  with separate four page wrap-around cover. Single award for
  a fixed-price contract. Reference GPO publication 310.1 for
  attribute requirements. Quantity, 500,000 copies and the films
  used in the production of printing. Trim size, 5-3/8" x 8-3/8"
  saddle wire stitch binding along the 8-3/8" dimension. Proofs
  (2 Sets), Provide laminated color proofs(for the entire publication),
  made only from films, stripped to show the full press sheet
  imposition, (indicating guide, gripper and ruled-up for all
  the bindery trim-outs of each form) plus dylux proofs with
  all elements in proper position, folded and trimmed to the
  final size. NCI, Office of Cancer Communications shall retain
  a complete proof set. Paper, Covers- 65 lb. white #1 matte
  finish cover, minimum brightness of 87. Text- 80 lb. white
  #1 matte finish text, minimum brightness of 87. Inks, PMS 165
  (Orange), PMS 313 (Blue) and Black Ink. Solid inks required,
  no builds allowed. Inks shall contain minimum percentages of
  vegetable oil in compliance with federal procurement mandates
  as follows: Heat-set litho/10%, sheet-fed litho/20%, forms
  20%. Coating, Overall satin finish aqueous coat (or dull varnish)
  outside covers 1-4 only. Margins, Bleeds follow trim marks
  on furnished camera copy. All responsible sources may submit
  a bid which shall be considered by the agency. No collect calls
  will be accepted See Numbered Note(s): 1.
CITE: (I-338 SN008440)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--MAGNESIUM PRINTING PLATES
SOL Program A15-S
DUE 020397
POC Larry Hannigan, Contracting Officer, Sandra MacAfee, (202)
  512-0319.
DESC: Single award term contract for period 040197 to 033198
  for GPO procurement. Production area, assumed 100-km (62-mile)
  radius of zero milestone, Washington, DC. Bidders outside area
  must furnish documentation of their ability to meet schedule.
  Copy pickup in Washington, DC. ``Magnesium Plates''. Anticipate
  up to 90 orders per year for one to ten plates per order. Maximum
  size of plate 305 x 483 mm (12 x 19"), minimum size 13 x 13
  mm (1/2 x 1/2"). Bid request on firm's letterhead.
CITE: (M-338 SN008464)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
SOL Program C663-S
DUE 021997
POC Shirley Woodruff, Contracting Officer, Jack Scott, (202)
  512-0310.
DESC: Single award term contract for period 040197 to 033198
  from Department of Commerce. Production area, assumed 100-km
  (62-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Copy pickup in Washington, DC. Requirement is
  for pressure sensitive decals, vinyl portfolios with zipper,
  binders with multi-rings, and kit folders (folded and unfolded).
  Approx. 4 to 10 orders per year per item. Quantities, sizes,
  and colors varies. Operations include film making, screen printing,
  die-cutting, binding, packing, and distribution. Contractor
  furnish paper. Quality attributes level IV. Bid request on
  firm's  letterhead.
CITE: (M-338 SN008465)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
SOL Program C721-S
DUE 022097
POC Stuart Friedman, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Federal Election Commission. Production area, 120-kilometer
  (75-mile) radius of zero milestone, Washington, DC. Pamphlets.
  Approx. 13 orders per year for 13,000 to 16,000 copies per
  order of 8 to 24 pages. Size 216 x 279 mm (8-1/2 x 11"). Operations
  include copy pickup, films, printing (1 color), binding, packing,
  mailing and delivery. 3 workday production schedule. Contractor
  furnish paper. Quality attributes level III. Bid request on
  firm's letterhead.
CITE: (M-338 SN008466)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--BOOKS & PAMPHLETS
SOL Program C724-S
DUE 022097
POC Barbara Glover Henderson, Contracting Officer, Jack Scott,
  (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for GAO. Production area, assumed 60-mile radius of zero milestone,
  Washington, DC. Bidders outside area must furnish documentation
  of their ability to meet schedule. Copy pickup in Washington,
  DC. Approx. 12 orders per year for approx. 2,500 copies of
  60 to 160 pages. Size 6 x 9". Text in black ink, cover in PMS
  187. Operations include saddle stitch or Perfect bound and
  deliver f.o.b. destination to three addresses in the commercial
  zone of Washington, DC. Contractor furnish paper. Quality attributes
  level III. Bid request on firm's letterhead.
CITE: (M-338 SN008467)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--NEWSLETTER PRINTING
SOL Program C740-S
DUE 022197
POC Greg Hamlet, Contracting Officer, Jack Scott, (202) 512-0310.
DESC: Single award term contract for period 040197 to 033198
  for HHS. Production area, assumed 75-mile radius of zero milestone,
  Washington, DC. Bidders outside area must furnish documentation
  of their ability to meet schedule. Copy pickup in Rockville,
  MD. President's Council on Physical Fitness and Sports, Newsletter.
  Approx. 6 issues per year for 19,000 to 21,000 copies of 4,
  8, or 12 pages. 8 x 10-1/2''.  Black ink. Operations include
  hot metal or photocomposition, fold, trim, saddle stitch, f.o.b.
  destination to approx. four addresses within the commercial
  zone of Washington, DC and mail f.o.b. contractor's city. Contractor
  furnish paper. Quality attributes level III. Bid request on
  firm's letterhead.
CITE: (M-338 SN008468)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--NEWSLETTER PRINTING
SOL B586-S
DUE 021497
POC Linda Byrd, Contracting Officer, David M. Thomas, (202) 512-2044.
DESC: Single award term contract for period 040197 to 033198
  for Department of DPS. Production area, assumed 100-kilometer
  (62-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Copy pickup in Arlington, VA. Car Notes Newsletter.
  9 issues per year for 25,000 to 30,000 copies of 4 and 8 pages.
  Size 216x279 mm (8-1/2x11"). Two colors of ink. Operations
  include film making, printing, binding, drilling, packing and
  distribution. Contractor furnish paper. Quality attributes
  level III. Bid request on firm's letterhead.
CITE: (M-338 SN008469)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--NEWSLETTER
SOL B591-S
DUE 021496
POC Ed Tuite, Contracting Officer, David M. Thomas, (202) 512-2044.
DESC: Single award term contract for period 040197 to 033198
  for Department of Commerce/NOAA. Production area, assumed 100-km
  (62-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Copy pickup in Washington, DC. Quarterly, 4
  orders per year for 5,000 to 6,000 copies of 12 to 16 pages
  per order. Trim size 216 x 279 mm (8-1/2 x 11"). Black ink,
  and an exact match of PMS 313 Blue. Operations include film
  making, printing, binding, packing, and distribution. Deliver
  f.o.b. destination to Washington, DC. Contractor furnish paper.
  Quality attributes level III. Bid request on firm's letterhead.
CITE: (M-338 SN008470)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--FORM & BOOK PRINTING
SOL B606-S
DUE 021897
POC Karen Johnson, Contracting Officer, David M. Thomas, (202)
  512-2044
DESC: Single award term contract (in each of 2 categories) for
  period 040197 to 033198 for NRC. Production area, assumed 200-kilometer
  (124-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Copy pickup in Bethesda, MD. Approx. 125 orders
  in each category. Approx. 100 to 6,000 copies per order and
  an occasional order for up to 12,000 copies of 8 to 1,000 pages
  plus covers. Fold-ins and die cut tab dividers. 216 x 279 mm
  (8-1/2 x 11"). Black ink and/or additional ink colors for separate
  cover. Operations include saddle stitch, Perfect bind, band,
  looseleaf, drill, fold, trim inset and delivery. Quality  attributes
  level III. Bid request on firm's letterhead.
CITE: (M-338 SN008471)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North  Capitol  & H
  Street, N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB,
  Washington, DC  20401
SUBJECT: T--PRINTING
SOL Program B649-S
DUE 021997
POC Mae Dean Rowe,  Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
   for Department of Navy. Production area, assumed 100-km  (62-mile)
   radius of zero  milestone, Washington, DC. Bidders outside
  area must furnish documentation of their ability to meet schedule.
  Approx. 2,000  to 2,500  copies of approx. 8 to  12 pages per
  order. Trim 216 x 279 mm (8-1/2 x 11"). Prints in  two  Pantone
  colors of ink. Operations include saddle-wire stitched,  binding,
  film  making, printing, packing, and  distribution. Contractor
  furnish  paper. Quality attributes level III. Bid request on
  firm's letterhead.
CITE: (M-338 SN008472)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--CD-ROM
SOL Program C681-S
DUE 021997
POC Gloria Robertson, Contracting Officer, Jack Scott, (202)
  512-0310.
DESC: Single award term contract for period 040197 to 033198
  for Department of Interior. Copy will be sent to contractor.
  ``Compact Optical Discs--Read Only Memory''. Approx. 25 to
  50 orders per year, with approx. 100 to 1,800 replications
  per order. Front insert: trim size is 120.5 mm  x 119.5 mm.
  Back Inlay: trim size is 150 mm (includes 6 mm folds on each
  size for the spines) x 119.5 mm. Operations include the production
  of CD-ROM Masters from Government furnished premastered magnetic
  tapes or compact discs, Printing of front inserts and back
  inlays for jewel-box case, packing, distribution, f.o.b. destination
  to up to three addresses in the Washington, DC area and up
  to two  addresses in the Denver, CO area. Contractor furnish
  paper. Quality attributes level III. Bid request on firm's
  letterhead.
CITE: (M-338 SN008492)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--FORMS
SOL Program C720-S
DUE 022097
POC Dorothy Williams, Contracting Officer, Jack Scott, (202)
  512-0310.
DESC: Single award term contract for period 040197 to 033198
  for NASA. Production area, Nationwide. Furnished material pickup
  in Washington, DC. Marginally punched continuous forms. Four
  orders per year for 50,000 to 200,000 forms per order. Forms
  print face only or face and back in black ink and a Pantone
  color ink. Trim size 7 x 4" and 8-1/2 x 3-1/4". Deliver f.o.b.
  destination. Contractor furnish paper. Quality attributes level
  IV. Bid request on firm's letterhead.
CITE: (M-338 SN008493)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
SOL B582-S
DUE 021497
POC Beverly Latson, Contracting Officer, David M. Thomas, (202)
  512-2044
DESC: Single award term contract for period 040197 to 033198
  for HHS/HCFA. Production area, 100-km (62-mile) radius of zero
  milestone, Washington, DC. Bidders outside area must furnish
  documentation of their ability to meet schedule. Approx. 1,500
  to 2,000 copies of 4 pages. Trim size 432 x 279 mm (17 x 11")
  folded to 279 x 216 mm (8-1/2 x 11"), 6-pages product, 648
  x 279 mm (25-1/2 x 11 flat folded to 216 x 279 mm (8-1/2 x
  11") and 8-page product 216 x 279 mm (8-1/2 x 11''). Printing
  head-to-head in pantone 287 blue and pantone 185 red. Operation
  include film making, printing, binding, packing, mailing and
  distribution. Quality attributes level III. Bid request on
  firm's letterhead.
CITE: (M-338 SN008494)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop:  PPSB, Washington,
  DC 20401
SUBJECT: T--BOOK PRINTING
SOL Program B620-S
DUE 021897
POC Linda Byrd, Contracting Officer, David M. Thomas, (202) 
  512-2044.
DESC: Single award term contract  for period  040197 to 033198
  for DOT. Production area, 100-kilometer (62-mile) radius of
   zero milestone, Washington, DC. Bidders outside area must
  furnish documentation of their ability to  meet schedule. Copy
  pickup in McLean, VA. Public Roads--A Journal of Highway Research
  and Development. 4 issues plus one single leaf (flysheet) a
  year for approx. 6,000 to 7,500 copies  per issue for 48 to
  68 pages. 216 x  279 mm (8-1/2 x 11"). One, two color and four
  color process. Operations include saddle stitch and extensive
  mailing, labels provided.  Contractor furnish  paper. Quality
  attributes level II. Bid request on firm's letterhead.
CITE: (M-338 SN008495)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn:  Larry P. Vines, Room  B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--STAMPING
SOL Program B657-S
DUE 021997
POC Mary Newton, Contracting Officer, David M. Thomas,  (202)
  512-2044.
DESC: Single award term contract for period 040197 to 033198
  for VA. Production area, assumed 100-kilometer (62-mile)  radius
  of  zero milestone, Washington,  DC. Bidders outside area must
  furnish documentation of  their ability to meet schedule. 
  Copy pickup in  Washington, DC. Presidential Memorial  Certificates.
  Approx. 37 orders per year for  approx. 10,000  to 16,000 copies
  per order. Trim sizes 216  x 279  mm (8-1/2  x  11").  Operations
  include film making, printing, gold embossing, inserting and
  mailing. Contractor furnish paper. Quality attributes level
  III. Bid request on firm's letterhead.
CITE: (M-338 SN008496)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol &  H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB,  Washington,
   DC  20401
SUBJECT: T--PAMPHLETS, LEAFLETS & POSTERS
SOL Program B754-S
DUE 022197
POC Beverly  Latson, Contracting Officer, David M. Thomas, (202)
  512-2044.
DESC: Single award term  contract for period 040197 to 033198
  for Veteran  Affairs. Production area,  100-km  (62-mile) 
  radius  of zero milestone,  Washington, DC. Bidders outside
  area must furnish documentation of their ability to meet schedule.
  Pamphlets: Approx. 25 orders  per year for 200 to 1,000 of
  approx. 40 to 80 pages per order. Trim size 279  x 216 mm (11
  x 8-1/2"). Black ink  and 1 or 2 Pantone colors. Leaflets:
  approx. 4 orders per year for approx. 2,000 to 750,000 copies
  of 2 pages. Trim size 305 x 229 mm (12  x 9"). Posters: Approx.
  10 orders, printing face only and face and back, approx. 1,000
   to 10,000 copies, 1 to 3 Pantone colors. Operations include
  composition,  film making, printing, binding, packing and distribution.
  Quality  attributes level III. Bid request on firm's letterhead.
CITE: (M-338 SN008497)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING (PRESERVATION TECH NOTES)
SOL Program B781-S
DUE 022197
POC Ed Tuite, Contracting Officer, David M. Thomas, (202) 512-2044.
DESC: Single award term contract for period 040197 to 033198
  for National Park Service. Production area, assumed 100-kilometer
  (62-mile) radius of zero milestone, Washington, DC. Bidders
  outside area must furnish documentation of their ability to
  meet schedule. Copy pickup in Washington, DC. Approx. 4 to
  6 orders and 1 to 3 reprints per year for page products, plus
  fold-ins. Size 216 x 279 mm (8-1/2 x 11"). Operations include
  film making, 2 color printing, binding, drilling, packing and
  distribution. Contractor furnish paper. Quality attributes
  level III. Bid request on firm's letterhead.
CITE: (M-338 SN008498)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: 49th Contracting Squadron/LGCC, P O Drawer S, Holloman
  AFB NM 88330-1601
SUBJECT: U - - PROVIDE SERVICES FOR THE OPERATION OF THE BASE
  LIBRARY
SOL F29651-97-R0006
DUE 020197
POC Contact Daniel Acosta, 505/475-5299/Contracting Officer,
  Patricia Jarvis 505/475-3993
DESC:  Project Title:  Library Services, Solicitation F29651-97-R0006,
  The Contractor shall provide all personnel, equipment, tools,
  materials, supervision and other items and services to perform
  general library services. Contractor tasks include but are
  not limited to, the following: Administration, Circulation,
  Education Support, Mission Support, Marketing, Public Relations,
  and Programming, Reference, Customer and Staff Training, Acquisitions,
  Automation, Cataloging, Technical Processing and Collection
  Management. Performance Period anticipated to begin on or about
  01 Apr 97 through 30 Sep 97 for basic year with four (4) one
  (1) year options-- It is contemplated that a formal solicitation
  will be issued on or about 31 Dec 96 with a proposal opening
  date on or about 1 Feb 97 -- SIC Code is 8231 and size standard
  is $5.0 Million -- Firms who feel they can furnish the required
  service are invited to submit in writing an affirmative response
  to this announcement. If adequate interest is not received
  from at least two (2) or more small business concerns within
  15 days of this notice, this solicitation will be issued on
  an unrestricted basis without further notice. Small business
  firms responding must also furnish adequate evidence of their
  capabilities to provide this service. Therefore, replies to
  this notice are requested from all business concerns as well
  as from small business concerns. This notice will be the Governments
  only notice of this acquisition. All responsible sources may
  submit a proposal which will be considered. Only written requests
  will be accepted.***** 
CITE: (W-337 SN007757)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services--Potential Sources
  Sought
OFFADD: Peace Corps, Office of  Contracts, 1990 K ST., N.W.,
  Washington, D.C. 20526
SUBJECT: U--TRAINING SPECIALIST IN UKRAINE
SOL PC-97-01
DUE 120396
POC Wilma Branchflower, Contracting Officer, (202) 606-3060 or
  Marialisa Miller,  Program Training Coordinator for ECAM, (202)
  606-3632
DESC: Peace Corps Ukraine is seeking a Training Specialist to
  work in Cherkasy, Ukraine from January 20, 1997 to September
  12, 1997. The successful candidate will provide professional
  training guidance to staff and ensure component integration
  and delivery of training programs for Peace Corps trainees,
  volunteers and staff. Responsibilities will include: mentoring
  and training of permanent staff to assume primary responsibility
  of all trainings; provision of authoritative representation
  and professional gu idance to training staff; training coordination
  and creation of linkages between all training components; 
  definition of measurement criteria and tools for technical
  training;  and conducting training needs assessments.  Other
  responsibilities will include: writing of reports reviewing
  all staff and Volunteer training; conducting performance reviews
  contract training staff; assisting the training staff in the
  delivery of workshops and training sessions; establishing forms
  of communication to ensure proper u nderstanding of roles and
  expectations; manage training logistics and changes in a timely,
  straightforward manner; and conduct staff development workshops
  for training staff. The Training Specialist will work in conjunction
  with the Programming and Training Specialist (PTS) and Programming
  and Training Unit staff to develop training strategies for
  Peace Corps/Ukraine. Desired qualifications include: demonstrated
  training skills and experience in the design, implementation
  and evaluation of community-based development programs; prior
  experience as a Pre-service Training Director and Technical
  Coordinator preferred (at least four Peace Corps contracts)
  or equivalent overseas trai ning experience; experience as
  a trainer of adults (five year minimum); degree in human resource
  development, MA in Education or BS in Business Administration;
  experience in living and working outside the U.S. preferably
  in the Eastern Central Europe Mideastern Region (two year minimum);
  and managerial experience with emphasis on counseling strategies,
  group dynamics and leadership skills training. Please submit
  application including resume and salary requirements to Wilma
  Branchflower, Contracting Officer, 1990 K St., N.W., Washington,
  D.C. 20526, no later than close of business December 30, 1996.
  Faxed applications will be accepted at (202) 606-3009
CITE: (I-338 SN008211)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Headquarters, Military Traffic Management Command, ATTN:
  MTTM-D, Room 117, 5611 Columbia Pike, Falls Church, VA 22041-5050
SUBJECT: V-GUARANTEED TRAFFIC SOLICITATION  (D-97-06)
SOL N/A
DUE 122096
POC Mr. Jeffrey Schott  (703) 681-6103
DESC: Freight All Kinds, (DOD Unique Code 999929), weighing between
  1 to 150 pounds for routine small package ground traffic moving
  from vendor facilities located in Savage, MD and Nashville,
  TN to all points in the Contiguous United States (CONUS). 
  For a copy of this solicitation and accompanying diskette,
  contact Mr. Jeffrey Schott at the above address, or Fax (703)
  681-8388.
CITE: (I-337 SN007872)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Headquarters, Military Traffic Management Command, MTTM-D,
  Room 117, 5611 Columbia Pike, Falls Church, VA 22041-5050
SUBJECT: V-GUARANTEED TRAFFIC SOLICITATION (D-97-12-SH)
SOL N/A
DUE 011597
POC Ms. Shirley Hanson (703) 681-6554
DESC: Freight All Kinds, DOD Unique Code 999916, crated household
  goods and unaccompanied baggage (DPM Shipments) (DOD Unique
  Code 999906), and internal combustion engines (DOD Unique Code
  999901 and 999902) moving from Defense Distribution Depot Norfolk,
  VA (DDNV) and Various Points in the Tidewater Virginia Area
  to CONUS.  Approximate weight is 75,386,946 lbs.  Type of equipment
  required is vans, flatbeds, and air ride.  Traffic begins March
  1, 1997 and ends February 28, 1 999.  For a copy of this solicitation,
  contact Ms. Shirley Hanson, at the above address, or FAX (703)
  681-8388.
CITE: (I-337 SN007873)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Headquarters, Military Traffic Management Command, MTTM-D,
  Room 117, 5611 Columbia Pike, Falls Church, VA 22041-5050
SUBJECT: V-GUARANTEED TRAFFIC SOLICITATION (D-97-13-SCB)
SOL N/A
DUE 012297
POC Ms. Sterletta Browne (703) 681-6103
DESC: Freight All Kinds, DOD Unique Codes 999916 and 999922,
  and wheeled vehicles DOD Unique Codes 999908 and 999909 moving
  from Defense Distribution Depot Tobyhanna, PA (DDTP) to CONUS.
   Approximate weight is 15,287,000 lbs. Type of equip ment required
  are vans, flatbed, lowboy and dropframe.  Traffic begins March
  6, 1997 and ends March 5, 1999.  For a copy of this solicitation,
  contact Ms. Sterletta Browne, at the above address, or FAX
  (703) 681-8388.
CITE: (I-337 SN007874)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: Contracting Officer, Military Sealift Command, Code N102B,
        Naval Station Washington, DC 20398
SUBJECT: V--HARBOR TUG SERVICES FOR KINGSBAY GA
SOL N00033-97-R-7003
DUE 021097
POC POC - Achille Broennimann at 202-685-5966 (fax) or      
  Achille.Broennimann@SMTPGW.msc.navy.mil
DESC: The US Navy requests the provision of US flag tug services
  at       Kings Bay, GA on a time charter basis.  Tugs shall
  be configured so as       to work with TRIDENT submarines.
   Solicitation type will be MSC       TUGTIME 90 (revision 01/97).
   All interested parties shall submit       requests for the
  solicitation via fax or e-mail.
LINKURL: http://www.msc.navy.mil
LINKDESC: 
EMAILADD: achille.broennimann@SMTPGW.msc.navy.mil
EMAILDESC: 
CITE: (D-338 SN008250)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential
  Sources Sought
OFFADD: General Services Administration, Transportation Management
  Branch (9FBT-1), 450 Golden Gate Avenue, 4th Floor, San Francisco,
  California 94102
SUBJECT: V--HOTEL/MOTEL PROGRAM
SOL 9FBT-1
DUE 011597
POC Millie Castaneda (415) 522-2840.
DESC: The General Services Administration (GSA) announces the
  expansion of the ``Best Available Lodging Value (BALV)'' program.
  GSA intends to solicit lodging agreements from properties within
  a designated location. The selection of participating properties
  will be based on the ``best value'' (i.e. location, price and
  amenities) for the federal traveler. This is Phase III of the
  BALV Hotel Program and will cover the following locations,
  effective January 1997: Alaska--City of Anchorage; Alabama--Cities
  of Huntsville and Montgomery; Arizona--City of Sierra Vista;
  California--Cities of Sacramento and Monterey; Colorado--Cities
  of Aurora and Colorado Springs; Florida--Cities  of Jacksonville,
  Miami and Tampa; Georgia--City of Savannah; Illinois--City
  of Bloomington; Indiana--City of Indianapolis; Maryland--Cities
  of Clinton, Columbia and Rockville; Massachusetts--City of
  Boston; Mississippi--City of Biloxi; Missouri--City of Kansas
  City; Nevada--City of Reno; New York--City of Albany; North
  Carolina--City of Charlotte; Ohio--City of Columbus; Oregon--City
  of Portland; Pennsylvania--City of Lancaster; South Carolina--City
  of Charleston; Tennessee--Cities of Memphis and Nashville;
  Texas--Cities of Austin, El Paso and Killeen; Utah--City of
  Salt Lake City; Virginia--Cities of Hampton, Harrisburg, Richmond,
  Springfield, Vienna and Virginia Beach.  Participating properties
  must be in compliance with the Hotel and Motel Fire Safety
  Act of 1990 (Public Law 101-391) and provide assigned FEMA
  National Master List number. Lodging Establishments interested
  in participating must write to: GSA, Federal Supply Service
  Transportation Management Branch (9FBT-1), 450 Golden Gate
  Avenue, 4th Floor West, San Francisco, CA 94102, FAX: (415)
  522-2815, e-mail address: balv.program@gsa.gov.
CITE: (M-338 SN008269)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: AFDTC/PKO, 205 West D Ave, Suite 541 Eglin AFB, FL
SUBJECT: W -- RENTAL OF A 140 TON OR HIGHER CAPACITY CONSTRUCTION
  CRANE AND OPERATOR FOR SITE C-72, EGLIN AFB, FL
SOL F08651-97-Q-1095
DUE 121996
POC James A. Thomas, Contract Specialist (Intern), (904)-882-3519
  x 5235 Megan k. Monaghan, Contracting Officer, (904)-882-3519
  x 5231.
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in FAR Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the only solicitation,
  proposals are being requested and a written solicitation will
  not be issued. The Air Force Development Test Center (AFDTC),
  Eglin AFB FL, intends to award a contract for rental of a 140
  ton or higher capacity construction crane and the services
  of the crane's operator. The solicitation number for this announcement
  is F08651-97-Q-1095 and is issued as a Request for Quote (RFQ).
  Work will consist of erection of targets composed of 20 ft
  x 20 ft x 1 meter and 2 ft x 2 ft x 1ft concrete blocks. Work
  may begin on 11 Jan 97, however this date is subject to change
  due to mission requirements. Performance period for this construction
  will be 10 days, and may require weekend work. A period of
  approximately two weeks will be required for testing, and upon
  completion of the test the target must be disassembled. The
  period allowed for disassembly will be 20 days. Vendors will
  be required to submit a cost estimate on two different options
  of construction, and cost of disassembly. A cost estimate is
  also required for the approximately two week period of testing,
  to include post construction teardown and commencement costs
  for disassembly. If contractor desires, the crane may be left
  on the Eglin AFB Reservation during the two week testing phase,
  however a cost estimate must be given for this option, if used.
  The government will provide a 35 ft long by 13.5 ft wide trailer
  with a bed height of 5 ft 10 inches, 230 ton capacity, and
  an Oshkosh tractor and driver, if necessary, to transport the
  concrete blocks. It is impracticable to distribute the applicable
  Statement of Work (SOW) with this combined synopsis/solicitation.
  Requests for SOW sets may be sent to AFDTC/PKOO, 205 West D
  Ave., Suite 541, Eglin AFB FL 32542-6862, or contact James
  A. Thomas, at 904-882-3519 ext 5235. For those companies with
  facsimile capability, requests for SOW sets will be accepted
  at fax number (904) 882-9441, Attn: AFDTC/PKOV. The Standard
  Industrial Classification Code (SIC Code) for this acquisition
  is 1629 ($17 million). This solicitation document incorporates
  provisions and clauses in effect through Federal Acquisition
  Circular 90-42. The following FAR clauses apply to this synopsis/solicitation:
  52.212-1, Instructions to Offerors-Commercial, 52-212-2, Evaluation-Commercial
  Items (Evaluation will be based solely on price), 52.212-3,
  Offeror Representations and Certifications-Commercial Items
  (Offerors must submit a completed copy of the Representations
  and Certifications with their offer), 52.212-4, Contract Terms
  and Conditions-Commercial Items, and 52.212-5, Contract Terms
  and Conditions-Commercial Items. The following clauses are
  also incorporated by reference: 52.222-26, 52.222-35, 52.222-36,
  52.222-41, 52.222-42, 52.222-43, 52.222-44, 52.247-64, and
  52.249-4. This synopsis/solicitation is urgent and compelling
  and bids must be submitted no later than 4:00 P.M. CST on 19
  Dec 1996. Bid format is at the discretion of the offerors,
  however a completed copy of the Representations and Certifications
  must be submitted with the bid. Bids may be mailed or faxed
  to the address or fax number given above. ITEM DESCRIPTION
  LINE ITEM 1: CRANE AND CRANE OPERATOR, CRANE THAT IS EQUAL
  TO OR EXCEEDS 140 TON CAPACITY. START DATE: 11 JAN 97. WORK
  TO BE DONE: PLACEMENT OF HEAVY CONCRETE ITEMS TO BUILD A PROJECT
  TARGET, ONE EACH JOB, TO INCLUDE TWO OPTIONS AND CRANE DISPOSITION
  DURING TESTING. LINE ITEM 2: WEEKEND PREMIUM WORK RATE, ONE
  EACH JOB.
CITE: (I-338 SN008441)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Department of the Treasury (DY), U. S. Secret Service,
  Procurement Division, 1310 L Street, N.W., Suite 730, Washington,
  D.C. 20223
SUBJECT: W--LEASE OF CONCRETE BARRIERS
SOL N/A
DUE 122096
POC Contact:  Contract Specialist, Renea Morton, 202/435-6940;
  FAX No. 202/435-7138
DESC: The U. S. Secret Service requires the lease of approx.
  225, twelve (12) foot long, temporary, J-J Hook, concrete barriers.
  Prospective contractor shall provide all the necessary labor,
  supplies and equipment for the installation and removal of
  barriers to include, at a minimum, drivers, backup drivers,
  crane operators, a standby mechanic, trucks, lifting equipment
  with a reach of 40 feet minimum.  Barriers must be delivered
  not later than 4:00 A.M. on 1/20/97.  Offerors must be able
  to provide all barriers at one time; FOB Destination.  Additional
  specs will be provided in SOW. Offeror must be located within
  70 miles of the Washington, D.C. Metropolitan area.  Also,
  offeror must provide information detailing past performance
  in providing similar or like services at time of proposal submission.
   RFQ to be issued on or about December 20, 1996; responses
  will be due NLT December 30, 1996
CITE: (I-338 SN008484)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Federal Aviation Administration, Mike Monroney Aeronautical
  Center, Aviation Acquisition Contracting Team, AMQ-410, P.O.
  Box 25082, 6500 S. MacArthur Blvd., Oklahoma City, OK 73125-4929
SUBJECT: W -- AIRCRAFT LEASE AND MAINTENANCE
SOL DTFA-02-97-R-90526
DUE 121396
POC Joe Smith, Contracting Officer, PH: (405) 954-7791
DESC: The Federal Aviation Administration, 6500 South MacArthur
  Blvd, Oklahoma City, Oklahoma, has a requirement for contractor
  servies to provide and maintain aircraft on a "non-exclusive
  use" basis to support the Operations Branch training program.
   The contractor will be required to (1) locate, provide, and
  deliver required aircraft; (2) ensure that the aircraft delivered
  meets the training requirements of the branch; and (3) provide
  maintenance by maintaining certified mechanics, parts, and
  line service for all aircraft supplied, while ensuring continued
  airworthiness and availability of the required aircraft.  The
  required aircraft will be limited to small reciprocating powered
  single and multiengine aircraft under 12,500 pounds maximum
  certificated takeoff weight (MCTOW), turboprop powered aircraft
  under 20,000 pounds MCTOW and turbojet powered aircraft under
  35,000 pounds MCTOW.  The Standard Industrial Classification
  (SIC) Code is 7359.  A request for copies of the solicitation
  may be requested by for copies of the solicitation may be requested
  by facsimile (405) 954-3030.
CITE: (I-338 SN008506)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: U.S. Postal Service, Denver FSO, 8055 E. Tufts Ave.,
  #400 Denver, CO 80237-2881
SUBJECT: X -- NEW CONSTRUCTION LEASED-HUMBOLDT AZ 86329-9998
SOL 072976-97-A-0040
DUE 123096
POC Steven J. Stollman, Project Manager, (303) 220-6527.
DESC: Correction: This action originally published in CBD dated
  November 1, 1996. Please correct Solicitation number from field
  9 and also the due date Field 10. All other information publicized
  in the original synopsis is correct.
CITE: (I-338 SN008403)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of Agriculture, Agricultural Research
  Service, 6303 Ivy Lane, Room 616, Greenbelt, Maryland  20770
SUBJECT: Y--RENOVATE GREENHOUSES 222 AND 223, CONSTRUCT GREENHOUSES
  N-03A AND N-03B, AT THE SUBTROPICAL AGRICULTURAL RESEARCH LABORATORY,
  WESLACO, TEXAS
SOL 8241-3K15-97
DUE 012997
POC Contracting Officer, Mike Thompson, 301-344-0298
DESC: Pre-solicitation Notice - It is the intent of the U.S.
  Department of Agriculture, Agricultural Research Service, to
  have the successful contractor perform demolition, site work,
  construction of greenhouse structures; and installing related
  electrical, plumbing, heating, ventilation, and air conditioning
  systems for research greenhouses at the Subtropical Agricultural
  Research Laboratory, Weslaco, Texas. Work for Greenhouse 223
  shall include a new structure, glazing, and related electrical,
  plumbing, heating , ventilation, and air conditioning systems
  for a 1,200 square foot greenhouse to be installed on an existing
  concrete floor and knee wall system.  Work for Greenhouse 222
  shall include reusing the existing structure, floor and knee
  wall; installing a new glazing system; and installing related
  electrical, plumbing, heating, ventilation, and air conditioning
  systems for the 1,600 square foot greenhouse.  Greenhouses
  N-03A and N-03B shall be new 1,600 square foot units, including
  related site work, concrete floors, knee walls, structures
  and required utility systems. The estimated cost of construction
  is between $650,000 and $750,000. Solicitation packages will
  be available for distribution on or about December 31, 1996.
   The bid documents will be provided, at no cost to prospective
  bidders, by Marmon Mok, One Riverwalk Place, Suite 1600, 700
  North St. Mary's, San Antonio, Texas  78205.  The point of
  contact is German Valdes, he can be reached on 210-223-9492.
   A pre-bid conference will be scheduled on or about January
  14, 1997.  Bids will be opened on or about January 29, 1997.
   All responsible sources may submit an offer which shall be
  considered by the Agency.
CITE: (I-337 SN007871)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US POSTAL SERVICE, KC Facilities Service Office, 6800
  W 64th St Ste 100, Overland Park KS 66202-4179
SUBJECT: Y -- NEW CONSTRUCTION LEASED AT ROGERS, MINNESOTA 55374-9998
SOL 193045-97-A-0009
DUE 123096
POC Karen Delamore, 913/831-1855, Ext. 469 for leasing questions;
  Chip Lindeke, 612/224-4831, Ext. 3025 for design questions;
  John Luttig, 913/831-1855, Ext. 427 for technical questions.
DESC: The United States Postal Service is soliciting for proposals
  to construct and lease back a 6,496 sf building on a controlled
  74,315 sf site legally described as the easterly portions of
  Lots 12 & 13, Block 2, City of Rogers, Hennepin County, Minnesota.
  After November 29, 1996, plans and specifications may be obtained
  for a NON-REFUNDABLE fee from "Jorji" at Kelly Blueprint, 8877
  West 75th Street, Overland Park, KS 66204-2275, telephone 913/341-2333.
  Contact Kelly Blueprint in writing for lists of planholders
  or by faxing your request to them at 913/341-7143. No telephone
  requests will be accepted. DO NOT CONTACT THE POSTAL SERVICE
  FOR PLANS AND SPECIFICATIONS OR PLANHOLDER LISTS.
CITE: (I-338 SN008088)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Federal Aviation Administration, 2300 East Devon Ave.,
  Des Plaines Il
SUBJECT: Y -- CORRECTION TO RENOVATION OF AUTOMATION WING BASEMENT,
  FIRST FLOOR, AND HOST AREA, AND FIRE PROTECTION MODIFICATIONS
  AT MINNEAPOLIS ARTCC, FARMINGTON, MN
SOL DTFA14-97-R-33877
POC Teresa Brady, Contracting Officer.
DESC: The fax number previously published for this announcement
  is incorrect. Facsimile requests can be transmitted to (847)
  294-8310.
CITE: (I-338 SN008121)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG
  MS 39180-3435
SUBJECT: Y--FC/MR&T, YAZOO BASIN, MS, DEMONSTRATION EROSION CONTROL
  PROJECT, COLDWATER RIVER WATERSHED, LOW DROP GRADE CONTROL
  STRUCTURE, NUNNALLY CREEK, SITE NO. 1, LD-95-03
SOL DACW38-97-B-0014
DUE 012897
POC Contract Specialist JERI MCGUFFIE (601) 631-5357 (Site Code
  CW38)
DESC: The work consists of furnishing all plant, labor, materials
  and equipment for constructing one low drop grade control structure
  in Marshall County, Mississippi. Principal features of the
  work include clearing and grubbing, control of water, excavatio,
  fill, backfill, engineering fabric, filter stone, stone protection,
  reforestation, erosion control, grouted riprap, and environmental
  protection. The estimated value of the proposed work is between
  $100,000 and $250,000. Plans $5.60. Specifications $7.00 Issue
  date on or about 23 Dec 96. Bid Opening date on or about 28
  Jan 97.
CITE: (I-338 SN008222)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET,
  SACRAMENTO CA 95814-2922
SUBJECT: Y--SOF AIRBORNE OPERATIONS TERMINAL, YUMA PROVING GROUND,
  ARIZONA
SOL DACA05-97-B-0005
DUE 012297
POC PLAN ROOM FAX: (916) 557-7842. Contract Specialist Joyce
  Yuki (916)557-5245 or FAX: (916)557-7854. Contracting Officer
  Judith Grant. (Site Code DACA05)
DESC: This project consists of constructing a 13,800 SF standard
  pre-engineered rigid frame metal building on concrete slab-on-grade
  with pitched metal roof. This facility includes an 11,400 SF
  parachute packing area and 2,400 SF support area, plus an acces
  road and parking for vehicles and buses, a paved walkway from
  the building to the taxiway, signs and landscaping. The project
  is located at Yuma's Laguna Army Airfield (LAAF). This procurement
  will be conducted under SIC code: 1542. The size standard forthis
  SIC code is: $17.0 million. Large businesses competing for
  this project must comply with the FAR 52.219-9 clause regarding
  the requirement for a subcontracting plan on the part of the
  work it intends to subcontract. A firm that submits a plan
  with lesser goals must submit written rationale to support
  goals submitted. Estimated cost is between $1,000,000 and $5,000,000.
  Plans and specifications for this project mut be ordered and
  the check received by the CUT OFF DATE of 16 DEC 1996 to ensure
  receipt of bid sets at a cost of $30.00 for specifications
  (text only); and $17.00 for full-size drawings. Half-size drawings
  are not available. Orders and checks received beynd the CUT
  OFF DATE will not be honored. Plans and specifications will
  be mailed out on or about 23 DEC 1996. Because a limited number
  of sets will be reproduced, copies are limited to one set per
  firm. Payment by company check, certified check or money order
  made payable to the Finance and Accounting Officer, USAED,
  Sacramento. Payment must be submitted with order request or
  delivered in person to USED, Sacramento, ATTN: Plan Room, 1325
  J Street, Sacramento, CA 95814-2922. Do not address to the
  contract specialist for this will delay your order. Firms are
  requested to provide their name, street and mailing address,
  telephone and FAX numbers and the soicitation number of the
  project. All responsible business sources may submit a bid
  which will be considered by the agency. See Note 26.
CITE: (I-338 SN008240)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USA Engineer District-Detroit, Corps of Engineers, 477
  Michigan Ave, Detroit, Mi 48226
SUBJECT: Y--FY97 MAINTENANCE DREDGING OF ST. JOSEPH (OUTER) HARBOR,
  MICHIGAN
SOL DACW35-97-B-0003
DUE 011797
POC Contract Specialist Michael Ciaciuch (313) 226-6432 (Site
  Code DACW35)
DESC: Maintenance Dredging to St. Joseph (Outer) Harbor, Michigan
  and all work related thereto. Estimated quantity is 32,100
  cubic yards. This procurement is a 100% set aside for an emerging
  small business. SIC Code is 1629 and the emerging small business
  ize standard is $6,750,000.00 in average annual receipts for
  the preceding 3 years. The estimated cost range is between
  $100,000.00 and $250,000.00. The non-refundable charge for
  Solicitation documents is $3.95.
CITE: (I-338 SN008244)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: U.S. Department of State, A/FBO/AP/AD, Room L-600, P.O.
  Box 12248, Rosslyn Station, Arlington, VA 22219
SUBJECT: Y -- PRE-QUALIFICATION FOR CONSTRUCTION OF SITE UTILITIES
  AT THE U.S. EMBASSY KUWAIT
SOL S-FBOAD-97-R-0016
DUE 122096
POC James K. Kimmel, Constract Specialist, 703-875-6276.
DESC: The U.S. Department of State, Office of Foreign Buildings
  Operations (FBO) is seeking to pre-qualify offerors for construction
  of site utilities for a new housing area at the U.S. Embassy
  Kuwait. The project scope includes the following: new power
  distribution system; sanitary sewer system; domestic water
  distribution system; water irrigation connection and rough
  grading of site. The estimated value of construction ranges
  from $500,000 to $1,000,000. The contract type shall be a firm
  fixed price contract. The performance period is estimated to
  be three (3) months from the date of contract award. The contractor
  is not required to have a security clearance for this project.
  In order for any firm outside of Kuwait to do business in Kuwait,
  the firm must be sponsored by a Kuwaiti agent in accordance
  with local Kuwaiti law. Firms may want to contact the Kuwait
  Embassy in Washington, D.C. for more details. The U.S. Embassy
  Kuwait cannot sponsor a firm. Prospective offerors must meet
  the following pre-qualification criteria, and provide details
  of their qualifications in writing, in order to receive the
  solicitation: A) show knowledge of Kuwait construction practices
  and in the procurement and importation of construction materials
  into a foreign country; B) show successful completion of similar
  projects between $500,000 to $1,000,000 within the last five
  (5) years; C) show successful completion of infrastructure
  projects where the facility is in operation during construction;
  D) show successful completion of projects involving major utility
  construction; E) show that the firm has been in business for
  at least three (3) years prior to this announcement; and E)
  show financial capability and resources to undertake a prject
  between $500,000 to $1,000,000 and be able to obtain the required
  performance and payment bonds, or bank letters of credit or
  guarantee. Responses to items A, B, C, and D require the project
  owner's name, address, telephone number, and contact person
  for the project. Interested firms must request, by mail or
  facsimile, a pre-qualification application within 15 days of
  publication of this announcement from Mr. James K. Kimmel at
  the following address: U.S. Department of State, A/FBO/AP/AD,
  Room L-600, P.O. Box 12248, Rosslyn Station, Arlington, VA
  22219, facsimile number 703-875-6292.
CITE: (I-338 SN008398)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: BIA, FMCC, Acquisition Services Program Staff, 210 Third
  Street NW, Albuquerque, NM 87103
SUBJECT: Y -- KINLICHEE BOARDING SCHOOL
SOL BIA-0150-97-2
DUE 121796
POC Judith Bodo
DESC: Correction: This action originally publicized in the CBD
  as synopsis number 96-5, dated November 4, 1996, is amended.
  The following words are deleted in their entirety, "price range
  for Serial No. BIA-0150-97-2 is between $1 million and $5 million."
  Insert in lieu thereof "price range for Serial No. BIA-0150-97-2
  is between $5 million and $10 million." All other information
  publicized in the original synopsis is correct.
CITE: (I-338 SN008411)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: North Central Regional Contracting, 1300 Metropolitan
  Ave, Leavenworth, KS 66048
SUBJECT: Y -- PROVIDE ALL LABOR, MATERIAL AND EXPERTISE TO CONSTRUCT
  A KIDNEY DIALYSIS UNIT AT THE FEDERAL MEDICAL CENTER FOR FEDERAL
  PRISONERS AT SPRINGFIELD, MO.
SOL IFB 175-6002
DUE 010797
POC Kathy Goldak, Contract Specialist, (913) 682-8700 ext 619.
DESC: Correction to Sources Sought Synopsis: There will be a
  non-refundable charge of $150.00 for the solicitation documents.
  Checks must be made out to Archimages, Inc., 9717 Landmark
  Parkway, Suite 207, St. Louis, MO 63127, Attn: Jim Huber. Requests
  must be in writing, no phone calls accepted. Solicitation packets
  will be available until 10 calendars days before bid opening.
  First come first served copies available to plan rooms at no
  charge. This requirement is not set-aside for small business.
  All responsible/responsive contractors may submit a bid which
  will be considered. Prio
CITE: (I-338 SN008423)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Federal Highway Administration, Loudoun Tech Center,
  21400 Ridgetop Circle, Sterling, Virginia  20166-6511
SUBJECT: Y -- BLUE RIDGE PARKWAY PROJECT PRA-BLRI 2M19,N13
SOL DTFH71-97-B-00003
DUE 011697
POC Contact for verifying availibility of bidding documents:
  Contract Specialist Sue Stanton, 703-285-0006; Contact for
  technical information:  Engineering Coordinator, Robert Sparrow,
  703-285-0075; Contracting Officer, Mary W. Daigle.
DESC: This procurement is open to all business concerns. Blue
  Ridge Parkway Project PRA-BLRI 2M19,N13, in McDowell County,
  North Carolina, consists of slide repairs and approach work
  on the Blue Ridge Parkway at Mileposts 336.9, 345.2, and 351.9;
  pavement overlay at the Singlecat Ridge Parking Area; and includes
  grading, drainage improvements, embankment reinforcement, placement
  of aggregate base and hot asphalt concrete pavement, and other
  miscellaneous work. Principal items of work and approximate
  quantities are as follows: Roadway Excavation, 3,500 m3; Unclassified
  Borrow, 500 m3; Geogrid Reinforcement (primary and intermediate),
  8,500 m2; Aggregate Base, C or D, 2,000 metric tons; Hot Asphalt
  Concrete Pavement, Class C, Grading B and D, 2,000 metric tons;
  Steel-Backed Timber Guardrail, 500 m; Temporary Traffic Signal
  System, 3 each.  The project is expected to fall within the
  price range of $500,000 to $1,000,000 and has a construction
  completion date of September 15, 1997.  Invitation for Bids
  No. DTFH71-97-B-00003 to be issued on or about December 17,
  1996. Plans, proposal and contract booklets, standard specifications,
  and other bid documents, will be available on or after the
  issuance date, from the Federal Highway Administration, Eastern
  Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling,
  Virginia 20166-6511, telephone: 800-892-8776, at no charge
  to bidders, subcontractors, and suppliers. Please call to verify
  availability of the bid documents. All requests for bid documents
  and planholder's lists will be mailed first class. It is strongly
  recommended that all requests for bid documents and planholder's
  lists be received 7 calendar days before bid opening to ensure
  receipt of requested materials.  Requests for 'faxing' or overnight
  mailing will not be accepted.  Bid opening on or about January
  16, 1997, at 2:00 pm, local time at the Office of the Division
  Engineer, Federal Highway Administration, Eastern Federal Lands
  Highway Division, 21400 Ridgetop Circle, Sterling, Virginia
  20166-6511.  The following applies to Minority, Women-Owned
  and Disadvantaged Business Enterprises:  The Department of
  Transportation (DOT) Office of Small and Disadvantaged Business
  Utilization has bonding programs to assist minority, women-owned
  and disadvantaged business enterprises in acquiring short-term
  capital and bonding assistance for transportation-related contracts.
   Loans are available under the DOT Short Term Lending Program
  (STLP) at prime interest rates up to $500,000 per contract
  to provide accounts receivable financing.  The DOT Bonding
  Assistance Program enables firms to apply for bid, performance
  and payment bonds up to $500,000 per contract. DOT provides
  an 80 percent guaranty on the bond amount to a surety against
  losses.  For further information and applicable forms concerning
  the STLP and Bonding Assistance Program, please call (800)
  532-1169.
CITE: (I-338 SN008501)

[Commerce Business Daily: Posted December 02, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Navy Public Works Center, Jacksonville,
  P.O. Box 30, Jacksonville, Florida 32212-0030
SUBJECT: Z--REMOVE LEAD PAINT FROM VARIOUS BUILDINGS
SOL N68931-97-Q-3008
DUE 121696
POC Ms. Tammy Szydloski or Ms. Vicki Hunter (904) 270-5215
DESC:  CORRECTION:  The deadline for the receipt of bids for
  this solicitation is changed to 12/16/96.  All other information
  publicized in the original synopsis is correct.
LINK http://cbdnet.access.gpo.gov
LINKDESC: 
EMAIL fjanosic_at_pwcoa@jaxmail.navy.mil
EMAILDESC: 
CITE: (W-337 SN007756)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Navy Public Works Center, Jacksonville,
  P.O. Box 30, Jacksonville, Florida 32212-0030
SUBJECT: Z--INSTALL CHILLER, BLDG 80
SOL N68931-97-Q-1015
DUE 121696
POC Ms. Susan Heuler, (904) 778-5560, Contracting Officer
DESC: Replace existing air cooled chiller and chill water pump
  with new 80 ton air cooled chiller and chill water pump including
  associated piping and electrical circuits at building 80. 
  Performance period will be 60 calendar days.  All quotations
  must be submitted in writing.  All responsible sources will
  be considered. 
LINK http://cbdnet.access.gpo.gov
LINKDESC: 
EMAIL sheuler_at_pwcoa@jaxmail.navy.mil
EMAILDESC: 
CITE: (W-338 SN007975)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Federal Prison Camp, Allenwood, Regional Contracting
  Office, P.O. Box 1000, Montgomery, PA 17752
SUBJECT: Z -- ROAD AND PARKING LOT PAVING
SOL IFB 428-0018
DUE 020497
POC G. F. Garceau, Regional Contract Specialist, 717-547-1641,
  extension 541
DESC: Modification: Change Block 9 to read IFB 428-0018 and change
  IFB number in Block 17 to reflect 428-0018.
CITE: (I-338 SN008117)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility,
  P.O. Box 960001, Stockton, CA 95296-0800
SUBJECT: Z --  ENLARGE CARGO DOORS
SOL SP3200-97-Q-0012
DUE 020197
POC Craig Studley 209- 982-2413 
DESC: Contractor shall furnish all labor, equipment, accessories
  and material necessary to enlarge ten (10) cargo door openings
  from 10 FT wide x 10 FT high to 16 FT wide x 10 FT high, and
  install new overhed, motor operated, coiling cargo doors for
  each new opening at Defense Distribution Region West, Sharpe
  Facility, Lathrop, CA.  Asbestos work is required to remove
  existing asbestos containing siding shingles for door enlargement.
   Period of Performance is 90 days.  Esttimated Project Size
  is between $25,000 and $100,000.  Standard Industrial Code
  is $17 million.  All responsible sources may submit an offer
  which shall be considered.  Only written request will be accepeted
  and may be faxed to (209) 982-2450 or mailed will be accepted
  and may be faxed to (209) 982-2450 or mailed to Contracting
  Division, Defense Distribution Region West, ASCW-PAA, P.O.
  Box 960001, Stockton, CA  95296-0800.   
CITE: (W-338 SN008131)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility,
  P.O. Box 960001, Stockton, CA 95296-0800
SUBJECT: Z--REPLACE ALARM CHECK VALVE ASSEMBLIES
SOL SP3200-97-B-0002
DUE 020497
POC Sonya Baird, Contract Specialist (209) 982-2426
DESC: Contractor to replace 42 each 6-inch and 52 each 8-inch
  alarm check valve assemblies to include standard trim piping,
  pressure gauges, retarding chamber, testing bypass valve, main
  drain, and other components as required for a fully operational
  system in Buildings 205, 305, 208, 308, 408, 508, 286, and
  386 at Defense Distribution Region West, Sharpe Facility, Lathrop,
  CA.  Period of Performance is 90 days after Notice to Proceed.
   Estimated Project Size is between $100,000 and $250,000. 
  Standard Industrial Code is 1711 for which the small business
  size standard is $7 million.  All responsible sources may submit
  an offer which shall be considered.  Only written requests
  will be accepted and may be faxed to (209) 982-2450 or mailed
  to Contracting Division, Defense Distribution Region West,
  P. O. Box 960001, Stockton, CA  95296-0800.  
CITE: (W-338 SN008206)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX
  3755, SEATTLE WA 98124-3755
SUBJECT: Z--Z-FY97 EDIZ HOOK BEACH EROSION CONTROL, PORT ANGELES,
  WA
SOL DACW67-97-B-0014
DUE 012297
POC Contract Specialist Anita B Repanich (206) 764-6805 (Site
  Code DACA67)
DESC: Furnish and place up to 50,000 tons of linch to 12 inch
  (sieve size) gravel/cobble beach nourishment along approximately
  5,000 feet of the western half of the 13,300 foot-long revetment
  project and rekeying of displaced armor rock. Plans and specs
  avilable on or about 23 DEC 96 at no charge per set. No individual
  sheets are available. Documents will be issued on a first come,
  first served basis until supply is exhausted. No phone requests
  accepted. Refer to IFB No. DACW67-97-B- 0014 when ordering.
  Reqests must be in writing and must be received before bid
  documents will be mailed. Requests may be FAXed to (206)764-
  6817 or requested via internet e-mail at plans-room-cenps-
  ct@nps.usace.army.mil confirmation copy need not be mailed.
  Plans and specs may be picked up from the Plans Room Monday
  thru Friday between the hours of 7:30 A.M. and 3:30 P.M. Submit
  requests by 17 DEC 96. Estimated dollar value is in the range
  of $500,00.00 to $1,000,000.00 and completion period is 240
  days. Standard Industrial Classification Code 1629. Project
  is open to both large and small business.
CITE: (I-338 SN008216)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA Keystone Realty Svcs District (3PK), The Wanamaker
  Building Rm 727, 100 Penn Square East, Philadelphia, PA 19107-3396
SUBJECT: Z--MULTIPLE INDEFINITE QUANTITY TERM CONTRACT FOR REPAIR
  & ALTERATION IN ALLEGHENY, ARMSTRONG, BEAVER, BUTLER, FAYETTE,
  INDIANA, WASHINGTON, AND WESTMORELAND, PA
SOL GS03P97CDD1005
DUE 010897
POC Contract Officer, Liliana Delbonifro, (215) 656-6103
DESC: CORRECTION: The purpose of this modification is to cancel
  the CBD announcement that appeared in the November 15, 1996
  issue referenced by the solicitaion number above.
CITE: (I-338 SN008218)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA Keystone Realty Svcs District (3PK), The Wanamaker
  Building Rm 727, 100 Penn Square East, Philadelphia, PA 19107-3396
SUBJECT: Z--MULTIPLE INDEFINITE QUANTITY TERM CONTRACT FOR REPAIR
  & ALTERATION IN THE COUNTIES OF ALLEGHENY, ARMSTRONG, BEAVER,
  BUTLER, FAYETTE, INDIANA, WASHINGTON, AND WESTMORELAND, PA
SOL GS03P97CDD1010
DUE 012997
POC Contract Specialist, Liliana Delbonifro, (215) 656-6103
DESC: Provide all labor, material, supervision, equipment and
  tools necessary for general repairs and alterations to Government
  owned and leased facilities in the counties of Allegheny, Armstrong,
  Beaver, Butler, Fayette, Indiana, Washington, and Westmorelnd,
  PA. This will be an Indefinite Quantity Construction Contracts
  with the ability to perform associated design services for
  construction projects ranging from approximately $100,000 to
  $2 MILLION. The estimated cost of construction for a given
  year underthis contract is approximately $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 to make three awards under
  the subject solicitation. Individual delivery orders may be
  competed among the selected firms under the contract unless
  the Government deems otherwise on an individual task orer basis.
  The contracts will be for a one year base period with four
  (4) one year unilateral options on the part of the Government.
  The requirement is being solicited through full and open competition.
  SIC Code 1542. Responses should be mailed or faxed to he attention
  of Ms. Donna M. England, GSA, Keystone RSD (3PKC), The Wanamaker
  Building, Room 725, 100 Penn Square East, Philadelphia, PA
  19107, (215) 656-5955. No telephone requests will be accepted.
  The specifications will be available on or about 12/30/96.
  There will be no public opening of offers.
CITE: (I-338 SN008220)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U. S. ARMY CORPS OF ENGINEERS, CONTRACTING DIVISION,
  P. O. BOX 1229, GALVESTON TEXAS 77553-1229
SUBJECT: Z--GALVESTON HARBOR AND CHANNEL, TEXAS, DREDGING BOLIVAR
  ROADS TO PIER "B", GALVESTON COUNTY, TEXAS
SOL DACW64-97-B-0005
DUE 010897
POC Contract Specialist Lucy Smith (409) 766-3845 Contracting
  Officer Mary A. Monnell (409) 766-3851 (Site Code DACW64)
DESC: The plans and specifications will provide for the removal
  of approximately 4,526,000 cubic yards of shoaled material
  from 20,300 linear feet of project channel over varying widths
  of 985 to 1,135 feet and to required depths of 36, 38, and
  43 feet (beow mean low tide) and 2 feet of allowable overdepth.
  It will also be necessary to repair approximately 39,000 lineal
  feet of levee and make minor repairs to spillways. Disposal
  material to be place into two separate confined areas. Barrier
  fabric is not reuired. The cost for one set of plans and specifications:
  Full Size - $25.00; Half Size - $17.50 (Non-Refundable). Subcontracting
  goals for the Galveston District are: 52.5% Small Business;
  8.8% Small Disadvantaged Business; and 3.0% Woman-Owned Business.
  Price range for this work is between $1,000,000.00 and $5,000,000.00
CITE: (I-338 SN008246)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commercial Acquisition Department, Bldg. 11, Naval Undersea
  Warfare Center Division, Newport, Code 59, Simonpietri Dr.,
  Newport, RI 02841-1708
SUBJECT: Z--SERVICES FOR ROUTINE MAINTENANCE AND MINOR EQUIPMENT
  UPGRADES FOR THE DATA ACQUISITION AND PROCESSING SYSTEM
SOL N66604-97-Q-0350
DUE 011097
POC Contact Joan Purcell at (401) 841-2442 X214 or Peg Maguire,
  Contracting Officer at (401) 841-2442 X293.  Fax number (401)
  841-4820.
DESC: A Time and Material contract is anticipated on a sole source
  basis with Sanders - A Lockheed Martin Company, PTPOS-B002,
  P.O. Box 868, Nashua, NH for services for routine maintenance
  and minor equipment upgrades for the Data Acquisition and Processing
  System (DAP).  The DAP system is a 512 channel state-of-the-art
  signal conditioning, analog-to digital converter, and digital
  recording system designed to support testing of the High Resolution
  Torpedo Sonar System.  Performance period is from award throu
  gh September 30, 1998.  The SIC Code is 7378, the small business
  standard code is $18 million.  A single award is anticipated.
  Telephone requests will not be accepted for the solicitation.
   Fax requests will be accepted at (401) 841-4820.  See Note
  22.
CITE: (I-338 SN008248)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Army, Corps of Engineers, Philadelphia
  District, 100 Penn Square East, Rm 643, Philadelphia PA  19107
SUBJECT: Z--BRIDGE PAINTING, CHESAPEAKE CITY BRIDGE, CHESAPEAKE
  CITY, MARYLAND
SOL DACW61-97-B-0009
DUE 022597
POC Contract Specialist, William A. Bailey, (215) 656-6932.
DESC: Modification: Painting of Chesapeake City Bridge, Chesapeake
  City, Maryland and Delaware. The solicitation issuance date
  and bid opening dates are changed. The solicitation will now
  be issued on/about Jan. 24, 1997, and open on/about Feb. 25,
  1997. All other information remains the same.
CITE: (M-338 SN008253)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Fluor Daniel Fernald, P.O. Box 538704, Cincinnati, Ohio
  45253-8704
SUBJECT: Z--DEMOLITION
SOL FSC 605
DUE 010697
POC Randy Ector, (513) 648-5170.
DESC: Fluor Daniel Fernald (FDF), RFP No. FSC 605 is re-scheduled
  for release on or about January 6, 1997 for the dismantling
  of Plant 9 and ancillary structures and Building Nos. 32A,
  32B, 34, 64, 65, 78 and 81 (PLANT 9/THORIUM PROJECT) at the
  Department of Energy's Environmental Management Project in
  Fernald, Hamilton County, Ohio. NOTE: DUE TO UNCERTAINTIES
  REGARDING THE FEDERAL BUDGET, FUNDING IS CURRENTLY NOT AVAILABLE
  FOR THIS PROJECT, HOWEVER, IT IS EXPECTED TO BE AUTHORIZED
  FOR AN ANTICIPATED AWARD IN MID 1997. These buildings were
  used to process, refine, and store uranium and thorium bearing
  products during the production of metals for use in government
  defense programs. The complete buildings, interior components
  and equipment, and  exterior equipment shall be dismantled,
  removed, segregated, cut, containerized, and moved to specified
  project locations. Removal items shall include the following:
  HVAC units, duct, process piping, service piping, valves, gauges,
  instrumentation panels, electrical trays, troughs, hangers,
  insulation, electrical control panels, process equipment, doors,
  shelves, friable asbestos, asbestos transite siding, sheet
  metal panels, gutters, exhaust vent, structural steel, cast
  in-place concrete, steel decking, interior and exterior above
  ground tanks, concrete equipment foundations, bridge cranes,
  and other associated equipment. To be qualified to submit a
  proposal and receive award for this work, a prospective offeror
  must: (A)  provide a list of ALL contracts meeting Criteria
  1 through 6 whether successfully performed or not. The list
  shall include (a) type of job (brief description of work performed),
  (b) location, (c) point of contact and telephone number of
  the project owner, (d) dollar value of work performed by the
  prime contractor or lower tier subcontractor, as applicable,
  and (e) identity of lower tier subcontracts, where applicable.
  CRITERIA 1--Successful performance (quality, technical and
  schedule) by the prime contractor of at least one (1) federal
  government contract within the last five (5) years, in which
  the prime contractor's contract amount was greater than $3
  million and at least 45% of the work was performed directly
  by the prime contractor.  CRITERIA 2--Successful performance
  (quality, technical and schedule) by the prime contractor of
  single or multiple contracts in remedial de-construction/demolition
  work, in the last five (5) years, on projects governed by OSHA/CERCLA
  or OSHA/RCRA in which the aggregate prime contractor's contract
  value was greater than $5 million and at least 45% of the work
  was performed directly by the prime contractor. CRITERIA 3--Successful
  performance (quality, technical and schedule) by the prime
  contractor or the named lower tier subcontractor of asbestos
  abatement over the past five (5) years with an aggregate value
  greater than $5 million. At least one (1) abatement project
  must have been performed in exposed height conditions greater
  than 30 feet.  (Identify on list submitted.) This work must
  have been performed directly by the prime contractor or the
  named subcontractor. CRITERIA 4--Successful performance (technical
  expertise and safe competent execution) by the prime contractor
  or the named lower tier subcontractor of rigging design and
  rigging for at least two (2) engineered lifts of 10 tons or
  greater during the last five (5) years. The rigging design
  and execution must be by the same firm. CRITERIA 5--Successful
  dismantlement (quality and schedule) by the prime contractor
  or the named lower tier subcontractor of at least two (2) structures
  greater than 30 feet in height in the past five (5) years using
  mechanical shearing techniques. This work must have been performed
  directly by  the prime contractor or the named subcontractor.
  CRITERIA 6--Successful performance (quality and schedule) by
  the prime contractor on at least two (2) projects with an aggregate
  contract value greater than $5 million where greater than 50%
  of the work was directly performed wearing anti-contamination
  clothing and 50% of the work was performed wearing respirators
  because of chemical and radiological hazards. At least 25%
  of the experience shall be radiological. (B) Provide documentation
  or statement for Criteria 7 and 8. CRITERIA 7--The prime contractor
  and the lower tier subcontractors must be able to demonstrate
  to the satisfaction of FDF that it has a record of safe construction
  performance as demonstrated by a current workers compensation
  insurance experience modification rate (EMR) of less than or
  equal to 1.05 or  the trend for the past three (3) years in
  downward and none of the past three (3) years has an EMR greater
  than 1.25. CRITERIA 8--The prime contractor must be able and
  willing to perform at least 45% of the work with their own
  forces. Prime contractor may include wholly owned subsidiaries
  if the work was performed or is to be performed as one integral
  project team. If the prime subcontractor is a joint venture,
  the prime contractor criteria may be met by one or a combination
  of the venturers. Estimated cost $5,000,000 to $10,000,000;
  Bid Guarantee required; non-refundable charge for solicitation
  documents to be determined. Interested firms should send a
  LETTER OF QUALIFICATION referencing RFP No. FSC 605 and including
  shipping address, contact, and telephone and fax numbers to
  the attention of Randy Ector at FDF,  P.O. Box 538704, Mail
  Stop 44, Cincinnati, Ohio 45253-8704 no later than December
  11, 1996. Checks will not be accepted at this time. Qualified
  firms will be notified approximately December 20, 1996 and
  requested to submit a check for the solicitation documents
  at that time. The exact proposal due date will be established
  by the RFP. All pre-qualified sources may submit a proposal
  which will be considered. Any firm interested as a lower tier
  subcontractor or supplier may obtain a copy of the solicitation
  by sending a check to the above address, however, proposals
  will only be accepted by FDF from pre-qualified ``PRIME'' offerors.
CITE: (M-338 SN008255)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA-Forest Service, Umatilla National Forest, 2517 S.W.
  Hailey Ave., Pendleton, OR 97801-3942
SUBJECT: Z--ROAD RECONSTRUCTION
SOL Sol. R6-14-97-14
DUE 012497
POC Merle Matthews, 541-278-3843
DESC:  The Umatilla National Forest is soliciting quotes for
  the reconstruction of 0.24 miles of single-lane road and related
  work.  Project is located on the Walla Walla RD in Umatilla
  Co., northeastern Oregon.  Desired date for starting work is
  7/1/97 with a contract time of 72 days.  An alternative payment
  protection (bond) will be required.  Price Range:  Between
  $25,000 and $100,000.  
CITE: (W-338 SN008259)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Navy Public Works Center, Jacksonville,
  P.O. Box 30, Jacksonville, Florida 32212-0030
SUBJECT: Z--REPAIR
SOL N68931-97-Q-3007
DUE 121696
POC GHhhhh
DESC: reoairs  
LINK http://cbdnet.access.gpo.gov
LINKDESC: 
EMAIL fjanosic_at_pwcoa@jaxmail.navy.mil
EMAILDESC: 
CITE: (W-338 SN008260)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Dept. of Health and Human Services, Indian Health Service,
  Engineering Services-Seattle, 2201 Sixth Ave., RX-24, Rm 710,
  Seattle, WA 98121
SUBJECT: Z--MISCELLANEOUS REPAIRS (HVAC & ADA IMPROVEMENTS),
  EAGLE BUTTE, SOUTH DAKOTA (AB4EB079H7)
SOL 102-IFB-97-0001
POC Contracting Officer, Judi M. Jzyk, (206) 615-2025.
DESC: Work to be performed consists of a new vehicle storage
  yard; x-ray room alterations; miscellaneous electrical; vinyl
  base replacement; residential basement walls insulation; attic
  insulation; computer room A/C unit; rooftop A/C unit; revise
  ductwork and diffusers; install toilets and sink; install new
  fintube, copper pipe, thermostats, valves and pipe insulation
  in quarters; and miscellaneous ADA improvements. The plans
  and specifications use International System of Units (SI) metric
  equivalent measurements. Project completion time is estimated
  to be 150 calendar days after notice to proceed. Estimated
  construction cost is between $250,000 and $500,000.--The proposed
  contract  listed herein is set aside for 51% Indian-owned,
  controlled, and operated firms under the authority of the Buy
  Indian Act. In accordance with the Public Health Service Acquisition
  Regulation Paragraph 380.503(e), not more than fifty (50) percent
  of the work to be performed under a prime contract awarded
  pursuant to the Buy Indian Act shall be subcontracted to other
  than Indian firms. For this purpose, work to be performed does
  not include the provision of materials, supplies, or equipment.--Award
  is subject to the availability of funds.--A pre-solicitation
  notice is being issued concurrently with this synopsis.--Bid
  documents will be available at no charge on about January 14,
    1997, at the HHS/IHS/Engineering Services, address listed
  above. No telephone requests for bid documents, please, only
  written requests received directly from the requestor will
  be accepted. (FAX (206) 615-2466.) This project was previously
  solicited under #102-IFB-96-0018.
CITE: (M-338 SN008267)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Southern Division,Naval Facilities
  Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: Z - RENOVATE BOWLING CENTER, NAVAL SUBMARINE BASE, KINGS
  BAY, GA
SOL N62467-93-B-1133
DUE 012397
POC Technical - Attn: Ralph Peters, Code 0211RP.  Contractin
  Officer - L. R. Fisk.  
DESC: THIS IS A PRESOLICITATION NOTICE ONLY.  A SOLICITATION
  NOTICE WILL BE PUBLISHED BEFORE INVITATIONS ARE ISSUED.  THIS
  SOLICITATION IS ADVERTISED ON AN "UNRESTRICTED BASIS INVITING
  FULL AND OPEN COMPETITION. The project includes the alteration
  of the existing Bowling Center building.  Alterations include
  the addition of mechanical and kitchen storage space, an entry
  cover, bowling lane overlays, bowling ball returns, scoring
  equipment, new finishes, mechanical equipment, electrical equipment,
  lighting, and site work.  Exterior load bearing masonry walls
  have brick veneer and entry cover consists of wood, standing
  seam metal roofing and stucco soffit.  Other building components
  include hollow metal frames, aluminum doors and frames, wood
  doors, ceramic tile restrooms, carpet and rubber flooring.
  Supporting facilities include storm drainage system, sidewalks,
  parking, landscape and incidental related incidental work to
  provide a complete and usable facility.  For Plans and Specifications:
  There is a $55.00 NON-REFUNDABLE CHARGE for "EACH" set of Plans
  and Specifications. To obtain Plans and Specifications you
  may CHARGE your request to a CORPORATE VISA CREDIT CARD or
  make company check payable to: US TREASURY and send to:  THE
  DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, P.
  O. BOX 71359, CHARLESTON, SC 29415 (TO FEDERAL EXPRESS YOUR
  REQUEST:  THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE
  MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON, SC 29408-1802.)
   If problems arise concerning your request, call Ronnie Mitchum
  at 803/743-4040.  PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR,
  SUBCONTRACTOR, SUPPLIER, ETC.  PLEASE INCLUDE (1) A POINT OF
  CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER IN YOUR
  REQUEST FOR PLANS AND SPECIFICATIONS.  To obtain a Plan Holders
  List fax your request to 803/743-3027.  Plan Holders List will
  be mailed.  We cannot fax Plan Holders List.  For inquiries
  about Bid Opening Date or Number of Amendments; contact Shirley
  Shumer at 803/820-5923.  Technical Inquiries prior to Bid Opening
  must be submitted in writing 15 days before Bid Opening to
  the address listed above, or faxed to 803/820-5853, Attn: Ralph
  Peters, Code 0211RP.  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 $500,000.00 and $1,000,000.00. Estimated duration of
  the contract is 180 days for completion.    
CITE: (W-338 SN008338)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Commanding Officer, Southern Division,Naval Facilities
  Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North
  Charleston, SC 29419-9010
SUBJECT: Z - WASTEWATER PLANT UPGRADE, NAVAL AIR STATION, KEY
  WEST, FL
SOL N62467-96-B-0765
DUE 012897
POC Technical - Attn: Susie Conner, Code 0211SC.  Contractin
  Officer - L. R. Fisk.  
DESC: THIS PRE-SOLICITATION IS BEING ADVERTISED ON AN "UNRESTRICTED"
  BASIS INVITING FULL AND OPEN COMPETITION.  A SOLICITATION NOTICE
  WILL BE PUBLISHED BEFORE INVITATIONS ARE ISSUED.  The work
  includes upgrading existing wastewater treatment plant with
  new bar screens and grit collection system, new and renovated
  clarifiers and aeration tanks, new sludge drying beds, pump
  and compressed air blower buildings, an elevated control building,
  pumps, extensive piping, and incidental related work.  Primary
  construction is cast-in place concrete and concrete masonry.
   FOR PLANS AND SPECIFICATIONS:  There is a $50.00 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 29425 (TO FEDERAL
  EXPRESS YOUR REQUEST:  THE DEFENSE AUTOMATED PRINTING SERVICE,
  ATTN: RONNIE MITCHUM, 2825 AVENUE "D" NORTH, SUITE "B", CHARLESTON,
  SC 29408-1802.)  If problems arise concerning your request,
  call RONNIE MITCHUM at 803/743-4040.  PLEASE INDICATE IF YOU
  ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC.  PLEASE
  ALSO INCLUDE (1)A POINT OF CONTACT, (2)A TELEPHONE NUMBER,
  AND (3)A FAX NUMBER.  To obtain a Plan Holders List fax your
  request to 803/743-3027.  Plan Holders List will be mailed.
   We cannot fax Plan Holders List.  For inquiries about Bid
  Opening Date or Number of Amendments; contact Shirley Shumer
  at 803/820-5923.  Technical Inquiries prior to Bid Opening
  must be submitted in writing 15 days before Bid Opening to
  the address listed above, or faxed 803/820-5853, Attn: Susie
  Conner, Code 0211SC.  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 465 days for completion.
CITE: (W-338 SN008340)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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 012397
POC Gisela Donmyer (504) 678-2150, Ext 212.
DESC: The work includes rehabilitate existing sanitary sewers
  by the pipe bursting method which splits the existing pipe
  and immediately installing a new polyethylene pipe, reconnect
  existing sewer service connections, television inspection of
  the polyethylene pipe and complete installation in accordance
  with the contract documents. Only hydraulically and pneumatically
  operated equipment will be allowed for this replacement. This
  solicitation will be issued on an Unrestricted basis. Estimated
  cost is between $500,000 and $1,000,000. Estimated duration
  of the contract is 165 calendar days for completion. Plans
  and Specs will be available on or about 23 December 1996. Request
  for solicitation packages should be received by the issuing
  office not later than 10 days of listing of solicitatiion in
  CBD. Requests must be submitted in writing (or faxed, (504)
  678-2631) to Resident Officer in Charge of Construction, Bldg
  157, NSA, 2300 General Meyer Ave, New Orleans, LA 70142-5007.
  Telephone requests will not be honored. No charge.
CITE: (I-338 SN008396)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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 -- REPLACE ROOFS AND FENCES, NAVAL AIR STATION, JRB,
  NEW ORLEANS, LA
SOL N62467-95-B-0768
DUE 012397
POC Gisela Donmyer (504) 678-2150 Ext 212.
DESC: The work includes replacing shingle roofing on FY 75 Family
  Housing and replacing wood fences with vinyl fences on FY 73/74
  Family Housing and incidental related work. This solicitation
  will be issued on an Unrestricted basis. Estimated cost is
  between $100,000 and $250,000. Estimated duration of the contract
  is 285 calendar days for completion. Plans and Specs will be
  available on or about 23 December 1996. Request for solicitation
  packages should be received by the issuing office not later
  than 10 days of listing of solicitation in CBD. Requests must
  be submitted in writing (request may be faxed, (504) 678-2631))
  to Resident Officer in Charge of Construction, Bldg 157, NSA,
  2300 General Meyer Ave, New Orleans, LA 70142-5007. Telephone
  requests will not be honored. There is no charge for plans
  and specs.
CITE: (I-338 SN008424)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer In Charge, NAVFAC Contracts, Code 495, Building
  H-29, P.O. Box 2032, Portsmouth Naval Shipyard, Portsmouth,
  NH 03801-2032
SUBJECT: Z -- MIXED WASTE STORAGE ARE MODIFICATONS, BUILDING
  96, PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME
SOL N62472-95-B-6537
DUE 012297
POC Contracting Office Staff, (207) 438-4600.
DESC: The work includes installing reinforced concrete floor,
  epoxy coating, and modifications to entrance doors. The period
  of performance is 120 calendar days after receipt of the notice
  to proceed. The estimated cost range is between $25,000 and
  $100,000. The SIC code for this procurement is 1541. This procurement
  is issued unrestricted. This is a second synopsis for the same
  project, those firms who originally requested the bid package
  need not re-request under this notice. All requests for solicitation
  must be in writing. A FAX is acceptable. FAX Number (207) 438-2916.
CITE: (I-338 SN008433)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer In Charge, NAVFAC Contracts, Code 495, Building
  H-29, P.O. Box 2032, Portsmouth Naval Shipyard, Portsmouth,
  NH 03801-2032
SUBJECT: Z -- REPAIR ELECTRICAL DUCT BANKS AT BERTHS 11 AND 13,
  PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME
SOL N62472-95-B-1727
DUE 012297
POC Contracting Office Staff, (207) 438-4600.
DESC: Provide industrial power outlets for three (3) test boxes
  and seven (7) industrial power boxes; provide a 24-way concrete
  encased duct bank under Berth 13 and a 4-way duct bank to Building
  278; provide a shore power box; and remove and reinstall one
  (1) railroad switch. The SIC Code for this procurement is 1623.
  The period of performance is 240 calendar days after receipt
  of the Notice to Proceed. The estimate costs range is between
  $250,000 and $500,000. Subject solicitation will be issued
  as unrestricted and subject to the evaluation criteria contained
  in DFARS 252.219-7003 entitled "Notice of Evaluation Preference
  for Small Disavantaged Business Concerns." This is the second
  synopsis for this procurement, those firms requesting the bid
  package under original announcement need not re-request the
  bid package. All requests for solicitation must be in writing.
  A FAX is acceptable. FAX Number (207) 438-2916.
CITE: (I-338 SN008434)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer In Charge, NAVFAC Contracts, Code 495, Building
  H-29, P.O. Box 2032, Portsmouth Naval Shipyard, Portsmouth,
  NH 03801-2032
SUBJECT: Z -- AIR CONDITIONING SYSTEM FOR EIGHT LANE BOWLING
  ALLEY, BUILDING 308, PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME
SOL N62472-96-B-6580
DUE 012297
POC Contracting Office Staff, (207) 438-4600.
DESC: The work required is to install chiller and fan coils and
  modify existing air handling unit in an 8 lane bowling alley,
  Building 308. The period of performance is 120 calendar days
  after receipt of the Notice to Proceed. The SIC Code is 1542.
  The estimated cost range is between $100,000 and $250,000.
  Subject solicitation will be issued as unrestricted and subject
  to the evaluation criteria contained in DFARS 252.219-7003,
  entitled "Notice of Evaluation Preference for Small Disadvantaged
  Business Concerns. All requests for solicitation must be in
  writing. A FAX is acceptable. FAX Number (207) 438-2916.
CITE: (I-338 SN008435)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer In Charge, NAVFAC Contracts, Code 495, Building
  H-29, P.O. Box 2032, Portsmouth Naval Shipyard, Portsmouth,
  NH 03801-2032
SUBJECT: Z -- RENOVATION OF QUARTERS O, PORTSMOUTH NAVAL SHIPYARD,
  KITTERY, ME
SOL N62472-95-B-1723
DUE 012297
POC Contracting Office Staff, (207) 438-4600.
DESC: The work in this solicitation is to make minor structural
  repairs, add ceiling insulation, replace heating system, replace
  electrical system, and upgrade plumbing with related architectural
  work at Quarters O, Portsmouth Naval Shipyard, Kittery, ME.
  The SIC code for this procurement is 1522. The period of performance
  is 120 calendar days after receipt of the Notice to Proceed.
  The estimated cost range is between $100,000 and $250,000.
  Subject solicitation will be issued as unrestricted and subject
  to the evaluation criteria contained in DFARS 252.219-7003
  entitled "Notice of Evaluation Preference for Small Disadvantaged
  Business Concerns." All requests for solicitation must be in
  writing. A FAX is acceptable. FAX Number (207) 438-2916.
CITE: (I-338 SN008436)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715,
  Baltimore, MD  21201-1715
SUBJECT: Z -- MAINTENANCE DREDGING, GEOTEXTILE TUBE CONSTRUCTION,
  AND WETLANDS PLANTING, SMITH ISLAND, SOMERSET COUNTY, MARYLAND
SOL DACW31-97-B-0008
DUE 012297
POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638
DESC: Maintenance Dredging, Geotextile Tube Construction, and
  Wetlands Planting, Smith Island, Somerset County, Maryland.
   Est cost is between $500,000 and $1,000,000.  Completion no
  later than 150 calendar days.  Construction consists of maintenance
  dredging of Federal navigation project at Twitch Cove and Big
  Thorofare River, Smith Island, Somerset County, Maryland. 
  Approximately 90,000 cubic yards of silt and sand to be dredged
  and pumped to a previously used open water site at Hog Neck
  and at Twitch Cove. Maximum pumping distance is 4 miles.  Twelve
  200-foot long sections of geotextile tube will be filled with
  sandy material to help protect the dredged material placement
  sites from wave erosion. Following consolidation of the dredged
  material the placement sites will be planted with wetlands
  vegetation.  Full size plans and specs (10) $24.00 p/set; half
  size plans and specs (10) $17.75 p/set.  Non-Refundable.  Make
  company check or money order payable to: FAO, USAED, Baltimore.
   (No Cash accepted).  Issuance o/a 19 December 1996.  Note:
  This procurement is a small business set aside.
CITE: (I-338 SN008500)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715,
  Baltimore, MD  21201-1715
SUBJECT: Z -- MAINTENANCE DREDGING, GEOTEXTILE TUBE CONSTRUCTION,
  AND WETLANDS PLANTING, SMITH ISLAND, SOMERSET COUNTY, MARYLAND
SOL DACW31-97-B-0008
DUE 012297
POC Marie Johnson or Betty Schneider, 410-962-3464 or 962-5638
DESC: Maintenance Dredging, Geotextile Tube Construction, and
  Wetlands Planting, Smith Island, Somerset County, Maryland.
   Est cost is between $500,000 and $1,000,000.  Completion no
  later than 150 calendar days.  Construction consists of maintenance
  dredging of Federal navigation project at Twitch Cove and Big
  Thorofare River, Smith Island, Somerset County, Maryland. 
  Approximately 90,000 cubic yards of silt and sand to be dredged
  and pumped to a previously used open water site at Hog Neck
  and at Twitch Cove. Maximum pumping distance is 4 miles.  Twelve
  200-foot long sections of geotextile tube will be filled with
  sandy material to help protect the dredged material placement
  sites from wave erosion. Following consolidation of the dredged
  material the placement sites will be planted with wetlands
  vegetation.  Full size plans and specs (10) $24.00 p/set; half
  size plans and specs (10) $17.75 p/set.  Non-Refundable.  Make
  company check or money order payable to: FAO, USAED, Baltimore.
   (No Cash accepted).  Issuance o/a 19 December 1996.  Note:
  This procurement is a small business set aside.
CITE: (I-338 SN008508)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property--Potential
  Sources Sought
OFFADD: 17th CONS/LGC, Goodfellow AFB TX 76908-4705 Attn:/Lt
  Lawrence Kokocha
SUBJECT: Z--MODIFY DORMITORIES
SOL F41614-97-B0001
POC Lt Lawerence Kokocha, (915)654-3806/Walter Houston, Contracting
  Officer, (915)654-5174
DESC: The 17th Training Wing, Goodfellow AFB, TX, is seeking
  qualified businesses under SIC 1522, Size Standard 17.0 Million
   capable of performing the following: to furnish all plant,
  equipment, labor, services, material, tools, applicable tests,
   supervision, and perform all work in accordance with the
  specifications, schedules  plans and drawings to Modify Dormitories
  with interior renovation of Bldgs 241,  242, 243, and 356.
   Work will include environmental, structural, mechanical, 
   plumbing, electrical, and civil requirements including general
  conditions, gas systems, electrical systems, water systems,
  sewer systems and heating and air conditioning systems.  This
  acquisition will be unrestricted in accordance with public
   law and federal acquisition regulations.  The magnitude of
  this project is between $5.0 Million and $10.0 Million.  Bids
  from all responsible bidders will be accepted. The plans,
  schedules, drawings and specifications will be distributed
  via electronic media format.  Printed documents will only
  be provided to awardee at time of award. Fee for plans and
  specifications will be determined prior to issuance.  Written
  requests will be accepted at the address stated above or FAX
  (915)654-3255.  Telephone requests will not be accepted. 
  Estimated issue date of solicitation is 16 Dec 96. Bid opening
  is tentatively scheduled for 15 Mar 96.  This synopsis is planning
   and information purposes only and does not constitute a solicitaiton
  for bids or  proposals and is not construed as a commitment
  by the Government.  When  available, solicitation will be
  limited to one per requester.   
CITE: (W-338 SN008078)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--BODY, FIRING CIRCUIT.  EXCEPTION TO SQAP-APPENDIX-RIA,
  USE  MIL-W-63150.
SOL SP0750-97-Q-0358
DUE 011497
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, Sharon Harper,  (614)692-1170.
DESC: PR-NO:  FPC96017000607 NSN 1005-00-937-1395, CAGE 19204
  Part No  8436652 40 -EA Del to McClellan AFB CA 95652-1621
  Del by 30 days after  date of award.  See NOTES 1 & 9.  Small
  business size standard is 1,000  employees.  Solicitation not
  available until 15 days after published in the  CBD.  Written
  requests for drawings are to be submitted to Defense Supply
   Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus,
  OH  43216-5000, by FAX (614)692-2998 or Call (614)6922344.
   Requests should  include the IFB/RFP/RFQ number, opening/closing,
  NSN, YPC/ZPC or NPC  number; buyer's name and your complete
  name and address.  Federal,  military and commercial specifications
  cannot be provided by DSCC.   Automated Best Value Model (ABVM)
  applies.  While price may be a significant  factor in the evaluation
  of offers, the final award decision will be based  upon a combination
  of price and past performance, as described in the  solicitation.
   Delivery Evaluation Factor (DEF) applies.  While price is
   a significant factor in the evaluation of offers, the final
  award decision  will be based upon a combination of price and
  past performance as  described in this solicitation.  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-337 SN007815)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--SEAL, REAR.
SOL SP0750-97-Q-0359
DUE 011497
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, Sharon Harper,  (614)692-1170.
DESC: PR-NO:  YPC96303000638 NSN 1005-01-091-8794, CAGE 05606
  Part No  12000395 CAGE 05606 Part No 142D5798 CAGE 19200 Part
  No 12000395 CAGE  32828 Part No 11597-036 CAGE 83298 Part No
  223T121-145-4-ZM1 PR-NO:   YPC96120000258 67 -EA Del to San
  Diego CA 92136-0000 Del by 30 days after  date of award.  164
  -EA Del to New Cumberland PA 17070-5001 Del by 30  days after
  date of award.  198 -EA Del to Lathrop CA 95330 Del by 30 
  days after date of award.  Solicitation not available until
  15 days after  published in the CBD.  Specifications, plans
  or drawings are not available.   This is an unrestricted acquisition
  with a 10% preference for SDB concerns.   Automated Best Value
  Model (ABVM) applies.  While price may be a significant  factor
  in the evaluation of offers the final contract award decision
  will be  based upon a combination of price and past performance,
  as described in the  solicitation.  While price may 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-337 SN007825)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--HOUSING ASSEMBLY ENTRANCE UNIT.
SOL SP0760-97-Q-0186
DUE 011797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)David beckwith (614) 692-3455
DESC: PR-NO:  YPC96311000829 NSN 1005-01-116-1494, CAGE 05606
  Part No  209F488 housing assembly entrance unit. Lockheed Martin
  Corp. P/N  209F488, code 05606.  8 -EA Del to Jacksonville
  FL 32212-0097 Del by 24  Sep 97.  7 -EA Del to Lathrop CA 95330
  Del by 24 Sep 97.  Small  business size standard is 500 employees.
   Solicitation not available  until 15 days after published
  in the cbd.specificatations, plans or drawings  are not available.this
  acquisition is for supplies for which the  government does
  not possess complete, unrestrictive technical data;  therefore,
  the government intends to solicit and contract with only  approved
  sources under the authority of 10 U.S.C.2304 (C)(1).APPROVED
   sources are Lockheed martin.delivery evaluation factor (DEF)
  applies.while  price is a significant factor in the evaluation
  of offers, the final award  decision will be based upon a combination
  of price and past performance as  described in this solicitation.this
  request will be issued via a written  rfq.the estimated award
  date will be 24 Sep 97.  All responsible sources  may submit
  offer which DCSC shall consider.
CITE: (I-337 SN007827)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons--Potential Sources Sought
OFFADD: Department of the Air Force, ASC, Precision Strike System,
  PSO, (ASC/YGK), 102 West D Avenue, Suite 168, Eglin AFB FL
  32542-6807
SUBJECT: 10 -- PROCUREMENT OF AGM-130 ROCKET MOTOR ASSEMBLY
SOL N/A
POC Becky Kirk, Contract Specialist, (904) 882-8515 ext 2242
  or F. Jean Lavoie, Contracting Officer, (904) 882-8515 ext
  2117.
DESC: The Precision Strike System Program Office (YG), Aeronautical
  Systems Center, Weapons, Air Base and Range (WAR) Product Support
  Office, plans to procure (subject to availability of funds)
  the AGM-130 Rocket Motor Assembly SR122-RD-1, Part No. HT005350,
  with an annual buy of up to 200 units in fiscal years 1997
  and 1998, inclusive of up to 100 units in fiscal years 1997
  and 1998 for potential Foreign Military Sales (FMS), and 100
  units in fiscal years 1999, 2000, and 2001 until the Air Force
  inventory is increased by 500 units. Although potential FMS
  requirements need not be advertised IAW FAR 6.302-4, they are
  provided herein for information purposes. All FMS requirements
  will be supported by written justifications and approvals.
  The anticipated contract type is Firm Fixed Price (FFP). The
  first procurement increment will be for support of the eighth
  production lot of AGM-130 missiles. Procurement of an additional
  400 units beyond the Lot 8 AGM-130 missile production is anticipated
  to support potential increases in the Air Force inventory.
  It is expected that this procurement will be completed by close
  of FY01. A reprocurement data package is not available. The
  approved development specifications and drawing package are
  available for information purposes by contacting the Contract
  Specialist or Contracting Officer shown below. Responding firms
  must have a secret level security clearance and certified access
  to DOD Scientific and Technical Information (STINFO) and export
  controlled information IAW DOD 5230.25 by the United States/Canada
  Joint Certification Office, Defense Logistics Service Center,
  Battle Creek, MI 49016-3412, 1-800-352-3572. Firms having applicable
  interest, capability and background should submit particulars
  in accordance with Numbered Note 25 to ASC/YGK, ATTN: Becky
  Kirk, 102 West D Avenue, Suite 168, Eglin AFB, FL 32542-6807.
  Responses to this synopsis must be received within 20 days
  from date of publication. Respondents will be evaluated in
  the following areas: a) technical knowledge of the AGM-130
  Rocket Motor Assembly sufficient to reliably produce this weapon
  component which will meet specification requirements, b) ability
  to assume design responsibility, produce, modify and build
  up AGM-130 WPU-9/B Propulsion Section, Part No. VM020002-301
  (rocket motor assembly plus a propulsion section kit provided
  as Government Furnished Property) in the absence of a technical
  data package and deliver in accordance with the required schedule,
  and c) ability to perform acceptance tests of the AGM-130 WPU-9/B
  Propulsion Section (Part No. VM020002-301) hardware using the
  approved Acceptance Test Procedures (ATP). This synopsis is
  for information and planning purposes only, does not constitute
  an IFB or RFP, and is not to be construed as a commitment by
  the Government. After statements of capability have been evaluated,
  a solicitation may be issued to those prospective sources who,
  in the sole judgment of the purchasing activity, have the potential
  of successfully fulfilling the requirements of the planned
  contract. Firms responding to this synopsis should state whether
  they are or are not a small business concern as defined in
  FAR 52.219-1. The Air Force reserves the right to consider
  a small business set-aside based on responses hereto. This
  requirement may be pursued sole source if the Air Force determines
  that only one source is capable of satisfying the requirements.
  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 Manager or Contracting
  Officer, but to communicate contractor concerns, issues, disagreements,
  and recommendations to the appropriate government personnel.
  When requested, the Ombudsman will maintain strict confidentiality
  as to the source of the concern. The Ombudsman does not participate
  in the evaluation of proposals or in the source selection process.
  Interested parties are invited to call Col Timothy R. Kinney
  at (904) 882-9051. The Ombudsman should only be contacted with
  issues or problems that have been previously brought to the
  attention of the Contracting Officer and could not be satisfactorily
  resolved at that level. For contracting questions or submission
  of a qualification package, contact Ms. Becky Kirk, Contract
  Specialist, (904) 882-8515, Ext. 2242, or Ms. Jean Lavoie,
  Contracting Officer, (904) 882-8515, ext 2117. For technical
  information, contact Terrel Hanna, (904) 882-8515, ext 2087.
  Collect calls will not be accepted. Numbered Notes 25 and 26.
CITE: (I-338 SN008475)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 13-TLX TRANSFER LINE
SOL N0010497RK015
DUE 012297
POC Contact Point, M. Altice Davis, 0242.11, (717)790-4042, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, M. E. Wise,
  0242, (717)790-2753
DESC: NSN 1377-01-418-6214, Ref Nr P/N 13204100, Qty 188 EA,
  Delivery FOB Origin-- This item contains class "C" explosives.
   DFAR Clause 252.223-7001 Safety  Precaustions for Ammunition
  and Explosives (Dec 1991) applies.  All responsible sources
  may submit an offer which, if received in a timely manner,
   will be considered., See Notes 9,12
CITE: (I-338 SN007978)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 13-MILD DET CORD, CANOPY PERIPHERY ASSY
SOL N0010497RK016
DUE 012297
POC Contact Point, M. Altice Daivs, 0242.11, (717)790-4042, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, M. Altice
  Davis, 0242.11, (717)790-4042
DESC: NSN 1377-01-136-7571, Ref Nr 837AS118 P/N: OEA 51852-1
  & TMCS 819782-1, Qty 15 EA, Delivery FOB Origin-- Except as
  modificed or amplified in RFP.  This item contains class "C"
   explosives.  DFAR Clause 252.223-7001, Safety Precautions
  for Ammunition and  Explosives (DEC 1991) applies.  All responsible
  sources may submit an offer which, if received in a timely
  manner, will be considered., See Notes 9,12
CITE: (I-338 SN007979)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 13 -- KEY, M825
SOL DAAA03-97-R-0011
DUE 123196
POC Virginia House, Contract Specialist, (501) 540-4091.
DESC: Key, M825 155mm WP Projectile IAW Dwg C15-12-290 Revision
  F dtd 10 Dec 86, Mil Spec MIL-P-51509 w/amd 1 dtd 17 Sep 87
  and NOR S4C3005-002 dtd 4 Mar 94, qty 107,100 each with 100%
  option quantity. F.O.B. Destination. Issue date of solicitation
  is on or after 18 December 1996, closing date on or after 21
  January 1997. Technical data is export controlled and receipt
  of approved DD Form 2345 is rerquired prior to release of data.
  Solicitation packages arte available upon request from Facsimile
  number 501-540-4090 or answering machine 501-540-4095. Funds
  are not presently availalbe for this acquisition. No contract
  award will be made until appropriated funds are made available
  from which payment can be made. All responsible small busniess
  sourceses may submit a proposal which shall be considered.
  See Numbered Note(s): 1.
CITE: (I-338 SN008089)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: 13 -- 1340 MK 311 MOD 0 IGNITER ASSEMBLIES
SOL N0017497Q0088
DUE 121896
POC Kay Proctor, Purchasing Agent, 301-743-6680.
DESC: Manufacture MK 311 MOD O Igniter Asseblies in accordance
  with drawing no# 233AS904. Conduct LOt acceptance tests (LATS)
  in accordnance with MIL-DTL-82951 and MIL-DTL-82952. Prepare
  LAT Procedures. Quantity 50 each. This is "total small business
  set aside". "Request for this quote should be fax to the attention
  of Kay Proctor 1141W (301) 743-6546.
CITE: (I-338 SN008420)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 14--CABLE ASSEMBLY-SWIT
SOL SP0920-97-Q-A084
DUE 011697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96326000446 NSN 1440-01-322-4937, CAGE 53711
  Part No  6317895-202 54 -EA Del to Mechanicsburg PA 17055-0789
  Del by 06 Jan 97.   21 -EA Del to Lathrop CA 95330 Del by 06
  Jan 97.  All responsible  sources may submit offer which DESC
  shall consider.
CITE: (I-337 SN007848)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 14--15355NA
SOL SP0500-97-R-0034
DUE 012097
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  P.BROWN/WAA02/X3601 buyer:  p.brown
  /WAA02/X3601
DESC: PR-NO:  YPI96182000928 NSN:  1415355NA RFP due date 97
  Jan 20  specs:  I/A/W spib grading rules predominant mater:
   softwood,  lumber-southern Pine size/dimen:  2 1/2 inches
  by 4 inches primary  quantity:  302,920 delivery schedule:
   90 days offers will be evaluated  with a 10% preference for
  small disadvantaged business concerns.  Other  NOTES:  also
  contains PR#'s YPI96182000929, YPI96182000930,  YPI96182000931.
   Specs/Dwgs are not required.
CITE: (I-338 SN008276)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--DOOR
SOL SP0460-98-Q-B515
DUE 010897
POC Contact:  for copies of RFQ solicitations, contact the buyer.
   POC:  Jeanne Yonce, BV617, 804-279-5145, FAX 804-279- 6078
  contracting  officer:  Kimberly ratiff, 804-279-453 5.
DESC: PR-NO:  YPG96325000309 NSN 1560-00-832-0894, door, Grumman
   Aerospace Corp, CAGE 26512, P/N A51P12010-1 Rev 'k' specifications,
   plans or drawings relating to the procurement described are
  not available  and cannot be furnished by the government. 
  Other than full and open,  more than one source, intended sources:
   Grumman Aerospace Corp, CAGE  26512, East/West Industries,
  CAGE 30941 10 -EA Del to Jacksonville FL  32212-0097 Del by
  150 days ARO.  Origin inspection required.  All  responsible
  sources may submit offer which DGSC shall consider.
CITE: (I-337 SN007784)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--DOOR, ACCESS
SOL SP0460-98-Q-B514
DUE 010897
POC Contact:  for copies of RFQ solicitations, contact the buyer.
   POC:  Jeanne Yonce, BV617, 804-279-5145, FAX 804-279- 6078
  Kimberly  Ratliff, contracting officer.
DESC: PR-NO:  YPG96326000397 NSN 1560-01-199-4494, door, access,
   Grumman Aerospace Corp, CAGE 26512, P/N A51B18007-39 specifications,
   plans or drawings relating to the procurement described are
  not available  and cannot be furnished by the government. 
  Other than full and open,  only one source, see NOTE 22 3 -EA
  Del to Richmond VA 23297-5900 Del by  150 days ARO.  Origin
  inspection required.  All responsible sources may  submit offer
  which DGSC shall consider.
CITE: (I-337 SN007785)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--ADAPTER, PRESSURE, FUEL
SOL SP0460-97-Q-D780
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Janice Adams/B
  T991/804-279-6360  contracting officer Steven Tuck/804279-6143
DESC: PR-NO:  YPG96330000740 NSN 1560-00-949-2087, adapter, pressure,
   fuel 138 -EA Del to New Cumberland PA 17070-5001 Del 60 DARO
  97 -EA Del  to Norfolk VA 23511-3392 Del 60 DARO see NOTE 22,
  intended sources:   shaw Aero devices, Parker Hannifin Corp
  and Cla-Val Co.  Unrestricted.   QPL - FAR 52.209-1 OR 52.209-2
  - see NOTE 23.  Drawing number:   MS24484-5 - drawings interim
  procurement descriptions and deviation lists  may be examined
  or obtained from Defense General Supply Center.  All  responsible
  sources may submit offer which DGSC shall consider.
CITE: (I-338 SN008034)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, TRAILING EDGE
SOL SP0460-97-Q-D764
DUE 011597
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact M. langford/BT
  992/804-279-6645  contracting officer Alexander Stuart/ 804-279-3504
DESC: PR-NO:  YPG96323000514 NSN 1560-00-682-6141, panel, trailing
  edge  Lockheed Martin Corp CAGE 98897 P/N 3W33734-102 sources:
   Specialty  Engineering Inc CAGE 60607 honeycomb Co of America
  Inc CAGE 99115 53 -EA  Del to New Cumberland PA 17070-5001
  Del 120 DARO see NOTE 22, intended  sources:  Lockheed Martin
  Corp - 98897, Specialty Engineering Inc -  60607 and honeycomb
  Co of America Inc - 99115.  More than one source.   Unrestricted.
   The final contract award decision may be based upon a  combination
  of price, past performance and other evaluation factors as
   described in the solicitation.  Solicitation will be made
  in writing and  orally.  Specifications, plans or drawings
  relating to the procurement  described are not available and
  cannot be furnished by the government.   All responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-338 SN008071)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--LATCH ASSEMBLY
SOL SP0460-97-Q-D778
DUE 011597
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact M. langford/BT
  992/804-279-6645  contracting officer Alexander Stuart/ 804-279-3504
DESC: PR-NO:  YPG96323000518 NSN 1560-00-802-4120, latch assembly
   Lockheed Martin Corp CAGE 98897 P/N 839175-6 Rev 'a' source:
   Aero  Engineering & Mfg Co CAGE 17772 Rohr Industries CAGE
  51563 37 -EA Del to  Richmond VA 23297-5900 Del 120 DARO see
  NOTE 22, intended sources:   Lockheed Martin - 98897, Aero
  Engineering & Mfg Co - 17772 and Rohr  Industries - 51563.
   More than one source.  Other than full and open  and unrestricted.
   The final contract award decision may be based upon a  combination
  of price, past performance and other evaluation factors as
   described in the solicitation.  Solicitation will be made
  in writing and  orally.  Specifications, plans or drawings
  relating to the procurement  described are not available and
  cannot be furnished by the government.   All responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-338 SN008072)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: US Army Aviation and Troop Command, 4300 Goodfellow Blvd.,
  St. Louis, MO 63120-1798
SUBJECT: 15 -- FAIRING, RTH
SOL DAAJ09-96-R-0737
DUE 121396
POC Diane Simpson, Purchasing Agent, AMSAT-A-PLBB, 314-263-0734
  - Rita Surgeon, Contracting Officer, 314-263-0742.
DESC: NSN: 1560-01-257-1431, P/N: 6110-123-2, 50 ea min/150 ea
  max, Indefinite Quantity Type Contract for five successive
  one year ordering periods. Applicable to the AH-64 Aircraft.
  Proposed D.O. 0001 (50 ea) delivery: FOB Destination for minimum
  quantity with delivery of 50 ea. New Cumberland, PA at a rate
  of 25 ea. 360 ADC with subsequent shipments of 25 ea. monthly.
  This procurement requires prequalification. Contractors who
  desire to be prequalified must submit qualification documentation
  in accordance with procedures contained in Section L of the
  solicitation. The Government anticipates entering into a sole
  source contract with Cox and Company, Inc.. Under the authority
  of FAR 6.302-1 based on the determination that Government's
  needs can only be satisfoed by unique supplies available from
  one source and/or in which there is an existence of limited
  rights in data. This proposed action is for supplies for which
  the Government does not have specifications and drawings to
  permit full and open competition. Firms are encouraged to seek
  source approval in order to complete for future solicitations.
  Information on meeting of qualifications may also be obtained
  from ATCOM, ATTN: AMSAT-R-EB address as shown. Subject to the
  availability of funds. See notes 26 See Numbered Note(s): 22,
  23.
CITE: (I-338 SN008406)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components--Potential
  Sources Sought
OFFADD: Taipei Economic And Cultural Representative Office in
  The United States, Defense Procurement Division, 5010 Wisconsin
  Avenue, N.W., Washington, D.C. 20016
SUBJECT: 15--S-2T AIRCRAFT SPARE PARTS
SOL EA6170C075
DUE 121796
POC Mr. Hsu, Wei-Kuang, (202) 895-6804.
DESC: The Taipei Economic and Cultural Representative Office
  in The United States, Defense Procurement Division requires:
  S-2T AIRCRAFT SPARE PARTS LINK etc., 40 ITEMS. Copies of the
  bidder's package for this procurement may be obtained from
  Mr. Hsu Wei-Kuang, Taipei Economic and Cultural Representative
  Office in The United States, Defense Procurement Division,
  5010 Wisconsin Avenue, N.W., Washington, D.C. 20016; telephone:
  (202) 895-6804, telefax: (202) 966-4578. Persons interested
  in obtaining a copy of the bidder's package should contact
  the Division by telefax by DEC 17, 1996. Request for the bidder's
  package should include the cage number, seller code, address,
  phone number and point of contact of the person making the
  request. D&B ``RATING'' is prefered. All responsible source
  may submit an offer.
CITE: (M-338 SN008281)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--PISTON, SPECIAL
SOL SP0460-97-Q-C336
DUE 011397
POC Contact:  for copies of RFQ solicitations, contach the buyer:
    Martha Hoyle/BU911/804-27906061 or FAX 804-279-4005.  Contracting
  officer:   Vonda Melton
DESC: PR-NO:  YPG96310000641 NSN 1680-00-467-5630, sargents controls
  P/N  292648 CAGE 78062 8 -EA Del to Richmond VA 23297-5900
  Del by 120 ARO.   Specifications, plans or drawings relating
  to the procurement described are  not available and cannot
  be furnished by the government.  The final  contract award
  decision may be based upon a combination of price, past  performance
  and other evaluation factors as described in the solicitation.
    Solicitation will be made in writing.  All responsible sources
  may submit  offer which DGSC shall consider.
CITE: (I-337 SN007777)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--BELT, AIRCRAFT SAFETY, LAP TYPE MD-1 P/N 54H19650
SOL SP0460-97-Q-C339
DUE 011397
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    Martha Hoyle/BU911/804-279-6061 or FAX 804-279-4005.  Contracting
  officer:   Vonda Melton.
DESC: PR-NO:  YPG96283000860 NSN 1680-00-516-6542, I/A/W/ drawing
   54H19650 Rev "L" 330 -EA Del to New Cumberland PA 17070-5001
  Del by 220  ARO 440 -EA Del to Stockton CA 95296 Del by 220
  ARO96.  Drawings,  interim procurement descriptions and deviation
  lists may be examined or  obtained from Defense Supply Center
  Richmond first article testing/GOV't  fit verification testing
  is required.  Solicitation will be made in writing.   The final
  contract award decision may be based upon a combination of
  price,  past performance, and other evaluation factors as described
  in the  solicitation.  All responsible sources may submit offer
  which DGSC shall  consider.
CITE: (I-337 SN007803)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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, RUDDER CONTROL.
SOL SP0770-97-Q-MF74
DUE 010297
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Bruce rose,  614-692-3818.
DESC: PR-NO:  YPC96317001463 NSN 1650-01-018-9497, CAGE 82106
  Part No  60042-1 piston, rudder control.  Parker-Hannifin Corp
  part number  60042-1 12 -EA Del to Anniston AL 36201 Del by
  60 days ADO.   Solicitation not available until 15 days after
  published in the CBD.  Automated Best Value Model (ABVM) applies.
   While price may be a significant  factor in the evaluation
  of offers, the final award decision will be based  upon a combination
  of price and past performance as described in the  solicitation.
   All responsible sources may submit offer which DCSC shall
   consider.
CITE: (I-337 SN007821)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SHAFT, VALVE, MODULAT
SOL SP0920-97-Q-A082
DUE 011697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96289001101 NSN 1660-00-288-5446, CAGE 59364
  Part No  3161799-1 no additonal decriptive data available ATT.
   224 -EA Del to  Lathrop CA 95330 Del by 10 Dec 96.  All responsible
  sources may submit offer  which DESC shall consider.
CITE: (I-337 SN007851)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--LINING, FRICTION.  ON MCDONNELL DOUGLAS MODEL A-4
  AIRCRAFT.
SOL SP0740-97-R-2282
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Sara  Hansford/AEBA1/614-692-3644
DESC: PR-NO:  YPC96299000786 NSN 1630-01-201-7002, CAGE 0B9R9
  Part No  9523286-1 lining, friction.  I/A/W Aircraft Braking
  Systems Corp. P/N  9523286-1.  1,913 -EA Del to New Cumberland
  PA 17070-5001 Del 60 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-338 SN007957)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--LEVER, REMOTE CONTROL
SOL SP0460-97-Q-D763
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Janice Adams/B
  T991/804-279-6360  contracting officer Steven Tuck/804279-6143
DESC: PR-NO:  YPG96332000405 NSN 1680-01-092-1983, lever, remote
   control IAW Sikorsky Aircraft CAGE 78286 Dwg 70400-01608 Rev
  "E" dated  13MAY86 & Atcom CAGE 81996 procurement package #70400-01608
  Rev "B" P/N  70400-01608-042 195 -EA Del to Stockton CA 95296
  Del 240 DARO 50 -EA Del  to Jacksonville FL 32212-0097 Del
  240 DARO see NOTE 22, intended sources:   Tek precision, Sikorsky
  and dulond tool & engineering.  Other than full  and open and
  unrestricted.  First article test required.  QPL - FAR  52.209-1
  OR 52-209-2 - see NOTE 23.  Option to increase quantity.  
  Specifications, plans or drawings relating to the procurement
  described are  not available and cannot be furnished by the
  government.  Drawings,  interim procurement descriptions and
  deviation lists may be examined or  obtained from Defense General
  Supply Center.  All responsible sources may  submit offer which
  DGSC shall consider.
CITE: (I-338 SN008035)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--BELLCRANK ASSY
SOL SP0460-96-Q-AN34
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Cynthia Sumner
  /BT964/804-279-5990  contracting officer Alexander stua RT/804-279-3504
DESC: PR-NO:  YPG96253000622 NSN 1680-00-073-2490, bellcrank
  assy Boeing  helicopters CAGE 77272 P/N 107S4289-1 39 -EA Del
  to Cherry Point NC  28533-5001 Del 60 DARO see NOTE 22, intended
  source:  Boeing helicopter.   Unrestricted.  Solicitation will
  be made in writing and orally.  QPL -  FAR 52.209-1 OR 52.209-2
  - see NOTE 23.  Specifications, plans or  drawings relating
  to the procurement described are not available and  cannot
  be furnished by the government.  All responsible sources may
  submit  offer which DGSC shall consider.
CITE: (I-338 SN008063)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--BOOT ASSEMBLY, RH YAW PEDAL
SOL SP0460-97-Q-D768
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Janice Adams/B
  T991/804-279-6360  contracting officer Steven Tuck/804279-6143
DESC: PR-NO:  YPG96302001904 NSN 1680-01-099-2336, boot assembly,
  RH  yaw pedal IAW Sikorsky Aircraft CAGE 78286 Dwg 70400-01622
  Rev "C" &  Atcom CAGE 81996 procurement package #70400-01622
  Rev "basic" P/N  70400-01622-044 595 -EA Del to New Cumberland
  PA 17070-5001 Del 240 DARO  201 -EA Del to Stockton CA 95296
  Del 240 DARO see NOTE 22, intended  sources:  AGH Industries,
  Aero Components, airborne Industries, the  Conrad Co, hyland
  Industries and Rotair Industries.  QPL - FAR 52.209-1  OR 52.209-2
  - see NOTE 23.  Option to increase qty.  Specifications,  plans
  or drawings relating to the procurement described are not available
   and cannot be furnished by the government.  Drawings, interim
   procurement descriptions and deviation lists may be examined
  or obtained from  Defense General Supply Center.  All responsible
  sources may submit offer  which DGSC shall consider.
CITE: (I-338 SN008065)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--BRAKE ASSY, MAGNETIC
SOL SP0460-97-Q-D773
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Janice Adams/B
  T991/804-279-6360  contracting officer Steven Tuck/804279-6143
DESC: PR-NO:  YPG96326000430 NSN 1680-01-178-4944, brake assy
  magnetic  E-Systems Inc CAGE 83777 P/N MP-498-64 memcor-truohm
  Inc CAGE 24861P/N  MP-498-64 42 -EA Del to New Cumberland PA
  17070-5001 Del 180 DARO 28 -EA  Del to Stockton CA 95296 Del
  180 DARO see NOTE 22, intended sources:   e-systems and memcor-truohm
  Inc.  Unrestricted.  QPL - FAR 52.209-1 OR  52.209-2 - see
  NOTE 23.  Specifications, plans or drawings relating to  the
  procurement described are not available and cannot be furnished
  by the  government.  All responsible sources may submit offer
  which DGSC shall  consider.
CITE: (I-338 SN008076)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--RESTRAINT SYSTEM, TROOP SEAT
SOL SP0460-97-Q-D781
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement contact Janice Adams/B
  T991/804-279-6360  contracting officer Steven Tuck/804279-6143
DESC: PR-NO:  YPG96332000407 NSN 1680-01-175-7173, restraint
  system,  troop seat Sikorsky Aircraft Corp CAGE 78286 P/N 70500-02153-103
  revision  "F" sources; Pacific Scientific Co CAGE 45402 Koch
  H and sons CAGE 99449  63 -EA Del to Corpus Christi TX 78419
  Del 60 DARO 100 -EA Del to New  Cumberland PA 17070-5001 Del
  60 DARO 48 -EA Del to Stockton CA 95296 Del  60 DARO see NOTE
  22, intended sources:  Pacific Scientific Co and H Koch  &
  sons.  QPL - FAR 52.209-1 OR 52.209-2 - see NOTE 23.  Specifications,
   plans or drawings relating to the procurement described are
  not available  and cannot be furnished by the government. 
  All responsible sources may  submit offer which DGSC shall
  consider.
CITE: (I-338 SN008077)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--CONNECTOR CATAPULT.********************   ************************
   ****
SOL SP0760-97-R-2821
DUE 011797
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone) K.  Tinker parks, (6 14)692-3989.
DESC: PR-NO:  NPC96233000538 NSN 1720-00-130-7453, CAGE 80020
  Part No  511302-1L connector catapult.  MFG.I/A/W Navy dwg.80020
  511302 to latest  Rev.  P/N 511302-1L.  11 -EA Del to New Cumberland
  PA 17070-5001 Del by  365 days after award.  See NOTES 1 and
  9.  Small business size standard  is 1000 employees.  Solicitation
  not available until 15 days after  published in the CBD.  Written
  requests for drawins are to be submitted to  Defense Supply
  Center Columbus, Attn: DSCC-VTRD, P. O. Box 3990,  Columbus,
  OH, 43216-5000, by FAX (614) 692-2998 or Call (614)692-2344.
    Requests should include the IFB/RFP/RFQ number, opening/
  closing, NSN,  YPC/ZPC or NPC number; buyer's name and your
  complete name and address.   Federal, military and commercial
  specifications cannot be provided by  DSCC.  Proposed procurement
  contains a 100% option for increased  quantities.  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-337 SN007817)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--ENGAGING DEVICE, AIRCRAFT ARRESTING BARRIER.
SOL SP0770-97-Q-MD37
DUE 011597
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:  YPC96291000873 NSN 1710-01-183-2030, CAGE 21439
  Part No  52C1460-4 engaging device, aircraft arresting barrier.
   Engineered  systems (21439) P/N 52C1460-4.  12 -EA Del to
  Richmond VA 23297-5900 Del  by 90 days ADO.  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) applies. while price may be a significant factor
  in the  evaluation of offers, the final contract award decision
  will be based  upon a combination of price and past performance,
  as described in the  solicitation.  While price will be a significant
  factor in the evaluation  of offers, the final contract award
  decision price may be based upon a  combinatio of price and
  delivery as described in this solicitation.  All  responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-338 SN007915)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--COVER, AIRCRAFT GROUND SERVICING. PLASTIC LAMINATE
  AND  STEEL MATERIAL. CONSISTS OF 1
SOL SP0740-97-Q-0486
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Esther  Hayden/AEBB2/614-692-4727
DESC: PR-NO:  YPC96318000547 NSN 1730-00-399-1203, CAGE 22539
  Part No  68D050066-1001 CAGE 76301 Part No 68D050066-1001 cover,
  aircraft ground  servicing. plastic laminate and steel material.
  consists of 1 cover, 1  handle, 1 core, 6 doublers, 4 seals,
  and miscellaneous hardware.  approximate overall dimensions:
   10.4 inches Long, 9 inches wide, and  0.015 inch thick. procured
  in acordance with McDonnell aircraft company  drawing number
  68D050066, part number 68D050066-1001.  * 124 -EA Del to  New
  Cumberland PA 17070-5001 Del 120 days after award.  33 -EA
  Del to  Lathrop CA 95330 Del 120 days after 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: DSCC-VTRD, 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 solcitation.
   Delivery Evaluation Factor (DEF)  applies.while price is a
  significant factor in the evaluation of offers,  the final
  award decision will be based upon a combination of price and
   past performance as described in this solicitation. Automated
  Best Value  Model (ABVM) and Delivery Evaluation Factor (DEF)
  apply. while price is a  significant factor in the evaluation
  of offers, the final award decision  will be based upon a combination
  of price, delivery, and past  performance as described in the
  solicitation.  All responsible sources may  submit offer which
  DCSC shall consider.
CITE: (I-338 SN007919)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--LINER, SEAL.
SOL SP0760-97-Q-0019
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)  Cara Y James, 614-6 92-1090
DESC: PR-NO:  YPC96267001544 NSN 2010-01-271-6156, CAGE 1CC97
  Part No  430206-01 liner, seal.  2 -EA Del to see Preface to
  Navy address Co Del  by 90 days after date of award.  Small
  business size standard is 1000  employees.  Solicitation not
  available until 15 days after published in the  CBD.  Specifications,
  plans or drawings are not available.  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.  This request will be issued via a written
  RFQ.  The  estimated award date is 13 Feb 97.  All responsible
  sources may submit offer  which DCSC shall consider.
CITE: (I-337 SN007820)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846
   , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 20-BEARING,STERN TUBE
SOL N0010497RAB55
DUE 012197
POC Contact Point, Andrea M Reisser, 846.2, (717)790-1429, Fax,
  (717)790-3339, Twx, Not-avail, Contracting Officer, Anthony
  J Smiraglia, 846, (717)790-1766
DESC: NSN 7H-2010-01-164-9846, SPEC NR TDP VER 001, Qty 2 EA,
  Deliver to Trident Refit Facility Silverdale WA , Contract
  100 Percent Small Business Set Aside, See Note 9
CITE: (I-338 SN007980)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--SHOCK ABSORBER, DIRECT ACTION SUSPENSION
SOL SP0750-97-Q-0363
DUE 011497
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, Sharon Harper,  (614)692-1170.
DESC: PR-NO:  YPC96304000975 NSN 2540-00-318-0185, CAGE 01227
  Part No  8376956 CAGE 16236 Part No CS2540-0013 CAGE 19207
  Part No 8376956 CAGE  72560 Part No 5518467 shock absorber,
  direct action. in accordance with  U.S. Army Tank Automotive
  command drawing 8376956.  PR-NO:   YPC96304000974 51 -EA Del
  to (Call contracting office) Del by 30 days  after date of
  award.  See NOTES 1 & 9.  Small business size standard is 
  500 employees.  Solicitation not available until 15 days after
  published  in the CBD.  Written requests for drawings are to
  be submitted to Defense  Supply Center, Columbus, Attn: DSCC-VTRD,
  P.O. Box 3990, Columbus, OH  43216-5000, by FAX (614)692-2998
  or Call (614)692-2344.  Requests should  include the IFB/ RFP/RFQ
  number, opening/closing date, NSN, YPC/ZPC or  NPC number;
  buyer's name and your complete name and address.  Federal,
   military and commercial specifications cannot be provided
  by DSCC.   Automated Best Value Model (ABVM) applies.  While
  price may be a significant  factor in the evaluation of offers,
  the final contract award decision will  be based upon a combination
  of price and past performance, as described  in the solicitation.
   While price will be a significant factor in the  evaluation
  of offers, the final contract award price may be based upon
  a  combination of price and delivery as described in this solicitation.
   All  responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-337 SN007826)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--SIDE RACK, VEHICULAR. ON M35A2C 2-1/2 TON TRUCK.
SOL SP0750-97-R-0295
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Shirley Walker (614 ) 692-3515
DESC: PR-NO:  YPC96205000632 NSN 2510-00-124-1297, CAGE 19207
  Part No  10937880 side rack, vehicular.  Made per TACOM drawing
  19207 10937880  and all all latest revisions.  PR-NO:  YPC96310002618
  614 -EA Del to  New Cumberland PA 17070-5001 Del by 78 days
  after date of award.  783 - EA Del to Lathrop CA 95330 Del
  by 78 days after date of award.  579 -EA  Del to Barstow CA
  92311-5014 Del by 78 days after date of award.  See  NOTE 1,
  9.  Small business size standard is 500 employees.   Solicitation
  not available until 15 days after published in the CBD.   Written
  requests for drawings are to be submitted to Defense Supply
  Center  Columbus, Attn: 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 specificaitons,
  cannot be provided by DSCC.  This is an  unrestricted acqusition
  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.  While price will be 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-338 SN007911)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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--SUPPORT (WELDED CONSTRUCTION). STEEL.
SOL SP0750-96-Q-0371
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Robert Garman (614) 692-1329
DESC: PR-NO:  YPC96128000623 NSN 2590-00-851-4973, CAGE 19207
  Part No  10864473 support (welded construction) I/A/W U.S.
  Army drawing number  10864473.  57 -EA Del to Anniston AL 36201
  Del by 11 Aug 96.  128 -EA  Del to New Cumberland PA 17070-5001
  Del by 11 Aug 96.  See NOTE 1.   Small business size standard
  is 750 employees.  Solicitation not  available until 15 days
  after publsihed 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  address.  Federal, military
  and commercial specification cannot be  provided by DSCC. 
  Automated Best Value Model (ABVM) applies.  While  price may
  be a significant factor in the evaluation of offers, the final
  award  decision will be based upon a combination of price and
  past performance as  described in the solicitation.  While
  price will be a significant factor in  the evaluation of offers,
  the final contract award price may be based upon a  combination
  of price and delivery and past performance as described in
  this  solicitation.  This MOD is being issued for the cancellation
  of the above  solicitation for RFQ material no large required.
CITE: (I-338 SN007951)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CUSHION, SEAT BACK, VEHICULAR.
SOL SP0770-97-Q-MF67
DUE 012297
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)  Laurie Gambert/614692-4279
DESC: PR-NO:  RPC96326001653 NSN 2540-00-460-5826, CAGE 07231
  Part No  GS4963 CAGE 19207 Part No 11640526 cushion, seat back,
  vehicular.   I/A/W TACOM (19207) Dwg 11640526.  382 -EA Del
  to Texarkana TX 75507 Del  by 90 days ADO.  585 -EA Del to
  New Cumberland PA 17070-5001 Del by 90  days ADO.  558 -EA
  Del to Lathrop CA 95330 Del by 90 days ADO.  Small  business
  size standard is 500 employees.  Solicitation not available
   until 15 days after published in the CBD.  Written requests
  for drawings  are to be submitted to Defense Supply Center
  Columbus, Attn: DSCC-VTRD,  P.O. Box 3990, Columbus, OH 43216-5000,
  by FAX (614) 692-2998 or Call  (614) 692-2344.  Requests should
  include the IFB/RFP/RFQ number,  opening/closing, NSN, YPC/ZPC
  or NPC number; buyer's name and your  complete name and address.
   Federal, military and commercial  specifications cannot be
  provided by DSCC.  Automated Best Value Model  (ABVM) applies.
   While price may be a significant factor in the evaluation
  of  offers, the final award decision will be based upon a combination
  of  price and past performance, as described in the solicitation.
   Delivery  Evaluation Factor (DEF) applies.  While price is
  a significant factor in  the evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance as described in this solicitation.   All responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-338 SN007952)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--TROOP SEAT, SIDE RACK, RIGHT SIDE.  MOL-C-53072
  CITED IN  NOTE 1 OF DRAWING 8758139,
SOL SP0750-97-Q-0391
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Shirley Walker (614 ) 692-3515
DESC: PR-NO:  YPC96019001394 NSN 2540-01-085-3588, CAGE 19207
  Part No  8758139 troop seat, side rack, right side. used on
  5 ton trucks. in  accordance with U.S. Army drawing number
  8758139, part numb 8758139.   211 -EA Del to Lathrop CA 95330
  Del by 190 days after date of award.   See NOTE 1, 9.  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 address.
   Federal, military and commercial  specifications, cannot be
  provided by DSCC.  Specifications, plans or  drawings are not
  available.  Automated Best Value Model (ABVM) applies.   While
  price may be a significant factor in the evaluation of offers,
  the final  award decision will be based upon a combination
  of price and past  performance, as described in the solicitation.
   While price will be a  signficant factor in the evaluation
  of offers, the final contract award  price may be based upon
  a combination of price and delivey as described in this   solicitation.
   All responsible sources may submit offer which DCSC shall
   consider.
CITE: (I-338 SN007953)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--WINCH, DRUM, VEHICLE MOUNTING.
SOL SP0750-97-Q-0336
DUE 011697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  William Chavez (614 ) 692-1288
DESC: PR-NO:  YPC96149001269 NSN 2590-01-344-8256, CAGE 45152
  Part No  1878580 U winch, drum, vehicle mounting.  Oshkosh
  Truck (45152) Part No.  1878580 U 8 -EA Del to New Cumberland
  PA 17070-5001 see NOTE 22.   Solicitation not available until
  15 days after published in the CBD.   Specifications, plans
  or drawings are not avaialble.  This is an  unrestricted acquisition
  with a 10% preference for SDB concerns.   Automated Best Value
  Model (ABVM) applies.  While price may be a signficant  factor
  in the evaluation of offers, the final award decision will
  be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a significant factor in the
  evaluation of offers, the final award decision  will be based
  upon a combiantion of price and past performance, as  described
  in this solicitation.  All responsible sources may submit offer
   which DCSC shall consider.
CITE: (I-338 SN007954)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--LOCK, COMPRESSOR BLADE
SOL SP0480-97-Q-J849
DUE 011797
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    Charlene Hall/PLBL571/804-279-6093 or write DSCR ATT N: 
  DSCR-JLP Richmond  VA 23297-5876. KO:  Fredrick R. and erson/279-5405.
DESC: PR-NO:  YPG96311000434 NSN 2840-00-962-6751, seal, first
  stage  77445 Pratt and Whitney Acft critical application item
  I/A/W Dwg NR TDPL  007673663-96274 basic DTD 96 Sep 30 I/A/W
  Dwg NR 77445 387294 Rev B basic  DTD 72 Apr 17 5,120 -EA Del
  to New Cumberland PA 17070-5001 Del 60 days.   5,120 -EA Del
  to Tracy CA 95376-5000 Del 60 days.  11,370 -EA Del to  Tinker
  AFB OK 73145-9013 Del 60 days.  Unrestricted.  Anticipated
  award  date is 01/22/97.  Specifications, plans or drawings
  relating to the  procurement described are not available and
  cannot be furnished by the  Gov't.  All responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-337 SN007779)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--SEAL, FIRST STAGE
SOL SP0480-97-Q-J845
DUE 011797
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    Charlene Hall/PLBL571/804-279-6093 write DSCR Attn: D scr-jlp
  Richmond VA  23297-5876. KO:  Fredrick R. anders on/279-5405.
DESC: PR-NO:  YPG96313000340 NSN 2840-00-767-3663, seal, first
  stage  77445 Pratt and Whitney Acft critical application item
  I/A/W Dwg NR TDPL  007673663-96274 basic DTD 96 Sep 30 I/A/W
  Dwg NR 77445 387294 Rev B basic  DTD 72 Apr 17 full and open
  competition apply.  78 -EA Del to New  Cumberland PA 17070-5001
  Del 60 days.  142 -EA Del to Tracy CA  95376-5000 Del 60 days.
   Unrestricted.  Anticipated award date is  01/22/97.  Drawings,
  interim procurement descriptions and deviation  lists may be
  examined or obtained from DGSC.  All responsible sources may
  submit   offer which DGSC shall consider.
CITE: (I-337 SN007780)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--PLATE, BEARING RETAINING
SOL SP0480-97-Q-J846
DUE 011797
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    Charlene Hall/PLBL571/804-279-6093 write DSCR Attn: D scr-jlp
  Richmond VA  23297-5876. KO:  Fredrick R. anders on/279-5405.
DESC: PR-NO:  YPG96304000471 NSN 2840-00-830-9342, plate, bearing
   retaining Allison Engine Co (CAGE 63005) P/N 6808893 adequate
  data for  evaluation of alternate offers is not available at
  the procurement agency.   The offeror must provide a complete
  data package including data for the  approved and alternate
  part for evaluation.  30 -EA Del to New  Cumberland PA 17070-5001
  Del 60 days.  30 -EA Del to Tracy CA 95376-5000  Del 60 days.
   Unrestricted.  Other than full & open comp (sole source).
    Specifications, plans or drawings relating to the procurement
  described are  not available and cannot be furnished by the
  Gov't.  All responsible  sources may submit offer which DGSC
  shall consider.
CITE: (I-337 SN007806)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--VALVE, POPPET, ENGINE. ON AVDS 1790 SERIES ENGINES.
SOL SP0750-97-Q-0381
DUE 011397
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) Dee  Schneider (614) 692-3483
DESC: PR-NO:  YPC96320000908 NSN 2815-00-150-7407, CAGE 19207
  Part No  11610010 valve, poppet, engine per TRW Inc. (TRW valve
  DIV.), P/N  11610010. no technical data available at DSCC for
  this solicitation.   765 -EA Del to (Call contracting office)
  Del by 60 days after date of  award.  Solicitation not available
  until 15 days after published in the CBD.   Specifications,
  plans or drawings are not available.  This is an  unrestricted
  acquisition with a 10% preference for SDB concerns.   Automated
  Best Value Model (ABVM) applies.  While price may be a significant
   factor in the evaluation of offers, the final award decision
  will be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a significant factor in the
  evaluation of offers, the final award decision  will be based
  upon a combination of price and past performance as  described
  in this solicitation. automated baes value model (ABVM) and
   delivery evaluaiton factor (DEF) apply.  While price is a
  significant  factor in the evaluation of offers, the final
  award decision will be based  upon a combiantion of price,
  delivery and past performance as described  in the solicitaiton.
   All responsible sources may submit offer which DCSC  shall
  consider.
CITE: (I-338 SN007962)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--RACE, OUTER
SOL SP0480-97-Q-J848
DUE 011797
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    Charlene Hall/PLBL571/804-279-6093 or write DSCR ATT N: 
  DSCR-JLP Richmond  VA 23297-5876. KO:  Fredrick R. and erson/279-5405.
DESC: PR-NO:  YPG96310003566 NSN 2995-00-962-0994, RACE, Outer
   Parker-Hannifin Corp (CAGE 59211) P/N 648869 29 -EA Del to
  Richmond VA  23297-5900 Del 60 days.  Unrestricted.  Other
  than full & open comp  (sole source).  Anticipated award date
  is 01/22/97.  Specifications,  plans or drawings relating to
  the procurement described are not available  and cannot be
  furnished by the Gov't.  All responsible sources may submit
   offer which DGSC shall consider.
CITE: (I-337 SN007778)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--MOUNT SUBASSY, DYNAF
SOL SP0480-97-R-0406
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  Buyer:  Alice  Collier/PLBL570/804-279-4556. KO:  stephe N
  M. Mason/279-3724.
DESC: PR-NO:  YPG96248000972 NSN 2995-00-756-9914, Mount subassy,
  dynaf  Lord Corp (CAGE 76005) P/N LM200SA38 100 -EA Del to
  New Cumberland PA  17070-5001 Del 150 days.  Option to Inc
  qty 100%.  Unrestricted.  Other  than full & open comp (sole
  source).  Trade Agreements Act (see NOTE 12).   Critical application
  item.  100% qunatity option included in solicitation.   Specification
  (see NOTE 9).  Specifications, plans or drawings relating to
   the procurement described are not available and cannot be
  furnished by the  Gov't.  All responsible sources may submit
  offer which DGSC shall consider.
CITE: (I-337 SN007802)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--SPOOL AND SLEEVE
SOL SP0480-97-Q-J847
DUE 011797
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    Charlene Hall/PLBL571/804-279-6093 or write DSCR ATT N: 
  DSCR-JLP Richmond  VA 23297-5876. KO:  Fredrick R. and erson/279-5405.
DESC: PR-NO:  YPG96292000961 NSN 2995-00-915-7849, spool and
  sleeve  Vickers Inc (CAGE 62983) P/N 603432 125 -EA Del to
  Cherry Point NC  28533-5001 Del 60 days.  Unrestricted.  Other
  than full & open comp  (sole source).  Anticipated award date
  is 01/22/97.  Specifications,  plans or drawings relating to
  the procurement described are not available  and cannot be
  furnished by the Gov't.  All responsible sources may submit
   offer which DGSC shall consider.
CITE: (I-337 SN007804)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--POPPET ASSY, REGULATOR
SOL SP0480-97-Q-J759
DUE 011797
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    Cheri Warriner/PLBL372/804-279-3452 or write DSCR at TN:
   DSCR-JLP Richmond  VA 23297-5876. KO:  Donna cartwrig ht/279-3774.
DESC: PR-NO:  YPG96295001448 NSN 2995-00-752-5212, poppet assy,
   regulator e-system Inc (CAGE 79294) P/N 41A809 255 -EA Del
  to Tinker AFB  OK 73145-9013 Del 88 days.  Unrestricted.  Other
  than full & open comp  (sole source).  Solicitation will be
  made in writing and orally.   Specifications, plans or drawings
  relating to the procurement described are  not available and
  cannot be furnished by the Gov't.  All responsible  sources
  may submit offer which DGSC shall consider.
CITE: (I-337 SN007805)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 29--KIT, ENGINE MOUNT
SOL SP0480-97-Q-J844
DUE 011797
POC Contact:  for copies of RFQ solicitations, contact the buyer:
    Charlene Hall/PLBL571/804-279-6093 or write DSCR ATT N: 
  DSCR-JLP Richmond  VA 23297-5876. KO:  Fredrick R. and erson/279-5405.
DESC: PR-NO:  YPG96304000499 NSN 2995-01-115-3511, kit, engine
  Mount  Lord Corp (CAGE 76005) P/N LM-204-SA50 140 -KT Del to
  New Cumberland PA  17070-5001 Del 60 days.  200 -KT Del to
  Tracy CA 95376-5000 Del 60 days.   Unrestricted.  Other than
  full & open comp (sole source).  Anticipated  award date is
  01/22/97.  Specifications, plans or drawings relating to the
   procurement described are not available and cannot be furnished
  by the  Gov't.  All responsible sources may submit offer which
  DGSC shall consider.
CITE: (I-337 SN007807)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--HOUSING, FUEL CONTROL.
SOL SP0770-97-Q-MD10
DUE 122096
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Saundra Gordon/pccr BA1/614-692-3414
DESC: PR-NO:  YPC96179000861 NSN 2910-00-225-1675, CAGE 99193
  Part No  698870-6 housing, fuel control, allied-signal Inc.
  P/N 698870-6 215 - EA Del to Kelly AFB TX 78241-5312 Del 270
  days after date of award.   PR-NO:  YPC96152000734 46 -EA Del
  to Kelly AFB TX 78241-5312 Del 270  days after date of award.
   Solicitation not available until 15 days after  published
  in the CBD.  Specifications, plans or drawings are not available.
    This acquisition is for supplies for which the government
  does not possess  complete, unrestrictive technical data; therefore,
  the government  intends to solicit and contract with only approved
  sources under the  authority of 10 U.S.C.2304(C)(1).  Approved
  sources are:  Alliedsignal,  Inc.  All responsible sources
  may submit offer which DCSC shall consider.
CITE: (I-337 SN007818)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 29--EXHAUST SYSTEM, ENGINE.
SOL SP0740-97-R-1155
DUE 012197
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Connie Giggi/614-69 2-4719.
DESC: PR-NO:  YPC96313000988 NSN 2990-01-325-1868, CAGE 63631
  Part No  83-14541 CAGE 90598 Part No 83-14541 exhaust system,
  engine.  developmental sciences Inc P/N 83-14541.  22 -EA Del
  to New Cumberland  PA 17070-5001 delivery 150 days after date
  of award 5 -EA Del to Lathrop  CA 95330 delivery 150 days after
  date of award solicitation not available  until 15 days after
  published in the CBD.  Specifications, plans or drawings  are
  not available.  This is an unrestricted acquisition with a
  10 %  perference for SDB concerns.  This acquisition is for
  supplies for which  the Gov't does not possess complete, unrestrictive
  technical data;  therefore, the Gov't intends to solicit/contract
  with only approved  sources under the authority of 10 U.S.C.
   2304(C)(1).  Approved sources  are:  63631, 90598.  Automated
  Best Value Model (avbm) applies.  While  price may be a significant
  factor in the evaluation of offers, the final award  decision
  will be based upon a combination of price and past performance,
   as described in the solicitation.  Deivery evaluation factor
  (DEF) applies.   While price is a significant factor in the
  evaluation of offers, the final  award decision will be based
  upon a combination of price and past  performance as described
  in this solicitation.  Automated Best Value Model  (avbm) and
  Delivery Evaluation Factor (DEF) apply.  While price is a 
  significant factor in the evaluation of offers, the final award
  decision  will be based upon a combination of price, delivery,
  and past  performance as described in the solicitation.  All
  responsible sources may  submit offer which DCSC shall consider.
CITE: (I-337 SN007828)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
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, SPROCKET
SOL SP0760-97-Q-0179
DUE 010897
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)David beckwith (614) 692-3455
DESC: PR-NO:  YPC96302002078 NSN 3040-01-055-5937, CAGE 05606
  Part No  167C2239 shaft, sprocket. Lockheed Martin Corp P/N
  167C2239.  208 -EA  Del to Lathrop CA 95330 Del by 27 Jun 97.
   63 -EA Del to New Cumberland  PA 17070-5001 Del by 27 Jun
  97.  Small business size standard is 500  employees.  Solicitation
  not available until 15 days after published in the  cbd.specifications,
  plans or drawings are not available.this acquisition is  for
  supplies for which the government does not possess complete,
   unrestrictive technical data; therefore, the government intends
  to  solicit and contract with only approved sources under the
  authority of 10  U.S.C.2304(C)(1).APPROVED sources are:  Lockheed
  martin.delivery  evaluation factor (DEF) applies.while price
  is a significant factor in the  evaluation of offers, the final
  award decision will be basedd upon a  combination of price
  and past performance as described in this  solicitation.this
  request will be issued via a written rfq.the estimated  award
  date will be 16 Feb 97.  All responsible sources may submit
  offer  which DCSC shall consider.
CITE: (I-337 SN007823)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--HOUSING, MECHANICAL DRIVE (HOUSING ASSEMBLYCONVERTER
  LOCK-UP  CLUTCH).
SOL SP0570-97-R-0380
DUE 011397
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) Dee  Schneider (614) 692-3483
DESC: PR-NO:  YPC96291000990 NSN 3040-00-762-4507, CAGE 19207
  Part No  8351034 housing, mechanical drive (housing assemblyconverter
  lock-up  clutch) I/A/W U.S. Army drawing number 8351034.  34
  -EA Del to Lathrop  CA 95330 Del by 90 days after date of award.
   Solicitation not avaialble  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 unrestriced  acquisiton 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  combiantion
  of price and past performance as described in the solicitaiton.
    Delivery Evaluation Factor (DEF) applies.  While priceis
  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 delviery 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
  solicitaiton.   All responsible sources may submit offer which
  DCSC shall consider.
CITE: (I-338 SN007916)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEAR, SPUR, ON AIRCRAFT, F/A-18
SOL SP0770-97-Q-MF76
DUE 011597
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:  YPC96298001155 NSN 3020-01-128-4678, CAGE 70210
  Part No  2040783-1 gear, Spur, used on F/A-18 aircraft allied-signal
  P/N 2040783.  no additional Tech data available at DCSC.  55
  -EA Del to Jacksonville  FL 32212-0097 Del 90 days after date
  of award.  67 -EA Del to San Diego  CA 92136-0000 Del 90 days
  after date of award.  Solicitation not  available until 15
  days after published in the CBD.  Specifications, plans  or
  drawings are not available.  This is an unresticted acquisition
  with a  10% preference for SDB concerns.  It is suggested that
  small business  firms or others interested in subcontracting
  opportunities make direct contact  with firm(S) listed.  This
  acquisition is for supplies for which the  government does
  not possess complete, unrestrictive technical data;  therefore,
  the government intends to solicit and contract with only  approved
  sources under the authority of 10 U.S.C.  2304(C)(1).  Approved
   sources are:  Alliedsignal, Inc.  Automated Best Value Model
  (ABVM)  applies.  While price may be a significant factor in
  the evaluation of offers,  the final award decision will be
  based upon a combination of price and  past performance, as
  described in the solicitation.  Delivery Evaluation  Factor
  (DEF) applies.  While price is a significant factor in the
   evaluation of offers, the final award decision will be based
  upon a  combination of price, delivery, and past performance
  as described in the  solicitation.  All responsible sources
  may submit offer which DCSC shall  consider.
CITE: (I-338 SN007955)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--BALL JOINT, (FIXED) ON AM GENERAL HMMWV M966 SERIES
  VEHICLE.
SOL SP0770-97-Q-MF66
DUE 012097
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)  Renee L Frederick ( 614)692-3198
DESC: PR-NO:  YPC96303000772 NSN 3040-01-189-1637, CAGE 34623
  Part No  5740551 CAGE 62826 Part No 227-0082 joint assembly,
  differential.  technical data is proprietary and can not be
  released. GKN automotive  components Inc., CAGE 62826, P/N
  227-0027.  285 -AY Del to New  Cumberland PA 17070-5001 Del
  by 04 Oct 97.  200 -AY Del to Lathrop CA  95330 Del by 04 Oct
  97.  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 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-338 SN007959)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 30 -- AMENDED - - COUPLING, HALF
SOL DAAJ09-97-R-0167
DUE 123196
POC ATTN: AMSAT-A-PLBA, Thelma Collins, Contract Specialist (314)263-
  2048, or June Tharp, Contracting Officer, (314)263-0800; FAX
  (314)263- 9012.
DESC: This Synopsis is hereby amended to remove Fenn Manufacturing
  as an source which will be solicited due to the Small Business
  Set Aside Criteria. NSN: 3040-01-368-6667 PN: 70351-08206-102,
  222 Each, applicable to the UH-60 Aircraft. F.O.B. Destination
  with deliveries to Texarkana, TX. This part requires engineering
  source approval by the design control activity in order to
  maintain the quality of the part. This procurement is currently
  source controlled to the the approved sources. Firms that recognize
  and can produce the required item(s) described above are encouraged
  to identify themselves to the Contracting Officer and provide
  supporting evidence to the Contracting Officer which will permit
  their participation in the current or future solicitation.
  Approved sources are Bill-Jay Machine, Purdy Corporation, Apex
  Manufacturing, Rotair Industries, Precision Gear Incorporated,
  W&G Machine Company, and Equitable Engineering. All responsible
  sources may submit an offer which will be considered. This
  requirement is currently unfunded. Award will be withheld pending
  receipt of sufficient funds. Authority and justification is
  FAR 6.302-1. Intended source is listed above. The principle
  medium which the Government will use for technical data transmittal
  during this procurement is the 4.75 inch diameter compact disk
  with embedded reader software. Windows 3.1, or Windows NT operating
  environment and a CD Reader are required. See Numbered Note
  26. See Numbered Note(s): 1.
CITE: (I-338 SN008415)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd., St. Louis, MO 63120-1798
SUBJECT: 31 -- BEARING,BALL,ANNULA
SOL DAAJ09-97-R-0156
DUE 010797
POC Fleurelle Humphrey,Contract Specialist,AMSAT-A-PLBB,314-263-2985,
  Carol Woeheide,Contracting Officer,314-263-0779.
DESC: NSN 3110-01-202-6680,Boeing P/N 114DS669-3/5, Applicable
  to the CH-47 Aircraft. The Government intends to issue a Indefinite
  Delivery Indefinite Quantity, Firm Fixed Price Type Contract
  with five consecutive ordering periods. The minimum quantity
  is 76 each and the maximum quantity is 213 each. Delivery will
  be FOB Destination for the first ordering period and FOB Origin
  for the subsequent ordering periods. Required delivery is 360
  DACA. This procurement requires prequalification. All responsible
  sources may submit a proposal which shall be considered by
  the agency. Justification for other than full and open competition
  is FAR 6.302-1, Only One Source or Only a Limited Number of
  Responsible Sources. This proposed contract action is for supplies
  for which the Government does not have specifications and drawings
  to permit full and open competition. Approved sources are Boeing
  Helicopters, Ridley Park,PA and FAG Bearings LTD, Stratford
  ONN5A 6T2 Canada. Only approved sources who have successfully
  completed the required engineering test will be considered
  for award of this flight safety part. The time required for
  approval of new supplies is such that award and delivery cannot
  be delayed pending approval of a new source. Firms are encouraged
  to seek source approval in order to compete for future solicitations
  IAW the instructions contained in Section L of the solicitation.
  Information on meeting of qualifications may also be obtained
  from ATCOM, ATTN: AMSAT-R-EB. Subject to availability of funds.
  No telephone requests will be accepted. You may fax your request
  ATTN: AMSAT-A-PLBB, Fleurelle Humphrey, Contract Specialist,
  on 314-263-9012. Number Note(s) 23 and 26.
CITE: (I-338 SN008397)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 34 -- CHEMICAL REAGENTS/TEST KITS
SOL N00406-97-R-4031
DUE 011297
POC K. Palmer
DESC: replacement parts for kat p-type travel carriage manufactured
  by gullco international.. quantity of each part is 16 each
  and parts include a semi-automatic gun holder assembly, cable
  support assembly, rack arms, wheel assembly, remote control
  pendant, pendant control, motorized rack boxes, limit switch
  assemblies, and travel carriage tracks. desired delivery is
  60 days after contract award. inspect and accept at destination,
  fob destination to puget sound naval shipyard, bremerton wa
  this is being solicited as an only-known source requirement
  to gullco international. offers will be considered by the fleet
  & industrial supply center, puget sound. telephone requests
  will not be honored. fax requests to (360) 476-2931.
CITE: (I-338 SN008110)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 35--Service and Trade Equipment
OFFADD: OPTEC CONTRACTING ACTIVITY, BLDG 91035, P.O. BOX Y, FORT
  HOOD TX 76544-5056
SUBJECT: 35--DATA RECORDER FOR A VIDEO TELEMETRY AND RECORDING
  SYSTEM (VTRS) BASE STATION
SOL DATM01-97-R-0006
DUE 012097
POC Contract Specialist Russell Taylor (817) 288-9722 (Site Code
  DATM01)
DESC: The Government has a requirement to procure a Data Recorder
  for a Video Telemetry and Recording System. The Data Recorder
  for the VTRS Base Station must have the following characteristics
  and features: Merge 24 independant PCM data streams for recordng,
  maximum rate per stream 5 Mbps input stream, 36 Mbps aggregate
  input stream, time tag data streams with IRIG or GPS timing
  signals, digital recording format, SCSI interface for remote
  operation, playback data in original format, and capability
  to cascae to a second recorder when the first one fills with
  data. This is a Firm Fixed Price Contract. Tentative Issue
  Date is 18 December 1996. This is 100% Set-Aside for Small
  Business Concerns. All requests are to be made in writing.
  No telephonic requests will be accepted.
CITE: (I-338 SN008214)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 35--Service and Trade Equipment
OFFADD: Department of Veterans Affairs, P.O. Box 76, Bldg. 37,
  Hines, IL 60141
SUBJECT: 35 -- VARIOUS COMMERCIAL LAUNDRY EQUIPMENT INCLUDING
  INSTALLATION
SOL M6-1-97
DUE 011797
POC Janet B. Blazek (708) 786-5253
DESC: Delivery and installation of the following: Drying and
  conditioning tumbler (400-pound capacity), 1 each, and external
  lint collector (1 each) within VA Medical Center, One VA Center,
  Togus, Maine 04330; Flatwork ironer, 1 each, folder-crossfolder,
  1 each, and sheet stacker, 1 each, within VA Medical Center,
  4815 N. Assembly Street Spokane, Washington 99205-6197; Washer-extractor
  (600-pound capacity), 2 each, within VA Medical Center, 300
  Veterans Blvd., Big Spring, Texas 79720. Solicitation will
  be issued on or about December 23, 1996. Requests for copies
  of the solicitation must be received in writing. See Note 12.
CITE: (I-338 SN008431)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: 16th Contracting Squadron, 350 Tully Street, PO Box 9190,
  Hurlburt Field, FL 32544-9190
SUBJECT: 39--FURNISH STORAGE AND RETRIEVAL SYSTEM
SOL F0862096T8255
DUE 010797
POC Louise Peterson, Contract Specialist, 904-884-3264; Scott
  Ilg, Contract Officer
DESC: 17.  39 -- Furnish Storage and Retrieval System, Solicitation
  F08620-96-T8255, due 1/7/97.  Contact Louise Peterson at 904-884-3264.
   This is a combined synopsis/solicitation for commercial items
  prepared in accordance with the format in FAR Subpart 12.6,
  as supplemented with additional information contained in this
  notice.  This announcement constitutes the only solicitation;
  proposals are being requested and a written solicitation will
  not be issued.  This is Solicitation F08620-96-T8255, and
  is issued as a Request for Quotation (RFQ).  The RFQ incorporates
  provisions and clauses as those in effect through Federal Acquisition
  Circular Number 90-41.  This requirement is 100% set aside
  for small business; the standard industrial classification
  code is 3536 and the small business size standard is 500 employees.
   The successful contractor shall provide delivery, FOB Destination.
   Description of Requirement -- Storage/Retrieval system with
  racks to consist of two outside rows and one middle row; with
  the outside run at least 35 feet with 2-1/2 feet runouts at
  each end.  Outside rows must not exceed an overall system
  length of 40-1/2 feet.  The outside rack bays must be 116"
  wide and 40" deep and 28" high to accommodate the size of
  the weapons alternate mission equipment which will be stored
  on them.  Individual rack positions must support a minimum
  of 4850 pounds.  Overall rack capacity must be able to support
  a total of 235,000 pounds and 48 above-ground pallet spaces.
   Individual rack height must not exceed 13 feet 1 inch so
  a minimum clearance of 3 feet 5 inches is available from the
  top of the rack to the ceiling to allow for trolley travel.
   Overall height of rack and trolley must not exceed 16 feet
  6 inches and allow a minimum of 18 inches from top of structure
  to fire suppression sprinkler heads.  Clearance under the end
  trolley rails must be a minimum of 11 feet 7 inches to allow
  motor vehicle clearance.  The following also apply:  (a) amperage
  of electrical components must be 25 amps or less; (b) electrical
  motors must be built for high frequency of starts and stops;
  (c) electrical controls must be programmable and support variable
  speeds; (d) attached forklift must support 3,000 lbs on two
  40" forks, must have overhead canopy for operator protection,
  and must allow 360 degree rotation (can be single speed rotation);
  (e) attached electric chain hoist must be rated to 4,000 lbs
  capacity; (f) maximum voltage is 220 volt, 3 phase, 60 hertz
  for forklift runway; (g) controls must operate on 120 volt,
  3 phase, 60 hertz circuit; (h) wire decking pallets must be
  utilized for sprinkler access to all bay levels; (i) system
  should include 4 pallet tubs for storage of small items and
  two heavy-duty storage cabinets for storage of system components
  when reconfigured; (j) system must include a warning bell
  which operates when system is energized; (k) rail system must
  include stops for end of travel limits; (l) minimum one-year
  warranty.  All offers for this solicitation will require the
   offeror to complete on-site measurements of the facility.
   Failure to complete on-site measurements would render the
  bid questionable.  The offeror shall include a completed copy
  of the FAR provisions at 52.212-3, Offeror Representations
  and Certifications, Commercial Items.  The offeror is advised
  that FAR provisions 52.212-5, Contract Terms and Conditions
  Required to Implement Statues or Executive Orders, Commercial
  Items, applies to this acquisition.  FAR 52.212-1, Instructions
  to Offerors--Commercial Items, is amended to read:  "Submit
  signed and dated offers in three copies to 16 CONS/LGCS, P.
  O. Box 9190, 350 Tully Street (Mail Stop #39), Hurlburt Field,
  FL, 32544.   Offers may be submitted on letterhead stationery
  and at a minimum must show:  (1) the solicitation number (F08620-96-T8255);
  (2) the time specified for receipt of offers (7 Jan 97); (3)
  The name, address, and telephone number of the offeror; (4)
  a technical description of the item(s) being offered in sufficient
  detail to evaluate compliance with the requirements in the
  solicitation.  This may include product literature, drawing,
   or other documents if necessary; (5) terms of any express
  warranty; (6) price and discount terms; (7) "remit to" address,
  if different from mailing address; (8) a complete copy of the
  representation and certifications at FAR 52.212-3; (9) acknowledgement
  of solicitation amendments, if any; (10) past performance
  information, when included as an evaluation factor, to include
  recent and relevant contracts for the same or similar equipment
  and other references (including contract numbers, points of
  contacts with telephone numbers and other relevant information);
  and (11) if the offer is not submitted on SF 1449, include
  a statement specifying the extent of agreement with all terms
   and conditions, and provisions included in the solicitation.
   The proposal must be signed by an official authorized to
  bind your organization.  Offers that fail to furnish required
  representations and certifications, or reject the terms and
  conditions of the solicitation, may be excluded from consideration.
   FAR 52.212-2, Evaluation--Commercial Items, is amended to
  read:  "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 Government anticipates
  award of a firm-fixed price purchase order.  The following
  factors (in descending order of importance) shall be used to
  evaluate offers:  (1) technical capability of the item offered
  to meet the Government requirement; (2) past performance,
  including warranty repairs and repair response time; (3) delivery
  time; (4) price (including FOB destination charges).  For
  evaluation of past performance, offerors are required to submit
  information pertaining to previous sales to other government
  activities or to private companies.  Include contract number,
  date of purchase, amount of purchase, and name/address/phone
  number of purchaser.  Failure to submit this information for
  evaluation will result in subpar scoring in the applicable
  area of evaluation."  Questions concerning this RFQ must be
  submitted in writing, no telephonic responses will be processed.
   Questions should be faxed to Louise Peterson and addressed
  to 16 CONS/LGCS at 904-884-5372 to arrive not later than 12
  December 1996.  A site visit is scheduled for 17 December 1996
  at 8:30 am, with an alternate date of 18 December.  Contact
  Louise Peterson at 904-884-3264 of your intention to attend.
   Site visit attendees will meet at the 16CONS/LGCS conference
  room, Bldg 90339, and will be escorted to Bldg 90640, the
  installation site.  See Numbered Note 1.      
CITE: (W-338 SN008473)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 40--Rope, Cable, Chain, and Fittings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 40--HOOK, PELICAN TRANSTECHNOLOGY CORP BREEZE-EASTERN
  DIV  (08484)
SOL SP0500-97-Q-D590
DUE 122496
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Sharon Zeenkov/VBB51/X6975 buyer: 
  Sharon  Zeenkov/VBB51/X6975
DESC: PR-NO:  YPI96248000879 NSN 4030-01-225-0976, 1 -EA Del
  to San  Diego CA 92135-7033 Del by 08 Sep 96.  50 -EA Del to
  New Cumberland PA  17070-5001 Del by 31 Dec 96.  RFQ due date
  96 Dec 24 specs:   Transtechnology Corp(08484) P/N BL-7430-1
  primary quantity:  50  deliveries to CONUS(excluding Alaska).
   Delivery schedule:  120 days.   Offers will be evaluated with
  a 10% preference for small disadvantaged  business concerns.
   This contract 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:  transtechnolgy Corps.  Other NOTES:  to obtain
  a copy of  this solicitation please send FAX request to (215)
  697-6333ORX1462ORX2978.   Specs/Dwgs are not required.
CITE: (I-337 SN007839)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 40--Rope, Cable, Chain, and Fittings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 40--CHAIN ASSEMBLY, SLING SEI SYSTEMS & ELECTRONICS
  INC (98255)
SOL SP0500-97-Q-D538
DUE 010297
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Robert Kubiak/VAB22/X9238 buyer:  bobo
   Kubiak/VAB22/X9238
DESC: PR-NO:  YPI96269000693 NSN 4010-01-361-7266, 47 -EA Del
  to  Mechanicsburg PA 17055-0789 Del by 23 Nov 96.  RFQ due
  date 97 Jan 02  primary quantity:  92 deliveries to CONUS(excluding
  Alaska) delivery  schedule:  240 days ADO offers will be evaluated
  with a 10% preference  for small disadvantaged business concerns
  specs/Dwgs are not required to  obtain a copy of this solicitation
  please FAX request to (215) 697-6333,  X1462, X2978.
CITE: (I-337 SN007841)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PARTS KIT, PISTON ASSEMBLY, COMPRESSOR.
SOL SP0770-97-Q-MF17
DUE 011497
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)  Mary lusco-ashley, X1320.
DESC: PR-NO:  YPC96270001452 NSN 4310-01-230-8537, CAGE 00153
  Part No  225640 parts kit, piston assembly, compressor.  New
  SD Inc (CAGE-00153);  P/N 225640.  19 -EA Del to Albany GA
  31704 Del by 23 Dec 96 or deliver  within 90 days after award.
   Solicitation not available until 15 days  after published
  in the CBD. specifications, plans or drawings are not  available.
  Automated Best Value Model (ABVM) applies.  While price may
  be a  significant factor in the evaluation of offers, the final
  award decision  will be based upon a combination of price and
  past performance, as  described in this solicitation.  All
  responsible sources may submit offer  which DCSC shall consider.
CITE: (I-338 SN007914)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PUMP, ROTARY.
SOL SP0770-97-Q-MF70
DUE 011397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Rick Miller, X1149.
DESC: PR-NO:  YPC96318000507 NSN 4320-01-321-2569, CAGE 07309
  Part No  P-1-29-17 CAGE 59180 Part No SF10967 pump, rotary.
  Bird Johnson CAGE:   07309 Part No:  P-1-29-17 and IMO Industries
  CAGE:  59180 Part No:   SF10967.  1 -EA Del to see Preface
  to Navy address Co Del by 28 Oct 96  or deliver within 100
  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.this acquisition is for
  supplies for which the GOVT.  does not possess complete, unrestrictive
  technical data; therefore, the  GOVT. intends to solicit and
  contract with only approved sources under  the authority of
  10 U.S.C. 2304 (C)(1). approved sources are:   bird-johnson
  Co. and IMO Industries Inc.  Automated Best Value Model  (ABVM)
  applies. while price may be a significant factor in the evaluation
  of  offers, the final award decision will be based upon a combination
  of  price and past performance, as described in this solicitation.
  Delivery  Evaluation Factor (DEF) applies.  While price is
  a significant factor in  the evaluation of offers, the final
  award decision will be based upon a  combination of price and
  past performance, as described in this  solicitation.  All
  responsible sources may submit offer which DCSC shall  consider.
CITE: (I-338 SN007918)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--FILTER ELEMENT, FLUID.
SOL SP0770-97-Q-MF73
DUE 011397
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) Dan  Rodgers, X2590.
DESC: PR-NO:  YPC96311001024 NSN 4330-01-407-3548, CAGE 13573
  Part No  i-44087 filter element, fluid. I/A/W Velcon filters
  Inc, P/N:  i-44087.   60 -EA Del to McClellan AFB CA 95652-1621
  Del by 30 Jan 97 or deliver  within 120 days after award. 
  136 -EA Del to Kelly AFB TX 78241-5312 Del  by 30 Jan 97 or
  deliver within 120 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. this acquisition is
  for supplies for  which the GOVT. does not possess complete,
  unrestrictive technical data;  therefore, the GOVT. intends
  to solicit and contract with only approved  sources under the
  authority of 10 U.S.C. 2304 (C)(1). approved sources  are:
   Velcon filters Inc. Automated Best Value Model (ABVM) applies.
   while price may be a significant factor in the evaluation
  of offers, the final  award decision will be based upon a combination
  of price and past  performance, as described in this solicitation.
   Delivery Evaluation  Factor (DEF) applies. while price is
  a significant factor in the evaluation  of offers, the final
  award decision will be based upon a combination of  price,
  delivery, and past performance, as described in this solicitation.
    All responsible sources may submit offer which DCSC shall
  consider.
CITE: (I-338 SN007960)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and
  Nuclear Reactors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 44--COOLER, FLUID, INDUSTRIAL.
SOL SP0750-97-Q-0334
DUE 011697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  William Chavez (614 ) 692-1288
DESC: PR-NO:  YPC96298001191 NSN 4420-01-207-6074, CAGE 09647
  Part No  651-07626-000 "cooler, fluid, industrial. Aqua-Chem
  Inc Water  Technologies Div. P/N 651-D-7626. no technical data
  available at DCSC  for this solicitation." 2 -EA Del to Tracy
  CA 95376-5000 Del by 120  days after date of award.  See NOTE
  22.  Solicitation not available  until 15 days after published
  in the CBD.  Specifications, plans or drawings  are not available.
   This 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 combiantion
  of price and past  pereformance, as described in the solicitation.
   Delivery Evaluation  Factor (DEF) applies.  While price is
  a significant factor in the  evaluation of offers, the final
  award decision will be based upon a  combiantion of price and
  past performance as described in this solicitation.   All responsible
  sources may submit offer which DCSC shall consider.
CITE: (I-338 SN007956)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--PROBE ASSY, HEATER NEXT HIGHER ASSYHOWELL INSTRUMENTS
  MODELS
SOL SP0740-97-Q-0282
DUE 010897
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Robert Schneider, 6 14-692-1743
DESC: PR no:  YPC96235001060 NSN 4540-00-068-1446, CAGE 98869
  Part No  BH3879-40 heater, probe assembly. Howell instruments
  Inc.  P/N  BH3879-40. no additional technical data available
  at DCSC for this  solicitation.  95 -EA Del to Tinker AFB OK
  73145-9013 Del by 90 days  after date of award.  Small business
  size standard is 500 employees.   Solicitation not available
  until 15 days after published in the CBD.   Specifications,
  plans or drawings are not available.  Automated Best Value
   Model (ABVM) applies.  While price may be a significant factor
  in the  evaluation of offers, the final award decision will
  be based upon a  combination of price and past performance,
  as described in the solicitation.   Delivery Evaluation Factor
  (DEF) applies.  While price is a significant  factor in the
  evaluation of offers, the final award decision will be based
   upon a combination of price and past performance as described
  in this  solicitation.  Automated Best Value Model (ABVM) and
  Delivery Evaluation  Factor (DEF) apply.  While price is a
  significant factor in the evaluation  of offers, the final
  award decision will be based upon a combination of  price,
  delivery, and past performance as described in the solicitation.
    This request will be issued via a written RFQ.  The estimated
  award date  is 07 Feb 97.  All responsible sources may submit
  offer which DCSC shall  consider.
CITE: (I-337 SN007819)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment
OFFADD: DIRECTORATE OF CONTRACTING, ATTN: ATZL-GCC, 600 THOMAS
  AVENUE, BLDG 198, FT LEAVENWORTH KS 66027-1389
SUBJECT: 45--MISCELLANEOUS BOILERS AND PARTS
SOL DABT19-97-B-0002
DUE 030497
POC Contract Specialist GEORGIA VESTAL (913) 684-2091 Contracting
  Officer ELIZABETH M. BORNMAN (913) 684-2091 (Site Code DABT19)
DESC: Boilers, Hydro Therm Models AM-150, AM-300, and VGA-400
  BS or EQUAL; miscellaneous parts, various quantities, FOB Destination,
  Ft. Leavenworth, Kansas. Requirements contract with no guaranteed
  minimum for the period 1 Apr 97 or date of award, whichevr
  is later, thru 31 Mar 98. This acquisition is Unrestricted.
  The size standard for a small business concern is NTE 500 employees.
  This is a Firm Fixed Unit Price contract. The Standard Industrial
  Code for this acquisition is 5074. IFB to be issued on or aout
  31 Jan 97. All requests for IFB should be in writing and reference
  DABT19-97-B-0002. Contractor shall indicate their Taxpayer
  Identification Number and if they are a women-owned, minority
  business concern, small or large business firm. There is a
  charge for solicitation documents. A certified check made payable
  to the "U. S. Treasury" in the amount of $20.00 shall accompany
  the request. No telephone or faxedrequests will be accepted.
CITE: (I-338 SN008221)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 45--Plumbing, Heating and Sanitation Equipment
OFFADD: Department of Veterans Affairs Palo Alto Health Care
  System,3801 Miranda Ave., Palo Alto, CA 94304
SUBJECT: 45 -- MEDICAL WASTE TREATMENT SYSTEM
SOL 640-46-97
DUE 011497
POC Pamela Mondrey, Contracting Officer, at 415-493-5000 ext.
  673763
DESC: VAPA Health Care System, Palo Alto Division intends to
  purchase a medical waste treatment system capable of accepting
  all infectious waste, excluding chemo waste. The system should
  operate through the use of negative air pressure and a system
  of HEPA filters. The complete system shall include installation,
  training, and on-site services for two weeks minimum. The successful
  bidder will also provide the initial permits necessary to install
  the system and will have the system ready for utility connections
  by others. Only written or faxed (415-852-3443) requests for
  solicitations will be accepted. Issue date will be on or about
  12/11/96.
CITE: (I-338 SN008413)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 46--SUPPORT ASSY, COALES
SOL SP0900-97-T-3307
DUE 011697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96305000059 NSN 1660-01-193-8832, CAGE 70210
  Part No  195790-1 28 -EA Del to New Cumberland PA 17070-5001
  Del by 21 Dec 96.   18-EA Del to Lathrop CA 95330 Del by 21
  Dec 96.  Please quote price  breaks modification:  the solicitation
  number is changed from SP0 900 97  T 3307 to SP0 920 97 Q A081
  all responsible sources may submit offer which  DESC shall
  consider.
CITE: (I-337 SN007854)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 46--Water, Purification and Sewage Treatment Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 46--VALVE ASSY, ANTI G
SOL SP0920-97-Q-A085
DUE 011697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96138000499 NSN 1660-00-927-7750, CAGE 26512
  Part No  128SCAB105-5 CAGE 88535 Part No 7050A1 8 -EA Del to
  New Cumberland PA  17070-5001 Del by 04 Jan 97.  31 -EA Del
  to Lathrop CA 95330 Del by 04  Jan 97.  7 -EA Del Mechanicsburg
  PA please quote price breaks and phased  delivery.  All responsible
  sources may submit offer which DESC shall  consider.
CITE: (I-338 SN008193)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE ASSEMBLY, METAL.
SOL SP0750-96-R-0614
DUE 011097
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, Carol Black,  (614)692-1346.
DESC: PR-NO:  NPC95195001031 NSN 4710-01-129-3975, CAGE 99207
  Part No  5033T88G01 tube assembly, metal. I/A/W General Electric,
  P/N:   5033T88G01.  222 -EA Del to Tracy CA 95376-5000 Del
  by 90 days after  date of award.  152 -EA Del to Mechanicsburg
  PA 17055-0789 Del by 90  days after date of award.  Solicitation
  not available until 15 days after  published in the CBD.  Specifications,
  plans, or drawings are not available.   This acquisition is
  for supplies for which the government does not possess  complete,
  unrestrictive technical data; therefore the government intends
   to solicit and contract with only approved sources under the
  authority of  10 U.S.C. 2304 (C)(1).  Approved sources are:
   General Electric.   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-337 SN007816)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TRAP, STEAM.  STAINLESS STEEL MATERIAL.  THERMODYNAMIC
   DESIGN, 3/4 INCH NOMINAL PIPE SIZE
SOL SP0760-97-Q-0191
DUE 010897
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)Cara  James, 614-692- 1090
DESC: PR-NO:  YPC96302002191 NSN 4730-00-265-1934, CAGE 12665
  Part No  FD-3-3/4IN CAGE 28960 Part No 657-3/4IN CAGE 39428
  Part No 4920K13 CAGE  53059 Part No TD-52-3/4 CAGE 54307 Part
  No D600-3/4 CAGE 60532 Part No  T-3S-3/4 trap, steam.  Cres
  material.  Thermodynamic design.  3/4 inch  pipe size, 600PSI
  max.  Working pressure.  Current sources:  Clark  reliance
  P/N FD3S3/4IN, Yarway Corp P/N series 29-3/4IN, and Yarway
  P/N  9066-01, and Trane Co.  P/N T-3S-314.  174 -EA Del to
  Tracy CA  95376-5000 Del by 03 Apr 97.  76 -EA Del to New Cumberland
  PA 17070-5001  Del by 80 days after date of award, 91 -EA Del
  to Cherry Point NC  28533-5001 Del by 80 days after date of
  award.  Solicitation not  available until 15 days ater published
  in the CBD. Automated Best Value  Model (ABVM) applies.  While
  price may be a significant factor in the  evaluation of offers,
  the final award decision will be based upon a  combination
  of price and past performance, as described in the solicitation.
   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  soliciation.  Small
  business size standard is 500 employees. this  request will
  be issued via a written RFQ. the expected award date is 21
   Jan 97.  This solicitation is being modified to correct the
  open and  close date from 19 Dec 96 to 08 Jan 97.  All responsible
  sources may submit  offer which DCSC shall consider.
CITE: (I-337 SN007824)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1/4 IN. ID, 22-7/8 IN.
  LG.  END ITEM:  F-16 AIRCRAFT.
SOL SP0740-97-Q-0494
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Cindy  Brink/AEBB6/614/692-2064
DESC: PR-NO:  YPC96253001588 NSN 4720-01-089-9890, CAGE 00624
  Part No  AE705241-1 CAGE 81755 Part No C9585A5-0227 hose assembly.
   tetrafluoroethylene. 1/4 IN.  ID, 22-7/8 IN. LG. Aeroquip
  P/N  AE705241-1; General Dynamics Ft. Worth P/N C9585A50227.
  no adequate  technical data available for this solicitation.
   29 -EA Del to  Mechanicsburg PA 17055-0789 Del 30 days after
  award 45 -EA Del to Tracy  CA 95376-5000 Del 30 days after
  award PR-NO:  YPC96289001722 64 -EA Del  to Mechanicsburg PA
  17055-0789 80 -EA Del to Tracy CA 95376-5000  solicitation
  not available until 15 days after published in the CBD.  specifications,
  plans or drawings are not availalble. 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.  23-4(C)(1). approved sources are:
   Aeroquip, Lockheed Martin.  Automated Best Value Model (ABVM)
  applies. while price may be a significant  factor in the evaluation
  of offers, the final contract award decision will  be based
  upon a combination of price and past performance, as described
   in the solicitation. while price will be a significant factor
  in the  evaluation of offers, the final contract award price
  may be based upon a  combination of price and delivery as described
  in this solicitation.  All  responsible sources may submit
  offer which DCSC shall consider.
CITE: (I-338 SN007912)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE ASSEMBLY, METAL. 1 IN. OD, 0.035 IN.  WALL
  THK,  PREBENT DESIGN, WITH FLANGED FITTING
SOL SP0740-97-Q-0445
DUE 012397
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Sara  Hansford/AEBA1/614-692-3644
DESC: PR-NO:  YPC96292001045 NSN 4710-01-213-1786, CAGE 07482
  Part No  1275M59G01 CAGE 58537 Part No 1275M59G01 tube assembly,
  metal. I/A/W  General Electric, pako Inc and elando Corp, P/N:
   1274M59G01.  71 -EA  Del to Mechanicsburg PA 17055-0789 Del
  30 days after award 17 -EA Del to  Tracy CA 95376-5000 Del
  30 days after award solicitation not available  until 15 days
  after published in the CBD. specifications, plans or drawings
   are not available. Automated Best Value Model (ABVM) applies.
   While  price may be a significant factor in the evaluaito
  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-338 SN007917)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE ASSEMBLY, METAL.
SOL SP0750-97-Q-0372
DUE 011097
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer (name/phone)  Carol Black (614) 6 92-1326
DESC: PR-NO:  NPC95195001031 NSN 4710-01-129-3975, CAGE 99207
  Part No  5033T88G01 tube assembly, metal. I/A/W General Electric,
  P/N:   5033T88G01.  222 -EA Del to Tracy CA 95376-5000 Del
  by 90 days after  date of award.  152 -EA Del to Mechanicsburg
  PA 17055-0789 Del by 90  days after date of award.  Solicitation
  not available until 15 days after  pulbished in the CBD.  Specifications,
  plans or drawings are not available.   Automated Best Value
  Model (ABVM) applies.  While price may be a significant  factor
  in the evaluation of offers, the final award decision will
  be based  upon a combination of price and past performance,
  as described in the  solicitation.  Delivery Evaluation Factor
  (DEF) applies.  While price is  a significant factor in the
  evaluation of offers, the final award decision  will be based
  upon a combination of price and past performance as  described
  in this solicitation.
CITE: (I-338 SN007950)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE, AIR DUCT, AIR BREATIHING. COLOR GREEN.
SOL SP0740-97-Q-0493
DUE 010897
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Caroline  Blalock/AEBB7/614-692-2 816
DESC: PR-NO:  YPC96311001049 NSN 4720-01-114-9117, CAGE 53655
  Part No  834-18 CAGE 60240 Part No G012-1036-02 CAGE 97427
  Part No G012-1036 hose,  air duct, air breathing.  Scott Aviation
  Div Figgie international Inc  P/N 834-18 and Gentex Corp P/N
  G012-1036-02.  Color:  green.  * 4,902 - EA Del to Tracy CA
  95376-5000 Del 30 days after award 2,953 -EA Del to  Mechanicsburg
  PA 17055-0789 Del 30 days after award solicitation not  available
  until 15 days after published in the CBD. Automated Best Value
   Model (ABVM) applies. while price may be a significant factor
  in the  evaluation of offers, the final award decision will
  be based upon a  combination of price and past performance,
  as described in the solicitation.   All responsible sources
  may submit offer which DCSC shall consider.
CITE: (I-338 SN007961)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, REGULATING, FLUID PRESSURE.
SOL SP0760-97-R-3942
DUE 122396
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer  (name/phone)JoAnn Baity, 614-692 -4710
DESC: PR-NO:  YPC96267001870 NSN 4820-01-286-6645, CAGE 35795
  Part No  qcgnsx-10k CD SHT 29376N valve, regulating, fluid
  pressure.  8 -EA Del  to Kings Bay GA 31547-6300 Del by 180
  days after date of award.   Solicitation not available until
  15 days after published in the CBD.  specifications, plans
  or drawings are not available. this is an  unrestricted acquisition
  with a 10% preference for SDB concerns.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:
   Leslie  Controls Inc.  All responsible sources may submit
  offer which DCSC shall  consider.
CITE: (I-338 SN007913)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 48--VALVE, GLOBE CLEANING AND PACKAGING PER MIL-I-52211
SOL SP0770-97-R-6769
DUE 012197
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer Ray Stevens  614-692-1742
DESC: PR-NO:  YPC96299000974 NSN 4820-01-178-7551, CAGE 14487
  Part No  104400-1 valve, globe 119 -EA Del to Tracy CA 95376-5000
  Del by 90 days  after date of award 132 -EA Del to New Cumberland
  PA 17070-5001 Del by 90  days after date of award solicitation
  not available until 15 days after  published in the CBD.  Specifications,
  plans or drawings are not available.   This 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:  cryogenic  energy Inc.  Automated Best Value
  Model (ABVM) applies.  While price may be  a significant factor
  in the evaluation of offers, the final award decision  will
  be based upon a combination of price and past performance,
  as  described in the solicitation.  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  PERF0RMANCE as described
  in this solicitation.  All responsible sources may  submit
  offer which DCSC shall consider.
CITE: (I-338 SN007958)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732
  , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 48-VALVE,GATE
SOL N0010497QBG82
DUE 012197
POC Contact Point, George F Marshall, 87321.23, (717)790-2927,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent
  E Roach, 87321, (717)790-5259
DESC: NSN 7H-4820-01-235-5506-X4, SPEC NR TDP VER 003, Qty 3
  EA, Deliver to Receiving Officer Portsmouth VA, See Notes 8,9
CITE: (I-338 SN007981)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 48-VALVE,GATE
SOL N0010497T0996
DUE 012197
POC Contact Point, Linda H Thomas, 02111.6, (717)790-6473, Fax,
  (717)790-2284, Twx, Not-avail
DESC: NSN 7H-4810-01-278-2071, SPEC NR TDP VER 001, Qty 3 EA,
  Deliver to Defense Distrbution Depot San Diego San Diego CA
  - --sole source part number buy.  no dwgs available., See Notes
  9,22
CITE: (I-338 SN007982)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
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--TOOL KIT, MACHINERY ALIGNMENT
SOL SP0770-97-Q-MF59
DUE 011697
POC Contact:  copy of solicitation FAX 614-692-2262 or mail request
  to  Defense Supply Center Columbus, PO Box 16595, DS cc-pbab
  Columbus, OH  43216-6595, for information contac T contracting
  officer:  Annette  Shelton (614) 692-2757.
DESC: PR-NO:  YPC96295002106 NSN 4910-01-316-7432, CAGE 0UVP8
  Part No  p-4 CAGE 045X4 Part No p-4 tool kit, machinery alignment.
   CAGE 0UVP8,  mechanical maintenance products Inc, part number
  p-4.  12 -KT Del to  McClellan AFB CA 95652-1621 Del by 15
  Jan 97.  Solicitation not available  until 15 days after published
  in the CBD. specification, plans or drawings  are not available.
  this acquisition is for supplies for which the  government
  doe not possess complete, unrestrictive technical data;  therefore
  the government intends to solicit and contract with only appoved
   sources under the authority of 10 U.S.C.2304 (C)(1). approved
  sources are:   zaterzalo eli and mechanical maintenance products
  Inc.  Automated Best  Value Model (ABVM) applies. while price
  may be a significant factor in the  evaluation of offers, the
  final award decision will be based upon a  combination of price
  and past performance, as described in the solicitation.  delivery
  evalluation factor (DEF) applies, while price is a significiant
   factor in the evaluation of offers, the final award decision
  eill 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-337 SN007822)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 51--WRENCH, SPANNER HUGHES AIRCRAFT CO
SOL SP0490-97-Q-V145
DUE 010897
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 Richard Rosan Elli/CKC04/(804)279-6635/FAX#
   (804)279-5634/KO-MAGNORA Jackson/(804)279-5924
DESC: PR-NO:  YPG96327000457 NSN 5120-01-315-9152, wrench,  spanner/Hughes
  aircraft Co/CAGE code 82577 P/N SP548005-103,  specifications,
  plans or drawings relating to the procurement described are
   not available and cannot be furnished by the government. 
  Delivery  schedule is 60 days.  Solicitation is unrestricted.
   The final contract  award decision may be based upon a combination
  of price, past performance  and other evaluation factors as
  described in the solicitation.  Other than  full and open competition
  (10 U.S.C. 2304(C) (1)) (sole source) FAR  6.302-1, only one
  intended source, Hughes Aircraft Co.  Solicitation  will be
  made in writting.  All responsible sources may submit offer
  which DGSC  shall consider.
CITE: (I-337 SN007808)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 51--Hand Tools--Potential Sources Sought
OFFADD: GSA FSS TACC TAD II (6FESN-F8) 1500 E. Bannister Road
  Kansas City,  Mo 64131
SUBJECT: 51--SCREW THREADING SET
SOL 6FES-96-F8FWK-F8
DUE 123096
POC Linda L. Heagy
DESC: This is an open market, simplified acquisition for NSN
   5180-00-698-7972.  There are two orders for a total of 90
  kits going to  the Ft. Worth depot.  They must be bar coded.
   They consist of a federal  specification GGG-T-330B, dated
  11-26-96, type I - threading sets,  screw with taper, plug
  and bottoming TAPS foreach size included:  set  number - 8.
   Inspection is at origin with destination pricing and a 90
   day delivery.  Anyone interested in bidding should submit
  theirrequests to  Linda L. Heagy by December 30, 1996, at (816)
  926-1298, or FAX  (816)926-3678.
CITE: (I-337 SN007759)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--PACKING, WITH RETAINER 19207 U S ARMY TANK AUTOMOTIVE
   COMMAND
SOL SP0500-97-R-0035
DUE 011797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Bill Dulin/LAB/X4527. buyer:  ARL ENE
   gold/LAC25/0382.
DESC: PR-NO:  IDT96025005110 NSN 5330-00-734-6951, 1 - Del to
  (Call  contracting office) Del by 30 Dec 96.  7,000 - Del to
  New Cumberland PA  17070-5001 Del by 19 Sep 96.  RFP due date:
   17 Jan 97.  FSC:  5330.   This solicitation contains 1 NSN.
   The total yearly estimated quantity of  all NSNS is 7000 EA.
   Specs:  NR 19207 10938292 Rev J, NR 19207 7346951  Rev F,
  NR 19207 7346986 Rev K, NR 19207 8758268 Rev F.  NOTES 9, 1,
   and 12 apply.  Yearly estimated quantity:  primary quantity:
   7000.   Delivery is 120 days.  This solicitation contains
  a 100% option to extend  the term of the contract for 4 additional
  years.
CITE: (I-337 SN007838)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--BRACKET, MOUNTING GENERAL ELECTRIC TURBINE ENGINE
  (07482)
SOL SP0500-97-Q-D747
DUE 121696
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  jeri pinkser/MBA09/215-697-4270 buyer:
   jeri  pinkser/MBA09/215-697-4270
DESC: PR-NO:  YPI96327000682 NSN 5340-01-323-8442, 420 -EA Del
  to  Orange Park FL 32073-5000 Del by 31 Mar 97.  RFQ due date:
   96DEC16  specs:  General Electric turbine engine primary qty:
   420 deliveries to  CONUS (excluding Alaska) delivery schedule:
   150 days NOTES 1 and 12  apply size standard:  500 this contract
  action is for supplies for which  the government does not possess
  complete, unrectrictive technical data;  therefore the government
  intends to solicit and contract with only  approved sources
  under the authority of 10 U.S.C.(C)(1).  Approved  sources
  are:  Alamo aircraft (55345), union machine Co (51992) & tool
   sales & service (28884).  While price will be a significant
  factor in the  evaluation of offers, the final contract award
  price will be based upon a  combination of price and delivery
  as described in section M of this  solicitation.  Drawings/specs
  are not required.  To obtain a copy of  this solicitation please
  send FAX request to 215-697-6333 or X1462 or X2978.
CITE: (I-337 SN007840)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--RING, SEAL WHITTAKER CONTROLS INC (79318)
SOL SP0500-97-Q-D553
DUE 122496
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Sharon Zeenkov/VBB51/X6975. buye R:
   Sharon  Zeenkov/VBB51/X6975.
DESC: PR-NO:  YPI96283006007 NSN 5365-01-219-2365, 90 -EA Del
  to Tinker  AFB OK 73145-9013 Del by 29 Nov 96.  RFQ due date:
   24 Dec 96.  Specs:   Whittaker controls Inc. P/N 723642. 
  Primary quantity:  90 deliveries  to CONUS (excluding Alaska).
   Delivery schedule:  120 days ADO.  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 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, or X1462 and X2978.
CITE: (I-337 SN007842)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--LATCH, SEAT SOURCE CONTROL DATA
SOL SP0500-97-Q-D885
DUE 122396
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Carol lauff/MCB06/X4987. buyer:  Mary
   Lynch/MCB10/X5734.
DESC: PR-NO:  YPI96310002585 NSN 5340-01-113-8181, 640 -EA Del
  to New  Cumberland PA 17070-5001 Del by 17 May 97.  See NOTES
  9, 22, RFQ due  date:  23 Dec 96.  Specs:  Sikorsky P/N 70500-02162-102.
   Primary  quantity:  640.  Deliveries to CONUS (excluding Alaska).
   Delivery  schedule:  120 days ADO.  NOTE 1 applies.  Size
  standard:  500.  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:  Hartwell
  Corp.  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, or X1462 or X2978.
CITE: (I-337 SN007843)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--PACKING, PREFORMED SYNTHETIC RUBBER
SOL SP0500-97-Q-D384
DUE 123096
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jim Lewicki/LAC20/X2349. buyer:  Erika
   Vivar/LAC30/X0922.
DESC: PR-NO:  YPI96313002174 NSN 5330-00-297-6329, @CROSS-SECTIONAL
   height 0.156 inches nominal @CENTER hole diameter 0.850 inches
  minimum and  0.865 inches maximum @PERIPHERAL diameter 1.156
  inches nominal 13,045 -EA  Del to New Cumberland PA 17070-5001
  Del by 12 Mar 97.  RFQ due date:  30  Dec 96.  Specs:  US Army
  Tank Automotive command (19207).  Primary  quantity:  13045.
   Deliveries to CONUS (excluding Alaska).  Delivery  schedule:
   required 90 days.  Indefinite delivery type contract.  NOTES
   12, 1, and 9 apply.  While price will be a significant factor
  in the  evaluation of offers, the final contract award price
  will be based upon a  combination of price and delivery as
  described in section M of this  solicitation.  To obtain a
  copy of this solicitation, please send FAX  request to (215)
  697-6333, X1462, or X2978.
CITE: (I-337 SN007844)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--CURSOR, INDICATOR 49956 RAYTHEON CO
SOL SP0500-97-Q-D196
DUE 011797
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Paul Forline/VBC81/X0263. buyer:  Paul
   Forline/VAC81/X0263.
DESC: PR-NO:  YPI96317001398 NSN 5355-00-554-5002, @OUTSIDE diameter
   16.500 inches nominal 25 -EA Del to McClellan AFB CA 95652-1621
  Del by 08  Feb 97.  RFQ due date:  17 Jan 96.  Specs:  49956.
   Predominant  material:  P/N 4G2450-1.  Primary quantity: 
  25 1ST alt qty:  50.   Delivery schedule:  175 days.  Offers
  will be evaluated with a 10%  preference for small disadvantaged
  business concerns.  This is standard  written RFQ procedure
  with anticipated award date of 1/10/97.  NOTE 9  applies. 
  To obtain a copy of this solicitation, please send FAX request
   to (215) 697-6333, or X1462 and X2978.
CITE: (I-337 SN007845)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--PACKING, PREFORMED /O-RING/ ABEX/NWL AEROSPACE (93835)
SOL SP0500-97-Q-D134
DUE 010397
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jim Lewicki/LAC20/215-697-2349 B uyer:
   Erika  Vivar/LAC30/215-697-0922
DESC: PR-NO:  YPI96324000487 NSN 5330-01-370-8826, 719 -EA Del
  to  Orange Park FL 32073-5000 Del by 31 May 97.  RFQ due date:
   97JAN03  specs:  Abex/NWL Aerospace (93835) P/N2188083-1 primary
  qty:  719  deliveries to CONUS (excluding Alaska) delivery
  schedule:  90 days NOTE  12 applies 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 delivery as described in section
  M of  this solicitation.  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-337 SN007847)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 53 -- NUT, SELF-LOCKING
SOL N00406-97-R-4025
DUE 010497
POC S. Powers-Dexter
DESC: the following is to modification to delete this is a 100%
  small business set-aside. all other terms and conditions remain
  the same. all responsible sources my submit (offer/bid/quotation)
  which shall be considered by fleet & industrial supply center,
  puget sound fax requests to (360) 476-2931 telephone requests
  will be honored.
CITE: (I-338 SN008109)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L ITEM
  DESC.  A-A-55057, TYPE A (PS1-95).
SOL SP0500-97-Q-E357
DUE 122096
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Diane Falicki/WAA13/X4003 buyer:  D
  iane  Falicki/WAW13/X4003
DESC: PR-NO:  YPI96283004078 NSN 5530-00-128-4475, plywd, Const;
  I/A/W  CID A-A-55057, type a (PS1-83) grade:  b-c ext - size:
   1/4 "X 48" X  96 ".  Full and open competition apply 221 -SH
  Del to Pusan Korea KS  Del by 18 Nov 96.  Specs:  A-A-55057
  primary quantity:  3000 delivey  schedule:  30 days or better
  offers will be evaluated with a 10% preference  for small disadvantaged
  business concerns specs/Dwgs are not required this  solicitation
  also contains the following ypis:  YPI96313001219,  YPI96283004108,
  YPI96283004107, YPI96326000625, YPI96327000597 to  obtain a
  copy of this solicitation please FAX request request to (215)
   697-6333, X1462, X2978.
CITE: (I-338 SN008277)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--LUMBER, SOFTWOOD, DIMENSION; IN ACCORDANCE WITH
  FED. SPEC.  MM-L-751. ALL SPECIES
SOL SP0500-97-Q-E557
DUE 122796
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Jeff Kochanowicz/WAA07/X3225 buye R:
   Kathy  Hines/WAA07/X3225
DESC: PR-NO:  YPI96317000701 NSN 5510-00-220-6202, lumber, softwood;;
   I/A/W MM-L-751.  Grade:  no.2 - size:  2 "X 12".  Full and
  open  competition apply 51,672 -BF Del to iwakuni Japan Del
  by 20 Nov 96.  RFQ  due date 97DEC 27 specs:  MM-L-751 predominant
  mater:  lumber, softwood  size/dimen:  2 X 12 primary quantity:
   51672 delivery schedule:  14  days this a small business set-aside,
  the size standard is 2499  specs/Dwgs are not required to obtain
  a copy of this solicitation please  FAX request to (215) 697-6333,
  X1462, X2978.
CITE: (I-338 SN008278)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L ITEM
  DESC.  A-A-55057, TYPE A (PS1-95).
SOL SP0500-97-Q-E246
DUE 122096
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  Diane Falicki/WAA13/X4003 buyer:  D
  iane  Falicki/WAA13/4003
DESC: PR-NO:  YPI96324000419 NSN 5530-00-128-4061, plywood, Const;
   I/A/W A-A-55057A, type a (PS1-95) grade:  a-d int.  Size:
   3/4 " (23/32) X 48" X 96 "full and open competition apply
  50 -SH Del to Pusan  Korea KS Del by 30 Dec 96.  RFQ due date
  96 Dec 20 specs:  A-A-55057A  size/dimen:  48 X 96 primary
  quantity:  50 delivery schedule:  30 days  or better offers
  will be evaluated with a 10% preference for small  disadvantaged
  business concerns specs/Dwgs are not required this  solicitation
  also contains the following ypis, YPI96319000474,  YPI96319000476,
  YPI96313001236 to obtain a copy of this solicitation  please
  FAX request to (215) 697-6333, X1462, X2978.
CITE: (I-338 SN008279)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Fleet and Industrial Supply Center, Contracting Directorate,
  110 Yorktown Avenue, P. O. Box 97, Jacksonville, FL 32212-0097
SUBJECT: 55--CONTRACTOR OPERATED PARTS STORE (COPARS)
SOL N68836-97-R-0006
DUE 012397
POC Contact P. Morford, Code 210.10, Contracting Officer, 904/779-3297
DESC: This requirement calls for the establishment and operation
  of a Contractor Operated Parts Store at the Naval Station,
  Guantamo Bay Cuba. The base period will run from 15 Feb 1997
  through 30 Sep 1997 with options to extend the contract through
  31 Jan 1999.  The contract will allow for a thirty day period
  following the effective date of the contract for the contractor
  to get on site and fully established for performance of this
  effort. All requests for copies of this solicitation must be
  made in writing to the contracting office specified above.
CITE: (I-338 SN008486)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--REFLECTOR, UPPER COM
SOL SP0970-97-Q-A076
DUE 011397
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96255000124 NSN 5895-01-140-3368, CAGE 09344
  Part No  37360-3 CAGE 98247 Part No 37360-3 general characteristics
  item  description optical glass, fine annealed per MIL-G-174,
  7.000 IN. O/A LG,  5.620 IN. O/A W, 0.230 IN. thk 30 -EA Del
  to Mechanicsburg PA  17055-0789 other than full and open competition:
   part numbered item  products offered clause applies.  Various
  increments solicited:  10-24,  25-49, 50-99.  PR quantity:
   30 each.  Line 1 quantity 30 -  Mechanicsburg PA 17055-0789.
   Delivery schedule:  30 each within 60 days.   Set-aside: 
  unrestricted.  Size standard:  750.  All responsible  sources
  may submit offer which DESC shall consider.
CITE: (I-337 SN007849)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--CASE, TRANSIT
SOL SP0970-97-Q-A085
DUE 011397
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96289001132 NSN 5820-01-214-8802, CAGE 24995
  Part No  431-6379 CAGE 87990 Part No 755002A3108 no additional
  descriptive data  available.  10 -EA Del to Lathrop CA 95330
  Del by 04 Jun 97.  26 -EA  Del to Mechanicsburg PA 17055-0789
  other than full and open competition:   part numbered item.
   Products offered clause applies.  Various  increments solicited:
   25-49, 50-74, 75-99.  PR quantity:  36 EA.   Line 1 quantity
  10 - W62G2T Stockton CA 95296-0130.  Line 1 quantity 9 -  W62G2T
  Stockton CA 95296-0130.  Line 2 quantity 24 -SW3100  Mechanicsburg
  PA 17055.  Delivery schedule:  deliver entire quantity  within
  120 days ADO.  Set-aside:  unrestricted(sole source/single
   source) (no preference).  Size standard:  750.  All responsible
  sources  may submit offer which DESC shall consider.
CITE: (I-338 SN008161)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--TAPE, VIDEO RECORDIN
SOL SP0970-97-Q-A086
DUE 011397
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96290000487 NSN 5836-01-263-5915, CAGE 50356
  Part No  KV60 CAGE 8V398 Part No kv-60 material:  plastic,
  ferrous impregnated.   Commercial OFF-THE-SHELF item adequate
  catalog data is available at DESC  for the evaluation of alternate
  offers 845 -EA Del to Ogden UT 84407-5701  other than full
  and open competition:  part numbered item products  offered
  clause applies.  Various increments solicited:  500-749,  750-999,
  1000-1499.  PR quantity:  845 EA.  Line 1 quantity 845 -  SW3400
  Ogden UT 84407-5701.  Delivery schedule:  deliver entire quantity
   within 60 days ADO.  Set-aside:  unrestricted(sole source/single
  source)  (no preference).  Size standard:  500.  All responsible
  sources may submit  offer which DESC shall consider.
CITE: (I-338 SN008162)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--CASE, INFARARED EQUIPMENT
SOL SP0970-97-Q-A087
DUE 011497
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:  YPE96295001032 NSN 5855-01-151-4228, CAGE 0WVW0
  Part No  5002602-1 CAGE 54490 Part No 5002602-1 CAGE 55311
  Part No 207602-001 CAGE  70133 Part No 5002602-1 no additional
  descriptive data available.  1,327 - EA Del to Lathrop CA 95330
  Del by 03 Jan 97.  1,077 -EA Del to  Mechanicsburg PA 17055-0789
  other than full and open competition:  part  numbered item.
   Products offered clause applies.  Various increments  solicited:
   1000-2499, 2500-4999, 5000-7499.  PR quantity:  2404 EA. 
   Line 1 quantity 1327 - W62G2T Stockton CA 95296-0130.  Line
  2 quantity  1077-MECHANICSBURG PA 17055-0789.  Delivery schedule:
   deliver entire  quantity within 60 days ADO.  Set-aside: 
  total small business set-aside.   Size standard:  750.  All
  responsible sources may submit offer which DESC  shall consider.
CITE: (I-338 SN008163)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--CASE, INFRARED EQUIPMENT
SOL SP0970-97-Q-A083
DUE 011397
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96227000456 NSN 5855-01-246-6802, CAGE 54490
  Part No  5007652 CAGE 55311 Part No 207793-100 CAGE 80063 Part
  No A3140670 material  aluminum alloy, QQ-A-250/11, alloy 6061.
   39 -EA Del to Lathrop CA  95330 Del by 09 May 97.  56 -EA
  Del to Mechanicsburg PA 17055-0789 other  than full and open
  competition:  part numbered item.  Products offered  clause
  applies.  Various increments solicited:  400-499, 500-599.
   PR  quantity:  413 EA.  Line 1 quantity 219 - W62G2T Stockton
  CA 95296-0130.   Line 2 quantity 194 -SW3100 Mechanicsburg
  PA 17055-0789.  Delivery  schedule:  deliver entire quantity
  within 120 days.  Set-aside:   unrestricted(sole source/single
  source) (no preference).  Size standard:   750.  All responsible
  sources may submit offer which DESC shall consider.
CITE: (I-338 SN008195)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--PLATTER, SLIP
SOL SP0970-97-Q-A084
DUE 011397
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96304000530 NSN 5841-00-129-8172, CAGE 96214
  Part No  595845-2 CAGE 98089 Part No 595845-2 no additional
  descriptive data  available.  38 -EA Del to Mechanicsburg PA
  17055-0789 Del by 15 Dec 96.   47 -EA Del to Lathrop CA 95330
  other than full and open competition:   part numbered item.
   Products offered clause applies.  Various  increments solicited:
   50-99, 100-149, 150-174.  PR quantity:  100 EA.   Line 1 quantity
  50-SW3100 Mechanicsburg PA 17055-0789.  Line 2 quantity  50
  - W62G2T Stockton CA 95296-0130.  Delivery schedule:  deliver
  entire  quantity within 90 days ADO.  Set-aside:  unrestricted(sole
   source/single source) (no preference).  Size standard:  750.
   All  responsible sources may submit offer which DESC shall
  consider.
CITE: (I-338 SN008199)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--CASE, CARRYING
SOL SP0970-97-Q-A088
DUE 011497
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:  YPE96311000594 NSN 5855-01-246-6801, CAGE 20800
  Part No  A3140660 CAGE 54990 Part No 5007651 CAGE 55311 Part
  No 208485-100 CAGE  80063 Part No A3140660 CAGE 9G536 Part
  No A3140660 1,705 -EA Del to  Memphis TN 38114-5210 other than
  full and open competition:  part  numbered item products offered
  clause applies.  Various increments  solicited:  1000-1999,
  2000-2999, 3000-3999.  PR quantity:  1705 EA.   Line 1 quantity
  1705 - UY8593 Memphis TN 38114-5210.  Delivery schedule:  
  deliver entire quantity within 90 days ADO.  Set-aside:  total
  small  business set-aside.  Size standard:  750.  All responsible
  sources may  submit offer which DESC shall consider.
CITE: (I-338 SN008202)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 58--CASE, INFRARED EQUIP
SOL SP0970-97-Q-A089
DUE 011497
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:  YPE96313000919 NSN 5855-01-398-4284, CAGE 13567
  Part No  A3187392 CAGE 80063 Part No A3187392 778 -EA Del to
  Mechanicsburg PA  17055-0789 Del by 07 Jan 97.  3,120 -EA Del
  to Lathrop CA 95330 other  than full and open competition:
   part numbered item products offered  clause applies.  Various
  increments solicited:  2000-2999, 3000-3999,  4000-4999.  PR
  quantity:  3898 EA.  Line 1 quantity 778-SW3100  Mechanicsburg
  PA 17055-0789.  Line 2 quantity 3120-W62G2T Stockton CA  95296-0130.
   Delivery schedule:  deliver entire quantity within 60 days
   ADO.  Set-aside:  total small business set-aside.  Size standard:
   750.   All responsible sources may submit offer which DESC
  shall consider.
CITE: (I-338 SN008203)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: DDISA/DITCO/DTS31 2300 East Drive, Scott AFB, IL 62225-5406
SUBJECT: 58--PURCHASE OF MISCELLANEOUS COMMUNICATIONS EQUIPMENT
SOL DCA200-97-F-1224
DUE 121396
POC Artie O. Simms 618-245-9641
DESC: Module CLB-2 & IOP v62.08 - 8 each, Module CLB-2X w/IOP
  v.62.08 - 4 each, Spare RS232C DCE I/F QUAD - 14 each.  It
  is anticipated that award will be made on a sole source basis
  to N.E.T. Federal, Inc., Vienna, VA, thus note 22 applies.

LINK simmsa@ditco.disa.mil
LINKDESC: 
EMAIL simmsa@ditco.disa.mil
EMAILDESC: 
CITE: (W-338 SN008341)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: DDISA/DITCO/DTS31 2300 East Drive, Scott AFB, IL 62225-5406
SUBJECT: 58--PURCHASE OF MISCELLANEOUS  COMMUNICATIONS EQUIPMENT
SOL DCA200-97-F-1225
DUE 121396
POC Artie O. Simms 618-256-9641
DESC: Module HDVC12 - 10 each, Module P/S/120 VAC/ADNX/48 - 2
  each.  It is anticipated that award will be mae on a sole
  source basis to N.E.T. Federal, Inc., Vienna, VA, thus note
  22 applies. 
LINK simmsa@ditco.disa.mil
LINKDESC: 
EMAIL simmsa@ditco.disa.mil
EMAILDESC: 
CITE: (W-338 SN008361)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: HSC/YAK 8107 13th Street, Brooks AFB Texas 78235-5218
SUBJECT: 58 -- CHEMICAL AGENT DETECTOR
SOL N/A
POC Kim Walton, Contract Specialist, (210) 536-6385, Julie Heise,
  Contracting Officer, (210) 536-6342.
DESC: This amendment is issued to correct field 1 to read N/A
  and to correct field 10 to read N/A
CITE: (I-338 SN008385)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 58 -- SPARE PARTS TO THE AN/PAQ-4C INFRARED AIMING LIGHT
SOL DAAB07-97-B-J282
DUE 120996
POC Contract Specialist, Ms. Naomi Kaplan, (908)532-1070; Contracting
  Officer, Jack Kulaga.
DESC: This Modification of adertisement published on 11/27/96
  for Bracket, Mounting, NSN 5340-01-363-2798 is for 500 each
  not 34,000 each as previously listed. All other items of the
  advertisement remain the same.
CITE: (I-338 SN008439)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703-5008
SUBJECT: 58 -- THERMAL IMAGING OMNIBUS
SOL DAAB07-97-R-J530
DUE 020297
POC Contract Specialist, Lisa Capozzoli, 908-532-5204; Contract
  Specialist, Karin Bogner, 908-532-5250; Contracting Officer,
  Alex J. Matejka, 908-532-5207.
DESC: CANCELLATION. This action was originally publicized in
  the CBD dated 11/08/96. Solicitation No. DAAB07-97-R-J530 for
  Thermal Imaging Night Vision Devices has been canceled. The
  U.S. Army is delaying the acquisition of the Thermal Imaging
  Omnibus program for approximately ten months. A draft Request
  for Proposals will be issued in approximately eight months.
  Hardware samples shall be submitted with each proposal. Driver's
  Vision Enhancer (DVE) and Thermal Weapon Sight (TWS) hardware
  samples shall be as production representative as possible,
  and will be subjected to laboratory characterization and field
  evaluation for the purpose of risk assessment. Laboratory characterization
  shall consist of, but not limited to, minimum resolvable temperature
  (MRT) and noise equivalent temperature difference (NEDT) tests.
  DVE sample hardware shall be configured for the Bradley Fighting
  Vehicle. DVE field evaluation shall consist of, but not limited
  to, interface compatibility, HFE/MANPRINT evaluation, and road
  tests. TWS sample hardware shall be configured in each of the
  proposed designs (i.e., LWTS, MWTS, and/or HTWS). TWS field
  evaluation shall consist of, but not limited to, weapon interface
  compatibility, HFE/MANPRINT evaluation, weapon fire, and field
  handling tests.
CITE: (I-338 SN008477)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC
SOL SP0930-97-R-A017
DUE 011297
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:  YPE96260000605 NSN 5945-01-262-5414, CAGE 58657
  Part No  ep-433 CAGE 78290 Part No CX3997 CAGE 94756 Part No
  455-0651-001 650 -EA  Del to Lathrop CA 95330 Del by 01 Mar
  97.  Other than full and open  competition:  part numbered
  item. products offered clause applies.   Solicited various
  increments from:  300 to 99 delivery schedule:  300  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-337 SN007850)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNET
SOL SP0900-97-T-2532
DUE 121396
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:  YPE96298000096 NSN 5945-00-934-2800, CAGE 09306
  Part No  A121822 CAGE 58614 Part No JR8004 CAGE 99699 Part
  No 93191401-99  nonpile-up main contact arrangement:  2 pole,
  double throw, one  position momentary.  Main contact maximum
  voltage rating in volts:  28.0  DC.  Operating voltage rating
  and type at specified temp:  29.0 Volta DC  25 deg Celsius
  single winding.  125 -EA Del to Lathrop CA 95330 Del by  19
  Jan 97.  50 -EA Del to Mechanicsburg PA 17055-0789 Del by 19
  Jan 97.   Other than full and open competition:  part numbered
  item. products  offered clause applies.  Solicited various
  increments from:  100 to 999  PR qty:  175 EA delivery schedule:
   150 days standard size:  500  set-aside type:  unrestricted
  wioth preferential consideration for SDB.   All responsible
  sources may submit offer which DESC shall consider.
CITE: (I-337 SN007852)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--SOLENOID, ELECTRICAL
SOL SP0930-97-R-A018
DUE 011297
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:  YPE96304000589 NSN 5945-00-220-5094, CAGE 72914
  Part No  49D70 @BODY style 24 cylindrical frame @CURRENT rating
  0.750 amperes  maximum 115 -EA Del to Mechanicsburg PA 17055-0789
  Del by 24 Jan 97.   Other than full and open competition: 
  part numbered item products  offered clause applies.  Solicited
  variious increments from:  5 to 300  PR qty:  115 EA delivery
  schedule:  210 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-337 SN007853)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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, ROTARY
SOL SP0930-97-Q-A095
DUE 121596
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:  YPE96310001295 NSN 5930-01-015-8693, CAGE 81349
  Part No  M3786/4-5082 @STYLE designator 9 tap, circular, bushing
  Mount @POLE  quantity 2 each section front @THROW quantity
  6 each section rear @CONTACT  voltage rating in volts 115.0
  AC at sea level 28.0 DC at sea level @CONTACT  load current
  rating 75.0 milliamperes R esistive load AC at sea level  250.0
  milliamperes resistive load and 100.0 milliamperes inductive
  load DC  at sea leve L 450 -EA Del to Crane IN 47522-5001 Del
  by 01 Oct 96.  Full  and open competition:  military specification
  item PR qty:  450 EA  delivery schedule:  60 days standard
  size:  500 set-aside type:  total  small business set-aside
  all responsible sources may submit offer which DESC  shall
  consider.
CITE: (I-337 SN007855)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--RING ASSEMBLY, ELECTRICAL CONTACT
SOL SP0430-97-R-0392
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer:  SH aron
  Blackmore/ZZ885/804-279-5373. Judith H.  Hawthorne /804-279-4905.
DESC: PR-NO:  YPG96281000635 NSN 5977-00-552-6165:  ring assembly
   electrical.  Kearfott Guidance and Navigation Corp sub of
  Astronautics  Corp of America.  CAGE 88818.  P/N 231114.CRITICAL
  item application.   Tecn data package availability.  DSCR does
  not currently have an approved  technical data package available
  for this NSN.  Please do not submit  request to DSCR-VABA.
   420 -EA Del to Tinker AFB OK 73145-9013 Del by  365 days.
   Other than full and open comp.  See NOTE 22, 12.  Intended
   source:  Kearfott Guidance and Navigation Corp.  Option to
  Inc qty:  N.   Option to ext term of contract:  N.  Total quantity
  shipped:  420.   Unrestricted:  Y.  The final contract award
  decision may be based upon a  combination of price, past performance
  and other evaluation factors as  described in the solicitation.
   Specifications, plans or drawings relating  to the procurement
  described are not available and cannot be furnished by  the
  government.  Additional remarks:  anticipate award will be
  made in  against Kearfott's basic ordering agreement.  All
  responsible sources may  submit offer which DGSC shall consider.
CITE: (I-338 SN008064)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Department of the Navy, NAWCAD Contracts Competency Division,
  MS32, 22541 Millstone Road, Patuxent River, MD 20670-5304
SUBJECT: 59 -- REPEATER, PORTABLE II/DES,XL ENCRYPTION/ADAPTOR,
  ALLIGATOR CLIP/ ADAPTOR, CIGARETTE LIGHTER
SOL N00421-97-Q-5071
POC Betty Doxey, Contracting Officer, (301) 862-8950.
DESC: This is a notice of intent to negotiate with Motorola Inc.,
  1701 McCormick Drive, Landover, MD 20785 on an other than full
  and open competitive basis to purchase 3 ea of a Repeater,
  Portable II p/n P1820X and 3 ea of a Des-XL Encryption p/n
  H795 and 3 ea of a Adapator, Alligator Clip p/n Q661 and 3
  ea of a Adaptor, Cigarette Lighter p/n Q660 brand name Motorola
  and is required to support the JTF-6/Spence. Government intends
  to negotiate on a sole source basis with Motorola to prevent
  unnecessary costs, project time delays, and operability problems.
  Delivery is required FOB Destination to the Naval Air Warfare
  Center, Aircraft Division, Bldg. 115, MS-9, St. Inigoes, MD
  20684 within 30 days after contract award. Written request
  for copies of Request for Quotation may be faxed to (301) 862-8342
  to the attention of Betty Doxey. All responsible sources may
  submit a quotation which will be considered by the agency.
  The closing of this synopsis will be 17 December 1996 at COB
  4:30 PM.
CITE: (I-338 SN008123)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CAPACITOR-RESISTOR
SOL SP0905-97-Q-A042
DUE 121796
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:  YPE96326000471 NSN 5915-00-705-3494, CAGE 59501
  Part No  10-614035 CAGE 77820 Part No 10-614035 69 EA line
  1, quantity 12, Del to  SW3100 Mechanicsburg PA 17055-0789,
  line 2, quantity 57, W62G2T  Stockton CA 95296-0130, Del schedule:
   18 Feb 1997, other than full and  open competition:  part
  numbered item. products offered clause applies.  various increments
  solicited:  from 1 to 150. PR quantity:  69 EA,  size standard:
   500.  All responsible sources may submit offer which DESC
   shall consider.
CITE: (I-338 SN008132)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--EARPHONE
SOL SP0970-97-Q-A013
DUE 121897
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: Correction:  this action was originally publicized in the
  CBD, dated  10/10/96.  Synopsis should read:  solicitation
  is no longer set-aside  for small business only.an additional
  approved source is  ELECTRO-VOICE(81134). if a copy of soliciation
  is desired, contact buyer,  Mike koster pcccbly, at 614-692-7975.
  new closing date of soliciation  is 12/18/96.L.
CITE: (I-338 SN008156)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, SENSITIVE
SOL SP0930-97-Q-A048
DUE 120696
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:  YPE96204000526 NSN 5930-00-503-3883, CAGE 05088
  Part No  MS24331-1 CAGE 96906 Part No MS24331-1 type No. MS24331-1;
  spec No.  MIL--8805/40F; IAW basic spec MIL-S-8805D DTD 7 Sep
  84; Amend #3 DTD 11  May 92; spec/MS sheet MIL--8805/40F DTD
  15 Oct 85; Amend #2 DTD 31 Mar  93, QPL No. 8805-91 DTD 30
  Apr 96 and 2.0 amps inductive and 4.0 amps  motor, body style
  2M bushing mounted 539 -EA Del to Lathrop CA 95330 Del  by
  06 Nov 96.  170 -EA Del to Mechanicsburg PA 17055-0789 Del
  by 06 Nov  96.  Full and open competition:  military specification
  item solicited  various increments from:  400 to 1799 PR qty:
   709 EA delivery schedule:   709 EA within 60 days; balance
  500 EA every 30 days standard size:  750  set-aside type: 
  unrestricted (sole source/single source) (no preference).
CITE: (I-338 SN008157)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--HANDSET DESC FORM 239 DTD 10 MAY 94 APPLIES
SOL SP0970-97-Q-A091
DUE 011497
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:  YPE96262000502 NSN 5965-00-669-9145, CAGE 81349
  Part No  H-60()/pt power source:  Battery microphone element
  type:  carbon  earphone element type:  magnetic.  1,762 -EA
  Del to Mechanicsburg PA  17055-0789 full and open competition:
   complete, unrestricted data  package available.  Various increments
  solicited:  1000-1499, 1500-1999,  2000-2499, 2500-4999, 5000-7499,
  7500-9999.  PR quantity:  1762 EA.   Line 1 quantity 1762-SW3100
  Mechanicsburg PA 17055-0789 delivery schedule:   deliver entire
  quantity within 120 days ADO.  Set-aside:  total small  business
  set-aside.  Size standard:  1000.  All responsible sources
  may  submit offer which DESC shall consider.
CITE: (I-338 SN008158)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--HEADSET-CHEST SET, ELECTRICAL DESC FORM 239 DTD
  11 JUL 94  APPLIES
SOL SP0970-97-Q-A092
DUE 010697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96263000488 NSN 5965-00-900-6401, CAGE 81349
  Part No  H-200/U earphone quantity:  2; earphone impedance
  rating 1.2 kilohms  nominal; microphone element type:  dynamic;
  650 -EA Del to  Mechanicsburg PA 17055-0789 full and open competition:
   complete,  unrestricted data package available.  Various increments
  solicited:   250-499, 500-749, 750-999, 1000-1499, 1500-1999.
   PR quantity:  650  EA.  Line 1 quantity 650-SW3100 Mechanicsburg
  PA 17055-0789.  Delivery  schedule:  650 ea.within 90 days.
   Set-aside:  unrestricted (sole  source/single source) (no
  preference).  Size standard:  500.  All  responsible sources
  may submit offer which DESC shall consider.
CITE: (I-338 SN008159)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC
SOL SP0900-96-T-W933
DUE 121396
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:  YPE96267000086 NSN 5945-01-285-0402, CAGE 81349
  Part No  M39016/22-004P nonpile-up main contact arrangement
  2 pole, double throw,  two positions momentary main contact
  maxium voltage rating in volts 115.0 AC  and 28.0 DC main contact
  load current rating at maximum rated voltage  100.0 milliamperes
  AC and 2.0 amperes DC resistive load 500.0 milliamperes  DC
  inductive load 160.0 milliamperes DC lamp load operating voltage
  rating  and type at specified temp 26.5 volts DC 25 deg Celsius
  single winding  1,000 -EA Del to Memphis TN 38114-5210 Del
  by 01 Apr 97.  Full and open  competition:  military specification
  item solicited various increments  from:  600 to 1999 PR qty:
   1000 EA delivery schedule:  130 days ADO  standard size: 
  500 set-aside type:  unrestricted (sole source/single  SOURCE0
  (no preference) all responsible sources may submit offer which
  DESC  shall consider.
CITE: (I-338 SN008160)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--MICROPHONE, MAGNETIC DSCC FORM 239, 18 OCT 96, APPLIES.
SOL SP0970-97-Q-A080
DUE 010897
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:  YPE96295001193 NSN 5965-00-913-9544, CAGE 81349
  Part No  M131A/wic freq response range in htz:  200.0 to 5000.0
  sound pickup  directional type:  unidirectional body style:
   18 hand held 320 -EA Del  to Mechanicsburg PA 17055-0789 Del
  by 03 Mar 97.  250 -EA Del to Lathrop  CA 95330 full and open
  competition:  complete, unrestricted data package  available.
   Various increments solicited:  200-400, 401-500, 501-750,
   751-1000.  PR quantity:  570 EA.  Line 1 quantity 320 -SW3100
   Mechanicsburg PA 17055-0789.  Line 2 quantity 250W62G2T Stockton
  CA  95296-0130.  Delivery schedule:  100 days unapproved source
  FAT required.   Set-aside:  unrestricted(sole source/single
  source) (no preference).   Size standard:  750.  All responsible
  sources may submit offer which DESC  shall consider.
CITE: (I-338 SN008164)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ELECTRON TUBE
SOL SP0960-97-R-X018
DUE 012197
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  REQ96318000001 NSN 5960-00-106-1811, 1 -EA Del
  to (Call  contracting office) Del by 18 Jul 97.  Full and open
  competition:   complete, unrestricted data package available
  various increments:  49-99  100-149 150-199 200-299 300-350
  size standard:  750 delivery schedule:   115 EA within 90 days,
  40 each every 30 days thereafter set-aside type:   g-unrestricted
  (sole source/single source) (no preference) no drawings  available
  all responsible sources may submit offer which DESC shall consider.
CITE: (I-338 SN008191)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, RADIO FREQUENCY
SOL SP0970-97-Q-A081
DUE 010997
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96134000115 NSN 5985-00-539-3719, CAGE 55974
  Part No  2132041-1 CAGE 62165 Part No 360-11914-1001 frequency
  rating, not rated;  RF pwr handling capability, 100.0 Watts
  averag; actator current type/  rating in amps, not rated; actuator
  voltage in volts, 28.0; body style,  15B solenoid actuated,
  coaxial 13 -EA Del to Mechanicsburg PA 17055-0789  Del by 30
  Nov 96.  15 -EA Del to Lathrop CA 95330 other than full and
   open competition:  part numbered item.  Products offered clause
  applies.   PR quantity:  28 EA.  Various increments solicited:
   10-19, 20-29,  30-39, 40-49, 50-59.  Line 1 quantity 13 -SW3100
  Mechanicsburg PA  17055-0789.  Line 2 quantity 15W62G2T Stockton
  CA 95296-0130.  Delivery  schedule:  all IN 90 days.  Set-aside:
   unrestricted(sole source/single  source).  (no preference).
   Size standard:  750.  All responsible  sources may submit
  offer which DESC shall consider.
CITE: (I-338 SN008192)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC DESC FORM 239 DATED 03 OCT
  96 APPLIES.
SOL SP0930-97-R-A019
DUE 011397
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96205000347 NSN 5945-01-106-6736, CAGE 52401
  Part No  teb-1708 CAGE 74063 Part No N-214-4 CAGE 76301 Part
  No ST5M1629-002 CAGE  99699 Part No D50-1002 nonpile-up main
  contact arrangement:  1 two  circuit, double break/double make,
  one position momentary. main contact  maximum voltage rating
  in volts:  28.0DC. main contact load current rating  at maximum
  rated voltage:  50.0AMPERES DC resistive load, 10.0AMPERES
  DC  lamp load, 20.0 amperes DC motor load. operating voltage
  rating and type  at specified temp:  28.0VOLTS DC 25 deg Celsius
  single winding.  173 - EA Del to Lathrop CA 95330 Del by 16
  Jul 96.  327 -EA Del to  Mechanicsburg PA 17055-0789 Del by
  16 Jul 96.  Full and open competition:   complete, unrestricted
  data package available solicited various  increments from:
   250 to 900 PR qty:  500 EA delivery schedule:  300  days standard
  size:  750 set-aside type:  unrestricted (sole  source/single
  source) (no preferemce) all responsible sources may submit
   offer which DESC shall consider.
CITE: (I-338 SN008194)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, THERMOSTATIC DESC FORM 239 DTD 6 MAY 91
  APPLIES
SOL SP0930-97-R-A021
DUE 012397
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:  YPE96248000634 NSN 5930-01-237-7322, CAGE 19207
  Part No  12338599 CAGE 34623 Part No 12338599 CAGE 81901 Part
  No AD105-503 style  designator 53 cylindrical W/flange; nonpile-up
  contact arrangement 1 pole,  single throw, normally closed,
  momentary action; contact voltage  rating in volts 28.0 DC
  at sea level single voltage; contact load current  rating 5.0
  amperes resistive load and 3.0 amperes inductive load single
   voltage.  4,496 -EA Del to Ogden UT 84407-5701 Del by 28 Oct
  96.  Full  and open competition:  complete, unrestricted data
  package available  solicited various increments from:  1000
  to 19999 PR qty:  4496 EA  delivery schedule:  4496 EA within
  120 days W/BAL to be 3000 EA every 30  days standard size:
   3822 set-aside type:  unrestricted with  preferential consideration
  for SDB.  All responsible sources may submit  offer which DESC
  shall consider.
CITE: (I-338 SN008196)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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-R-A012
DUE 012397
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:  YPE96260000550 NSN 5930-01-168-0153, CAGE 82106
  Part No  216799-1005 90 -EA Del to Lathrop CA 95330 Del by
  04 Jul 97.  130 -EA  Del to Mechanicsburg PA 17055-0789 Del
  by 04 Jul 97.  Other than full and  open competition:  part
  numbered item. products offered clause applies  solicited various
  increments from:  50 to 749 PR qty:  220 EA delivery  schedule:
   220 EA every 190 days W any balance to be Del at rate of 20
  EA  every 30 days standard size:  3643 set-aside type:  unrestricted
  (sole  source/single source) (no preference) all responsible
  sources may submit  offer which DESC shall consider.
CITE: (I-338 SN008197)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, THERMOSTATIC
SOL SP0930-97-Q-A097
DUE 011797
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:  YPE96302000850 NSN 5930-00-460-1620, CAGE 07217
  Part No  617308-2-1 CAGE 81755 Part No CY01011-11-2 style designator,
  53  cylindrical W/flange; contact voltage rating in volts,
  28.0 DC at sea  level SIN gle voltage.  8 -EA Del to Lathrop
  CA 95330 Del by 24 Apr 98.   Other than full and open competition:
   part numbered item products  offered clause applies solicited
  various increments from:  1 to 40 PR qty:   8 EA delivery schedule:
   180 days standard size:  500 set-aside type:   unrestricted
  (sole source/single source) (no preference) all responsible
   sources may submit offer which DESC shall consider.
CITE: (I-338 SN008198)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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-R-A020
DUE 012397
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:  YPE96304000557 NSN 5930-01-034-0076, CAGE 35351
  Part No  B070410048 CAGE 35351 Part No 314087-01-01 CAGE 81205
  Part No 10-60747-15  no releasable data sufficient for Mfg
  purposes 10 -EA Del to Lathrop CA  95330 Del by 23 Nov 97.
   Other than full and open competitin:  part  numbered item.
  products offered clause applies.  Solicited various  increments
  from:  5 to 40 PR qty:  10 EA delivery schedule:  10 EA  within
  240 days, balance rate:  5 EA every 30 days thereafter.   Standard
  size:  500 set-aside type:  unrestricted (sole source/single
   source) (no preference) all responsible sources may submit
  offer which DESC  shall consider.
CITE: (I-338 SN008200)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--THIS IS A PGC ITEM TECHNICAL APPROVAL 20 JUNE 91
SOL SP0930-97-Q-A093
DUE 122896
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:  YPE96304000692 NSN 5930-01-168-0775, CAGE 81349
  Part No  M9395/40-AQ9MQ nonpile-up contact arrangement 2 pole,
  double throw, one  position momentary.  165 -EA Del to Mechanicsburg
  PA 17055-0789 Del by  12 Mar 97.  105 -EA Del to Lathrop CA
  95330 Del by 12 Mar 97.  PR qty:   270 EA delivery schedule:
   150 days standard size:  500 set-aside type:   total small
  business set-aside all responsible sources may submit offer
   which DESC shall consider.
CITE: (I-338 SN008201)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--ANTENNA ASSEMBLY
SOL SP0970-97-Q-A090
DUE 011497
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:  YPE96317000815 NSN 5985-01-075-3550, CAGE 11556
  Part No  3255-8001 CAGE 37695 Part No 917893-802 14 -EA Del
  to Memphis TN  38114-5210 other than full and open competition:
   part numbered item  products offered clause applies.  Various
  increments solicited:  5-9,  10-14, 15-19, 20-24.  PR quantity:
   14 EA.  Line 1 quantity 14 - UY8593 Memphis TN 38114-5210.
   Delivery schedule:  deliver entire  quantity within 100 days
  ADO.  Set-aside:  unrestricted(sole  source/single source)
  (no preference) size standard:  750.  All  responsible sources
  may submit offer which DESC shall consider.
CITE: (I-338 SN008204)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--ARRESTER, ELECTRICAL
SOL SP0930-97-Q-A099
DUE 123096
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:  YPE96324000358 NSN 5920-01-321-9035, CAGE 77820
  Part No  10-551719-000 CAGE 80063 Part No SM-D-811082 25 -EA
  Del to Tobyhanna PA  18466 Del by 19 Nov 96.  Other than full
  and open competition:  part  numbered item. products offered
  clause applies solicited various  increments from:  1 to 74
  PR qty:  25 EA delivery schedule:  90 days  standard size:
   750 set-aside type:  unrestricted (sole source/single  SOURCE0
  (no preference) all responsible sources may submit offer which
  DESC  shall consider.
CITE: (I-338 SN008205)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: 59 -- 5999 DATA TRANSFER MODULES AND RECEPTACLES
SOL N0017497R0006
DUE 121896
POC Kay Proctor, Purchasing Agent, 301-743-6680.
DESC: Data Transfer Module per Drawing #651-174-0164-10 Basic
  Quantity 1st year 20 to 30 each. Option quantity 1st year 1
  to 20 each. Option quantity 2nd year 1 to 20 each. Also Data
  Transfer Module Receptacle per Drawing #651-174-0166,Drawing
  #651-174-0165 Basic Quantity 1st year 25 to 30 each. Option
  quantity 1st year 1 to 25 each. Option quantity 2nd year 1
  to 25 each. This is a sole soure to Smith Industries Aerospace,
  Grand Rapids, MI. Note 22 and 26 applies. "Request of Presolicitation"
  should be fax to Kay Proctor 1141W (301)743-6546.
CITE: (I-338 SN008476)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: FISC Norfolk Kings Bay Det, 930 USS Hunley Ave Rm 211,
  NAVSUBASE Kings Bay GA 31547-
SUBJECT: 59 -- LIQUID LEVEL SWITCH
SOL N46450-96-Q-1604
DUE 010397
POC Contact Sue Soto, Contract Specialist, 912/673-2001, extension
  9331, Facsimile machine number 912/673-2131.
DESC: Commander Submarine Squadron Twenty, Kings Bay GA requires
  twelve each liquid level switches as manufactured by Madison
  Co, Branford CT. Request for Quotation will be issued on a
  sole source basis to Madison Co. Requests for solicitation
  must be in writing and cite the RFP/RFQ number. Requests via
  facsimile machine will be honored. See Numbered Note(s): 22.
CITE: (I-338 SN008483)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential
  Sources Sought
OFFADD: U.S. Department of Commerce, NOAA, Central Administrative
  Support Center, 601 East 12th St., CC31:CAH, RM 1756, Kansas
  City, MO  64106
SUBJECT: 59 -- ELECTRONIC COMPONENTS
SOL 52WCNW706022CH
POC Charles A. Hughes 816-823-1342
DESC: The U.S. Dept. of Commerce, NOAA, intends to purchase the
  following components: 15 each wideband assembly boards, Paramax
  p/n 7921104- 00 [Motorola p/n MVME381-01], NSN: 5998-01-388-1194;
  25 each vci-v modules, Paramax P/N 1222346-203, NSN: 5998-01-389-2612;
  10 each micro circuits, Unisys/Loral p/n 1215196-201.  The
  Government does not have drawings or specifications for these
  items. All items were originally purchased on contract as part
  of the Nexrad Radar System. The spare parts are being purchased
  to support the National Weather Service Nexrad Spares Program
  for the U.S. Dept. of Commerce/NOAA, National Logistics Support
  Center, Kansas City, Missouri. The Government believes that
  these items are available only from the original contractor
  Lockhead Martin [formerly Unisys/Loral/Paramax]. This procurement
  is for equipment for which the Government intends to acquire
  under the authority of 41USC253(c)(1). Any business source,
  able to provide the exact make and model of the equipment referenced
  herein is encouraged to respond to this announcement within
  15 days after it's publication. Interested firms should submit
  in writing, it's name, address, point of contact, telephone
  number, business size and a brief statement regarding its capability
  to provide the specified equipment, and the name, telephone
  number, and point of contact for businesses or other Government
  agencies to which it has previously provided the equipment.
  This information should be submitted to the addresses stated
  herein or may be faxed to telephone number 816-823-3447. This
  is not a request for proposals and there is no solicitation
  available at this time. The Government reserves the right to
  solicit bids based on receipt of affirmative responses tothis
  notice. The Standard Industrial Classification Code is 3679
  (Electronic Components, N.E.C). The small business size standard
  is 500 employees. This is not a small business set-aside.
CITE: (I-337 SN007878)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential
  Sources Sought
OFFADD: U.S. Department of Commerce, NOAA, Central Administrative
  Support Center, 601 East 12th St., CC31:CAH, RM 1756, Kansas
  City, MO  64106
SUBJECT: 59 -- WIRED BACKPLANE
SOL 52WCNW706020CH
POC Charles A. Hughes 816-823-1342
DESC: The U.S. Dept. of Commerce, NOAA, intends to purchase 6
  each Wired Backplanes NSN: 5998-01-388-4548, Westinghouse p/n
  1D20998G01. The spare parts are being purchased to support
  the National Weather Service Nexrad Spares Program for the
  U.S. Dept. of Commerce/NOAA, National Logistics Support Center,
  Kansas City, Missouri. The Government does not have specifications
  or drawings and believes the item to be proprietary to the
  original equipment manufacturer. This procurement is for equipment
  for which the Government intends to acquire under the authority
  of 41USC253(c)(1). Any business source, able to provide the
  exact make and model of the equipment referenced herein is
  encouraged to respond to this announcement within 15 days after
  it's publication.  Interested firms should submit in writing,
  it's name, address, point of contact, telephone number, business
  size and a brief statement regarding its capability to provide
  the specified equipment, and the name, telephone number, and
  point of contact for businesses or other Government agencies
  to which it has previously provided the equipment. This information
  should be submitted to the addresses stated herein or may be
  faxed to telephone number 816-823-3447. This is not a request
  for proposals and there is no solicitation available at this
  time. The Government reserves the right to solicit bids based
  on receipt of affirmative responses to this notice. The Standard
  Industrial Classification Code is 3679 (Electronic Components,
  N.E.C). The small business size standard is 500 employees.
  This is not a small business set-aside.
CITE: (I-337 SN007879)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential
  Sources Sought
OFFADD: U.S. Department of Commerce, NOAA, Central Administrative
  Support Center, 601 East 12th St., CC31:CAH, RM 1756, Kansas
  City, MO  64106
SUBJECT: 59 -- WIRED BACKPLANE
SOL 52WCNW706020CH
POC Charles A. Hughes 816-823-1342
DESC: The U.S. Dept. of Commerce, NOAA, intends to purchase 6
  each Wired Backplanes NSN: 5998-01-388-4548, Westinghouse p/n
  1D20998G01. The spare parts are being purchased to support
  the National Weather Service Nexrad Spares Program for the
  U.S. Dept. of Commerce/NOAA, National Logistics Support Center,
  Kansas City, Missouri. The Government does not have specifications
  or drawings and believes the item to be proprietary to the
  original equipment manufacturer. This procurement is for equipment
  for which the Government intends to acquire under the authority
  of 41USC253(c)(1). Any business source, able to provide the
  exact make and model of the equipment referenced herein is
  encouraged to respond to this announcement within 15 days after
  it's publication.  Interested firms should submit in writing,
  it's name, address, point of contact, telephone number, business
  size and a brief statement regarding its capability to provide
  the specified equipment, and the name, telephone number, and
  point of contact for businesses or other Government agencies
  to which it has previously provided the equipment. This information
  should be submitted to the addresses stated herein or may be
  faxed to telephone number 816-823-3447. This is not a request
  for proposals and there is no solicitation available at this
  time. The Government reserves the right to solicit bids based
  on receipt of affirmative responses to this notice. The Standard
  Industrial Classification Code is 3679 (Electronic Components,
  N.E.C). The small business size standard is 500 employees.
  This is not a small business set-aside.
CITE: (I-337 SN007881)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPEC
SOL SP0451-97-Q-H471
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. SH aron
  glasscock/BG350/804-279-3172.  contractofficer/L.  McCormick.
DESC: PR-NO:  YPG96313000536 NSN 6150-01-137-9039, cable assembly,
   special.  Specifications, plans or drawings relating to the
  procurement  described are not available and cannot be furnished
  by the government.  P/N DCDA51S6E1-36.OB.  Unrestricted. see
  NOTE 22. the final contract  award decision may be based upon
  a combination of price, performance and  other evaluaiton factors
  as described in the solicitation.  287 -EA Del to  Richmond
  VA 23297-5900 Del by 90 DARO.  All responsible sources may
  submit  offer which DGSC shall consider.
CITE: (I-337 SN007781)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPEC
SOL SPO451-97-Q-H476
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. SH aron
  glasscock/BG350/804-279-3172. contracting  officer /L. McCormick.
DESC: PR-NO:  YPG96320001019 NSN 6150-01-362-8244, cable assembly,
  spec.  P/N S JB 8217-060 and DD2-3734-060. specifications,
  plans or drawings  relating to the procurement described are
  not available and cannot be  furnished by the government. 
  Unrestricted. the final contract award  decision may be based
  upon a combination of price, past performance and  other evaluation
  factors as described in the solicitatio Tech data package 
  availabilty:  10 -EA Del to Tracy CA 95376-5000 Del by 90 DARO.
   20 - EA Del to Richmond VA 23297-5900 Del by 90 DARO.  All
  responsible sources  may submit offer which DGSC shall consider.
CITE: (I-337 SN007782)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-97-Q-H474
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. SH aron
  glasscock/BG350/804-279-3172. contracting  officer L. McCormick.
DESC: PR-NO:  YPG96323000853 NSN 6150-01-356-5525, cable assembly
   special purpose P/N AA3280-1. specifications, plans or drawings
  relating  to the procurement described are not available and
  can not be furnished by  the government. unrestricted. the
  final contract award decision may be  based upon a combination
  of price, past performance and other evaluation  factors as
  described in the solicitation.  Tech data package abailability:
    76 -EA Del to Tracy CA 95376-5000 Del by 90 DARO.  24 -EA
  Del to San  Diego CA 92132-5044 Del by 90 DARO.  All responsible
  sources may submit  offer which DGSC shall consider.
CITE: (I-337 SN007783)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-97-Q-H473
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. SH aron
  glasscock/BG350/804-279-3172.  contractofficer/L/M ccormick.
DESC: PR-NO:  RPG96312000670 NSN 6150-01-152-1030, cable assembly
   special purpose.  P/N 12304025. specifications, plans or drawings
   relating to the procurenment described are not available and
  cannot be  furnished by the government. unrestricted the final
  contract award  decision may be based upon a combination of
  price, past performance and  other evaluation factors as described
  in the solicitation.  Unrestricted.   72 -EA Del to Mechanicsburg
  PA 17055-0789 Del by 90 DARO.  49 -EA Del  to Tracy CA 95376-5000
  Del by 90 DARO.  All responsible sources may submit  offer
  which DGSC shall consider.
CITE: (I-337 SN007799)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-96-Q-VS35
DUE 123196
POC Contact:  copy of RFQ under simpilified acquisition procedur
  ES  (sap)| (available at least 15 days announcement) Co ntact
  buyer via  written request Attn: Jim Davis/BG532/ contract
  specialist/dscrjbpc,  Richmond VA 23297-5358 or phone 8042793780
  or FAX 8042796095. Mr. J. R. West  /contractins officer/8042793780.
DESC: PR-NO:  YPG96235000605 NSN 6150-01-229-5476, McDonnell
  Douglas  Corp, CAGE 76301, P/N 68A768211-11JA. see NOTE 22.
  specifications,  plans or drawings relating to the procurement
  described are not available  and cannot be furnished by the
  government; therefore, offerors are  required to provide the
  complete technical data packages of both the  approved and
  alternate parts for evaluation.  Critical application item.
    14 -EA to Mechanicsburg PA 17055-0789; delivery 90 DARO.
   The final  contract award decision may be based upon a combination
  of evaluation factors  (including schedule compliance, past
  performance, price and other  evaluation factors) as described
  in the RFQ.  Award will made against  McDonnell Douglas BOA
  -12/20/97.  All responsible sources may submit offer  which
  DGSC shall consider.
CITE: (I-337 SN007801)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 61--WIRE, ELECTRICAL 500 FT/SPOOL, LENGTH PER SPEC
SOL SP0500-97-Q-D792
DUE 011197
POC Contact:  DISC-PODA:  215-697-3398 for copies of solicitation.
    Contracting officer:  T. Piecyk/WAB01/215-697-3378 buy er:
   J.  Weber/215-697-3452
DESC: PR-NO:  YPI96318001051 NSN 6145-01-110-8894, Teflon 914,000
  -Ft  Del to Mechanicsburg PA 17055-0789 Del by 16 Mar 97. 
  RFQ due date:   97JAN11 specs:  MIL-W-22759/34D item on a qualified
  products list:   qualifying activity:  Air Force, 647TH log/ESP
  1060 Hamilton St Dayton  OH 45444-5740 primary qty:  914000
  delivery schedule:  60 days ADO  offers will be evaluated with
  a 10% preference for small disadvantaged  business concerns.
   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.  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-337 SN007846)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846
   , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 61-MOTOR, ALTERNATING C
SOL NOO1O497QAB09
DUE 011797
POC Contact Point, Marilyn E Hollis, 846.2b, (717)790-1425, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, Andrea
  M. Reisser, 846.2, (717)790-1429
DESC: NSN 7H-6105-01-392-5036, Ref Nr 35010-2, Qty 1 EA, Delivery
  FOB Origin--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 Notes 9,22
CITE: (I-338 SN007983)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846
   , PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 61-MOTOR, ALTERNATING C
SOL NOO1O497QAB18
DUE 011797
POC Contact Point, Marilyn E Hollis, 846.2b, (717)790-1425, Fax,
  (717)790-2284, Twx, Not-avail, Contracting Officer, Andrea
  M. Reisser, 846.2, (717)790-1429
DESC: NSN 1H-6105-01-349-6269, Ref Nr 3213-4GR1, Qty 1 EA, Delivery
  FOB Origin--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 Notes 9,22
CITE: (I-338 SN007984)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR ALTERNATING CURRENT
SOL SP0430-97-R-0343
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer:  RI chard
  King/ZZ780/804-279-4381. Judith H.  Hawthorne/804 -279-4905.
DESC: PR-NO:  ARG96299045001 NSN 6105-01-601-6426:  motor, alternating
   current.  Rosemount Aerospace Inc.  CAGE 59885.  P/N 2311M-135-2.
    Criticle item application.  Origin inspection required. 
  Tech data  package availability.  DSCR does not currently have
  an approved technical  data package available for this NSN.
   Please do not submit request to  DSCR-VABA.  1 -EA Del to
  (Call contracting office) Del by 150 days.   Other than full
  and open comp:  Y.  See NOTE 12.  Total quantity  shipped:
   1.  Option to Inc qty:  N.  Option to ext term of contract:
    24 months.  Duration of contract period:  3 years.  Unrestricted:
   Y.   Specifications, plans or drawings relating to the procurement
  described are  not available and cannot be furnished by the
  government.  Additional  remarks:  IQC with 2 option years.
   Solicitation will be made:  in  writing:  N.  Orally:  N.
   All responsible sources may submit offer which  DGSC shall
  consider.
CITE: (I-338 SN008018)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-97-Q-H472
DUE 011797
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer. SH aron
  glasscock/BG350/804-279-3172.  contractofficer/L.  McCormick.
DESC: PR-NO:  FPG96312000685 NSN 6150-01-358-4325, cable assembly,
   special purpose, electrical. P/N 717720405039. specifications,
  plans  or drawings relating to the procurement described are
  not available and  cannot be furnished by the government. 
  Unrestricted. the final contract  award decision may be based
  upon a combination of price, past performance  and other evaluation
  factors as described in the solictation 4 -EA Del to  Mechanicsburg
  PA 17055-0789 Del by 90 DARO.  All responsible sources may
   submit offer which DGSC shall consider.
CITE: (I-338 SN008019)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, WET, PRIMARY
SOL SP0430-97-Q-Q220
DUE 010797
POC Contact:  for copies of RFQ solicitations, contact the buyer.
   contact:  Delores Burwell/ZY186/804-279-3748. contrac ting
  officer:   Michael E. Kuszmaul/804-279-5800. copies of RFQ
  solicitations, contact  the buyer.
DESC: PR-NO:  FPG96313000232 NSN 6135-00-789-2865, Battery, wet,
   primary.  Eagle-Picher Industries Inc, CAGE 81855, P/N gap-4433.
   71 - EA Del to (see solicitation) Del by 90 days.  Other than
  full and open.   Specifications, plans or drawings relating
  to the procurement described are  not available and cannot
  be furnished by the government.  All responsible  sources may
  submit offer which DGSC shall consider.
CITE: (I-338 SN008020)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--CONTACTOR, MAGNETIC
SOL SP0430-97-Q-P314
DUE 010997
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitations,
   contact the buyer:  Jean Lanthrip/ZZ783/ 804-279-4479. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96304001004 NSN 6110-00-908-7745:  contactor,
  magnetic.   Figgie international Inc.  Hartman Electrical Mfg
  Div.  CAGE 74063.   P/N BH169BD.  Use of ozone depleting substances:
   critical application  item.  @OPERATING voltage characteristic
  full @CONTROL type local  @ACTUATION method magnetic @PERFORMANCE
  type any acceptable @DUTY cycle  continuous @AMBIENT temp -65.0
  deg Fahrenheit and @190.0 deg Fahrenheit  @OVERALL width 3.590
  inches nominal @OVERALL length 4.690 inches nominal  @OVERALL
  height 4.156 inches maximum 10 -EA Del to Mechanicsburg PA
   17055-0789 Del by 60 days.  6 -EA Del to Tracy CA 95376-5000
  Del by 60  days.  Other than full and open comp.  Total quantity
  shipped:  16.   Unrestricted:  Y.  The final contract award
  decision may be based upon a  combination of price, past performance
  and other evaluation factors as  described in the solicitation.
   Specifications, plans or drawings relating  to the procurement
  described are not available and cannot be furnished by  the
  government.  Solicitation will be made:  in writing:  Y.  Orally:
    Y.  All responsible sources may submit offer which DGSC shall
  consider.
CITE: (I-338 SN008022)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, ALTERNATING CURRENT
SOL SP0430-97-R-0440
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact the buyer:  RI chard
  King/ZZ780/804-279-4381. Judith H.  Hawthorne/804 -279-4905.
DESC: PR-NO:  YPG96326000908 NSN 6105-00-785-5022:  motor, alternating
   current.  Globe Motors (various).  CAGE 25140.  P/N 75A516.
   40 -EA  Del to Tracy CA 95376-5000 Del by 150 days.  15 -EA
  Del to Mechanicsburg  PA 17055-0789 Del by 150 days.  14 -EA
  Del to Tobyhanna PA 18466 Del by  150 days.  Incremental quantities
  - max:  40.  Min:  14.  Other than  full and open comp.  See
  NOTE 23.  Unrestricted:  Y.  Option to Inc  qty:  N.  Option
  to ext term of contract:  48 months.  Duration of  contract
  period:  5 years.  Additional remarks:  IQC with 4 option 
  years.  Specifications, plans or drawings relating to the procurement
   described are not available and cannot be furnished by the
  government.   Solicitation will be made:  in writing:  N. 
  Orally:  N.  Anticipated  award date is:  01/16/97.  All responsible
  sources may submit offer which  DGSC shall consider.
CITE: (I-338 SN008032)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--BATTERY, STORAGE
SOL SP0430-97-Q-Q249
DUE 010797
POC Contact:  for copies of RFQ solicitations, contact the buyer.
   contact:  Mary Clark/ZY183/804-279-4975. contracting officer:
   Michael  E. Kuszmaul/804-279-5800.
DESC: PR-NO:  YPG96326000914 NSN 6140-00-984-0143, Battery, storage.
    I/A/W spec NR "no spec and or Val req'd" DTD 96 Mar 30. 
  @VOLTAGE in volts  12.0 @TERMINAL quantity 2 @CELL quantity
  6 @OVERALL width 6.812 inches  nominal @OVERALL length 13.500
  inches nominal @STORAGE/shipment condition  dry charged Tech
  data package availability:  1,500 -EA Del to Richmond  VA 23297-5900
  Del by 30 days.  Incremental quantities:  min 1500, max  2500.
   All responsible sources may submit offer which DGSC shall
  consider.
CITE: (I-338 SN008033)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--BRAKE, ELECTRIC
SOL SP0430-97-Q-P313
DUE 010997
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitation,
   contact the buyer:  Jean Lanthrip/ZZ783/8 04-279-4479. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96303000445 NSN 6110-01-374-2242:  brake, electric.
    Johnson carlyle machine Co the.  CAGE 75182.  P/N FEA-0475-99935-100.
    Lake shore Inc.  CAGE 34712.  P/N 2D3-03268 item 94.  DSCR
  does not  currently have an approved technical data package
  available for this NSN.   Please do not submit request to DSCR-VABA.
   35 -EA Del to moody AFB GA  31699-1794 Del by 60 days.  Other
  than full and open comp.  Total  quantity shipped:  35.  Option
  to Inc. qty:  N.  Option to ext term  of contract:  N.  Unrestricted:
   Y.  The final contract award decision  may be based upon a
  combination of price, past performance and other  evaluation
  factors as described in the solicitation.  Specifications,
   plans or drawings relating to the procurement described are
  not available  and cannot be furnished by the government. 
  Solicitation will be made:   in writing:  Y.  Orally:  Y. 
  All responsible sources may submit offer  which DGSC shall
  consider.
CITE: (I-338 SN008067)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CONTROL, GENERATOR
SOL SP0430-97-Q-P312
DUE 010997
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, or for copies of RFQ solicitation,
   contact the buyer:  Jean Lanthrip/ZZ783/8 04-279-4479. Judith
  H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96303000724 NSN 6110-00-222-8246:  control,
  generator.   Precision electronics.  CAGE 13483.  P/N PE15301.
   Westinghouse  Electric Corp.  CAGE 88725.  P/N 456A291G08.
   25 -EA Del to San Diego  CA 92132-5044 Del by 60 days.  19
  -EA Del to Tracy CA 95376-5000 Del by  60 days.  15 -EA Del
  to Mechanicsburg PA 17055-0789 Del by 60 days.   Other than
  full and open comp.  Total quantity shipped:  59.  Option to
   Inc qty:  N.  Option to ext term of contract:  N.  The final
  contract  award decision may be based upon a combination of
  price, past performance  and other evaluation factors as described
  in the solicitation.   Specifications, plans or drawings relating
  to the procurement described are  not available and cannot
  be furnished by the government.  Solicitation  will be made:
   in writing:  Y.  Orally:  Y.  All responsible sources  may
  submit offer which DGSC shall consider.
CITE: (I-338 SN008068)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, SCAN PATTERN
SOL SP0430-97-Q-9317
DUE 012497
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, oor for copies of RFQ
  solicitation,  contact the buyer:  Sara West/ZZ881/804279-4545.
  Judith H.  Hawthorne/804-279-4905.
DESC: PR-NO:  YPG96323000777 NSN 6105-00-034-6053:  motor, SCAN
  pattern.   Neotech Inc.  CAGE 62700.  P/N N250050.  Tech data
  package availability.   DSCR does not currently have an approved
  technical data package available  for this NSN.  Please do
  not submit request to DSCR-VABA.  20 -EA Del  to Tracy CA 95376-5000
  Del by 329 days.  Other than full and open comp.   Intended
  source:  neotech, Inc.  Total quantity shipped:  20.  See 
  NOTE 23.  Option to Inc qty:  N.  Option to ext term of contract:
   N.   Unrestricted:  N.  Specifications, plans or drawings
  relating to the  procurement described are not available and
  cannot be furnished by the  government.  Solicitation will
  be made:  in writing:  Y.  Orally:  Y.   All responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-338 SN008073)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Naval Undersea Warfare Center, Division Keyport, 610
  Dowell Street, Keyport, WA
SUBJECT: 61 -- CABLE ASSEMBLIES
SOL N00253-97-R-0002
DUE 120396
POC Victor Angkico, 360/396-5671
DESC: The synopsis for cable assemblies which appeared in the
  CBD on 06 Nov 96 is hereby cancelled. After issuance of the
  synopsis the contracting office was made aware that cable assemblies
  are a mandatory item which must be procured through the Federal
  Prison Industries (UNICOR) unless a waiver is granted. As a
  result of discussions with UNICOR, the Naval Undersea Warfare
  Center Division Keyport was informed on 27 Nov 96 that the
  Federal Prison Industries will manufacture the 228 each cable
  assemblies in accordance with NAVSEA drawing 6277244 and that
  a waiver will be granted for the 16 each assemblies in accordance
  with NAVSEA drawing 6820704 and 5 each assemblies in accordance
  with NAVSEA drawing 5819837. No copies of the solicitation
  package will be sent. As the items that will be waived by UNICOR
  are expected to be below $25,000 no synopsis will be issued
  for their purchase. Any questions on this matter should be
  directed to the point of contact identified above.
CITE: (I-338 SN008510)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--PANEL, INDICATING, LIGHT TRANSMITTING
SOL SP0441-96-Q-GR42
DUE 011797
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. ru th
  Gullette/804-279-3068/carolyn D.  atlizer/804-279-35 27
DESC: PR-NO:  YPG96199000800 NSN 6220-01-306-8980, panel, indicating,
   light transmitti NG, IAW Unison Industries LTD partnership,
  Dwg PM2261-3  Rev H DTD 7/6/91, CAGE 59501, P/N PM-22612-3,
  configuration control  applies, critical application, IAW spec
  MIL-L-85762A basic DTD 88 Aug 26,  IAW spec MIL-P-7788F basic
  DTD 92 Nov 16, Amend NR 01 DTD 94 Aug 29,  type number VI,
  class 1-NVIS green, NOTE 9, first article test required,  unrestricted,
  ABVM applies, delivery schedule 90 days, solicitation  will
  be made orally, drawings, interim procurement descriptions
  and  deviation lists may be examined or obtained from Defense
  Supply Center.  All  responsible sources may submit offer which
  DGSC shall consider.
CITE: (I-337 SN007800)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Navy Public Works Center, Material Department, 9742 Maryland
  Ave. Norfolk, Va., 23511-3095
SUBJECT: 62--FIXTURES, HPS, POLE MOUNT; ALUMINUM POLES, AND TENON
  ADAPTERS
SOL N00187-97-Q-5870
DUE 011097
POC Beatryce Jones, (757) 444-3424/Contract Specialist, or Dennis
  Holland, Contracting Officer, (757) 444-6979.
DESC: Fixtures, HPS, 250 and 400 Watts, 277 Volt; Aluminum Poles
  39' and 20', round tapered, seamless finish; 2'3/8'' OD tenon;
  round tenon adapaters. Written quotes required, FOB Destination
  is Norfolk, Va. Anticipated award date is 15 January 1997.
  Facsimile request for solicitations are acceptable. FAX (757)
  445-4218. Quotes must be writing. Facsimile quotes will not
  be accepted. This solicitation is 100% small business set aside.
  The award will be based on price and delivery. All inquiries
  should be directed to Beatryce Jones, (757) 444-3424. All responsible
  sources may submit an offer, which will be considered.
CITE: (M-338 SN008280)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 63--Alarm and Signal, and Security Detection Systems
OFFADD: Department of Treasury (DY), Bureau of Engraving and
  Printing, Office of Procurement, 14th & C Sts., S. W., 708-A,
  Washington, D. C. 20228
SUBJECT: 63 -- SECURITIY SYSTEM MAINTENANCE SERVICE
SOL RFQ-21-001
POC Contact Jacqueline Cortez, Purchasing Agent, 817/847-3867.
DESC: This announcement cancels RFQ-21-001 for Security System
  Maintenance Service. This requirement was originally synopsized
  in the September 26, 1996 edition of the Commerce Business
  Daily.
CITE: (I-338 SN008443)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 63--Alarm and Signal, and Security Detection Systems
OFFADD: Department of Treasury (DY), Bureau of Engraving and
  Printing, Office of Procurement, 14th & C Sts., S. W., 708-A,
  Washington, D. C. 20228
SUBJECT: 63 -- SECURITY SYSTEM MAINTENANCE SERVICE
SOL RFQ-21-004
POC Contact Jacqueline Cortez, Purchasing Agent, 817/847-3867.
DESC: The Bureau of Engraving and Printing (BEP) intends to negotiate
  with Electronic Systems Service (ESS) for the Security System
  Maintenance Service at the BEP in Fort Worth, Texas. ESS has
  been servicing the security system for the past five years
  and kept current with all of the certifications from all of
  the security manufacturers. No request for quotation (RFQ)
  is available. No telephone inquires will be accepted.
CITE: (I-338 SN008444)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 65--STAND, BASIN, FOLDING, SINGLE, ALUMINUM
SOL SPO200-96-R-8108
DUE 011297
POC Contact:  receptionist 215-737-3100
DESC: PR-NO:  YPM96305000008 NSN 6530-00-890-2025, @MATERIAL
  aluminum  @MAXIMUM height 32.000 inches @WIDTH 15.250 inches
  nominal @DEPTH 17.000  inches nominal @FURNISHED items and
  quantity W/carrying CASE 684 -EA Del  to Mechanicsburg PA 17055-0789
  Del by 03 Jul 97.  174 -EA Del to Tracy  CA 95376-5000 Del
  by 03 Jul 97.  See NOTE:  #9 total qty 858 EA, U/I  each, Del.
  to various destns, DD Mech, PA.., and DD Tracy, CA,  Mfg Brenner
  metal, Marshall fabricated, NSNS 6530 00 890 2025, 30 day 
  rfp-issued O/A 1/30/97, POC:  Proc. Agnt, Lois FOX, on (215)
  737-7882,  and KO, B. Lessner, on (215) 737-7883, sched Del
  per ending 03 Jul 97,  all materials used in fabrication are
  to be furnished by the successful  bidder(S).  Solicitation
  requests may be trasmitted via:  facsimile # (215)  737-4050,
  Attn: dpsc-receptionist all responsible sources may submit
  offer  which DPSC shall consider.
CITE: (I-337 SN007811)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 65--DIGITAL IMAG NETWRK-PICTURE ARCHVE
SOL SPO200-96-Q-2054
DUE 121396
POC Contact:  POC:  Proc. Agnt, Beverly Johnson on (215) 737-3138
DESC: See NOTES:  N/A POC:  Proc. Agnt, Beverly Johnson, on (215)
   737-3138.  The Defense Personnel Support Center solicits comments
   regarding the scope of work for the acquisition of a digital
  imaging  network-picture archive and communications system
  (DIN-PACS) for the new  Portsmouth Naval Medical Center, the
  new Elmendorf Air Force base  hospital, the pentagon health
  clinic, and other DOD and federal  facilities.  The request
  for information (RFI) SPO200-97-Q-2054 is  located on the world
  wide web @ WWW.DPSC.DLA.MIL/medical/MEDEQUIP.HTML.   Comments
  to the RFI are requested no later than December 13, 1996. 
   Solicitation SPO200-97-R-8002 (synopsized 10/96) will incorporate
  the " final" draft of the statement of work identified above
  and will be issued  in the very near future.  This is not a
  Request for Proposals.  There will  be no reimbursements of
  any kind for any information received by the  government under
  RFI SPO200-97-Q-2054.  All responsible sources may submit 
  offer which DPSC shall consider.
CITE: (I-337 SN007813)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 65--INTRAUTERINE DEVICE, CONTRACEPTIVE, "T"- SHAPED,
  10  YEAR EFFECTIVE, 5S:  INCLUDES COPPER BOUND
SOL SPO200-97-Q-4020
DUE 122996
POC Contact:  POC:  Proc. Agnt, Loretta F. connors, on (215)
   7374189
DESC: PR-NO:  YPM96269000002 NSN 6515-01-283-5192, 40 -PG Del
  to  Mechanicsburg PA 17055-0789 Del by 31 Jan 97.  33 -PG Del
  to Tracy CA  95376-5000 Del by 31 Jan 97.  See NOTE:  #9 total
  qty 73 PG, U/I PG,  Del. to various destns, EG.  Del. to DD
  Mech, PA and DD Tracy, CA.,  unrest. ac.q, 15 day rfq-issued
  O/A 12/14/96, spec. No. CIDA-A-54403,  DTD. 22 May 91 W/changes
  POC:  Proc. Agnt, Loretta F. connors, on  (215) 737-4189, or
  KO, Joseph Calabro, on (215)737-2240, approx. bid  opening
  dte is 12/29/96.  This is only an EST. dte.  All quotation
   request should be directed to the Proc. Agnt, and not the
  receptionist,  quotation requests may be transmitted via facsimile
  # (215) 737-2058, Attn:  DPSC-MSCBP-PRW.  All responsible sources
  may submit offer which DPSC shall  consider.
CITE: (I-338 SN007964)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--LEAD SET, TEST
SOL SP0920-97-Q-A083
DUE 011697
POC Contact:  for copy of solicitation FAX 614-692-2262 or mail
   request to Defense Supply Center Columbus, PO Box 1659 5,
  DSCC-PBAB,  Columbus, OH 43216-6595. contact contrac ting officer
  for info. please  use entire solicitations number when ordering
  documents. failure to do so  may result in non receipt or delay
  in receipt. F
DESC: PR-NO:  YPE96325000582 NSN 6625-00-409-4036, CAGE 18876
  Part No  10672636 no additional descriptive data sufficient
  for manufacturing  purposes.  22 -EA Del to Mechanicsburg PA
  17055-0789 Del by 07 Jan 97.   79 -EA Del to Lathrop CA 95330
  Del by 07 Jan 97.  All responsible  sources may submit offer
  which DESC shall consider.
CITE: (I-337 SN007856)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--INDICATOR, LIQUID QUANITY
SOL SP0440-97-Q-T385
DUE 123096
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)745-7918. 
  For copies of RFQ solicitations,  contact:  Sharon quint er/AX403/804-745-7918.
  contracting officer:   Shirley ma xey/804-279-3364.
DESC: PR-NO:  RPG96302001933 NSN 6680-01-200-5987, part number:
    phasotron instrument and Electronic Co., CAGE 77221, P/N
  628-20199.   Specifications, plans or drawings relating to
  the procurement described are  not available and cannot be
  furnished by the government.  116 -EA Del to  Mechanicsburg
  PA 17055-0789 Del by 90 DARO.  97 -EA Del to Tracy CA  95376-5000
  Del by 90 DARO.  73 -EA Del to Anniston AL 36201 Del by 90
   DARO.  Other than full and open (10 U.S.C. 2304(C)(1)) (FAR
  6.302-1)  additional remarks:  FAX #804-745-7955 all responsible
  sources may submit  offer which DGSC shall consider.
CITE: (I-338 SN008021)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TORQUER ASSEMBLY
SOL SP0440-97-Q-U338
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Jennifer WRE NN/AY903/804-279-4682,
  contracting officer:   Patsy barg O/804-279-3548.
DESC: PR-NO:  YPG96304001011 NSN 6615-01-048-7987, torquer assembly,
   Honeywell Inc.  Avionics Div., CAGE 94580, P/N 10042617-104
  140 -EA  Del to Mechanicsburg PA 17055-0789 Del by 135 days.
   Unrestricted.   Specifications, plans or drawings relating
  to the procurement described are  not available and cannot
  be furnished by the Gov't.  All responsible  sources may submit
  offer which DGSC shall consider.
CITE: (I-338 SN008023)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--ARMATURE ASSEMBLY, VALVE
SOL SP0440-97-Q-U341
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Jennifer WRE NN/AY903/804-279-4682,
  contracting officer:   Patsy barg O/804-279-3548.
DESC: PR-NO:  YPG96310003587 NSN 6615-00-930-9075, armature assembly,
   valve, HR Textron Inc. sub of Textron Inc., CAGE 81873, P/N
  250405-6B  274 -EA Del to McClellan AFB CA 95652-1621 Del by
  120 days.   Unrestricted.  Specifications, plans or drawings
  relating to the  procurement described are not available and
  cannot be furnished by the  government.  All responsible sources
  may submit offer which DGSC shall  consider.
CITE: (I-338 SN008024)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--LENS, OPTICAL INSTRUMENT
SOL SP0440-97-Q-T383
DUE 123096
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)745-7918. 
  For copies of RFQ solicitations,  contact:  Sharon quint er/AX403/804-745-7918.
  contracting officer:   Shirley ma xey/804-279-3364.
DESC: PR-NO:  YPG96311000748 NSN 6650-01-193-3666, part number:
   Texas  instruments Inc., CAGE 96214, P/N 3061407-1.  Specifications,
  plans  or drawings relating to the procurement described are
  not availbale and  cannot be furnished by the government. 
  18 -EA Del to Jacksonville FL  32212-0097 Del by 90 DARO. 
  Other than full and open (10 U.S.C.  2304(C)(1)) (FAR 6.302-1)
  additional remarks:  buyer's FAX # is  804-279-7955 all responsible
  sources may submit offer which DGSC shall  consider.
CITE: (I-338 SN008025)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--SCALE, WEIGHING ELECTRONIC SYSTEM
SOL SP0440-97-Q-T427
DUE 012297
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3372. 
  For copies of RFQ solicitations,  contact:  Billye phill IPS/AX509/804-279-3372.
  contracting officer:   Shirley M axey/804-279-3364.
DESC: PR-NO:  YPG96312000967 NSN 6670-01-377-2569, part number:
    intercomp, P/N PT300-2-10.  Specifications, plans or drawings
  relating to  the procurement described are not available and
  cannot be furnished by the  government.  Consist of 2 20,000
  lbs platform scales totalizing cable,  charging cable transformer
  and nicad batteries max cap 40,000 lbs 11 -EA  Del to Mechanicsburg
  PA 17055-0789 Del by 60 DARO.  Unrestricted other  than full
  and open comp (10 U.S.C. 2304(C)(1)) (FAR 6.302-1) solicitations
   between $25,000-$100, 000 solicitation will be made in writing
  all  responsible sources may submit offer which DGSC shall
  consider.
CITE: (I-338 SN008026)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--METER, VOLUMETRIC PO
SOL SP0440-97-Q-T384
DUE 123096
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)745-7918. 
  For copies of RFQ solicitations,  contact:  Sharon quint er/AX403/804-745-7918.
  contracting officer:   Shirley ma xey/804-279-3364.
DESC: PR-NO:  YPG96313000676 NSN 6680-01-292-5195, part number:
    Emerson electric, Co., Brooks instrument Div., C age 08712,
  P/N ba-80  AL (reference Brooks Dwg BA-80-108.L) length 26
  1/2 inches.  @LIQUID flow  rate 600.0 gallons per minute Maxim
  UM @DISPLACEMENT type rotor 4 -EA Del  to Barstow CA 92311-5014
  Del by 90 DARO.  Other than full and open (10  U.S.C. 2304(C)(1))
  (FAR T.302-1) additional remarks:  (1) see synopsis  guidance
  info., and (2) buyer's FAX # is 804-745-7955.  All responsible
   sources may submit offer which DGSC shall consider.
CITE: (I-338 SN008027)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--INDICATOR, SIGHT, LIQUID
SOL SP0440-97-Q-BP03
DUE 012297
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3372. 
  For copies of RFQ solicitations,  contact:  Billye phill IPS/AX409/804-279-3372.
  contracting officer:   Shirley M axey/804-279-3364.
DESC: PR-NO:  YPG96313000818 NSN 6680-00-663-7199, drawing number:
    navdwg A401052 Rev 12 DTD 92 Dec 08.  Drawings, interim procurement
   descriptions and deviation lists may be examined or obtained
  from Defense  General Supply Center.  CICA:  O/A length 6.250
  in nom O/A ht 18.500 in nom  sight ht 14.875 in nom fluid cap
  2.250 OZ matl steel 4 -EA Del to  Jacksonville FL 32212-0097
  Del by 90 DARO.  Duration of contract period:   1 year or $100,000.00
  unrestricted additional remarks:  this solicitation  is for
  an indefinite quantity purchase for a period of one year or
   $100,000.00 whichever comes first.  The quantity of 39 is
  an estimated  quantity -- there are no guarantees for quantity.
   Solicitations  between $25,000-$100, 000 solicitation will
  be made:  in writing all  responsible sources may submit offer
  which DGSC shall consider.
CITE: (I-338 SN008028)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--CELL ASSEMBLY, OPTICAL INSTRUMENT
SOL SP0440-97-Q-T387
DUE 123096
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)745-7918. 
  For copies of RFQ solicitations,  contact:  Sharon quint er/AX403/804-745-7918.
  contracting officer:   Shirley ma xey/804-279-3364.
DESC: PR-NO:  YPG96317001098 NSN 6650-01-045-5492, drawing number:
    I/A/W Dwg NR 80063 SM-D-850490 Rev F, basic DTD 84 Apr 06.
   Drawings,  interim procurement descriptions and deviation
  lists may be examined or  obtained from Defense General Supply
  Center.  @MATERIAL glass @STYLE  designator A1 crossline @GRADUATIONS/markings
  cross line Tech data package  availability:  200 -AY Del to
  Tracy CA 95376-5000 Del by 90 DARO.   Additional remarks: 
  (1) see synopsis guidance field, and (2) buyer's  FAX # is
  804-745-7955.  All responsible sources may submit offer which
  DGSC  shall consider.
CITE: (I-338 SN008029)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--GYROSCOPE, RATE
SOL SP0440-97-R-0443
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Karen mckinn ey/AY804/804-279-4780,
  contracting officer:   Stephen SM ith, Capt., USAF/804-279-5008.
DESC: PR-NO:  YPG96326000781 NSN 6615-01-062-6730, gyroscope,
  rate,  source ctl item.  Allied Signal Inc., CAGE 63395, P/N
  206350 57 -EA  Del to Tracy CA 95376-5000 Del by 120 days.
   IAW Dwg NR (20418) 633828,  Rev F basic DTD 93 Oct 01.  Option
  to increase qty 100%.  Unrestricted.   Specifications, plans
  or drawings relating to the procurement described are  not
  available and cannot be furnished by the Gov't.  See NOTE 12.
   All  responsible sources may submit offer which DGSC shall
  consider.
CITE: (I-338 SN008030)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--PROBE, TEMPERATURE
SOL SP0440-97-Q-BP02
DUE 012297
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3372. 
  For copies of RFQ solicitations,  contact:  Billye phill IPS/AX409/804-279-3372.
  contracting officer:   Shirley M axey/804-279-3364.
DESC: PR-NO:  YPG96302001936 NSN 6685-00-872-8690, part number:
    Rosemount aerospace, P/N 102AH2AF.  Specifications, plans
  or drawings  relating to the procurement described are not
  available and cannot be  furnished by the government.  CICA:
   de-iced platinum resistance type  total temperature probe
  for high performance aircraft application where  accurate total
  temperature measurements are required, probe features  de-icing
  heater which dissipates 260 Watt/nominal/under/IN-FLIGHT icing
   conditions W/115V AC or DC applied, sensing element protected
  from small  foreign particles such as sand, ice & insects.
   7 -EA Del to Tracy CA  95376-5000 Del by 60 DARO.  Duration
  of contract period:  1 year or  $100,000.00 unrestricted other
  than full and open comp (10 U.S.C.  2304(C)(1)) (FAR 6.302-1)
  additional remarks:  this solicitation is for  an indefinite
  quantity purchase for a period of one year or $100,000.00 
  whichever comes first.  The quantity of 18 is an estimated
  quantity --  there are MP guarantees for quantity.  Solicitations
  between $25,000 -  $100,000 solicitation will be made:  in
  writing all responsible sources may  submit offer which DGSC
  shall consider.
CITE: (I-338 SN008066)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, LIQUID
SOL SP0440-97-Q-T386
DUE 123096
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)745-7918. 
  For copies of RFQ solicitations,  contact:  Sharon quint er/AX403/804-745-7918.
  contracting officer:   Shirley ma xey/804-279-3364.
DESC: PR-NO:  YPG96318000533 NSN 6680-01-267-7405, part number:
    Parker-Hannifin Corp., gull Electronic Systems Div., CAGE
  26055, P/N  027-047-004.  Grumman Aerospace Corp., CAGE 26512,
  P/N 128SCP230-7.   Specifications, plans or drawings relating
  to the procurement described are  not available and cannot
  be furnished by the government.  CICA:  see AID,  no addl data.
   11 -EA Del to Jacksonville FL 32212-0097 Del by 90 DARO. 
   19 -EA Del to Mechanicsburg PA 17055-0789 Del by 90 DARO.
   Other than  full and open comp (10 U.S.C. 2304(C)(1)) (FAR
  6.302-1) additional remarks:   buyer's FAX # is 804-745-7955.
   All responsible sources may submit offer  which DGSC shall
  consider.
CITE: (I-338 SN008069)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--QUADRANT, INDICATOR
SOL SP0440-97-Q-U356
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Karen Harris /AY801/804-279-4510,
  contracting officer:   Patsy Bargo/ 804-279-3548.
DESC: PR-NO:  YPG96324000473 NSN 6610-00-133-1857, quadrant,
  indicator,  jet electronics & technology Inc., CAGE 25583,
  P/N 565-1705-01 CICA;  material cres composition 17-4 PH cond.
   H IAW AMS5355, alt matl cres 416  IAW QQ-S-764 O/A width 40.483
  IN, O/A depth 13.55 IN.  144 -EA Del to  Tracy CA 95376-5000
  Del by 60 days.  43 -EA Del to San Diego CA  92132-5044 Del
  by 60 days.  Unrestricted.  Specifications, plans or  drawings
  relating to the procurement described are not available and
   cannot be furnished by the Gov't.  All responsible sources
  may submit offer  which DGSC shall consider.
CITE: (I-338 SN008074)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TUBE ASSEMBLY, ELEVA
SOL SP0440-97-Q-U350
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Jennifer WRE NN/AY903/804-279-4682,
  contracting officer:   Patsy barg O/804-279-3548.
DESC: PR-NO:  YPG96324000580 NSN 6615-00-226-4622, tube assembly,
  eleva  parkerhannifin Corp control systems Div., CAGE 82106
  P/N 93260-109 3 - EA Del to Kelly AFB TX 78241-5312 Del by
  60 days.  1 -EA Del to Dover  AFB DE 19902-6639 Del by 60 days.
   Unrestricted.  Specifications, plans  or drawings relating
  to the procrement described are not available and  cannot be
  furnished by the Gov't.  All responsible sources may submit
  offer  which DGSC shall consider.
CITE: (I-338 SN008075)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: OPTEC CONTRACTING ACTIVITY, BLDG 91035, P.O. BOX Y, FORT
  HOOD TX 76544-5056
SUBJECT: 66--MICROWAVE LINE-OF-BEARING SYSTEM
SOL DATM01-97-R-0007
DUE 012397
POC Contract Specialist, Elizabeth Arispe at (817) 288-9539 or
  Contracting Officer, Ted Panknin at (817) 288-1305 (Site Code
  DATM01)
DESC: Commercial sources sought for one Microwave Line-of-Bearing
  (LOB) system which will provide automated and manual LOB and
  signal analysis within the frequency range of 1 - 96 GHz and
  be controllable through an IEEE STD 488 Digital Interface.
  Composed f: receiver (tuner); antenna; system controller with
  signal processor and display; RF distribution circuitry; RF
  and system interconnecting cabling and power cord(s); special
  maintenance items (ie. card extenders); rack mount hardware;
  and operator manuals electrical schematics, and parts list.
  The system will function as an antenna system for a millimeter
  wave receiver. System will be used primarily to test the vulnerability
  to Electronic Support Measures (ESM) and to document test ground
  truth in the microwave range. All responsible sources may submit
  an offer. All requests for solicitation must be submitted in
  writing.
CITE: (I-338 SN008215)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 66 -- MAINTENANCE OF TWO (2) RADIOGRAPHIC LINEAR ACCELERATORS
SOL N68936-97-Q-0456
DUE 120696
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The Naval Air Warfare Center, Weapons Division, China Lake,
  CA intends to procure on an other than full and open competition
  basis the following: Maintenance of two (2) radiographic linear
  accelerators, for models Varian L-6000 and Varian L-200. Due
  to the proprietary rights, this requirement is sole-sourced
  to Varian Oncology Systems in Ranch Cucamonga, CA. The period
  of performance is award through 30 September 1997, FOB point
  is Destination at China Lake, CA. The SIC Code is 7699 and
  the small business size standard is $5 million. Any firms believing
  that they can provide the required services shall submit a
  written response to be received at the Contracting Office no
  later than 5 DAYS after the date of publication of this notice,
  clearly showing its ability to provide the required services.
  All responsible sources which comply with the criteria above,
  may submit literature which will be considered by the agency.
  Respondents shall submit their quotations to Shelli L. Burt,
  at the above address or fax to the above number on or before
  December 11, 1996. This acquisition is being awarded under
  FAR Part 12 procedures. Award is expected to be made on or
  before December 22, 1996. See Note 1 and 22.
CITE: (I-338 SN008389)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 66 -- FLASH X-RAY MACHINE OPTIONAL EQUIPMENT
SOL N68936-97-Q-0455
DUE 120696
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The Naval Air Warfare Center, Weapons Division, China Lake,
  CA intends to procure, on an other than full and open competition
  basis, the following: Flash X-Ray Machine Option 0001, Add-on
  Channel, P/N 43733A, one (1) each; Flash X-Ray Machine Option
  035, Dueal Remote Output, P/N 43733a, one (1) each; and Flash
  X-Ray Machine Option 037, Substitute Soft X-Ray tubes, P/N
  43733A, one (1) each. Due to the compatability, this requirement
  is sole-sourced to Physics International Company in San Leandro,
  CA. The delivery is required on or before September 30, 1997,
  FOB point is at Destination, China Lake, CA. The SIC Code is
  3844 and the small business size standard is 500 employees.
  Any firms believing that they can provide the required services
  shall submit a written response to be received at the Contracting
  Office no later than 5 DAYS after the date of publication of
  this notice, clearly showing it's ability to provide the required
  equipment. All responsible sources which comply with the criteria
  above, may submit literature which will be considered by the
  agency. Respondents shall submit their quotations to Shelli
  L. Burt, at the above address or FAX to the above number December
  11, 1996. This acquisition is being awarded under FAR Part
  12 procedures. Award is expected to be made on or before December
  22, 1996. See Note 1 and 22.
CITE: (I-338 SN008392)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: 66 -- 6665 COMBUSTIBLE INDICATOR
SOL N0017497Q0089
DUE 121896
POC Kay Proctor, Purchasing Agent, 301-743-6680.
DESC: Combustible Indicator per NSN# 6665-01-2948859 Quantity
  10 each. This is "Total Small Business set aside". "Request
  for this quote should be addressed to the attention of Kay
  Proctor 1141W (301) 743-6546.
CITE: (I-338 SN008412)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Room 6875, JEH-FBI Bldg., 935 Pennsylvania Ave., NW,
  Washington DC 20535
SUBJECT: 66 -- KAY ELEMETRICS DSP 5500-1 SYSTEM
SOL 7057
POC Deborah F. Chin, Contract Specialist, 202 324-5723.
DESC: This is a combined synopsis/solicitation. This combined
  synopsis/solicitation for commercial items is prepared in accordance
  with the format in Federal Acquisition regulation (FAR) Subpart
  12.6, as supplemented with additional information included
  in this notice. This announcement constitutes the solicitation;
  proposals are being requested and a written solicitation will
  not be issued. The solicitation document and incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular (FAC) 90-38. This is a "specific make or model" procurement.
  Line item 0001 shall be for one Kay-Elementrics DSP 5500-1
  quantity 2, 0002 Printer 5511 quantity 2, 0003 PC (SCSI) Interface
  5636 quantity 2, 0004 CSL 4300-1 quantity 2, 0006 Maintenance
  services for the equipment listed on CLINS 0001, 0002, 0003,
  0004 and 0005. Shipping is FOB-Destination to Quantico, Virginia.
  Options for three (3) complete or partial systems over the
  next 36 consecutive months are required and shall be listed
  by CLINs in seperate tables in the cost proposal. The FBI requires
  the Kay-Elemetrics DSP 5500-1, a digital spectrograph, capable
  of producing a high resolution hard copy spectrogram. The digital
  equipment must produce a hard copy spectrogram with a degree
  of gray scale comparable to an analog output spectrogram. The
  DSP 5500-1 achieves this by incorporating a high resolution
  line printer and the Kay-Elemetric's proprietary algorithm.
  The spectrogram or voice print is used to compare the recorded
  voice of an unknown individual with the known voice samples
  of suspects. This method requires that an examiner make visual
  observations of hard copy spectrograms generated from the recorded
  voices for comparison. Kay-Elemetrics Corporation of Lincoln
  Park, New Jersey is the only manufactuer of a digital spectrograph
  capable of a high resolution hard copy spectrogram. Footnote
  22 has been modified to "This proposed contract action is for
  supplies or services for which the government intends to solicit
  and negotiate with only one source under authority of FAR 6.302.
  Interested persons may identify their interest and capability
  to respond to the requirement or submit proposals. This notice
  of intent is not a request for competitive proposals. However,
  all proposals received within 15 days after date of publication
  of this synopsis/solicitation 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 descretion of the government. Information received will
  normally be considered solely for the purpose of determining
  whether to conduct a competitive procurement." The following
  FAR clauses/provisions are applicable to this acquisition:
  (a) 52.212-1 Instructions to Offerors-Commercial, (b) 52.212-2
  The following factors shall be used to evaluate the offeror(listed
  in order of importance) (1) Price (2) Past performance (3)
  Technical capability of items offered (c) 52.212-3 Offeror
  Representations and Certifications-Commercial Items, and offeror
  is hereby advised to include a completed copy of this provision
  with the offer (d)52.212-4 Contract Terms and Conditions-Commercial
  Items (e)52.212-5 Contract Terms and Conditions Required to
  Implement Statutes or Executive Orders-Commercial Items. Additional
  clauses cited in 52.225-3, Buy American Act-Supplies; 52.225-9,
  Buy American Trade Agreements North American Free Trade Agreements
  Implementation Act. The cost proposal shall included prices
  for all 6 contract line item numbers for the current government
  fiscal year and three option years (36 months), the commercial
  price list and three government agencies who have purchased
  the above listed equipment within the past year. The government
  agency references shall include a point of contact with complete
  address, voice and facsimile phone numbers. The Federal Bureau
  of Investigation intends to negotiate on a sole source basis
  with Kay-Elemetrics Corporation of 2 Bridgewater Lane, Lincoln
  Park, New Jersey 07305-1488. The offer is due to FBI Attn:
  Deborah Chin, Room 6875, 935 Pennsylvania Ave., N.W., Washington,
  D.C. 20535 by 10:00 am 12/20/96. The proposal shall be received
  at FBI Headquarters on 12/20/96. The proposal is requested
  to be honored through 2/20/97.
CITE: (I-338 SN008418)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: 66 -- 6665 COMBUSTIBLE INDICATOR
SOL N0017497Q0089
DUE 121896
POC Kay Proctor, Purchasing Agent, 301-743-6680.
DESC: Combustible Indicator per NSN# 6665-01-2948859 Quantity
  10 each. This is "Total Small Business set aside". "Request
  for this quote should be fax to the attention of Kay Proctor
  1141W (301)743-6546.
CITE: (I-338 SN008419)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment--Potential
  Sources Sought
OFFADD: Taipei Economic And Cultural Representative Office in
  The United States, Defense Procurement Division, 5010 Wisconsin
  Avenue, NW., Washington, DC 20016
SUBJECT: 66--ATMOSPHERE EQUIPMENT MAINTENANCE SPARE PARTS
SOL EA6117-C076
DUE 121996
POC Mr. Hsu, Wei-Kuang, (202) 895-6804.
DESC: The Taipei Economic and Cultural Representative Office
  in The United States, Defense Procurement Division requires:
  ATMOSPHERE EQUIPMENT MAINTENANCE SPARE PARTS LIGHT UNIT etc.,
  13 ITEMS. Copies of the bidder's package for this procurement
  may be obtained from Mr. Hsu Wei-Kuang, Taipei Economic and
  Cultural Representative Office in The United States, Defense
  Procurement Division, 5010 Wisconsin Avenue, NW., Washington,
  DC 20016; telephone: (202) 895-6804, telefax: (202) 966-4578.
  Persons interested in obtaining a copy of the bidder's package
  should contact the Division by telefax by DEC 19, 1996. Request
  for the bidder's package should include the cage number, seller
  code, address, phone number and point of contact of the person
  making the request. D&B ``RATING'' is prefered. All responsible
  source may submit an offer.
CITE: (M-338 SN008282)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 67--FILM PHOTOGRAPHIC
SOL SP0440-97-Q-U284
DUE 012397
POC Contact:  for copies of RFP/IFB solicitations (available
  at  least 15 days from announcement, phone or write DGSC a
  ttn:  DGSC-JJAB  Richmond VA 23297-5312 AC (804)279-3350. 
  For copies of RFQ solicitations,  contact:  Jennifer WRE NN/AY903/804-279-4682,
  contracting officer:   Patsy barg O/804-279-3548.
DESC: PR-NO:  YPG96058000566 NSN 6750-01-254-8430, film photographic,
   Eastman Kodak Co., CAGE 19139, P/N 123-5720, IAW NR mil-std
  129M for  S/L markings basic DTD 93 Jun 15.  Shelf life 36
  months @FILM type aerial  @MATERIAL plastic, polyester @EMULSION
  type Black and white @REPRODUCTION  type duplicating @EMULSION
  sensitivity blue sensitive @RESOLVING power not  rated @BASE
  color clear @EXPOSURE index not rated @BASE material thickness
   0.0070 inches nominal @WIDTH 24.000 inches nominal @USAGE
  form sheet  @WATER resistance quality not included Tech data
  package availability:   254 -BX Del to (Call contracting office)
  Del by 90 days.  Unrestricted.   Specifications, plans or drawings
  relating to the procurement described are  not available and
  cannot be furnished by the Gov't.  All responsible  sources
  may submit offer which DGSC shall consider.
CITE: (I-338 SN008062)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: OPTEC CONTRACTING ACTIVITY, BLDG 91035, P.O. BOX Y, FORT
  HOOD TX 76544-5056
SUBJECT: 67--HIGH SPEED VIDEO SYSTEM
SOL DATM01-97-R-0004
DUE 012297
POC Contract Specialist, Elizabeth Arispe at (817) 288-9539 or
  Contracting Officer, Ted Panknin at (817) 288-1305 (Site Code
  DATM01)
DESC: The Government intends to issue a Request for Proposal
  (RFP) to purchase one each High Speed Video System and delivered
  to Ft. Bragg, NC. This requirement shall be used to acquire
  high speed video images of items of equipment being tested.
  Video imags shall be used for test documentation and scientific
  and engineering evaluation of equipment being tested. The system
  is comprised of: video cameras; video camera lenses; video
  recorders; Pentium class processor; array processor; ancillary
  hardware, cable, connectors; integration effort; and software.
  The devices described in the solicitation are required to be
  compatible with existing government owned video and automated
  data processing equipment. Proper interfacing of cameras, recorders,
  automated data processing equipment, and ancillary electronic
  devices will be required for total system utilization. All
  responsible sources may submit an offer. All requests fo the
  solicitation must be submitted in writing.
CITE: (I-338 SN008213)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 67 -- HIGH SPEED MOTION FRAME CAMERA
SOL N68936-97-1-0459
DUE 120696
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The Naval Air Warfare Center, Weapons Division, China Lake,
  CA intends to procure on an other than full and open competition
  basis the following: PSI-164-32-11AC Camera, High-Speed Motion,
  2 each; and PSI-164-8-115AC Camera, High-Speed, 2 each. Due
  to the unique capabilities, this requirement is sole-sourced
  to Photographic Analysis Company in El Toro, CA. The delivery
  is required on or before February 06, 1997, the FOB point is
  Destination at China Lake, CA. The SIC Code is 3861 and the
  small business size standard is 500 employees. Any firms believing
  that they can provide the required equipment shall submit a
  written response to be received at the Contracting office no
  later than 5 DAYS after the date of publication of this notice,
  clearly showing it's ability to provide the required services.
  All responsible sources which comply with the criteria above,
  may submit literature which will be considered by the agency.
  Respondents shall submit their quotations to Shelli L. Burt,
  at the above address or FAX to the above number on or before
  December 11, 1996. This acquisition is being awarded under
  FAR Part 12 procedures. Award is expected to be made on or
  before December 22, 1196. See Note 1 and 22.
CITE: (I-338 SN008391)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 68--CLEANING COMPOUND, AIRCRAFT SURFACE
SOL SP0450-97-Q-N254
DUE 011097
POC Contact:  for copies of RFQ (request for quotation) please
  F AX  requests tobuyer:  Flora Clark/AC423/dscr/jdpc 804-2
  79-6008 OR 6347.  for information only about this solic itation;
  Call 804-279-4911.
DESC: PR-NO:  YPG96326000818 NSN 6850-01-237-8004, cleaning compound
   aircraft surface 315 -Dr Del to Richmond VA 23297-5900 delivery
  60 days  ARO unit qty is a 55 gal net drum spec MIL-C-35570B
  and QPL apply (see  NOTES 9 and 23) ABVM will apply this solicitation
  will be made in writing.   Anticipated award date will be Feb
  1997.  All responsible sources may submit  offer which DGSC
  shall consider.
CITE: (I-338 SN008031)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 68--Chemicals and Chemical Products
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 68--DECONTAMINATING AGENT, STB
SOL SP0450-97-Q-N256
DUE 011097
POC Contact:  for copies of RFQ (request for quotation) please
  F AX  requests to buyer:  Flora Clark/AC423/DSCR-JDPC 803279-6347
  OR 6008.  forinformation only for this solicit ation 804-279-4911.
DESC: PR-NO:  YPG96318000549 NSN 6850-00-297-6653, decontaminating
  agent,  stb 850 -Dr Del to Richmond VA 23297-5900 delivery
  90 days ARO EPA  registration/labeling is not required spec
  MIL-D-12468C (see NOTE 9)  shipping name:  calcium hypochlorite
  ABVM will apply this solicitation  will be made in writing.
   Anticipated award date is:  Feb 1997.  All  responsible sources
  may submit offer which DGSC shall consider.
CITE: (I-338 SN008070)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 69--Training Aids and Devices
OFFADD: Naval Air Warfare Center Training Systems Division, Code
  27324, 12350 Research Parkway, Orlando, FL  32826-3224
SUBJECT: 69 -- CONTRACTOR OPERATION AND MAINTENANCE OF SIMULATORS
  (COMS)
SOL N61339-97-R-0004
POC John W. Purser, Contract Specialist, (407)380-4011
DESC: This requirement is set-aside 100% for Small Business.
   Contractor Operation and Maintenance of Simulators (COMS)
  services with full supply support are to be performed for all
  Marine Corps Ground Training Devices for the next five (5)
  years at Marine Corps Air Ground Combat Center, Twentynine
  Palms, CA (MCAGCC), Marine Corps Base Camp Pendleton, Oceanside,
  CA (MCB Camp Pendleton), Marine Corps Base Hawaii, Kanoehe
  Bay, HI (MCB Hawaii), and Expeditionary Warfare Training Group
  Pacific, Coronado, CA (EWTGPAC).  Contract award is planned
  for August 1997.  The requirement includes an FY 97 initial
  performance period of one-month mobilization and four (4) one-year
  options for FY 98 through FY 01, and eleven (11) months in
  FY 02 for a total of five (5) years performance.  This is a
  negotiated procurement.  Secret clearance is required.  RFP
  #N61339-97-R-0004 will be issued in January 1997.  No formal
  solicitation is available at this time.  Electronic transmissions
  will not be accepted.
CITE: (I-338 SN008503)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: DISA-DITCO/DTS42, Scott AFB IL, BLDG 3600 62225-5406
SUBJECT: 70--LEASING OF MID-TIER HARDWARE/SOFTWARE/MAINTENANCE
SOL N/A
DUE 121796
POC Contact:  Shirley C. Richey, 618-256-9461
DESC: Synopsis Number 97044.  The Defense Information Systems
  Agency (DISA) is considering leasing New Technology that replaces
  Mid-Tier automation equipment (Hardware, Software, and Maintenance)
  and any other associated peripheral equipment. Currently the
  16 DISA Defense Megacenters (DMCs) have a mix of Mid-Tier Unix
  Systems such as IBM RISC, HP, Sun, SGI, DEC, etc. DISA wants
  the capability to have immediate and continuing access to the
  latest architecture at a competitive cost and is interested
  in leasing to reduce its costs rather than procuring these
  system.  DISA's requirement has been the result of downsizing
  and the consolidation of numerous Information Processing Centers
  (IPCs).  It is DISA's intent to fully promote full and open
  competition in acquiring leasing vehicles to support the mid-tier
  requirements.   The Government solicits industry input on how
  best to solicit leasing vehicles for the mid-tier platform.
   Input is solicited on the following issues: 1.  Is it cheaper
  for the Government to lease these systems rather than procure
  them once all associated costs such as the cost of money, cost
  of title, taxes, cost of equipment, etc.  is figured into the
  price? 2.  Leasing within the DOD was deemed not cost effective
  in the past.  What has changed that would make it cost efective
  today? 3.  How would hardware maintenance be handled in a straight
  lease vs LTOP, LWOP, etc.?  Would the Government be permitted
  to use a 3rd party for maintenance?  What is most cost effective?
  4.  Is a straight lease for this kind of equipment more cost
  effective than an LTOP or RTOP? 5.  How many months would be
  considered the break even point with this technology whereby
  purchase would have been better than lease? 6.  Do you have
  DOD customers that are using O&M funds for LWOP's?  Can you
  provide us with POC's? 7.  DISA is very interested in having
  the capability to swap equipment in the middle of the lease
  for the latest technology.  This "Class of Technology" clause
  is different from the standard technology refreshment clause.
   DISA wants an 18 month technology refresher option.  What
  would be best to provide this capability? 8.  Do you have or
  could you propose a leasing vehicle that would provide this
  continuing access to new technology? Responses are required
  by close of business December 17, 1996.
CITE: (I-338 SN008249)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 70 -- ANALOG-TO-DIGITAL CONVERTER VME BOARD (SYSTEM)
SOL N68936-97-Q-0454
DUE 120696
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, or Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The Naval Air Warfare Center, Weapons Division, China Lake,
  CA intends to procure, on an other than full and open competition
  basis, the following: P/N VMIVME-3128-000 Scanning 14-bit Analog-to-Digital
  Converter VME board, 7 each; P/N VMIVME-3413-011, 32 Channel
  Signal Conditioning Board, 14 each; P/N VMIVME-5588-1100, 512KB
  Relective Memory with 4K transfer FIFO, 3 each; P/N VMIVME-9300-071-DEF
  25 MHZ 68040 4 bytes Shared DRAM and VMIC UIOC Firmware, 2
  each; P/N VMIVME-000-64-001 64 pin cable assembly 1-foot, 14
  each; VMIVME-000-64-005, 64 pin cable assembly 5-foot, 28 each;
  VMIVME-000-F3-A03 Fiber-Optical Cable with terminators, 50-foot,
  3 each; VMIACC-BT01-ABC, dual 64 pin Transition Panel, 28 Graphics
  Onyx System running Iriz 6.2 or later plus 1 year maintenance,
  1 each; and SW-UIOC1-ABC-DEC, UIOC Host Software Utilities
  Package plus 1 year maintenance, 1 each. All of the above items
  makes a complete system. Due to the unique capabilities, this
  requirement is sole-sourced to VMIC Microsystems International
  Corporation in Huntsville, Alabama. The required delivery date
  is on or before January 15, 1997 and the FOB Point is Destination
  at China Lake, CA. The SIC Code is 7373 and the small business
  size standard is $18 million. Any firms believing that they
  can provide the required equipment shall submit a written response
  to be received at the Contracting Office no later than 5 DAYS
  after the date of publication of this notice, clearly showing
  it's ability to provide the required equipment. All responsible
  sources which comply with the criteria above, may submit literature
  which will be considered by the agency. Respondents shall submit
  their quotations to Shelli L. Burt, at the above address or
  FAX to the above number on or before December 11, 1996. This
  acquisition is being awarded under FAR Part 12 procedures.
  Award is expected to be made on or before December 22, 1996.
  See Note 1 and 22.
CITE: (I-338 SN008393)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: U.S. Marshals Service, Procurement Division, Suite 990,
  600 Army-Navy Drive, Arlington,
SUBJECT: 70 -- ADVANCED FILE AND PRINT SERVER CD-ROM, SITE LICENSE
SOL MART-97-049
DUE 121896
POC Linda Reynolds-Franklin, Contracting Officer,(202) 307 307-9243
  Fax (202) 307-9528.
DESC: The United States Marshals Service anticipates awarding
  a purchase order using simplified acquisition procedures. Requests
  for solicitations must be submitted in writing or by fax. Telephone
  requests will not be honored. It is anticipated that solicitation
  MART-97-049 awarded on or about December 20, 1996.
CITE: (I-338 SN008414)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Supply Dept, Indian Head Division, Naval Surface Warfare
  Center 101 Strauss Ave, Indian Head MD 20640-5035
SUBJECT: 70 -- 7010 OPTICAL SERVER
SOL N0017497Q0087
DUE 121896
POC Kay Proctor, Purchasing Agent, 301-743-6680.
DESC: Optical Server File Magic Microsoft Nt Server 3.51, Microsoft
  SQL Server seagate back-up exec for nt. Server w/SQL Backup
  2 HP 40 GB Jukebox w/16 Optical Platters. 2 HP On-site Maintenance
  Next Day Annual Opti-Mirror Optical Software 2 OTG Diskextender
  Optical Device Drivers. 2 Labor to install configure test server.
  40 conversion of existing netware server to windows nt serv
  8 clientg connectivity to windows. Quantity 1 each. This is
  "total small business set aside". "Request for this quote should
  be fax to the attention of Kay Proctor 1141W (301) 743-6546.
CITE: (I-338 SN008417)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: General Services Administration, FSS bid room, c-39,
  1941  Jefferson Davis Hwy, Arlington, VA 22202
SUBJECT: 72--HOUSEHOLD & COMMERCIAL FURNISHING CARPET, RUGS,
  CAREPT  TILES, CARPET CUSHIONS, RESILIENT FLOORING, VINYL,
  RUBBER TILE & ROLL  GOODS
SOL 3FNH97F301N
DUE 012897
POC Sherrill Marlow (703)3056214 or Donald Neidig (703)3056745
DESC: The GSA's National Furniture Center (3FNHF-CO) intends
  to issue an  open Season solicitation for Mas 72, part I, section
  a for Carpet and  vinyl flooring on or about December 19, 1996.
   Contractors will have 30  days after issuance in which to
  submit an offer.  The schedule solicitaion  will be changed
  to incorporated portions of the Federal Acquisition  Streamlining
  Act of 1994 (FASA)dealing with specific changes to the truth
   in negotiations act (tina), and revised statutory authorities
  for the  acquisition of commercial items.  SCHEDULE72 I B,
  resilient flooring,  vinyl, rubber tile & roll goods will be
  added to this schedule.   Preaward testing must be submitted
  with the offer.  Test resultsmust be  dated no earlier than
  60 calendar days before the solicitation closing  date for
  new offers, and 180 days for current schedule contractors.
    Test results will be reviewed to determine if they are complete,
  accurate,  and show passing results for all required tests.
   Offers will be  notified of the results of this review, and
  will be given 30 calendar  days to make any necessary correctins.
   Failure to submit complete,  accurate, passing test results
  within the time given will result in  rejection of the offer
  for the applicable item)S). the contract period is  October
  1, 1997, or date of award, whichever is later through September
   30, 2002.  Special item numbers (SIN) 31-2A, 31-2B, 31-2C
  and 31-3 are  set-aside for small businesses.  Copies of the
  solicitation can be obtained  from the GSA bid room address
  listed above or by calling (703)305-6211. do  not contact the
  POC listed above for copies of the solicitation.   Questions
  may be directed to Sherrill Marlow on (703)305-6214 or Donald
  Neidig  on 703)305-6745.
CITE: (I-337 SN007763)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 72--PAIL, UTILITY, CORROSION-RESISTING STEEL
SOL SPO200-96-R-5044
DUE 011497
POC Contact:  receptionist 215-737-3100
DESC: PR-NO:  YPM96250000002 NSN 7240-00-773-0975, 4,266 -EA
  Del to  Mechanicsburg PA 17055-0789 Del by 01 Mar 97.  291
  -EA Del to Tracy CA  95376-5000 Del by 01 Mar 97.  729 -EA
  Del to Ogden UT 84407-5701 Del by  01 Mar 97.  See NOTE:  #9
  total qty 5286 each, with an adddt'l opt qty  of 100%, Del
  to DD Mech, PA., DD Tracy, CA., and DD Ogden, Utah,  size,
  dimensions, 12 quart min., capacity, 30 day rfp-issued O/A
   12/14/96, sched.  Del per bng 97 Mar 01 and ending the same,
  POC:   proc.agnt, R. D. Lott, on 215-737-7368, or KO, L. J.
  Walsh, on (215)  737-2299, unrest. acq with eval pref for SDB
  concersn, all responsible  sources may submit a proposal which
  shall be considered by the agency.   Approx. bid opening dte
  is 011497.  This is only an EST. dte.   Solicitation requests
  may be transmitted via:  facsimile # (215) 737-4450.   All
  responsible sources may submit offer which DPSC shall consider.
CITE: (I-338 SN007966)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 73--Food Preparation and Serving Equipment
OFFADD: Contracting Office, P O Box 1609, Oceanside, CA 92051-1609
SUBJECT: 73 -- BUILT - IN DISHWASHERS
SOL M00681-97-Q-0920
POC Gloria Muchemore, Contract Specialist 619-725-1937.
DESC: The Government intends to procure the following under the
  Simplified Acquisition procedures; Dishwashers, built-in. Color:
  white. Model WDB212RBM; Manufacturer: White Westinghouse OR
  EQUAL. Specifications: pump and motor assembly, 1/3 HP 3450
  RPM, 115 VAC 60 HZ, thermally protected. Reversing motor with
  main, wash phase and drain phase. Relay controlled. Heat or
  air dry option. Thermostat to heat sump water to approximately
  145 degrees with outer door in place, tub and tub door liner
  constructed of polypropylene. Quantity; 200 each. Request for
  quotation will be available 16 December 1996. This is a Small
  Business Small Purchase Set-Aside. The anticipated award date
  is on or about 31 December 1996. All responsible sources may
  submit a Quotation, if received in a timely manner, shall be
  considered by the Agency. You may request a copy of the RFQ
  by FAX: 619-725-8445.
CITE: (I-338 SN008083)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 74--Office Machines, Text Processing Systems and Visible
  Record Equipment
OFFADD: Accounts and Finance Department, Communications Sector
  NTT Chugoku Regional, Attn: Mr. Hiraoka, Mr. Nakamoto 6-77
  Motomachi, Naka-ku, Hiroshima-City, Hiroshima Pref., 730 Japan
  Telephone: +81-82-226-2592
SUBJECT: 74--JAPAN; (I) DESKTOP TYPE COMPUTER (II) NOTE TYPE
  COMPUTER
SOL KANPO 08-152 (TyuKei Kai 76)
DUE 011797
POC NTT America, Inc., Corporate Headquarters, 101 Park Avenue,
  41st. Floor New York, NY 10178, (212) 808-2296 also NTT America,
  Inc., Pacific and Western Division, 700 E. El Camino Real,
  Suite 200, Mountain View, CA 94040, (415) 940-6565.
DESC: Products outline; Multimedia-able personal computers that
  operate in the Japanese-language Windows' environment. Please
  refer to Tender Document for details. Quantity; (i) about 1,200
  units (ii) about 1,600 units. Delivery date; March 10, 1997.
  Delivery site; The branch of NTT Chugoku district. Type of
  tender; Open. THIS NOTICE IS FOR INFORMATION ONLY. TENDER DOCUMENTATION
  IDENTIFIES THE ADDITIONAL INFORMATION CONCERNING THE DETAILS
  ON THE PRODUCT AND QUALIFICATION FOR PROCUREMENT. TENDER DOCUMENTATION
  is available for $30 (Excluding sales tax. Please check sales/use
  tax at your nearest local office.) at NTT America, Inc. NTT
  only accepts proposals that follow the direction of TENDER
  DOCUMENTATION, which includes APPLICATION FORMS. The  language
  used for application shall be Japanese or English.
CITE: (M-338 SN008363)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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  226 Federal Plaza, RM 18-130 New York, New York 10278
SUBJECT: 75--7530 - ENVELOPES, MAILING
SOL 2FYP-DH-960007-S
POC Yvette Rodriguez 212-264-2699
DESC: Envelopes, mailing solicitation 2FYP-DH-960007-S has been
  amended.   The newopening date is scheduled for January 16,
  1997.  Envelopes,  mailing - solicitation 2FYP-DH-960007-S
  has been amended.  The new  opening date is scheduled for January
  16, 1997 at 11:  00AM.
CITE: (I-338 SN007963)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: General Services Administration, 2FYS, Business Service
  Center  region 2, 26 Federal Plaza, RM 18-130, New York, NY
  10278
SUBJECT: 81--BOX SHIPPING, CORRUGATED FIBERBOARD, SINGLE WALL
SOL 2FYS-BG-96-0002-S
DUE 022197
POC Margo michelsen-clare 212-264-2669
DESC: Domestic pre-invitation notice:  sources sought synopsis.
  we  propose to issue solicitation No. 2FYS-BG-96-0002-S. we
  propose to issue  solicitation no 2FYS-BG-96-0002-S on or about
  1/21/97 specification No.  ASTMD5118 dated 9/6/94. opening
  date:  2/21/97. requirements contract:   8/01/97 thru 7/31/99.
   Federal stock #S. various. size, dimensions:   various. unit
  of issue:  bundle.  Place of delivery:  various GSA  zones.
  all bidders who are interested in receiving a copy of this
   solicitation should respond no later than 12/31/96.
CITE: (I-337 SN007758)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle,
  Attn: SIOPB- PO, Pine Bluff, AR 71602-9500
SUBJECT: 81 -- BOX, AMMUNITION
SOL DAAA03-97-T-0017
DUE 011097
POC Retha Sprinkle, Purchasing Agent, (501) 540-4092.
DESC: Box, Ammunition, Wirebound, Packing, Wood, Grade A Type
  II, Class I, IAW 9354467B and Mil Spec B-46506D, Qty: 2700
  each. Liner, Rear, Size 11 1/2-1/8 X 17 1/8 X 3/8" thick IAW
  Dwg 9390714B, Qty: 3500 each. Liner, Front, Size 11 1/8 - 1/8
  X 11 1/8 -1/8 X 3/8" Thick IAW Dwg 12630596, Qty: 4000 each,
  and Seperator, Panels, Wood/Wood Base, Type A, IAW Spec 1-1-55057A,
  Size 17 1/8 X 11 1/2 - 1/8 X 1/2" Thick IAW Dwg 9390713B. F.O.B.
  Destination, Pine Bluff Arsenal, Pine Bluff, AR 71602-9500.
  Quote No: DAAA03-97-T-0017, issue on or about 18 Dec 96 with
  oprning on or about 15 Jan 97. All responsible small business
  sourceses may submit a quote to be considered by the Contracting
  Office. To receive a copy of solcitation package, fax request
  to: 501/540-4090 or 501/540-3730, or write to address listed
  above. See Numbered Note(s): 1.
CITE: (I-338 SN008090)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: BLUE GRASS ARMY DEPOT, PROCUREMENT OFFICE SIOBG PO, 2091
  KINGSTON HWY, RICHMOND KY 40475-5115
SUBJECT: 81--FIBERBOARD BOXES, COLLAPSIBLE, FOR HIGH EXPLOSIVES.
SOL DAAC02-97-Q-0012
DUE 121096
POC Purchasing Agent Teresa G. Jones (606) 625-6867 Contracting
  Officer Cherryl P. Davenport (606)625-6866 (Site Code DAAC02)
DESC: Requirement is for 30,000 fiberboard boxes for use with
  high explosives. Boxes are collapsible, top and bottom, type
  SF, Class V3S, 14.375" wide X 17.625" long X 7.125" deep, with
  cover depth 7.625". Glued assembly. Contractor must certify
  compliancewith Picatinny Arsenal Drawing to be provided with
  Solicitation. All business sources may submit a quote which
  shall be considered. Requests for the RFQ must be in writing
  and may be datafaxed to (606)625-6860. Allow next business
  day (Mon thru Thurs) for eceipt of faxed solicitation. This
  solicitation is also being broadcast via EDI. Telephone requests
  will not be acknowledged. See Note 1.
CITE: (I-338 SN008239)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 83--TENT, TEMPER, FLOOR
SOL SP0100-97-R-4007
DUE 012197
POC Contact:  DPSC-FOTM-1 buyer-william Kaufman 215/737-2434
DESC: PR-NO:  YPT96300000001 the following description corrects
   information that was published in CBD issue PSA1718 dated
  11/8/96, page 26:   solicitation will be for three items, NSN
  8340-01-186- 3025, insulated  floor (green), quantity 800,
  NSN 8340-01-186-3027, vestibule floor  (green), quantity 1300,
  and NSN 8340-01-198-7623, vestibule floor  (grey), quantity
  200.  There will be six deliveries to Ogden Utah  beginning
  240 days after award.  A technical proposal will be required
   all materials will be furnished by the successful offeror.
   This is a  total set aside for small business.  Requests for
  solicitations may be faxed  to 215-737-8143.
CITE: (I-337 SN007810)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 83--CLOTH CHAMBRAY (NAVY BLUE)
SOL 1PI-R-0658-97
DUE 012397
POC Contract Specialist, JAMES, MINNIE, 202/508-3940
DESC: Unicor, Federal Prison Industries (FPI) This is a one year
  requirement, Fixed Price Indefinite Delivery/Indefinite Quantity
  (IDIQ) type contract for Cloth Chambray 50% Cotton and 50%
  Polyester Blend. Color Navy Shade Blue 3372 Width 60" Wide.
  This clth shall conform to MIL-C-87065A Specifications. Guarnanteed
  Minimum Quantity 362,880 yards not to exceed the maximum quantity
  of 544,320 yards. This cloth is for shirts. Delivery is FOB
  Destination to FCI Butner North Carolina. Delivery is required
  45 day after receipt of first delivery order, thereafter the
  remaining deliveries are required 30 days after receipt of
  delivery order upon award of contract. This contract requires
  a source inspection for shade evaluation from the most current
  Defense Personnel Support List Center "Qualified Laboratory
  List Publication. All requests for solicitation must be in
  writing on your company letterhead. Telephone request will
  not behonored. All responsible sources may submit a bid which
  shall be considered by the Agency. Fax your request to 202-508-8498,
  please indicate you company size, large or Small. It should
  be noted that the evaluation will be based on Past Performance
  and
CITE: (I-338 SN008234)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--VEST SURVIVAL AIRCREWMAN'S (AIRSAVE)
SOL SP0100-97-R-2001
DUE 011297
POC Contact:  dpsc-fndd buyer-marie L Brywka 215/737-5639
DESC: Manufacturing plan is added as an evaluation factor in
  this best  value/source selection acquisition. the quantitites
  have been changed to  the following:  item 1 vest type i-10,
  968 EA; item 2 vest type ii-2,  334 each; item 3-KNIFE pocket-1.022
  EA; item 4-RADIO pocket-1.022 EA;  item 5 general pocket-2,
  595 EA; item 6 Heed pocket type i-1, 517 EA;  item 7 Heed type
  iii-350 EA; item 8 pistol pocket-233 EA. anticipated  solicitation
  issuance date is revised to 15 Dec 96.
CITE: (I-337 SN007809)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--SOCK, WINTER (WOOL AND COTTON)
SOL SP0100-97-R-0009
DUE 020197
POC Contact:  DPSC-FRFB-2 buyerscott Kromis 215/737-7446
DESC: Solicitation will be negotiated using best value techniques.
    Evaluation factors may include product demonstration models,
  past  performance, EDI, quick response and socio-economic programs.
   NSN:   8440-00-153-6717(S).  All material to be supplied by
  awardee.  Minimum:   173,000 PR., max.  300,000 PR. plus 2
  100% options.  Various  destinations.  Pre solicitation notice
  97-PC-0003 applies.  Commercial  item description A-A-55302
  applies.  All responsible sources may submit  offer which DPSC
  shall consider.
CITE: (I-338 SN007883)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Federal Bureau of Prisons, Regional Contracting, 3600
  Spurr Rd., Qtrs. #14, Lexington, KY 40511
SUBJECT: 89 -- SODA SUPPLIES
SOL IFB 118-0152
DUE 011597
POC Curtis A. Courtney, Contracting Officer, (606) 253-8885.
DESC: The Federal Bureau of Prisons, Federal Correctional Institution,
  Petersburg, has a requirement for soda supplies and related
  equipment. The contractor shall be required to supply two to
  six dispensers, based on FCI need, each with 6 spouts. The
  contractor shall also furnish 15 to 30 CO2 tanks, as directed
  by the FCI, for exhange on a one for one basis. Line item pricing
  will be required on the following supplies, at the indicated
  estimated yearly quantities, for each year of the contract
  (estimated 5 to 1 mix ratio for regular soft drinks, 5.5 to
  1 mix ratio for diet soft drinks): 1) Cola, non-alcoholic,
  carbonated, 5 gallon size, 470 "Bags in a Box" (BIB); 2) Diet
  Cola, non-alcoholic, carbonated, 5 gallon size, 470 BIB; 3)
  Orange Soda, non-alcoholic, carbonated, 2.5 gallon size, 940
  BIB; 4) Cherry Cola, non-alcoholic, carbonated, 2.5 gallon
  size, 940 BIB; 5) Grape Soda, non-alcoholic, 2.5 gallon, 940
  BIB. The base year of the contract shall run for twelve months
  from date of award, with four (4) one year option periods for
  renewal. It is anticipated solicitation packages will be mailed
  out approximately December 19, 1996, with an approximate due
  date of January 15, 1996. It is anticipated this solicitation
  will result in a Firm-Fixed Price Requirements type contract.
  All responsible sources may submit a bid which may be considered
  for award. No collect calls will be accepted.
CITE: (I-338 SN008125)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O.
  Box 225, Stoneville, MS  38776-0225
SUBJECT: 89-VEGETABLE OIL WITH EMULSIFYING AGENT ADDED
SOL 97-4431-004
DUE 020797
POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361
DESC: The USDA, ARS, Mid South Area, Stoneville, Mississippi
  is in need of 22,500 gallons of a vegetable oil (cotton or
  soybean) with an emulsifying agent added to allow the oil to
  readily mix with water requiring only minor mixing to remain
  emulsified.  The emulsifying agent shall be free of any side
  effects to human and animals.  The product shall be labeled
  for use as a spray tank adjuvant. Delivery shall be made in
  bulk quantity during the time frame of April 20, 1997 to May
  10, 1997.  An IFB will be issued on or about January 8, 1997.
   All requests for bid package must be submitted in writing
  or faxed to (601) 686-5373.
CITE: (I-338 SN008487)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes--Potential Sources
  Sought
OFFADD: Lawrence Livermore National Laboratory, Procurement Department,
  L-443, P. O. Box 5012, Livermore, CA 94551
SUBJECT: 95 -- STAINLESS STEEL PLATE
POC Michael McDonald, Senior Subcontract Administrator, 510/422-8469
DESC: perties of 304 stainless steel as listed in ASTM A 240.
  Two categories of material will be used to fabricate  vacuum
  vessels for the National Ignition Facility. The first category
  includes the production of approximately 1200 short tons of
  plate with thickness that range between 3/16 inch to 1 inch.
   The largest of these plates has linear dimensions of approximately
  360 inches by 140 inches. The second category includes the
  production of approximately 48 plates with a total weight of
  approximately 616 short tons with thickness that range between
  2 inches to 3 1/2 inches.  The largest of these plates has
  linear dimensions of approximately 372 inches by 108 inches.
  The plate flatness required is one half commercial (i.e. one
  half allowed in ASTM A 480). Chemical composition, mechanical
  property testing, and ultrasonic examination of the plate material
  will be required in accordance with ASTM Standards A 480, A
  578, and A 240.  Test certification s shall be provided where
  applicable. Production of the plates must not exceed five months
  after receipt of an order. The supplier must be capable of
  storing or arranging for the storage of the plates for up to
  six months. In addition, the supplier must be capable of shipping
  specific plates from storage to fabricators with two weeks
  notice. Prospective sources should have proper equipment and
  personnel experienced in plate production of the material and
  sizes described and capabilities in: 1) Ultrasonic examination;
  2) Stainless steel weld repair of surface defects; 3) Inspection
  of weld repair.  Interested firms should respond with a description
  of qualifications with respect to the foregoing or related
  fields.  No price or proposal information is desired. Responses
  are required on or before December 18, 1996.  Firms responding
  to this announcement which fail to provide the required information
  will not be considered for inclusion into any resulting source
  list.  Facsimile and telephone responses will not be accepted.
   This notice is to assist the University in determining the
  potential for competition; no solicitation is currently available.
EMAILADD: April.Masluk@quickmail.llnl.gov
EMAILDESC: 
CITE: (I-338 SN008504)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Commander, Naval Air Warfare Center Weapons Division,
  Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100
SUBJECT: 99 -- PARACHUTE AND DROP ZONE SUPPORT
SOL N68936-97-Q-0457
DUE 120696
POC Shelli L. Burt, Purchasing Agent, 619-939-4236, Sue Rizzardini,
  Contracting Officer, FAX #: 619-927-3488.
DESC: The Naval Air Warfare Center, Weapons Division, China Lake,
  CA intends to procure on an other than full and open competition
  basis the following: Aircraft and Drop Zone support for Parachute
  Operations. Due to the unique capabilities, this requirement
  is sole-sourced to One Papa Mike Corporation in California
  City, CA. The period of performance is award through 30 September
  1997, FOB point is Destination at China Lake, CA. Thi SIC Code
  is 4522 and the small business size standard is 1,500 employees.
  Any firms believing that they can provide the required services
  shall submit a written response to be received at the Contracting
  Office no later than 5 DAYS after the date of publication of
  this notice, clearly showing its ability to provide the required
  services. All responsible sources which comply with the criteria
  above, may submit literature which will be considered by the
  agency. Respondents shall submit their quotations to Shelli
  L. Burt, at the above address or FAX to the above number on
  or before December 11, 1996. This acquisition is being awarded
  under FAR Part 12 procedures. Award is expected to be made
  on or before December 22, 1996. See Note 1 and 22.
CITE: (I-338 SN008390)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Contracting Office, P O Box 1609, Oceanside, CA 92051-1609
SUBJECT: 99 -- PROPANE GAS
SOL M00681-97-Q-0872
POC Gloria Muchemore, Contract Specialist 619-725-1937.
DESC: The Government intends to procure the following under the
  Simplified Acquisition procedures; Propane, bulk type II, in
  accordance with Federal Specifications BBG-110A. Quantity;
  approximately forty thousand gallons. To be delivered to Coleville
  Housing, near Building 410, Coleville, California. Request
  for Quotation will be availabe 17 December 1996. This is a
  Small Business Small Purchase Set-Aside. The anticipated award
  date is on or about 31 December 1996. All responsible sources
  may submit a Quotation, if received in a timely manner, shall
  be considered by the Agency. You may request a copy of the
  RFQ by FAX: 619-725-8445.
CITE: (I-338 SN008395)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Carderock Division Naval Surface Warfare Center, Ship
  Systems Engineering Station, Bldg. 77L, Philadelphia, PA 19112-5083
SUBJECT: 99 -- SHIPBOARD COMPUTER DESK, COMPUTER CABINETS AND
  CONVERSION KITS
SOL N65540RQ62MQ
DUE 122096
POC Catherine Guerra, Purchasing Agent, (215) 897-7898.
DESC: Naval Surface Warfare Center, Carderock Division, Philadelphia
  intends to acquire a quantity of computer desks, in various
  sizes, computer cabinets and conversion kits for shipboard
  use. These items must be of steel and approved by NAVSEA. (NAVSEA
  S9600-AD-GTP-010 REV 1). Interested persons may identify their
  interest and capability to respond to the requirement or submit
  proposals. No telephone requests will be accepted. You may
  FAX your request to (215) 897-7162.
CITE: (I-338 SN008421)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514
SUBJECT: A -- ROTHR SPREAD-DOPPLER CLUTTER REJECTION USING MULTI-DIMENSIONAL
  CFAR AND WAVELETS
POC Gail A Person, Contract Specialist, Rome Laboratory/PKRZ,
  (315)330- 7699; Robert Denton, Jr, Laboratory Program Manager,
  Rome Laboratory/OCSA, (315)330-4508.
CNT F30602-96-C-0247
AMT $367,627.00
LINE N/A
DTD 112696
TO Riverside Research Institute, 330 West 42nd Street, New York
  NY 10036
CITE: (I-338 SN008127)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514
SUBJECT: A -- IMPROVED TRACK FUSION IN MULTIPLE ROTHR SYSTEM
  SURVEILLANCE
POC Gail A Person, Contract Specialist, Rome Laboratory/PKRZ;
  (315)330- 7699; Douglas Cameron, Laboratory Program Manager,
  Rome Laboratory/OCSA; (315)330-4516.
CNT F30602-96-C-0245
AMT $271,524.00
LINE N/A
DTD 112796
TO SRI International, 333 Ravenswood Avenue, Menlo Park CA 94025-3493
CITE: (I-338 SN008128)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514
SUBJECT: A -- PHOTONICS CIRCUITS TECHNOLOGY RF PHOTONICS SYSTEMS
POC Gail A Person, Contract Specialist, Rome Laboratory/PKRZ,
  (315)330- 7699; James R Hunter, Laboratory Program Manager,
  Rome Laboratory/OCPC, (315)330-7045.
CNT F30602-97-C-0018
AMT $200,000.00
LINE N/A
DTD 112796
TO Regents of the University of California, Office of Contract
  and Grant Admin, 0934, University of California, San Diego,
  9500 Gilman Drive,
CITE: (I-338 SN008129)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. ARMY MEDICAL RESEARCH, ACQUISITION ACTIVITY, ATTN
  MCMR-AAA-B BLDG 820 FORT DETRICK, FREDERICK MD 21702-5014
SUBJECT: A--RAPID MEMBRANE BASED IMMUNOASSAYS FOR DETECTION OF
  TOXINS AND INFECTIOUS DISEASE PATHOGENS
POC Contracting Officer Patricia M. McAllister (301) 619-7360
  Contract Specialist Cheryl A. Lowery (301) 619-7150 (Site Code
  DAMD17)
CNT DAMD17-97-C-7027
AMT $98,150
DTD 112196
TO ARISTA BIOLOGICALS INC, 115 RESEARCH DRIVE SUITE 143, BETHLEHEM,
  PA 90501
CITE: (I-338 SN008235)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. ARMY MEDICAL RESEARCH, ACQUISITION ACTIVITY, ATTN
  MCMR-AAA-B BLDG 820 FORT DETRICK, FREDERICK MD 21702-5014
SUBJECT: A--HIGHLY DESTRUCTIVE POLYMER-CONTAINED NEUTRALIZING
  SKIN PROTECTANTS
POC Contracting Officer Patricia M. McAllister (301) 619-7360
  Contract Specialist Daniel R. Signore (301) 619-7423 (Site
  Code DAMD17)
CNT DAMD17-97-C-7017
AMT $85,943
DTD 112196
TO MAINSTREAM ENGINEERING CORPORATION, 200 YELLOW PLACE, ROCKLEDGE,
  FL 32955
CITE: (I-338 SN008236)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. ARMY MEDICAL RESEARCH, ACQUISITION ACTIVITY, ATTN
  MCMR-AAA-B BLDG 820 FORT DETRICK, FREDERICK MD 21702-5014
SUBJECT: A--THE DESIGN AND SYNTHESIS OF ORALLY ACTIVE INHIBITORS
  OF BOTULINUM TOXIN METALLOPROTEASES
POC Contracting Officer Patricia M. McAllister (301) 619-7360
  Contract Specialist Cheryl A. Lowery (301) 619-7150 (Site Code
  DAMD17)
CNT DAMD17-97-C-7026
AMT $99,892
DTD 112296
TO PROMEGA CORP, 2800 WOODS HOLLOW ROAD, MADISON, WI 53711-5399
CITE: (I-338 SN008237)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Research Office, AMXRO-AAA, P.O. Box 12211,
  Research Triangle Park, NC 27709-2211
SUBJECT: A-IMPEDANCE CONTROL DESIGN SYSTEM FOR TELEOPERATED MICROSURGERY
POC Contracting Officer, A.M. Wendelgass, (919) 549-4287.
CNT DAAG55-97-C-0019 SBIR Program Solicitation 96.2
AMT $98,726.00
DTD 120196
TO Creare, Incorporated, P.O. Box 71, Etna Road, Hanover, NH
  03755
CITE: (M-338 SN008327)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: U.S. Army Research Office, AMXRO-AAA, P.O. Box 12211,
  Research Triangle Park, NC 27709-2211
SUBJECT: A--FEASIBILITY OF GROWING A1N SINGLE CRYSTAL FROM THE
  MELT USING PRESSURIZED SKULL MELTING
POC A.M. Wendelgass, (919) 549-4287.
CNT DAAG55-97-C-0022 STTR Program Solicitation 95
AMT $340,308.00
DTD 111896
TO Cermet, Incorporated, 1019 Collier Road, N.W., Suite C1, Atlanta,
  GA 30318
CITE: (M-338 SN008347)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514
SUBJECT: A -- OPTICALLY EFFICIENT RF MODULATOR
POC Michele A Martinelli, Contract Specialist, Rome Laboratory/PKRZ,
  (315)330-4731; Donald S Luczak, Laboratory Program Manager,
  Rome Laboratory/OCPC, (315)330-3144.
CNT F30602-97-C-0005
AMT $454,512.00
LINE N/A
DTD 112796
TO TRW Space and Technology Division, Space and Electronics Group,
  One Space Park, Redondo Beach CA 90278-1078
CITE: (I-338 SN008437)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: B--Special Studies and Analyses - Not R&D
OFFADD: Officer in Charge of Construction, Code 823220D, Building
  00978, Naval Air Weapons Station, China Lake, California 93555-6001
SUBJECT: B--ENVIRONMENTAL LABORATORY ANALYSES
POC Patricia A. Crom (619) 939-4423.
CNT N62474-96-D-6333
AMT $200,000.00
DTD 111496
TO TMS Environmental, Inc., P.O. Box 6093, Virginia Beach, Virginia
  23456
CITE: (M-338 SN008344)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Dept of Health and Human Services, Indian Health Service,
  Engineering Services Seattle, 2201 Sixth Ave., M/S RX-24, Rm
  710, Seattle, WA 98121
SUBJECT: C--A/E REQUIREMENTS TYPE INDEFINITE DELIVERY CONTRACT
  (IDC) FOR THE STATES OF WASHINGTON, OREGON, AND IDAHO (CONTROL
  NUMBER 102-AE-96-0004)
CNT 102-97-0003
AMT N/A
DTD 120396
TO Daly & Associates, PS, 400 Market Place Tower, 2025 First
  Ave., Seattle, WA 98121
CITE: (W-338 SN008212)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: GSA New River Realty Svcs District (3PN), The Wanamaker
  Building Room 621, 100 Penn Square East, Philadelphia, PA 19107-3396
SUBJECT: C--A/E SERVICES, NEW COURTHOUSE ANNEX AND ALTERATIONS
  TO EXISTING WALTER E. HOFFMAN COURTHOUSE, NORFOLK, VIRGINIA
POC Contracting Officer, Robert Waring, (215) 656-6149
CNT GS-03P-96-DWC-101 1
AMT $159,860
DTD 112696
TO Hartman-Cox Architects, 1074 Thomas Jefferson Street NW, Washington,
  DC 20007
CITE: (I-338 SN008219)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION,
  P.O. BOX 2711, LOS ANGELES CA 90053-2325
SUBJECT: C--INDEFINITE DELIVERY CONTRACT FOR ARCHITECT-ENGINEER
  SERVICES FOR MILITARY OPERATIONS AND MAINTANCE PROJECTS AT
  YUMA PROVING GROUND, ARIZONA.
POC Contact James Hogan (213) 452-3244 (Site Code DACW09)
CNT DACA09-97-D-0001
AMT $750,000
DTD 112596
TO J C CHANG & ASSOCIATES INC, 367 VAN NESS WAY SUITE 608, TORRANCE,
  CA 90501-1435
CITE: (I-338 SN008241)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL.,
  RM 821, LOUISVILLE KY 40202-2230
SUBJECT: C--DESIGN OF ARMY FAMILY HOUSING REVITALIZATION, WERNER
  PARK, PHASE III, FT CAMPBELL, KY
POC Contracting Officer Janet M. Henderzahs (502) 582-6564 (Site
  Code DACA27)
CNT DACA27-97-C-0007 DACA27-96-R-0095
AMT $401,427
DTD 120696
TO GREENHORNE & O'MARA INC, 9001 EDMONSTON ROAD, GREENBELT ,
  MD 20770
CITE: (I-338 SN008242)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: OIC, ROICC Cherry Point, NAVFACENGCOM Contracts, PCS
  Box 8006, Cherry Point, North Carolina 28533-0006
SUBJECT: C--CONTRACT N62470-96-D-5851, INDEFINITE QUANTITY CONTRACT
  FOR CIVIL ENGINEERING DESIGN SERVICES, MARINE CORPS AIR STATION,
  CHERRY POINT, NORTH CAROLINA
CNT N62470-96-D-5851
AMT $500,000.00
DTD 092496
TO URS Consultants, Inc., 5606-B Virginia Beach Blvd., Virginia
  Beach, VA 23462
CITE: (M-338 SN008303)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Department of the Navy, Naval Facilities Engineering
  Command, Commander, Atlantic Division, Contracts Office, Code
  02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699
SUBJECT: C--I/Q FOR PETROLEUM STORAGE TANK SITE ASSESSMENTS/CHARACTERIZATIONS,
  CORRECTIVE ACTION PLANS, AND REMEDIAL DESIGNS AT STATESIDE
  LOCATIONS (PRIMARILY NORTH CAROLINA) UNDER LANTNAVFACENGCOM
CNT N62470-95-D-6009
AMT $2,500,000.00
DTD 091896
TO Richard Catlin and Associates, Inc., 220 Old Dairy Road, Wilmington,
  NC 28405-3755
CITE: (M-338 SN008317)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: Contracting Office (90C), VA Medical Center, Hampton,
  Va 23667
SUBJECT: C -- A/E DESIGN SERVICES RENOVATION TB ISOLATION ROOMS
POC Michale Weaver, 757/728-3116
CNT V590P-7058
AMT $259,788
LINE N/A
DTD 112796
TO Ballou Justice Upton Architects, 2697 International Parkway,
  Parkway Four, Suite 220, Virginia Beach, VA 23452
CITE: (I-338 SN008432)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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) Shirley Childers, Contract Specialist, AMSMI-AC-CFHC,
  (205) 842- 7294; Barbara K. Jones, Contracting Officer, AMSMI-AC-CFHC,
  (205) 876- 4926.
CNT DAAH01-96-C-0440/P00006
AMT $3,420,501.38
LINE N/A
DTD 120296
TO Systems Engineering Solutions Incorporated 513 Sparkman Drive,
  Huntsville, AL, 35816
CITE: (I-338 SN008112)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: General Services Administration (GSA), Federal  Telecommunications
  Services (FTS), Comprehensive Telecommunications Acquisition
  Center (TQC), 7525 Colshire Drive (Stop 397), McLean, VA 22102-7400
SUBJECT: D--INTERNET ANNOUNCEMENT OF AWARD FOR THE FEDERAL WIRELESS
  TELECOMMUNICATIONS SERVICES (FWTS) ACQUISITION
POC Sybille E. Seltmann, Contracting Officer, (703) 610-2838.
CNT GSOOT97NSD0001
AMT $3000,000,000.00
DTD 110896
TO GTE Government Systems, Information  Systems Division, 15000
  Conference Center Drive, Chantilly, VA 22021-3808
CITE: (M-338 SN008289)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Supply Directorate, CONTRACTING DEPARTMENT, PSC BOX 8018,
  Cherry Point, NC 28533-0018
SUBJECT: D--INFORMATION SUBSCRIPTION SERVICES
POC Debora Berget, (919) 466-7766, Contracting Officer, Cherie
  Daniels, (919) 466-7504.
CNT N00146-97-M-N192
AMT $28,750.00
LINE 0001
DTD 111996
TO Usa Information Systems Inc., 1092 LASKIN ROAD SUITE 208,
  VIRGINIA BEACH, VA 23451
CITE: (M-338 SN008302)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: AMC Contracting Flight, AMC CONF/LGCFC, 102 E. Martin
  St, Rm 216, Scott AFB IL 62225-5015
SUBJECT: D -- SATELITE DATA HANDLING SYSTEM (SDHS) SUPPORT AND
  SERVICES
POC Cheryl Smith, Contracting Officer, 618-256-1900 ext 262.
CNT FA4452-97-D-0001
AMT $2,855,902.00
LINE 0001, 0002, 0003, 00
DTD 112596
TO Sterling Software (U.S.) Inc., Information and Technology
  Division, 1404 Fort Crook Road South, Bellevue, NE 68005-2975
CITE: (I-338 SN008474)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: U.S. Forest Service, Klamath National Forest, 1312 Fairlane
  Road, Yreka, CA 96097-9549
SUBJECT: F--PRECOMMERCIAL THINNING/HANDPILE OR LOP AND SCATTER
POC K. Stein; Contracting Officer, R. Metcalfe, (916) 842-6131.
CNT 52-91W8-6-6019
AMT REQUIREMENTS
LINE Item 2a and 2b
DTD 111596
TO J.O. International Reforestation, Inc., P.O. Box 5309, Grants
  Pass, OR 97527
CITE: (M-338 SN008285)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: F--Natural Resources and Conservation Services
OFFADD: U.S. Forest Service, Klamath National Forest, 1312 Fairlane
  Road, Yreka, CA 96097-9549
SUBJECT: F--PRECOMMERCIAL THINNING/HANDPILE OR LOP AND SCATTER
POC K. Stein; Contracting Officer, R. Metcalfe, (916) 842-6131.
CNT 52-91W8-7-7001
AMT REQUIREMENTS
LINE Item 1a and 1b
DTD 111596
TO 3 J Reforestation, 1106 Niantic St., Medford, Oregon 97501
CITE: (M-338 SN008295)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: G--Social Services
OFFADD: U.S. Railroad Retirement Board, Purchasing Division,
  Room 1230, 844 North Rush Street, Chicago, Illinois 60611-2092
SUBJECT: G--EMPLOYEE ASSISTANCE PROGRAM
POC Karen Haskins-Brewer (312) 751-4615
CNT 97RRB001
AMT $31,200.00
DTD 112296
TO American Healthcare Partners, 6500 Hornwood, Houston, TX 77074
CITE: (M-338 SN008357)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: Director, Strategic Systems Programs, 1931 Jefferson
  Davis Hwy., Arlington, VA 22202-3518
SUBJECT: H--INTEGRATION AND TRAINING SUPPORT PROGRAM FOR FBM
  WEAPON SYSTEMS
POC Donna K. King, (703) 607-5363; Contracting Officer, Gerard
  F. Miskelly, (703) 607-5361.
CNT N00030-97-C-0023
AMT $28,473,000.00
LINE Items 0001 through 0
DTD 111596
TO Vitro Corporation, 1601 Research Boulevard, Rockville, MD
  20850-3173
CITE: (M-338 SN008450)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: J -- MAINT-GOV'T OWNED PRINTERS
POC L. Tripp
CNT N00406-97-M-1064
AMT $64,728
LINE N/A
DTD 100196
TO oce printing systems usa inc 1610 wynkoop suite 140 denver
  co 80202
CITE: (I-338 SN008104)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: General Services Administration, Public Buildings Service,
  Property Management Contracts Branch (5PMC), Lorraine Scott,
  Contract Specialist, (312) 886-6936, 230 South Dearborn Street,
  Chicago, Illinois 60604-1696
SUBJECT: J--OPERATIONS AND MAINTENANCE SERVICE, FEDERAL BUILDING,
  536 S. CLARK ST. AND FEDERAL PARKING FACILITY, 450 S. FEDERAL
  ST., CHICAGO, ILLINOIS
POC Questions may be directed to Lorraine Scott, Contract Specialist,
  at (312) 886-6936.
CNT GS05P96GAC0239
AMT $1,008,000.00
DTD 111896
TO Soderlund Bros. Inc., 6060 W. 95th St., Oak Lawn, IL 60453.
CITE: (M-338 SN008291)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: DCMC Twin Cities, 3001 Metro Drive, Bloomington, MN 55425-1573
SUBJECT: J--REPAIR SERVICES OF AN/AYK-14(V) MAJOR ASSEMBLIES
  AND SUBUNITS
POC Linda Johnson, (612) 335-2200/Contracting Officer, Marvin
  E. Call, (612) 335-2097.
CNT N00383-91-G-K214/WQ48
AMT $158,230.00
LINE 0002AB-0024AA
DTD 112696
TO Ceridian Corporation, Computing Devices International, 8800
  Queen Ave. S., Bloomington, MN 55431-1996
CITE: (M-338 SN008381)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Contracting Officer, NDANG/LGC, 1400 28th Ave N, Fargo,
  ND 58102-1051.
SUBJECT: J--MAINTENANCE, REPAIR, AND REBUILDING OF EQUIPMENT
  (REFINISH AIRCRAFT ARRESTING SYSTEM)
CNT DAHA32-97-D-2001
AMT $229,493.00
DTD 111996
TO Jerome's N.83 Body Shop Inc., 3515 N. Broadway, Minot, ND
  58703
CITE: (M-338 SN008452)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: K--Modification of Equipment
OFFADD: USPS, Automation Purchasing, 8403 Lee Highway, Merrifield,
  Virginia, 22082-8150
SUBJECT: K--FEASIBILITY STUDY FOR INSTALLATION OF A WIDE AREA
  BAR CODE READER ON THE FSM 1000
POC Thomas A. Fallon, Fax (703) 280-8415.
CNT 102590-96-C-0372
AMT $293,545.00
LINE 001
DTD 111296
TO Lockheed Martin Federal Systems, 1801 Stare Route 17C, Owego,
  NY 13827-3998
CITE: (M-338 SN008299)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis
  Hwy., Arlington, VA 22202-3518
SUBJECT: L--INERTIAL INSTRUMENT TESTING AND EVALUATION, INVESTIGATION
  PROGRAMS, AND SUPPORT OF TACTICAL AND TRAINING SOFTWARE DEVELOPMENT
  FOR THE TRIDENT I (C4) AND TRIDENT II (D5) NAVIGATION SUBSYSTEMS
POC Daniel K. Vola, SPN-P2 (703) 607-3398, Contracting Officer,
  Gerard F. Miskelly, (703) 607-5361.
CNT N00030-97-C-0027
AMT $3,724,714.00
LINE 0001
DTD 100196
TO Dynamics Research Corporation, 60 Frontage Rd., Andover, MA
  01810.
CITE: (M-338 SN008258)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: L--Technical Representation Services
OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis
  Hwy, Arlington, VA 22202-3518
SUBJECT: L--TECHNICAL ENGINEERING IN SUPPORT OF FBM TRIDENT AND
  SWS MISSILE TRAINING SYSTEMS AND RELATED EQUIPMENT TRAINING
POC Warren A. McGriff, SPN-21, (703) 607-0820; Contracting Officer,
  Elliot Marcus, SPN-01, (703) 607-0814.
CNT N00030-97-C-0030
AMT $2,909,559.00
LINE 0001
DTD 100196
TO Lockheed Martin Missile and Space Company, P.O. Box 3504,
  Sunnyvale, CA 94088-3504
CITE: (M-338 SN008446)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: M--Operation of Government-Owned Facilities
OFFADD: GSA, Property Management Contracts Branch, JCK Federal
  Building, 230 S. Dearborn Street, Chicago, IL 60604
SUBJECT: M--OPERATIONS AND MAINTENANCE SERVICE
POC Contract, Laurie Chestnut, Contract Specialist, (312) 886-4102.
CNT GS05P96GAC0187
AMT $2,928,003.00 (36 months base period plus 2 option years)
DTD 111896
TO PM Realty Group, LTD., 919 N. Michigan, Suite 2000, Chicago,
  IL 60611.
CITE: (M-338 SN008308)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of Prisons, North Central Regional Contracting
  Office, 1300 Metropolitan Drive, Leavenworth, Kansas 66048-1254
SUBJECT: Q--HOSPITAL SERVICES
POC Tony Hiscocks, Contract Specialist, (913) 682-8700, extension
  610.
CNT J237c-065
AMT $16000
LINE ALL
DTD 110896
TO Sacred Heart Health Services, 501  Summit, Yankton, SD 57078
CITE: (M-338 SN008286)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--DENTAL SERVICE
CNT 245-97-0008
AMT $720,000.00 (Est.)
DTD 111296
TO On-Site Dental, P.O. Box 2145, Flagstaff, AZ 86003
CITE: (M-338 SN008296)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Bureau of Prisons, Federal Correctional Complex, POB
  1029, Coleman, Florida 33521-1029
SUBJECT: Q--MEDICAL SERVICES
POC Kathy J. Collins, (352) 330-3015, Contracting Officer.
CNT 05-0210
AMT $30,000.00
LINE 1-On-site radiologis
DTD 111896
TO Radiology Associates of Lake County, 801 East Dixie Ave.,
  Leesburg, Florida 34748
CITE: (M-338 SN008301)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of Prisons, Southeast Regional Office,
  523 McDonough Blvd., S.E., Atlanta, Georgia 30315
SUBJECT: Q--DENTAL HYGIENIST
CNT J125c-302
AMT $35,100.00
DTD 111596
TO Jeanette Kobialka, 28331 SW 163 Ct., Homestead, FL 33033
CITE: (M-338 SN008328)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Q--Medical Services
OFFADD: Federal Bureau of Prisons--Southeast Regional Office,
  523 McDonough Blvd., SE., Atlanta, GA 30315
SUBJECT: Q--CLINICAL LABORATORY TESTING SERVICES
POC Administrative Contracting Officer, Darrell Boggs, FCI, Marianna,
  (904) 526-6357, Contracting Officer, Robert J. Kruskie, (404)
  635-5646.
CNT J223c-041
AMT $98,000.00
LINE Line item number 1
DTD 111996
TO CardioMetrix, 5434 King Ave., Pennsauken, N.J. 08109
CITE: (M-338 SN008331)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Environmental Protection Agency, RCPB Superfund
  Procurement (3805F), 401 M St. SW, Washington, DC 20460-0001
SUBJECT: R--OUST PROGRAM TECHNICAL SUPPORT CONTRACT
POC Lynn Depont, 703-603-7148   Robert Gray, 703-603-0601
CNT 68-W7-0017
AMT $3,205,359
LINE N/A
DTD 112696
TO ICF Incorporated, 9300 Lee Highway, Fairfax, VA  22031
CITE: (W-338 SN007985)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: R -- FIREWATCH SERVICES
POC L. Osborn
CNT N00406-97-M-B651
AMT $3,235,408
LINE N/A
DTD 111896
TO asap employement services 4171 wheaton way bremerton wa 98310
CITE: (I-338 SN008105)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: R -- FIREWATCH SERVICES
POC L. Osborn
CNT N00406-97-M-B654
AMT $6,176,688
LINE N/A
DTD 111896
TO asap emplyment services 4171 wheaton way bremerton wa 98310
CITE: (I-338 SN008106)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: R -- FIREWATCH SERVICES
POC L. Osborn
CNT N00406-97-M-B653
AMT $6,269,904
LINE N/A
DTD 111896
TO asap emplyment services 4171 wheaton way bremerton wa 98310
CITE: (I-338 SN008107)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: R -- FIREWATCH SERVICES
POC L. Osborn
CNT N00406-97-M-8603
AMT $49,577
LINE N/A
DTD 101896
TO asap emplyment services 4171 wheaton way bremerton wa 98310
CITE: (I-338 SN008108)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Director, Strategic Systems Programs, Department of the
  Navy, 1931 Jefferson Davis Hwy., Arlington, VA 22202-3518
SUBJECT: R--TECHNICAL ENGINEERING SERVICES
POC Roger P. Larkin, SPN-14, (703) 607-0912.
CNT N00030-97-C-0024
AMT $111,879,695.00
DTD 110896
TO Charles Stark Draper Laboratory, Inc., 555 Technology Square,
  Cambridge, MA 02139-3563.
CITE: (M-338 SN008257)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, Maryland 21045-0701
SUBJECT: R--INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES CONTRACT
  FOR THE CAD/D DESIGN/ADAPTATION--COLUMBIA FSO AREA
CNT 232098-96-J-0258
AMT NTE $2,500,000.00
DTD 112296
TO Raytheon Engineers & Constructors, Inc., 441 Smithfield Street,
  Pittsburgh, PA 15222-2279
CITE: (M-338 SN008329)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: Office of Personnel Management, Contracting Division,
  1900 E Street, NW., Room SB427, Washington, DC 20415
SUBJECT: R--FINANCIAL STATEMENT AUDIT  SERVICES
POC John Farrell, (202) 467-3001, Contracting Officer, Fred Chatterton,
  (202) 606-1004.
CNT OPM9700256
AMT $750,000.00
LINE All
DTD 111396
TO KPMG Peat Marwick, 2001 M Street, NW., Washington, DC 20036
CITE: (M-338 SN008370)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of HUD, New York ASC, Chicago Contracting
  Branch, (5AAC), 77 West Jackson Boulevard, Chicago, IL 60604-3507
SUBJECT: R -- REAL ESTATE ASSET MANAGEMENT (REAM SERVICES) FOR
  SINGLE FAMILY HUD PROPERTIES IN INDIANAPOLIS (MARION AND HAMILTON
  COUNTIES), INDIANA.
POC Janet Fernandez, Contract Specialist, at (312) 886-2760,
  extension 2504.
CNT H05C97001200000
AMT $299,532.00
LINE N/A
DTD 120196
TO CitiWest Indiana, Inc., 6919 East 10th Street, Indianapolis,
  Indiana 46219
CITE: (I-338 SN008384)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: R--Professional, Administrative and Management Support
  Services
OFFADD: U.S. Department of HUD, Atlanta ASC, Atlanta Contracting
  Branch 4AACO 75 Spring St., Richard Russell Fed. Bldg., Atlanta,
  GA 30303-3388
SUBJECT: R -- REAL ESTATE CLOSING AGENT SERVICES
POC Charles Lipthrott or Michael L. Swan.
CNT H04C97000609000 from RFP: DU204-R-96-0026
AMT $22,000.00
LINE B-3(A)(1)
DTD 112996
TO James G. Martin, Jr., 4262 Carmichael Court, North, Montgomery,
  AL 36106
CITE: (I-338 SN008387)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Commander (fcp-3), Maintenance and Logistics Command
  Pacific, Coast Guard Island, Bldg. 54A, Alameda, CA 94501-5100
SUBJECT: S--REMOVAL, TRANSPORTATION AND DISPOSAL OF UNTREATED
  WASTE WATER
POC Mr. Donald C. Moore, Contract Specialist (510) 437-3026.
CNT DTCG89-97-N-6CS002
AMT $62,288.52
LINE B.1
DTD 111396
TO Industrial  Carting, P.O. Box 3935, Santa Rosa, CA 95402
CITE: (M-338 SN008287)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: General Services Administration,  501 Magazine Street,
  Room 1044, New Orleans,  LA 70130-3394
SUBJECT: S--CUSTODIAL SERVICES OF EAGLE PASS BORDER STATION,
   TX
POC Contract Specialist Betty Collord, (504) 589-6085, Contracting
   Officer, Elvera S. Pigg, (504) 589-6088.
CNT SOLICITATION NO. GS-07P-96-DRC-0010
AMT $10,904.79/month
LINE AWARD NO.  GS-07P-96
DTD 020197
TO Main Building Maintenance, Inc., 6800  Park Ten Blvd., Ste.
  140E, San Antonio, TX 78213
CITE: (M-338 SN008288)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Federal Bureau of Prisons, P.O. Box 9999, Milan, MI 48160
SUBJECT: S--GUARD SERVICES
POC Peter J. Boss (313) 439-2475.
CNT J117c-060
AMT $126,240.00
LINE 1
DTD 112796
TO Moore's Security Service, Inc., 5900 Millet Hwy., Lansing,
  MI 48917.
CITE: (M-338 SN008290)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: CO ENGFLDACT MW, Building 1A Suite 120, 2703 Sheridan
  Road, Great Lakes, IL 60088-5600
SUBJECT: S--REFUSE/WASTE COLLECTION AND DISPOSAL, NAVAL TRAINING
  CENTER COMPLEX 3, ILLINOIS
POC Contracting Officer, JOSEPH W. TOMEI, (847) 688-2600, ext.
  114.
CNT N68950-96-D-0036
AMT $273,853.00
DTD 111896
TO B F I of Illinois Inc., 2230 Ernie Krueger Circle, Waukegan,
  IL 60087
CITE: (M-338 SN008321)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: U.S. Postal Service, Purchasing Service Center, Attn:
  Manager, 2 Hudson Place, Hoboken, NJ 07030-5515
SUBJECT: S--FAST FOOD CAFETERIA WITH SATELLITE VENDING
CNT 335660-97-U-0144
AMT $.00
DTD 110896
TO CMS, P.O. Box 8565, Cherry Hill, NJ 08002-8565
CITE: (M-338 SN008348)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: GSA, Property Management Northern Illinois Leases, EMD
  Federal Building, 219 South Dearborn Street, Room 1234, Chicago,
  IL 60604
SUBJECT: S--JANITORIAL SERVICES
POC Kenneth Kipnis, Property Manager, (312) 353-3607.
CNT GS05PSDC0090
AMT $36,276.00
DTD 111496
TO Hugo's Cleaning Service, Inc., 5401 West Lake Street, Chicago,
  IL 60644
CITE: (M-338 SN008368)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Officer in Charge of NAVFAC Contracts, Naval Surface
  Warfare Center, Crane, Indiana 47522
SUBJECT: S--MAGNETIC AND STREET SWEEPING AT THE NAVAL SURFACE
  WARFARE CENTER, CRANE, INDIANA
POC Mark Bault, (812) 854-1069, Contracting Officer, Jeff Strange,
  (812) 854-3247.
CNT N62467-93-D-9734
AMT $28,017.00
DTD 112296
TO Vegetation Management, 16132 Lakeshore Drive, Hope, IN 47246
CITE: (M-338 SN008448)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: 42d Contracting Squadron/LGCVB, 50 LeMay Plaza South,
  Bldg 804, Maxwell AFB,  AL  36112-6334  Attn:/CHERYL MANLEY-LOTT
SUBJECT: T-VISUAL INFORMATION SERVICES
POC CHERYL MANLEY-LOTT tel: 334/953-5528/DOROTHY M. GREEN/CONTRACTING
  OFFICER
CNT F0160095RA047/F0160097C0006
AMT $649999
DTD 112696
TO CAPITOL FILMWORKS, INC, 909 FOREST AVENUE, MONTGOMERY, AL
   36106
CITE: (I-338 SN008080)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 420-165
AMT $94,854.00
DTD 111596
TO Balmar Printing and Graphics, 16780 Oakmont Avenue, Gaithersburg,
  MD 20833.
CITE: (M-338 SN008292)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 407-089
AMT $129,978.00
DTD 110796
TO Newspaper Printing Co., 5210 S. Lois Avenue, Tampa, FL 33610
CITE: (M-338 SN008294)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Chicago Regional Printing Procurement Office, U.S. Government
  Printing Office, 200 N., LaSalle St., Suite 810, Chicago, IL
  60601-1055
SUBJECT: T--PRINTING
CNT Jacket 548-600
AMT $72,095.00
DTD 111496
TO Raye Limited Inc., 4393 Park Vicente, Calabasas, CA 91302
CITE: (M-338 SN008304)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: USDA, Forest Service, Chequamegon National Forest, 1170
  4th Avenue, South, Park Falls, WI 54552
SUBJECT: T--EXHIBIT DESIGN
POC Contracting Officer, Dennis C. Drangstveit (715) 362-1177.
CNT 53-56A2-7-01081
AMT $249,924.00
LINE All Items
DTD 110496
TO Thompson Museum Consulting, 332 Minnesota Street, Suite W-962,
  St. Paul, MN 55101
CITE: (M-338 SN008310)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 416-270
AMT $190,777.00
DTD 111996
TO Communication Graphics, Inc., 6741 Bay Meadow Drive, Glen
  Burnie, MD 21060
CITE: (M-338 SN008324)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Denver Regional Printing Procurement Office, U.S. Government
  Printing Office, Building 53, Room D-1010, Denver Federal Center,
  Denver, CO 80225
SUBJECT: T--OFFSET PRINTING
POC Raymond Macdonald, (303) 236-5292, Contracting Officer.
CNT Program 2812-S
AMT $60,775.00
DTD 111896
TO WBC, Inc., dba Lithexcel, 2408 Alamo Ave. SE, Albuquerque,
  NM 87106
CITE: (M-338 SN008325)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Hampton Regional Printing Procurement Office, U.S. Government
  Printing Office, 11836 Canon Boulevard, Suite 400, Newport
  News, VA 23606-2555
SUBJECT: T--PRINTING
CNT Program 3382-S
AMT $74,476.00
DTD 111996
TO Chesapeake Printing, Inc., 901 West 21st Street, Norfolk,
  VA 23517
CITE: (M-338 SN008326)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 416-524/7/8
AMT $54,545.00
DTD 112196
TO Monarch Litho, Inc., 1501 Date Street, Montebello, CA 90640
CITE: (M-338 SN008330)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Chicago Regional Printing Procurement Office, U.S. Government
  Printing Office, 200 N, LaSalle St., Suite 810, Chicago, IL
  60601-1055
SUBJECT: T--PRINTING
CNT Jacket 749-029
AMT $73,209.00
DTD 112296
TO Kris-Lind IX, 2105 Park Ave., #25, Orange Park, FL 32073
CITE: (M-338 SN008335)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government  Printing Office, Purchase Division,
  Printing Procurement Department, Stop: PPP,  Room C817, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT 407-120
AMT $146,876.00
DTD 110896
TO Media Press, Inc., 835 Wakefield Ave., Sikeston, MO 63801
CITE: (M-338 SN008345)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--BOOKS
CNT Program 1495-S
AMT $177,534.00
DTD 112296
TO Braceland Brothers (PA), 7625 Suffolk Ave., Philadelphia,
  PA 19153
CITE: (M-338 SN008353)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--COMPUTER PRINTING
CNT B161-S
AMT $176,836
DTD 110196
TO Devonshire Imaging Inc., 11507 Sunset Hill Road, Reston, VA
  22090
CITE: (M-338 SN008358)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--BOOK PRINTING
CNT Program C181-S
AMT $577,686
DTD 110196
TO Savannah Printing, 143 Houston Street, Savannah, GA 31401
CITE: (M-338 SN008359)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC. 20401
SUBJECT: T--UNITED STATES REPORTS
CNT Program B894-S
AMT $202,668.00
DTD 080196
TO Gray Graphics, 8607 Central Avenue, Capitol Heights, MD 20743
CITE: (M-338 SN008360)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C109-S
AMT $97,105.00
DTD 120196
TO McDonald & Eudy Printers, 4509 Beech Road, Temple Hills, MD
  20748
CITE: (M-338 SN008375)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  NW., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC 20401
SUBJECT: T--OFFSET PRINTING
CNT Program B56-S
AMT $28,908.00
DTD 120196
TO Marlin Graphics, 8315 Stansburg Road, Baltimore, MD 21222
CITE: (M-338 SN008376)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 420-727
AMT $90,225.00
DTD 112596
TO Techna-Graphics, Inc., 5600 2nd St. NE., Washington, DC 20011
CITE: (M-338 SN008445)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 416-269
AMT $103,222.00
DTD 111996
TO Communication Graphics, Inc., 6741 Bay Meadow Dr., Glenn Burnie,
  MD 21060
CITE: (M-338 SN008453)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Term Contracts Division,
  Printing Procurement Department, Stop: PPC, Room A843, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT Program C62-S
AMT $187,313.00
DTD 112096
TO Goodway Graphics, 6628 Electronic Drive, Springfield, VA 22151
CITE: (M-338 SN008454)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--PRINTING
CNT 407-580
AMT $63,821.00
DTD 110896
TO Newspaper Printing Co.,  5210 S. Lois Ave., Tampa, FL 33611
CITE: (M-338 SN008456)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government  Printing Office, Purchase Division,
  Printing Procurement Department, Stop: PPP, Room  C817, Washington,
  DC 20401
SUBJECT: T--PRINTING
CNT 416-991
AMT $194,484.00
DTD 110796
TO S&S Graphics, Inc., 14880  Sweitzer Lane, Laurel, MD 20707
CITE: (M-338 SN008457)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, North Capitol & H Street,
  N.W., Attn: Larry P. Vines, Room B104, Stop: PPSB, Washington,
  DC. 20401
SUBJECT: T--NEWSLETTER PRINTING
CNT Program B572-S
AMT $48,386.00
DTD 120196
TO McDonald & Eudy Printers, 4509 Beech Road, Temple Hills, MD
  20748
CITE: (M-338 SN008460)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: U--Education and Training Services
OFFADD: USASOC, DCofS Acquisition and Contracting, Bldg. E-2929,
  Room 114, Fort Bragg, NC 28307-5200
SUBJECT: U--OPERATE LANGUAGE LABORATORIES AND SUPPORT CENTER,
  LANGUAGE INSTRUCTION AND SUPPORT FOR LANGUAGE INSTRUCTION,
  FORT BRAGG, NC
POC Jane Sutherlin, Contract Specialist, (919) 432-2146/Robert
  Cherry, Contracting Officer, (919) 432-2297.
CNT USZA92-97-D-0001
AMT $9,272,325.00
DTD 020197
TO Richard Milburn High School, Woodbridge, VA 22191
CITE: (M-338 SN008297)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: V--Transportation, Travel, and Relocation Services
OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue,
  Bldg. A33, Sandiego, CA 92152-5113
SUBJECT: V -- MOVING/RELOCATION SERVICES
POC POC Ms. E. McCullum, Contract Specialist,(619)553-4521.
CNT N66001-97-C-0017
AMT $327,636.00
LINE N/A
DTD 111996
TO Across Town Movers, P.O. BOX 3008, Del Mar, CA 92014
CITE: (W-338 SN008490)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: General Services Administration, Realty Branch 2, (7PE2),
  819 Taylor Street, Room 12A15, Fort Worth, TX 76102
SUBJECT: W--LEASE AWARD, WAXAHACHIE, TX
CNT GS-07B-14428
AMT $151,454.60
DTD 121406
TO GSSW-REO Dallas LP, 500 North Akard Street, Suite 328, Dallas,
  TX 75201
CITE: (M-338 SN008261)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: General Services Administration, Public Building Service,
  Realty Services Division (6PEA), 1500 East Bannister Road,
  Kansas City, Missouri 64131
SUBJECT: W--LEASE
CNT Lease Number GS-06P-69047
AMT $46,527.00 annual rent
DTD 101896
TO Dee Ann Wunschel and Lori Elliott, Trustees of the Russell
  S. Wunschel Children Trust, 805 North Main; P.O. Box 883, Carroll,
  Iowa 51401
CITE: (M-338 SN008284)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: General Services Administration (7PE1), 819 Taylor Street,
  Room 12A05, Fort Worth, TX 76102
SUBJECT: W--LEASE AWARD, PLACE: EL PASO, TX
CNT GS-07B-14447
AMT $63,706.50
DTD 110196
TO Koger Equity, Inc., 3986 Boulevard Center Drive, Jacksonville,
  FL 32207
CITE: (M-338 SN008305)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: General Services Administration (7PE1), 819 Taylor Street,
  Room 12A05, Fort Worth, TX 76102
SUBJECT: W--LEASE AWARD, PLACE: WICHITA FALLS, TX
CNT GS-07B-14454
AMT $543,744.00
DTD 120196
TO Berend Bros., Inc., P.O. Box 5164, Wichita Falls, TX
CITE: (M-338 SN008462)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: San Francisco Service Center (9PEL-S), 450 Golden Gate
  Avenue, San  Francisco, CA 94102
SUBJECT: X--SUCCESSOR LONG-TERM LEASE FOR SSA AND HCFA
POC Thomas L. Andrews III, (415) 522-3249.
CNT GS-09B-95547
AMT $5,459,892.00
DTD 110696
TO Hawthorne Plaza, Ltd., 75 Hawthorne Street, San Francisco,
  California  94105
CITE: (M-338 SN008316)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: General Services Administration  Real Estate Branch (9PXE),
  888 South  Figueroa Street, Suite 1100,  Los Angeles, California
  90017
SUBJECT: X--SOCIAL  SECURITY ADMINISTRATION
POC Vonciel James (213) 894-4988.
CNT GS-09B-94949
AMT $870,859.68
DTD 102596
TO Ruben Urcis DBA UDC-RBP, 3710 So. Robertson Blvd., Suite 200,
  Culver City, CA 90232, (310) 202-8833
CITE: (M-338 SN008346)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--KNOXVILLE, TN--HUB & SPOKE PROGRAM (HASP) 30328-7060;
  AWARD OF EX. SPACE NEW USPS LEASED TRUCK TERMINAL
POC Ben Hart, Real Estate Specialist, (770) 454-0624, Kerry Pfrimmer,
  Contracting Officer, (770) 454-0621.
CNT N/A
AMT $188,100.00
DTD 112196
TO Mr. Joseph A. Hollingsworth, Jr. 2 Centre Plaza, Clinton,
  TN 37716
CITE: (M-338 SN008369)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: Denver Facilities Service Office USPS, 8055 E. Tufts
  Ave., #400, Denver, CO 80237-2881
SUBJECT: X -- NEW CONSTRUCTION LEASED - LA CENTER, WA 98629-9998
POC Frank E. Weber, Real Estate Specialist, (303) 220-6545.
CNT 072976-96-A-0232
AMT $94,847.00
LINE N/A
DTD 120296
TO Rodney R. Dietrich, 1427 Cherry, New Ulm, MN 56073-2013, (507)
  354- 6547
CITE: (I-338 SN008383)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: SOUTHWESTNAVFACENGCOM, South Bay Area Focus Team (Code
  540), 2585 Callagan Highway, Naval Station, San Diego, CA 92136-5198
SUBJECT: Y -- FY97 MCON PROJECT P-702, SHIP MAINTENANCE FACILITY,
  NAVAL AIR STATION, NORTH ISLAND, CORONADO, CALIFORNIA
POC Contract Specialist, Rose Hussak/Contracting Officer, Janet
  Buyson.
CNT N68711-94-C-1705
AMT $15,951,159.00
LINE N/A
DTD 112796
TO Douglas E. Barnhart, Inc., 16981 Via Tazon, Suite H, San Diego,
  California 92127
CITE: (I-338 SN008126)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: DEPARTMENT OF ARMY, PACIFIC OCEAN DIV, CORPS OF ENGINEERS,
  ATTN: CEPOD-CT BLDG S230, FT SHAFTER HI 96858-5440
SUBJECT: Y--FY96 OMA PKG A-83, MAINTENANCE ACTION - LANDFILL
  COVER AND DRAINAGE SYSTEM, OU#4 SCHOFIELD BARRACKS, OAHU, HAWAII
POC Contracting Officer KURTIS T. KIKKAWA (808) 438-8564 (Site
  Code XXCA83)
CNT DACA83-97-C-0007 /Solicitation No. DACA83-96-B-002
AMT $2,999,621
DTD 112696
TO REZA INC, 14545 VALLEY VIEW STREET SUITE S, SANTA FE SPRINGS,
  CA 90670
CITE: (I-338 SN008223)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX
  2946, PORTLAND OR 97208-2946
SUBJECT: Y--PORTLAND HARBOR MAINTENANCE DREDGING
POC Contracting Officer GEORGE R. WIGHT (503) 326-6416 (Site
  Code DACW57)
CNT DACW57-97-C-0008
AMT $772,500
DTD 112096
TO GREAT LAKES DREDGE & DOCK CO, 2122 YORK ROAD, OAK BROOK, IL
  605211930
CITE: (I-338 SN008225)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--UPGRADE COMMUNICATIONS SQUADRON COMPLEX
POC TSgt. Steven Baughman, Contract Specialist, (404) 624-6207,
  Col. David S. Kenemer, Contracting Officer, (404) 624-6340.
CNT DAHA09-97-C-0002
AMT $2,457,560.00
DTD 111496
TO Allen and Graham Inc., 106 Allen-Graham Blvd., Brunswick,
  GA 31521
CITE: (M-338 SN008262)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control
  Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg,
  PA 17055-0788
SUBJECT: Y--SHOWER/LOCKER ROOM AND GUN CLEANING FACILITY, MCRC,
  CONNELLSVILLE, PA
POC L.L. Wheeler (717) 790-2515/Contracting Officer, J.M. Nihoff.
CNT N62472-94-C-6043
AMT $391,264.46
LINE 0001
DTD 101796
TO Magnum Contracting Services, Inc., 1247 Keenan Hill Road,
  Monongamela, PA 15063
CITE: (M-338 SN008263)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control
  Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg,
  PA 17055-0788
SUBJECT: Y--REPLACE ROOF, BUILDING 103, NAVAL INVENTORY CONTROL
  POINT, MECHANICSBURG, PA
POC L.L. Wheeler (717) 790-2515/Contracting Officer, J.M. Nihoff.
CNT N62472-94-C-6050
AMT $769,410.00
LINE 0001
DTD 092796
TO Vatica Contracting, Inc., 5538 Tuxedo Road, Hyattsville, MD
  20781
CITE: (M-338 SN008264)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control
  Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg,
  PA 17055-0788
SUBJECT: Y--REPLACE ROOF, BUILDING 404, NAVAL INVENTORY CONTROL
  POINT, MECHANICSBURG, PA
POC L.L. Wheeler (717) 790-2515/Contracting Officer, J.M. Nihoff.
CNT N62472-93-C-6010
AMT $768,650.00
LINE 0001
DTD 093096
TO Vatica Contracting, Inc., 5538 Tuxedo Road, Hyattsville, MD
  20781
CITE: (M-338 SN008265)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer in Charge NAVFAC Contracts, Naval Inventory Control
  Point, Building 305, Code M081C, P.O. Box 2020, Mechanicsburg,
  PA 17055-0788
SUBJECT: Y--REPLACE ROOF, BUILDING 505, NAVAL INVENTORY CONTROL
  POINT, MECHANICSBURG, PA
POC L.L. Wheeler (717) 790-2515/Contracting Officer, J.M. Nihoff.
CNT N62472-93-C-6011
AMT $702,164.00
LINE 0001
DTD 093096
TO M Maropakis Carpentry, Inc., 533 63rd Street, Brooklyn, NY
  11220
CITE: (M-338 SN008270)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
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 AT WALLBACK, WV 25285-9998
POC Chester R. Hansen, Real Estate Specialist, (910) 665-2831.
CNT 362575-97-A-H005
AMT $25,800.00
DTD 111396
TO Melvin L. Heckel, P.O. Box 542, Elkins, WV 26241-0542
CITE: (M-338 SN008283)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Officer in Charge of Construction, P.O. Box X7, Marine
  Corps Air Ground Combat Center, Twentynine Palms, CA, 92278-0107
SUBJECT: Y--VICTORY FIELD HEAD FACILITY (TP-9627R), MARINE CORPS
  AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA
POC Mrs. Chris Pilgrim, (619) 830-7337/Contracting Officer.
CNT N68711-96-C-5137
AMT $152,058.00
LINE Base Bid Item 0001
DTD 111296
TO Golden Land Building Co., P.O. Box 549, Apple Valley, CA 92307
CITE: (M-338 SN008315)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Bureau of Prisons, Federal Correctional Institution,
  McKean County, Pennsylvania, P.O. Box 5000, Bradford, PA 16701
SUBJECT: Y--CONSTRUCTION OF STRUCTURES AND FACILITIES
POC Tim Holohan, Contracting Officer, (814) 362-8900.
CNT J231c-033
AMT $36,716.00
LINE Item one (1)
DTD 100996
TO Warren Fence Company, 402 Quaker Hill Road, Warren, PA 16701
CITE: (M-338 SN008352)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USFO-Purchasing and Contracting Office, 660  South Aspen
  Street, Building 1005, Stop 67, Buckley ANG Base, Aurora, CO
  80011-9551
SUBJECT: Y--REPAIR GROUNDING AND ELECTRICAL--PHASE II
POC Debra Carroll, Contract Specialist,  (303) 340-9624 or David
  Cole, Contracting Officer,  (303) 340-9945.
CNT DAHA05-96-C-0005
AMT $139,750.00
DTD 071296
TO H&P Lightning Protection, Inc., 9210 N. Palafox St., Pensacola,
  FL 32534
CITE: (M-338 SN008364)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, PBS, Property Mgmt Div.,Engineering Svcs Br WPMOD,7th
  & D Sts., SW, RM 2634,Washington,DC 20407
SUBJECT: Z-MISCELLANEOUS RENOVATIONS AT FAA, 10A
POC Contact,Carol Jeanette Pope,202/708-8433,Contracting Officer,Michael
  J. Vro bel,202/708-7765
CNT GS-11P-96-MQC-0054
AMT $179520
DTD 111896
TO Vista Contracting, Inc.,1310 Pennsylvania Ave. SE,Washington,DC
  20003
CITE: (I-337 SN007876)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U. S. ARMY CORPS OF ENGINEERS, CONTRACTING DIVISION,
  P. O. BOX 1229, GALVESTON TX 77553-1229
SUBJECT: Z--SABINE NECHES WATERWAY, TEXAS, DREDGING SABINE PASS
  OUTER BAR AND SABINE BANK CHANNELS, JEFFERSON COUNTY, TEXAS
  AND CAMERON PARISH, LOUISIANA
POC Contracting Officer Mary A. Monnell (409) 766-3851 (Site
  Code DACW64)
CNT DACW64-97-C-0003 IFB NO. DACW64-96-B-0034
AMT $2,887,480
DTD 120396
TO GULF COAST TRAILING COMPANY, PO BOX 20116, NEW ORLEANS, LA
  70141-0116
CITE: (I-338 SN008247)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, USCG Civil Engineering Unit Cleveland,
  1240 East Ninth Street, Rm. 2179, Cleveland, Ohio 44199-2060
SUBJECT: Z--STATION BUILDING IMPROVEMENTS AT USCG STATION BARNEGAT
  LIGHT, NJ
POC Audrey L. Overholt
CNT DTCG83-97-C-3WF048
AMT $178,000.00
LINE Basic Bid Item B-1
DTD 112096
TO Diversified Contracting Inc., P.O. Box 728, Oakhurst, NJ 07755
CITE: (M-338 SN008298)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 60th Contracting Squadron, 60 CONSQ/LGC, 350 Hangar Avenue,
  Travis AFB, CA 94535-2632.
SUBJECT: Z--IDC--REPAIR WATER LINES
CNT Award No. F04626-97-D0101
AMT MAX $1,958,806.50
DTD 111596
TO Valenzuela Engineering, Inc., 3130 Skyway Dr. #702, Santa
  Maria, CA 93455
CITE: (M-338 SN008300)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Dept of Health and Human Services, Indian Health Service,
  Engineering Services-Seattle, 2201 Sixth Ave., RX-24, Rm 710,
  Seattle, WA 98121
SUBJECT: Z--STANDING ROCK R&I LABORATORY-REISSUE, FT. YATES,
  ND-(PROJECT NO. AB8SR416H7)
CNT 102-97-0005 (Sol. #102-1FB-96-0022)
AMT $798,527.00
LINE 001 & 002
DTD 111896
TO P.O. Box 2650, Rapid City, SD 57709-2650
CITE: (M-338 SN008306)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Beaufort Area, P.O. Box 448, Port Royal, SC 29935-0448
SUBJECT: Z--REPAIR COMBAT TRAINING POOLS, MCAS, BEAUFORT, SC
CNT N62467-96-C-6555
AMT $482,000.00
DTD 111496
TO IGGC Inc., 128 Airport Park Drive, Savannah, GA 31408
CITE: (M-338 SN008309)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 60th Contracting Squadron, 60 CONSQ/LGC, 350 Hangar Avenue/Bldg.
  549, Travis AFB, CA 94535-2632
SUBJECT: Z--RENOVATE VISITING AIRMEN QUARTERS (VAQ) BUILDING
  443 WITH OPTIONS ITEMS FOR BUILDINGS 442 AND 443
POC Bobbie Holt, (707) 424-7774, Contracting Officer, FAX (707)
  424-5189.
CNT F04626-97-C0105
AMT $4,224,000.00
DTD 111596
TO TRP Construction, Inc., P.O. Box 1262, Meadow Vista, CA 95722-1262
CITE: (M-338 SN008311)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 60 CONSQ/LGC, 350 Hangar Ave., Travis AFB, CA 94535-2632
SUBJECT: Z--CONSTRUCT LATRINE ADDITION AT HANGAR 839, TRAVIS
  AFB, CA
CNT F04626-97-C0101
AMT $153,000.00
DTD 111596
TO BRCO Constructors, 5900 King Road, Loomis, CA 95650
CITE: (M-338 SN008312)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, P.O. Box X7, Marine
  Corps Air Ground Combat Center, Twentynine Palms, CA 92278-0107
SUBJECT: Z--REPLACE REFRIGERATION EQUIPMENT, BLDG. 1103T3 (R35-94),
  MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA
POC Mrs. Chris Pilgrim, (619) 830-7337/Contracting Officer.
CNT N68711-96-C-5191
AMT $249,260.00
LINE Base Bid Item 0001 w
DTD 110896
TO Concord Maintenance Services, Inc., 8439 White Oak Ave., Ste.
  108, Rancho Cucamonga, CA 91730
CITE: (M-338 SN008313)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction, P.O. Box X7, Marine
  Corps Air Ground Combat Center, Twentynine Palms, CA 92278-0107
SUBJECT: Z--ADDITION TO BLDG. 1519, WEST FITNESS CENTER (TP-9621RS/TP-9630RS),
  MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA
POC Mrs. Chris Pilgrim, (619) 830-7337/Contracting Officer.
CNT N68711-96-C-5223
AMT $225,457.00
LINE Base Bid item 0001
DTD 110896
TO Gridiron Construction, P.O. Box 930, Rialto, CA 92377
CITE: (M-338 SN008314)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, Maryland 21045-0701
SUBJECT: Z--PHILADELPHIA, PA--TRUCK TERMINAL ANNEX, DOCK REPAIR
  AND ALTERATIONS
CNT 232098-96-B-0417
AMT $447,400.00
DTD 100796
TO Glasson Construction, P.O. Box 689, Hainesport, NJ 08036-0689
CITE: (M-338 SN008318)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction Jacksonville Area,
  Box 139 Naval Air Station, Jacksonville, FL 32212-0139
SUBJECT: Z--VARIOUS STRUCTURAL & ELECTRICAL REPAIRS, NAVAL STATION,
  MAYPORT FLORIDA
POC OICC Office, (904) 772-5574.
CNT N62467-95-C-2499
AMT $255,000.00
DTD 112196
TO Sauer Inc. d/b/a Sauer Southeast, 11223 Phillips Parkway Dr.
  East, Jacksonville, FL 32256-1574
CITE: (M-338 SN008322)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer, USCG Civil Engineering Unit Cleveland,
  1240 East Ninth Street, Rm. 2179, Cleveland, Ohio 44199-2060
SUBJECT: Z--WATERFRONT REPAIRS AT SEWICKLEY, PA
POC Karen Lebo, (216) 522-3934 ext. 532.
CNT DTCG83-97-N-3WF032
AMT $62,600.00
DTD 112696
TO Ross & Kennedy Corp., 1610 Babcock Blvd., Pittsburgh, PA 15209
CITE: (M-338 SN008333)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Contracting Officer (fcp-a), Thayer Hall, Room 211, Building
  260, USCG Reserve Training Center, Yorktown, VA 23690-5000
SUBJECT: Z--REMOVE AND REPLACE WALKIN COLD STORAGE/FREEZERS UNITS
POC Mrs. Denise Church, Contracting Officer, (804) 898-2271,
  Mrs. Connie Cook-Hudson, Procurement Technician, (804) 898-2340.
CNT Sol. No. DTCG41-97-B-QWB072, Contract No. DTCG41-9
AMT $172,406.00
DTD 112696
TO Virtexco Corporation, 977 Norflk Square, Norfolk, VA 23502
CITE: (M-338 SN008334)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, Maryland 21045-0701
SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR ROOFING
  AND RELATED WORK AT VARIOUS LEASED AND POSTAL OWNED FACILITIES
  LOCATED IN THE COLUMBUS, OHIO DISTRICT AREA
CNT 232098-96-B-0312
AMT Multiplier: .749
DTD 103196
TO Kremer Roofing, Inc., 9319 Murphy Road, Versailles, OH 45380-9707
CITE: (M-338 SN008336)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, Maryland 21045-0701
SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR ROOFING
  AND RELATED WORK AT VARIOUS LEASED AND POSTAL OWNED FACILITIES
  LOCATED IN THE COLUMBUS, OHIO DISTRICT AREA
CNT 232098-96-B-0311
AMT Multiplier: 0.78
DTD 103196
TO C.R.M., Inc., 7040 State Route 101, Clyde, OH 43410
CITE: (M-338 SN008337)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 366 Contracting Squadron/LGCC, PO Box 4037, Mountain
  Home AFB, ID 83648-4037
SUBJECT: Z--CONVERT FACILITY #2630 TO CHILD DEVELOPMENT CENTER
POC SSgt Lori Landry, Contract Buyer, (208) 828-2664/William
  W. Oakland, Contracting Officer, (208) 828-2664.
CNT F10603-96-C3020, F10603-96-B0019
AMT $516,151.00
LINE 0001-0006
DTD 111996
TO CSDI Construction, Inc., 200 North 3rd Street, Suite 2B, Boise,
  ID 87302
CITE: (M-338 SN008349)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, 4000
  DeKalb Technology Pkwy., Ste. 300, Atlanta, GA 30340-2799
SUBJECT: Z--NORTH MISSISSIPPI INDEFINITE QUANTITY CONSTRUCTION
  CONTRACT
POC Leslie L. Martin, Facilities Contract Specialist, (770) 454-0660.
CNT 123125-97-B-3025, 123125-97-B-3027, 123125-97-B-30
AMT $10,000.00 Minimum/$500,000.00 (Multiplier .892, .925, .95)
DTD 112096
TO D&H Construction Co., 3500 J.E. Davis Dr., Little Rock, AR
  72209-5562, Gardner Service Corp., P.O. Box 2009, Brentwood,
  TN 37024-2009, Vinsant Painting & Decorating, Inc., 4237 Oakview
  Lane, Birmingham, AL 35243
CITE: (M-338 SN008350)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, 4000
  DeKalb Technology Pkwy., Ste. 300, Atlanta, GA 30340-2799
SUBJECT: Z--SOUTH MISSISSIPPI INDEFINITE QUANTITY CONSTRUCTION
  CONTRACT
POC Leslie L. Martin, Facilities Contract Specialist, (770) 454-0660.
CNT 123125-97-B-3022
AMT $10,000.00 Minimum/$500,000.00 (Multiplier .95)
DTD 112096
TO Vinsant Painting & Decorating, Inc., 4237 Oakview Lane, Birmingham,
  AL 35243
CITE: (M-338 SN008351)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: U.S. Army Corps of Engineers, Philadelphia, Wanamaker
  Building, 100 Penn Square East, Philadelphia, Pennsylvania
  19107
SUBJECT: Z--MAINTENANCE DREDGING, WILMINGTON HARBOR, CHRISTINA
  RIVER
POC Daniel McGovern, Contract Specialist, (215) 656-6984.
CNT DACW61-97-C-0006
AMT $493,933.43
DTD 112296
TO Norfolk Dredging Company, P.O. Box 1706, Chesapeake, Virginia
  23327
CITE: (M-338 SN008354)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 6 CONS/LGCC, 2606 Brown Pelican Ave., MacDill AFB, FL
  33621-5000
SUBJECT: Z--REPAIR NAVCENTROOF, BLDG. 532, MACDILL AFB, FL
POC Contract Administrator, Mr. Kenneth R. Huckins, (813) 828-3815,
  ext. 330.
CNT F08602-97-CK001; F08602-96-BA015
AMT $261,272.00
LINE 0001 & 0002
DTD 112096
TO Morrell Sheet Metal Inc., 5402 W. Linebaugh Ave., Tample,
  FL 33624
CITE: (M-338 SN008355)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: CO ENGFLDACT MW, Building 1A Suite 120, 2703 Sheridan
  Road, Great Lakes, IL 60088-5600
SUBJECT: Z--REPLACE CONCRETE WALKS/ DRIVEWAYS/APPROACHES CARPORTS/POST
  IMPROVEMENTS, USMC, BELTON, MO
POC Sally A. Merritt, (847) 688-2600, Ext. 121.
CNT N68950-96-C-0033
AMT $764,400.00
DTD 112196
TO National Streetscape Inc, 1608 MIC-O-SAY, Blue Springs, MO
  64015
CITE: (M-338 SN008356)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of NAVFAC Contracts, Crane Division,
  Naval Surface Warfare Center, Crane, Indiana 47522
SUBJECT: Z--JOB ORDER CONTRACT FOR THE CRANE DIVISION, NAVAL
  SURFACE WARFARE CENTER, CRANE, INDIANA 47522-5082
POC Jeffrey J. Strange, (812) 854-3247, Contracting Officer,
  CDR F.R. Smith, (812) 854-1344.
CNT N68950-95-D-0030
AMT $500,000.00
DTD 111596
TO Centennial Contractors Enterprises, Inc., 8500 Leesburg Pike,
  Suite 500, Vienna, VA 22182
CITE: (M-338 SN008366)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 2D Contracting Squadron, 841 Fairchild Ave., Suite 219,
  Barksdale AFB LA 71110-2271
SUBJECT: Z--REPAIR BX ROOF FRONT SECTION AND BLDG 7268 ROOF
POC SrA. Tracy Roach, Contract Specialist, (318) 456-4012, Kathy
  Lee, Contracting Officer.
CNT F1660297C0010/F1660296B0011
AMT $199,206.00
LINE 0001
DTD 110596
TO John Gibbs Roof Systems, Inc., P.O. Box 6384, Bossier City
  LA 71171-6384, (318) 747-3571
CITE: (M-338 SN008367)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Officer in Charge of Construction,  P.O. Box X7, Marine
  Corps Air Ground Combat Center, Twentynine Palms, CA, 92278-0107
SUBJECT: Z--INSTALL RACQUETBALL  COURTS, FACILITY 1502 (P-586),
  MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE  PALMS, 
  CA
POC Mrs. Chris Pilgrim, (619) 830-7337/Contracting Officer.
CNT N68711-96-C-5125
AMT $155,583.00
LINE Base Bid Item 0001
DTD 112296
TO Golden Land Building, P.O. Box 549, Apple Valley, CA 92307
CITE: (M-338 SN008371)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 27TH Contracting Squadron, 100 N Torch Blvd., Cannon
  AFB, NM 88103-5131
SUBJECT: Z--REPAIR POOL #2
POC David G. Colbert, Contract Administrator,  (505) 784-784-2079;
  Caroline K. Ponce, Contracting Officer, (505) 784-2888.
CNT F29605-97-C0008
AMT $234,000.00
LINE CLINS 0001 Through 0
DTD 110896
TO Shasta Ind. Inc., 1839 W. Culver St, Phoenix, AZ 85007
CITE: (M-338 SN008372)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC, Beaufort Area, P.O. Box 448, Port Royal, SC 29935-0448
SUBJECT: Z--REPAIRS TO FUEL SYSTEM, BUILDING 13, NAVAL HOSPITAL,
  BEAUFORT, SC
CNT N62467-96-C-5060
AMT $147,500.00
DTD 112196
TO Shipyard River Coal Terminal, 1801 Milford Street, Charleston,
  SC 29405
CITE: (M-338 SN008373)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, MD 21045-0701
SUBJECT: Z--EXPANSION PROJECT, RMS 122, 128-9, 141 & 142, BMEU,
  CINCINNATI, OH 45234-9441
CNT 232098-96-B-0419
AMT $447,423.00
DTD 112296
TO Three R Construction Co., 20 E. Voorhees St., Cincinnati OH
  45215
CITE: (M-338 SN008377)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, 8055 E Tufts Avenue, Suite
  400, Denver, CO
SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR REPAIRS
  AND ALTERATIONS IN POSTAL FACILITIES IN THE GEOGRAPHIC AREA
  OF SOUTHWESTERN ID, ZIP CODE AREA 836 AND 837
CNT 072976-97-B-0097
AMT $1,075.00
DTD 112696
TO Colvico Inc., P.O. Box 2682, Spokane, WA 99220-2682
CITE: (M-338 SN008378)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, 8055 E Tufts Avenue, Suite
  400, Denver, CO
SUBJECT: Z--INDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR REPAIRS
  AND ALTERATIONS IN POSTAL FACILITIES IN THE GEOGRAPHIC AREA
  OF SOUTHEASTERN ID, ZIP CODE AREAS 832, 833 AND 834
CNT 072976-97-B-0098
AMT $1,075.00
DTD 112696
TO Colvico Inc., P.O. Box 2682, Spokane, WA 99220-2682
CITE: (M-338 SN008379)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, 4000
  DeKalb Technology Pkwy., Ste. 300, Atlanta, GA 30340-2799
SUBJECT: Z--SUNCOAST DISTRICT--TAMPA, FL AREA--INDEFINITE QUANTITY
  CONSTRUCTION CONTRACT
POC Leslie L. Martin, Facilities Contract Specialist, (770) 454-0660.
CNT 123125-97-B-3031 & 123125-97-B-3032
AMT Multiplier .564 & .57
DTD 112796
TO Darcon, Inc., P.O. Box 1579, Oldsmar, FL 34677-1579 & Coastal
  Unlimited Inc., PO Box 260493, Tampa, FL 33685-0493
CITE: (M-338 SN008380)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: OICC ROICC Yorktown NAVFACENGCOM Contracts, P. O. Box
  308, Lackey, VA 23694-0308
SUBJECT: Z -- REPLACE HVAC SYSTEM BLDG. 476, NAVAL WEAPONS STATION,
  YORKTOWN, VA
POC Contact Point, Stephanie Leeper, Contract Specialist or Kathy
  Martin, Contracting Officer at (804) 887-4161
CNT N62470-96-C-5538
AMT $1,388,950
LINE BID ITEM 0001 AND 00
DTD 120396
TO Snap Contracting Corporation, 5665 E. Virginia Beach, Blvd.,
  Norfolk, VA 23502-2427
CITE: (I-338 SN008409)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, P.O.
  Box 701, Columbia, Maryland 21045-0701
SUBJECT: Z--RENOVATION/ALTERATION EXISTING FACILITY, P&DC BLDG.
  11, PITTSBURGH, PA 15290-9998
CNT 232098-96-B-0433
AMT $499,000.00
DTD 111896
TO Rob-Bern Associates, Inc., Box/Drawer 98203, Pittsburgh, PA
  15227
CITE: (M-338 SN008447)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Facilities Service Office, U.S. Postal Service, 4000
  DeKalb Technology Pkwy., Ste. 300, Atlanta, GA 30340-2799
SUBJECT: Z--WARNER ROBINS, GA-AUXILIARY VMF-UST REMOVAL/UPGRADE
POC Leslie L. Martin, Facilities Contract Specialist, (770) 454-0660.
CNT 123125-97-P-3034
AMT $19,641.82
DTD 112296
TO Batton & Toole, Inc., P.O. Box 407, Vidalia GA 30474-0407
CITE: (M-338 SN008449)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: GSA, Property Management Contracts Branch, JCK Federal
  Building, 230 South Dearborn St, Chicago, IL 60604
SUBJECT: Z--ELEVATOR MODERNIZATION: PAUL FINDLEY FEDERAL BUILDING,
  SPRINGFIELD, IL
POC Kimberly Wood, (217) 492-4277.
CNT GS05P97GAC0001
AMT $545,300.00
DTD 111596
TO R.L. Vollintine Construction, Inc. 1621 Georgia Avenue, Springfield,
  IL 62703
CITE: (M-338 SN008451)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: United States Property and Fiscal Office for Ohio, ATTN:
  AGOH-PF-PC, 2811 West Dublin Granville Road, Room 211, Columbus,
  Ohio 43235-2788
SUBJECT: Z--REPAIR ROOFS, BUILDING 105 & 119, TOLEDO AIR NATIONAL
  GUARD BASE, SWANTON, OHIO
POC Elaine Farabee, (614) 766-3843.
CNT DAHA33-97-C-0002
AMT $162,800.00
DTD 111596
TO Wolfe's Roofing, Inc., 1302 Millbury Road, Oregon, OH 43619
CITE: (M-338 SN008458)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 5th Contracting Squadron LGCC, 211 Missile Avenue, Minot
  AFB, North Dakota 58705-5027
SUBJECT: Z-RENOVATE DORMS 276 & 211
CNT F32604-97-C0003
AMT $672,381.00
DTD 112596
TO Rolac Contracting, Inc., P.O. Box 1872, Minot, ND 58702
CITE: (M-338 SN008461)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: 30 CONS/LGCCB, Bldg 7015, Section 2A, 806 13th Street,
  Suite 2, Vandenberg AFB, CA 93437-5226
SUBJECT: Z--INSTALL FLOW METERS AND REPLACE INDICATOR VALVES
POC Claudia McMorris, Procurement Technical, (805) 734-8232,
  ext. 6-3758, Cora L. Armstrong, Contract Specialist, (805)
  734-8232, ext 6-8376, Charles Painter, Contracting Officer,
  (805) 734-8232, ext 6-5002.
CNT F04684-97-C0007 & F04684-96-B0013
AMT $181,606.00
LINE Clin 0001/0002
DTD 112296
TO Richard R. Simons Company, 281 N. Las Flores Road, Nipomo,
  CA 93444, (805) 929-3517
CITE: (M-338 SN008463)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: NASA/Goddard Space Flight Center, Code 212, Greenbelt,
  MD 20771
SUBJECT: Z -- REPLACE SWITCHGEAR EQUIPMENT-VARIOUS BUILDINGS
POC Joanne Santiago, Contract Specialist, 301-286-3473.
CNT NAS5-97002
AMT $950,000.00
LINE N/A
DTD 112196
TO Modern Electric of MD, Ltd., 7221 Baltimore-Annapolis Boulevard,
  Glen Burnie, MD 21062-2799
CITE: (I-338 SN008478)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--GUARD, SAFETY.
SOL SP0750-96-Q-9772
CNT SP0750-97-M-7129
AMT $54,706.60
LINE 0001 THROUGH 0002
DTD 120296
TO Onodi tool and engineering Co 19150 Meginnity Ave Melvindale
  MI  48122-1934
CITE: (I-338 SN007888)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--TUBE ASSEMBLY, VIDIC
SOL SP0920-97-Q-A017
CNT SP0920-97-M-0961
AMT $35,370.00
LINE 0001
DTD 112996
TO MPD Inc 316 E 9TH St Owensboro KY 42301-2312
CITE: (I-338 SN008147)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--LAMP ASSEMBLY
CNT SP0920-97-M-1172
AMT $99,120.00
LINE 0001
DTD 112996
TO Autodyne Mfg Co Inc 200 N Strong Ave P O Box 623 Lindenhurst
  NY  11757-0623
CITE: (I-338 SN008182)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--SUPPORT, STRUCTURAL
SOL SP0460-96-R-2716
CNT SP0460-97-C-0119
AMT $46,500.00
LINE 0001 THROUGH 0002
DTD 112796
TO Aero Components P. O. Box 120157 419 West Fork Dr.  Arlington,
   TX 76012
CITE: (I-337 SN007766)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--DUCT, AFT
SOL SP0460-96-R-0829
CNT N00383-92-G-B115-TYN1
AMT $144,210.00
LINE 0001AA THROUGH 0002A
DTD 112796
TO Rohr Inc 850 Lagoon Dr Chula Vista CA 91910-2098
CITE: (I-337 SN007788)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--ELBOW ASSEMBLY
SOL SP0460-96-Q-CE91
CNT SP0460-97-M-2280
AMT $57,750.00
LINE 0001
DTD 112796
TO Senior Flexonics Inc Stainless Steel Products Div 2980 N San
   Fernando Blvd Burbank CA 91504
CITE: (I-337 SN007790)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--FIREWALL, FUSELAGE
SOL SP0460-96-Q-CD33
CNT SP0460-97-M-2296
AMT $33,557.32
LINE 0001
DTD 112796
TO Seaman products of California 620 arroyo Ave P.O.Box 9004
  San  Fernando CA 91341-9004
CITE: (I-337 SN007791)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--LINK ASSEMBLY, MOUNT
SOL SP0460-96-Q-LJ65
CNT SP0460-97-M-2261
AMT $68,090.40
LINE 0001
DTD 112796
TO Dunrite Tool and Die Inc 2120 5TH Ave Ronkonkoma NY 11779-6906
CITE: (I-337 SN007792)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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 ASSEMBLY, CANOPY
SOL SP0460-96-Q-LW63
CNT SP0460-97-M-2226
AMT $43,660.00
LINE 0001
DTD 112796
TO Llamas Plastics, Inc.  12970 Bradley Ave.  Sylmar, CA.   91342
CITE: (I-337 SN007793)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--TUBE ASSEMBLY, AIR BLEED DUCT
SOL SP0460-96-R-3198
CNT SP0460-97-C-0127
AMT $57,682.00
LINE 0001AA THROUGH 0001A
DTD 112996
TO Senior Flexonics Inc Stainless Steel Products Div 2980 N San
   Fernando Blvd Burbank CA 91504
CITE: (I-338 SN007987)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--WINDSHIELD PANEL, AIRCRAFT
SOL SP0460-96-Q-MR36
CNT SP0460-97-M-6247
AMT $88,990.00
LINE 0001 THROUGH 0003
DTD 112996
TO Sierracin/Sylmar Corp 12780 San Fernando Rd Sylmar CA 91342-3728
CITE: (I-338 SN007988)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--SKIN, AIRCRAFT
SOL SP0460-96-Q-XV89
CNT SP0460-97-M-4409
AMT $80,997.60
LINE 0001
DTD 112996
TO Precision Mold and Tool Government Div 941 Isom Rd San Antonio
  TX  78216-4136
CITE: (I-338 SN007989)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--COLLECTOR ASSEMBLY,
SOL SP0460-97-R-0338
CNT SP0460-97-C-5090
AMT $379,291.00
LINE 0001 THROUGH 0003
DTD 112996
TO Precision Mfg Co of San Antonio Texas 4546 sinclair Road San
   Antonio TX 78222-2037
CITE: (I-338 SN007993)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--HOOK, CANOPY, MECHANI
SOL SP0460-97-Q-B126
CNT F04606-96-G-0004-TY53
AMT $36,677.30
LINE 0001
DTD 112896
TO Northrop Grumman Corp Military Aircraft Systems Div El Segundo
   site 1 Hornet Way El Segundo CA 90245-2804
CITE: (I-338 SN008004)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--YOKE ASSY, FLAP JACK SCREW
SOL SP0460-96-Q-AC95
CNT F09603-94-G-0035-XHM6
AMT $38,545.65
LINE 0001 THROUGH 0003
DTD 112996
TO Lockheed Martin Corp Lockheed Martin Aeronautical Systems
  86 S  Cobb Dr Marietta GA 30063
CITE: (I-338 SN008010)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--FLAP HINGE, COVE LIP
SOL SP0460-96-X-6821
CNT SP0460-97-M-4512
AMT $40,500.00
LINE 0001
DTD 112996
TO Bandy machining Intl 3420 N San Fernando Blvd P.O.Box 7716
   Burbank CA 91510-7716
CITE: (I-338 SN008036)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--WINDSHIELD PANEL, AI
SOL SP0460-96-Q-LU26
CNT N00383-94-G-M114-TYT5
AMT $49,255.00
LINE 0001 THROUGH 0002
DTD 113096
TO Grumman Aerospace Corp MS B04 106 1111 Stewart Avenue P O
  Box 550  Bethpage, NY 11714-3582
CITE: (I-338 SN008039)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CONE, RETAINING ROD
SOL SP0460-96-Q-AN41
CNT N00383-92-G-K311-XK01
AMT $27,160.00
LINE 0001 THROUGH 0002
DTD 112996
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-338 SN008041)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 ASSEMBLY
SOL SP0460-96-Q-AN05
CNT DAAJ09-93-G-0017-TYA9
AMT $112,854.70
LINE 0001
DTD 112996
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-338 SN008043)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--WINDSHIELD PANEL, SKYLIGHT, AFT, L/H
SOL SP0460-96-Q-AE64
CNT SP0460-97-M-4476
AMT $29,444.00
LINE 0001AA THROUGH 0001A
DTD 120296
TO PPG Industries Inc works no 22 1719 Highway 72 E P O Box 2200
   Huntsville AL 35804-4816
CITE: (I-338 SN008047)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 ASSEMBLY, FUSE
SOL SP0460-97-Q-D004
CNT SP0460-97-M-6213
AMT $27,222.00
LINE 0001
DTD 112996
TO Helicomb Intl Inc 1402 S 69TH East Ave Tulsa OK 74112-6610
CITE: (I-338 SN008048)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--PANEL, STRUCTURAL, AI
SOL SP0460-96-R-2168
CNT SP0460-97-C-0120
AMT $49,997.00
LINE 0001
DTD 112996
TO H A C Corp 537 Camden Dr P.O.Box 531166 Grand Prairie TX 75053
CITE: (I-338 SN008050)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--COAMING, CARGO DOOR
SOL SP0460-96-Q-AP01
CNT SP0460-97-M-6236
AMT $75,000.00
LINE 0001 THROUGH 0002
DTD 112896
TO Plastic fabricating Co Inc sub of meggitt-usa Inc 1650 S McComas
   Wichita KS 67213-1239
CITE: (I-338 SN008051)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--INSULATION ASSEMBLY
SOL SP0460-96-Q-CE52
CNT SP0460-97-M-2290
AMT $58,195.62
LINE 0001 THROUGH 0002
DTD 113096
TO Seaman products of California 620 arroyo Ave P.O.Box 9004
  San  Fernando CA 91341-9004
CITE: (I-338 SN008054)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 ASSEMBLY, LOW
SOL SP0460-96-Q-AN67
CNT SP0460-97-M-6250
AMT $54,912.00
LINE 0001
DTD 112996
TO Helicomb Intl Inc 1402 S 69TH East Ave Tulsa OK 74112-6610
CITE: (I-338 SN008057)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 15--WINDOW ASSEMBLY
SOL SP0460-96-Q-XV24
CNT SP0460-97-M-4550
AMT $95,975.00
LINE 0001AA THROUGH 0002A
DTD 112996
TO Llamas Plastics, Inc.  12970 Bradley Ave.  Sylmar, CA.   91342
CITE: (I-338 SN008059)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--LEADING EDGE, ACFT
SOL SP0460-95-R-4029
CNT SP0460-97-C-5091
AMT $189,057.60
LINE 0001 THROUGH 0002
DTD 120296
TO H A C Corp 537 Camden Dr P.O.Box 531166 Grand Prairie TX 75053
CITE: (I-338 SN008060)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--GRIP ASSEMBLY
SOL SP0460-96-Q-LN64
CNT SP0460-97-M-2230
AMT $45,555.96
LINE 0001 THROUGH 0002
DTD 112796
TO Essex Industries Inc Essex Mfg Div 6 Sunnen Dr Saint Louis
  Mo  63143-3903
CITE: (I-337 SN007796)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--PARTS KIT, AIR MOTOR
SOL 96TV92-02-P-0900
CNT SP0920-97-M-1090
AMT $61,404.00
LINE 0001
DTD 112796
TO Burke Products Inc 954 Senate Dr Centerville OH 45459-4017
CITE: (I-337 SN007868)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--HOUSING, PISTON, WHEEL. E/I U-21A AIRCRAFT
SOL 96TV39-62-P-0700
CNT SP0750-97-M-1192
AMT $26,649.00
LINE 0001
DTD 112996
TO Hoosier Industrial Supply Inc 1223 Chicago Ave P.O.Box 929
  Goshen  IN 46527
CITE: (I-338 SN007890)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--LAP ASSEMBLY, VALVE.
SOL SP0740-96-Q-HA91
CNT SP0740-97-M-1486
AMT $76,896.38
LINE 0001
DTD 112996
TO Parker-Hannifin Corp Aerospace Group Customer Support Military
   Div 16666 Von Karman Ave Irvine CA 92714-4917
CITE: (I-338 SN007897)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--FILTER ELEMENT, FLUID.
CNT F09603-95-G-0013-UB6A
AMT $53,045.00
LINE 0001 THROUGH 0003
DTD 120396
TO Pall Aeropower Corp Sub of Pall Corp 6301 49TH St N Pinellas
  Park  FL 34665-5798
CITE: (I-338 SN007920)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--COMPENSATOR-PLUG (COMPENSATOR, LIQUID, VOLUME).
CNT SP0770-97-C-4343
AMT $472,273.60
LINE 0001 THROUGH 0004
DTD 120296
TO Senior Flexonics Inc metal bellows Div 1075 Providence Hwy
  Sharon  MA 02067
CITE: (I-338 SN007925)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--SHAFT ASSEMBLY, SYNCHRONIZING
SOL SP0740-96-X-N212
CNT F09603-94-G-0038-UB55
AMT $89,623.80
LINE 0001 THROUGH 0005
DTD 112996
TO United Technologies Corp Hamilton Standard Div 1 Hamilton
  Rd  Windsor Locks CT 06096-1010
CITE: (I-338 SN007934)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--JET ASSY, LUBE
CNT F09603-94-G-0016-UB1A
AMT $29,220.00
LINE 0001 THROUGH 0003
DTD 120396
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-338 SN007941)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 16--CAM, LAUNCH BAR, NOSE.
CNT SP0770-97-M-HN26
AMT $35,986.08
LINE 0001 THROUGH 0002
DTD 120396
TO Grumman St Augustine Corp sub of Grumman Aerospace Corp 5000
  US 1  N P O drawer 3447 Saint Augustine FL 32085-3447
CITE: (I-338 SN007942)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--PARTS KIT, PROP CONTROL.
SOL SP0740-96-Q-HA89
CNT SP0740-97-M-1484
AMT $72,210.60
LINE 0001 THROUGH 0003
DTD 112996
TO Kitco Inc 1625 N Mountain springs pky P O Box 900 Springville
  UT  84663-0900
CITE: (I-338 SN007943)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 16--SEAT, AIRCRAFT
SOL SP0460-96-R-2702
CNT SP0460-97-C-5086
AMT $167,451.00
LINE 0001 THROUGH 0003
DTD 112996
TO Simula Government Products Inc DBA SGP Inc 10016 S 51ST St
   Phoenix AZ 85044-5203
CITE: (I-338 SN007990)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--SCREW, BALL
SOL SP0460-97-X-3249
CNT SP0460-97-M-4414
AMT $99,960.00
LINE 0002
DTD 112896
TO Aircraft logistic support Co /Alco/ 1001 Shannon CT unit C
   Livermore CA 94550
CITE: (I-338 SN007992)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--ARM, WINDSHIELD WIPER
SOL SP0460-96-R-3044
CNT SP0460-97-C-0114
AMT $45,247.68
LINE 0001 THROUGH 0002
DTD 112996
TO Krause Airco Inc 630 Meyer lane redondo Beach CA 90278
CITE: (I-338 SN007996)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--STRAP, MOUNTING, OIL TANK
CNT SP0460-97-M-4523
AMT $25,393.41
LINE 0001 THROUGH 0003
DTD 112996
TO DFP Mfg Corp 40 keyland CT Bohemia NY 11716
CITE: (I-338 SN008002)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CONTROL ASSEMBLY, PUSH-PULL
SOL SP0460-97-Q-B001
CNT SP0460-97-M-2305
AMT $71,449.50
LINE 0001
DTD 112996
TO Norco, Inc.  P. O. Box 405 georgetown CT.  06829
CITE: (I-338 SN008008)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--BELT, AIRCRAFT SAFETY
SOL SP0460-96-R-2257
CNT SP0460-97-C-0115
AMT $31,274.24
LINE 0001
DTD 112996
TO Davis aircraft products Co Inc 1150 Walnut AV Bohemia NY 
  11716-2105
CITE: (I-338 SN008014)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--PARTS KIT, INLET DOOR
SOL SP0460-97-Q-B034
CNT SP0460-97-M-2288
AMT $35,042.00
LINE 0001
DTD 113096
TO Talley Corp the DBA Teleflex control systems 1950 Williams
  Dr  Oxnard CA 93030
CITE: (I-338 SN008015)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--PARTS KIT, ACTUATOR,
SOL SP0460-96-Q-XU69
CNT SP0460-97-M-4524
AMT $48,664.00
LINE 0001 THROUGH 0003
DTD 112996
TO CEF Industries Inc Calco Div 320 S Church St Addison IL 60101
CITE: (I-338 SN008037)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--LOCKING BAR
SOL SP0460-96-Q-MT70
CNT F04606-96-G-0018-TY21
AMT $52,500.00
LINE 0001 THROUGH 0002
DTD 112996
TO Teledyne Ryan aeronautical Teledyne Industries Inc 2701 N
  Harbor  Dr San Diego CA 92138
CITE: (I-338 SN008040)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--SEAL ASSY, TURBINE, C
SOL SP0920-96-Q-2934
CNT SP0920-97-M-1109
AMT $89,243.70
LINE 0001 THROUGH 7002
DTD 112996
TO Huntington Valley Industries 5142 Bolsa Ave Suite 105 Huntington
   Beach CA 92649-1048
CITE: (I-338 SN008139)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--SHAFT AND SLEEVE, TU
SOL 96TP45-62-P-0900
CNT N00383-95-G-M120-UBY8
AMT $40,407.15
LINE 0001 THROUGH 0003
DTD 112996
TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300
  W  Warner Rd Tempe AZ 85285-2200
CITE: (I-338 SN008141)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--PLATE, NOZZLE SEAL
CNT F09603-94-G-0038-UB2G
AMT $31,188.24
LINE 0001AA THROUGH 0001A
DTD 112696
TO United Technologies Corp Hamilton Standard Div 1 Hamilton
  Rd  Windsor Locks CT 06096-1010
CITE: (I-338 SN008165)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, Ste.
  5, Tyndall, AFB, FL 32403-5526
SUBJECT: 16--AIRCRAFT BRAKE KITS
POC TSgt Hooks Contract Specialist, (904) 283-8613, fax (904)
  283-3963, Brian J. Andrade Contracting Officer.
CNT F08637-97-C0001
AMT $498,945
LINE 0001
DTD 111896
TO Engineered Systems Company 2550 Market Street, Aston, PA 19014-3426
CITE: (M-338 SN008332)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, Mo 63120
SUBJECT: 16 -- BRAKE, ROTOR
POC Diane Simpson, Contract Specialist, 314-263-0734, Rita Surgeon,
  Contracting Officer, 314-263-0742, AMSAT-A-PLBD.
CNT DAAJ09-96-P-0910
AMT $ 34,983.65
LINE 0001AA
DTD 100996
TO National Machine Co., Stow, OH 44224-1708
CITE: (I-338 SN008405)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--KIT, MOBILITY.
SOL SP0770-96-Q-QF51
CNT SP0770-97-M-AX44
AMT $80,962.00
LINE 0001 THROUGH 0002
DTD 113096
TO Ibide Intl Corp 229 Gentlebrook Rd Owings Mills MD 21117-2457
CITE: (I-338 SN007910)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--TRUNNION ASSEMBLY.
SOL SP0740-96-Q-HA30
CNT SP0740-97-M-1498
AMT $30,500.75
LINE 0001
DTD 112996
TO Aero Engineering and Mfg Co 28217 Ave Crocker Valencia CA
   91355-1249
CITE: (I-338 SN007928)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--STAND, TRANSPORT, ENGINE, UNIVERSAL.
SOL SP0770-97-Q-MB82
CNT SP0770-97-M-EA10
AMT $28,700.00
LINE 0001 THROUGH 0002
DTD 112996
TO Bright Lights USA Inc 104 Harmon Dr Blackwood NJ 08012-5148
CITE: (I-338 SN007947)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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. #97-0002H
AMT $196,385.00
LINE LOT 0001
DTD 111396
TO HONOLULU SHIPYARD, INC.-0
CITE: (M-338 SN008455)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding C&R,USN,Portsmouth,VA,P.O.Box
  215,Portsmouth,VA,23705-0215
SUBJECT: 19 -- USS GUAM (LPH-9), SSP 078-97, TAV
CNT JOB ORDER 7034
AMT $32,825.00
LINE 0001, 0002, 0003
DTD 120396
TO Moon Engineering Company, Inc., 2 Harper Avenue, Portsmouth,
  VA  23707
CITE: (I-338 SN008502)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--HUB, BODY ASSEMBLY
SOL SP0760-96-R-2052
CNT SP0760-97-C-4084
AMT $173,500.00
LINE 0001
DTD 120396
TO Mcr engineering Co Inc 321 East St walpole MA 02032
CITE: (I-338 SN007889)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 20--CONTAINER, TRASH
SOL SP0451-96-B-3027
CNT SP0490-97-C-5092
AMT $205,154.40
LINE 0001 THROUGH 0003
DTD 120296
TO Germantown tool and machine works Inc 1681 republic Rd huntingdon
   valley PA 19006-1807
CITE: (I-338 SN008049)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services Administration, automotive commodity,
   acquisitiondivision (FCAPX), Washington, DC 20406
SUBJECT: 23--LIGHT TRUCKS
SOL FCAP-X2-CHOICE-N
POC Denise Banks (703) 308-4148
CNT GS-30F-97031
AMT $94,392,110.00
LINE VARIOUS
DTD 111896
TO Ford Motor company, Ford Division, 300 renaissance center,
   detroitmi 48243
CITE: (I-337 SN007760)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services Administration, automotive center, acquisition,
   Division (FCAPX), Washington, DC 20406
SUBJECT: 23--LIGHT TRUCKS
SOL FCAP-X2-CHOICE-N
POC Denise Banks (703) 308-4148
CNT GS-30F-97032
AMT $79,529,867.00
LINE VARIOUS
DTD 111896
TO General Motors corporation, fleet operations-bid center, 30007
   van Dyke Avenue, Warren, MI 48090
CITE: (I-337 SN007761)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 23--Ground Effect Vehicles, Motor Vehicles, Trailers,
  and Cycles
OFFADD: General Services Administration, automotive center, Acquisition
   Division (FCAPX), Washington, DC 20406
SUBJECT: 23--LIGHT TRUCKS
SOL FCAP-X2-CHOICE-N
POC Denise Banks (703) 308-4148
CNT GS-30F-97030
AMT $74,834,667.00
LINE VARIOUS
DTD 111896
TO Chrysler corporation, 1401 H Street, n.w., Suite 700,  Washington,
  DC 20005
CITE: (I-337 SN007762)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--DRAWBAR AND YOKE ASSEMBLY. ON GRADER, ROAD
SOL SP0750-97-Q-0013
CNT SP0750-97-M-4233
AMT $45,662.52
LINE 0001 THROUGH 0002
DTD 112996
TO Ohio machinery Co government sales office 5695 crooked stick
  Rd  P.O.Box 399 Sharon Center OH 44274-0399
CITE: (I-338 SN007887)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CASE, TRANSMISSION. ON TRUCK, 5 TON,
SOL 96TER9-72-P-0700
CNT SP0750-97-M-1214
AMT $35,203.80
LINE 0001 THROUGH 0003
DTD 112996
TO Hydro power industrial products Inc 3650 South big Bend Blvd
  St  Louis Mo 63143-3902
CITE: (I-338 SN007903)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CLUTCH ASSEMBLY, FRICTION, FAN DRIVE.
SOL SP0750-96-Q-B247
CNT SP0750-97-M-9276
AMT $66,924.00
LINE 0001
DTD 112996
TO Jay's LTD Inc DBA parts source LTD 941-D Ashwaubenon St Green
  Bay  WI 54304
CITE: (I-338 SN007904)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CLUTCH, POSITIVE.
SOL SP0750-96-Q-B238
CNT SP0750-97-M-9222
AMT $38,082.00
LINE 0001
DTD 112996
TO Twin DISC Inc 1328 Racine St Racine WI 53403-1758
CITE: (I-338 SN007926)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--SUPPORT, RETRACTABLE, TRAILER.
SOL SP0750-96-Q-0429
CNT SP0750-97-M-0171
AMT $31,251.84
LINE 0001 THROUGH 0002
DTD 112996
TO Beta Mfg Co Inc sub of Hayes Corp W161 N9116 Hayes Ave P.O.Box
   630 menomonee Falls WI 53052
CITE: (I-338 SN007935)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--TORQUE CONVERTER (HEAVY-DUTY, 6 MOUNTING PADS,
SOL SP0750-96-Q-7098
CNT SP0750-97-M-5193
AMT $99,360.00
LINE 0001 THROUGH 0004
DTD 120296
TO Tri components products Co 973 Brook Ave Bronx NY 10451-4209
CITE: (I-338 SN007948)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--SPACER, STAGE 5 & 6
SOL SP0480-96-Q-JA12
CNT SP0480-97-M-F259
AMT $38,819.40
LINE 0001 THROUGH 0003
DTD 112796
TO Lin-fasteners Inc 770 S RT 73 West Berlin NJ 08091
CITE: (I-337 SN007770)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--PARTS KIT, BEARING
SOL SP0480-97-Q-J413
CNT SP0480-97-M-F293
AMT $35,706.80
LINE 0001
DTD 112796
TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O
  Box 626  Baltimore MD 21203-0626
CITE: (I-337 SN007772)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--PISTON, ACTUATOR
SOL SP0480-97-Q-J379
CNT F41608-94-G-0031-TY80
AMT $29,234.00
LINE 0001 THROUGH 0002
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-337 SN007774)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, LINER, CYLINDER.
SOL SP0750-96-Q-B242
CNT SP0750-97-M-9232
AMT $49,533.00
LINE 0001 THROUGH 0004
DTD 120296
TO PTC Inc communications Div 2822 Juniper St Fairfax VA 22031
CITE: (I-338 SN007896)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 AND PISTON ASSEMBLY.
SOL SP0750-96-Q-1611
CNT SP0750-97-M-1182
AMT $47,955.00
LINE 0001
DTD 120396
TO Ibide Intl Corp 229 Gentlebrook Rd Owings Mills MD 21117-2457
CITE: (I-338 SN007946)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--GEAR ASSEMBLY, COMPRESSOR
SOL SP0480-96-R-3207
CNT F34601-95-G-0012-TY63
AMT $393,583.00
LINE 0001AA THROUGH 0002A
DTD 112896
TO Allison Engine Co Inc MS speed code R39 2001 S Tibbs Ave P.O.Box
   420 Indianapolis In 46206-0420
CITE: (I-338 SN008000)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--VANE ASSEMBLY, STATOR
SOL SP0480-96-R-2952
CNT SP0480-97-C-5041
AMT $215,870.40
LINE 0001 THROUGH 0002
DTD 112996
TO Sams Airpack Plus Inc 5175 Ridgevine Way Fair Oaks CA 95628
CITE: (I-338 SN008007)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 28--SEAL, AIR, GAS TURBINE
SOL SP0480-96-Q-W694
CNT SP0480-97-M-F223
AMT $51,332.00
LINE 0001AA THROUGH 0002A
DTD 112996
TO Precision rings Inc 5611 progress Rd P.O.Box 421189 Indianapolis
   In 46242-1189
CITE: (I-338 SN008016)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--COVER, GEARBOX ASSEMBLY
SOL SP0480-97-Q-J611
CNT SP0480-97-M-F240
AMT $88,842.00
LINE 0001
DTD 112996
TO Twin Mfg Inc 273 Chapel Rd South Windsor CT 06074-4104
CITE: (I-338 SN008044)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 28 -- GEAR, COMPRESSOR ASSY
POC M. Balahadia
CNT N00406-97-M-B771
AMT $3,301,333
LINE N/A
DTD 112596
TO allison engene co p o box 420 indianapolis in 46206
CITE: (I-338 SN008093)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--ACTUATOR, GOVERNOR
CNT SP0770-97-M-AQ73
AMT $53,640.30
LINE 0001 THROUGH 0006
DTD 120296
TO Woodward Governor Co 1000 E Drake Rd P.O.Box 1519 Fort Collins
  Co  80522
CITE: (I-338 SN007885)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--ATOMIZER ASSEMBLY, FUEL.
SOL 96T797-32-P-0700
CNT N00383-95-G-M122-UB9H
AMT $29,974.00
LINE 0001
DTD 120296
TO Alliedsignal Inc Alliedsignal Engines DBA Alliedsignal Aerospace
   Co 111 S 34TH St P.O.Box 52181## Phoenix AZ 85072-2181
CITE: (I-338 SN007932)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 29--Engine Accessories
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 29-TURBOCHARGER
POC Contact Point, Bob   Hess, 02112.4, (717)790-4061, Fax, (717)790-2284,
  Twx, Not-avail, Contracting Officer, James A Komaromy, 02112,
  (717)790-2854
CNT N0010497CDA04, Sol Nr N00104-96-R-DC30, NIIN 01214
AMT $285,720
DTD 121296
TO Abb Turbocharger Co , North Brunswick ,NJ 08902-1832
CITE: (I-338 SN007976)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--GEARSHAFT, HELICAL.
CNT N00383-95-G-M120-UBAA
AMT $48,313.25
LINE 0001AA THROUGH 0002A
DTD 120296
TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300
  W  Warner Rd Tempe AZ 85285-2200
CITE: (I-338 SN007886)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CASING, FLEXIBLE
CNT SP0740-97-C-0007
AMT $84,411.60
LINE 0003 THROUGH 0004
DTD 113096
TO Triumph Controls Inc 205 Church Rd North Wales PA 19454
CITE: (I-338 SN007900)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--GEAR, SPUR. STEEL. 265 TEETH, 6/8 DIAMETRAL
SOL 96TAS3-32-P-0700
CNT SP0760-97-M-8700
AMT $50,702.30
LINE 0001 THROUGH 0002
DTD 112996
TO Valley Detroit Diesel Allison 11300 inland Ave mira Loma CA
  91752
CITE: (I-338 SN007902)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--WEIGHT, COUNTERBALANCE
SOL 96TAJ2-42-P-0700
CNT SP0770-97-M-AJ93
AMT $28,902.65
LINE 0001 THROUGH 0008
DTD 120296
TO Barlow metal stamping Inc 2 barlow St P.O.Box 1397 Bristol
  CT  06011-1397
CITE: (I-338 SN007906)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CYLINDER ASSEMBLY, ACTUATING, LINEAR.
SOL SP0750-96-R-2363
CNT SP0750-97-C-2060
AMT $66,951.44
LINE 0001 THROUGH 0002
DTD 120196
TO Oshkosh Truck Corp 2307 Oregon St P.O. Box 2570 Oshkosh WI
   54903-2570
CITE: (I-338 SN007927)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 30--CONNECTING LINK, RIGID
SOL SP0770-95-Q-MD47
CNT SP0770-97-M-AQ66
AMT $38,976.00
LINE 0001
DTD 112996
TO AID Corp the 1 Laurel Heights Dr P O Box 685 Clayton GA  30525-0685
CITE: (I-338 SN007929)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CHAIN ASSEMBLY, CONVEYOR.
SOL SP0750-96-Q-B235
CNT SP0750-97-M-9259
AMT $34,655.00
LINE 0001
DTD 112996
TO Regal machine and engineering Inc 5200 E 60TH St P.O.Box P
  O Box  520 maywood CA 90270-3547
CITE: (I-338 SN007933)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 30 -- PACKING MATERIAL
POC D. Gordon
CNT N00406-97-M-C035
AMT $78,263
LINE N/A
DTD 112196
TO j supply company u s hwy 1 north hilland fl 32046-1529
CITE: (I-338 SN008094)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO 63120-1798
SUBJECT: 30 -- COUPLING, SHAFT, FLEX
POC ATTN: AMSAT-A-PLBA, Thelma Collins, Contract Specialist (314)263-
  2048, or June Tharp, Contracting Officer, (314)263-0800; FAX
  (314)263- 9012.
CNT DAAJ09-97-C-0052, Solicitation DAAJ09-96-R-0335, 1
AMT $199,847.70
LINE N/A
DTD 120396
TO Rexnord Corp., Coupling Opn, Main & Biddle St., P.O. Box 549,
  Warren, PA 16365
CITE: (I-338 SN008480)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 31--BEARING, BALL, ANNULAR
SOL 96TKA1-92-P-0500
CNT N00383-95-G-M120-TZID
AMT $52,364.25
LINE 0001
DTD 112896
TO Alliedsignal Inc Aerospace Equipment Systems Tempe site 1300
  W  Warner Rd Tempe AZ 85285-2200
CITE: (I-337 SN007831)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--WELDING ROD SET
SOL SP0490-97-Q-V003
CNT SP0490-97-M-AD93
AMT $51,244.56
LINE 0001 THROUGH 0002
DTD 120296
TO R and D metals and chemicals Inc 201C perimeter pk P.O.Box
  22533  Knoxville TN 37933-0533
CITE: (I-338 SN008001)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 34--Metalworking Machinery
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 34 -- WELDING ELECTRODES
POC R. Phinn
CNT N00406-97-M-C116
AMT $47,530
LINE N/A
DTD 112296
TO pacific welding supplies inc 6204 state hwy 3 bremerton wa
  98312
CITE: (I-338 SN008095)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 36--BLADDER, OXYGEN
SOL SP0450-96-X-A456
CNT SP0450-97-M-K308
AMT $54,829.56
LINE 0001 THROUGH 0002
DTD 120296
TO Treadwell Corp 341 Railroad St P.O.Box 458 Thomaston CT 06787
CITE: (I-338 SN008053)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 39--Materials Handling Equipment
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 39--LOAD BINDERS
SOL 7FXI-N6-96-3903-N
POC Richard Percoskie 817 978-2484
CNT GS07F90720
AMT $50,917.77
DTD 111896
TO W.H. Smith hardware Co. RTE 95W., P.O. Box 599 parkersburg,
   WV 26102
CITE: (I-338 SN007967)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 41--FAN, CENTRIFUGAL
SOL SP0430-97-Q-Q054
CNT SP0430-97-M-R394
AMT $28,700.00
LINE 0001
DTD 112796
TO Joy Technologies Inc joy/green fan Div 338 S Broadway P.O.Box
   5000 new Philadelphia OH 44663-3833
CITE: (I-337 SN007789)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 41--FAN, CENTRIFUGAL
SOL SP0430-96-Q-FL72
CNT SP0430-97-M-R375
AMT $43,098.00
LINE 0001 THROUGH 0002
DTD 112996
TO Tuthill Corp coppus portable ventilation Div coppus Murray
  group  millbury Industrial Pk P.O.Box 8000## millbury MA 01527-8000
CITE: (I-338 SN008052)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Southeast Regional Office, BOP, 523 McDonough Blvd.,
  SE., Atlanta, GA 30315
SUBJECT: 41--AIR-CONDITIONING EQUIPMENT
POC Rebecca Canfield, Contract Specialist, (404) 622-6241, ext.
  637, Fax (404) 331-4409.
CNT J452C016, IFB452-0007
AMT $77,651.00
LINE AIRCONDITIONING EQUI
DTD 111396
TO Trane Orlando-0
CITE: (M-338 SN008365)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 42--BRACKET, FIRE EXTINGUISHER... PER BUSHIPS DWG, WITH
SOL SP0760-96-R-3207
CNT SP0760-97-C-4323
AMT $51,766.95
LINE 0001
DTD 112996
TO Century metal parts Corp 230 S fehrway Bay shore NY 11706-1208
CITE: (I-338 SN007894)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 42--Fire Fighting, Rescue and Safety Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 42--RACK, FIRE HOSE; HOSE ASSEMBLY NOT INCLUDED
SOL SP0760-96-Q-BA17
CNT SP0760-97-M-8844
AMT $29,445.76
LINE 0001
DTD 112996
TO Aero motive Mfg Co P O Box 2678 Kalamazoo MI 49003-2678
CITE: (I-338 SN007937)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--VALVE, SERVO
SOL SP0760-96-Q-T311
CNT F34601-95-G-0003-UBAG
AMT $67,704.00
LINE 0001 THROUGH 0004
DTD 112896
TO Vickers Inc Aerospace Marine Defense 5353 Highland Dr Jackson
  MS  39206
CITE: (I-337 SN007814)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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; NON-MEGNETIC
SOL SP0760-96-R-4160
CNT SP0760-97-C-4905
AMT $102,144.00
LINE 0001
DTD 120396
TO Ohio pump of Salem Inc 409 E 2ND St Salem OH 44460-2815
CITE: (I-338 SN007895)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, HYDRAULIC RAM,
SOL 96TW75-02-P-0700
CNT SP0770-97-M-GA31
AMT $29,745.04
LINE 0001 THROUGH 0002
DTD 120296
TO Precision Mold and Tool Government Div 941 Isom Rd San Antonio
  TX  78216-4136
CITE: (I-338 SN007898)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, HYDRAULIC, PUSH-START. ON!
SOL SP0750-96-R-2753
CNT SP0750-97-C-2917
AMT $95,445.00
LINE 0001
DTD 112996
TO Ronal Industries Inc 25 Martin Pl port Chester NY 10573-4307
CITE: (I-338 SN007909)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 43--PUMP UNIT, CENTRIFUGAL.
SOL SP0700-96-Q-0115
CNT SP0700-97-M-0699
AMT $30,667.00
LINE 0001
DTD 112996
TO Carver pump Co 2415 Park Ave P.O.Box 389 Muscatine IA 52761-5636
CITE: (I-338 SN007922)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--MANIFOLD, FUELING.
SOL SP0770-97-Q-MD67
CNT SP0770-97-M-CM77
AMT $40,222.98
LINE 0001 THROUGH 0006
DTD 112996
TO Solar turbines Inc sub of Caterpiller Inc 2200 Pacific Hwy
  P O  Box 85376 San Diego CA 92138-5376
CITE: (I-338 SN007891)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 SP0770-96-Q-PN53
CNT SP0770-97-M-CM75
AMT $30,904.64
LINE 0001 THROUGH 0003
DTD 112996
TO Kaiser Aerospace and Electronics Corp Kaiser Electroprecision
  Div  17000 S red Hill Ave Irvine CA 92614
CITE: (I-338 SN007893)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--MANIFOLD, HYDRAULIC SYSTEM ACCESSORIES.
CNT SP0770-97-M-EA17
AMT $75,733.20
LINE 0001 THROUGH 0002
DTD 112996
TO Air Dry Corp of America 5297 Maureen Ln Moorpark CA 93021-6226
CITE: (I-338 SN007899)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC. 1-3/8 INCH INSIDE
SOL SP0740-96-Q-JB61
CNT SP0740-97-M-0154
AMT $39,270.00
LINE 0001 THROUGH 0002
DTD 112996
TO Air-pro, Inc.  2981 NW 79 Ave P O Box 522522 Miami, Fla  33152-2522
CITE: (I-338 SN007905)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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.  COPPER ALLOY MATERIAL(90-10),
SOL SP0760-96-R-3210
CNT SP0760-97-C-4324
AMT $138,754.56
LINE 0001 THROUGH 0002
DTD 112696
TO Production supply Co Inc 26845 VISTA ter Lake Forest CA 92630
CITE: (I-338 SN007923)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--HOSE ASSEMBLY, NONMETALLIC.
SOL SP0740-96-R-0971
CNT SP0740-97-C-0905
AMT $144,444.75
LINE 0001 THROUGH 0004
DTD 120296
TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI  49203-1972
CITE: (I-338 SN007924)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--ELBOW ASSEMBLY, PIPE.
SOL SP0770-96-Q-PN43
CNT SP0770-97-M-CN24
AMT $27,439.00
LINE 0001
DTD 112996
TO Corry Mfg Co 519 W Main St Corry PA 16407-1798
CITE: (I-338 SN007931)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--MANIFOLD, HYDRAULIC SYSTEM ACCESSORIES.
SOL SP0770-96-Q-VG21
CNT SP0770-97-M-HM78
AMT $25,872.00
LINE 0001
DTD 120396
TO Kaiser Aerospace and Electronics Corp Kaiser Fluid Technologies
   Div 530 Sugar Creek Rd E P O Box 5270 Charlotte NC 28225
CITE: (I-338 SN007936)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 SP0740-96-R-0978
CNT SP0740-97-C-0904
AMT $59,038.56
LINE 0001 THROUGH 0004
DTD 112996
TO Aeroquip Corp Aerospace Group 300 S East Ave Jackson MI  49203-1972
CITE: (I-338 SN007938)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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. CRES MAT'L., 0.028 IN. WALL THK,
SOL SP0750-96-Q-5950
CNT SP0750-97-M-4238
AMT $25,933.68
LINE 0001 THROUGH 0004
DTD 120296
TO ABCO Specialty Metals Inc 3209 Ivy Hill Dr P.O.Box 170744
   Arlington TX 76003-0744
CITE: (I-338 SN007939)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 47--TUBE ASSEMBLY, METAL. CRES, PREBENT, 1-1/4 INCH
SOL 96TEZ4-12-P-0700
CNT F42600-94-G-7559-UB6L
AMT $28,146.96
LINE 0001 THROUGH 0002
DTD 112996
TO Boeing Co, The Defense and Space Group PO Box 3999 7755 E.
   Marginal Way Seattle WA.  98124-2499
CITE: (I-338 SN007945)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 47 -- BOILER TUBES
POC J. Pavlicek
CNT N00406-97-M-C472
AMT $26,448
LINE N/A
DTD 112696
TO a.z.e. supply co inc 822 montgomery ave suite 312 narberth
  pa 19072
CITE: (I-338 SN008096)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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
SOL SP0770-96-Q-RA24
CNT SP0770-97-M-DM56
AMT $31,540.00
LINE 0001
DTD 120296
TO Milwaukee Valve Co Inc 2375 S Burrell St Milwaukee WI 53207-1519
CITE: (I-338 SN007892)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, REGULATING, TEMPERATURE. SIZE:  1 1/4 IN.
SOL SP0760-96-R-4198
CNT SP0760-97-C-4802
AMT $84,035.00
LINE 0001 THROUGH 0002
DTD 120296
TO Spirax Sarco Inc 1951 Glenwood St SW P.O.Box 119 Allentown
  PA  18105-0119
CITE: (I-338 SN007901)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, RELIEF, PRESSURE AND TEMPERATURE. 15-1/2
SOL SP0760-96-Q-Z353
CNT SP0760-97-M-6693
AMT $52,564.80
LINE 0001 THROUGH 0002
DTD 120396
TO Comptech Corp 15946 Derwood Rd Rockville MD 20855
CITE: (I-338 SN007907)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--HEADER ASSEMBLY.
SOL SP0740-96-Q-0462
CNT F09603-95-G-0015-UBE9
AMT $37,302.70
LINE 0001AA THROUGH 0002A
DTD 120296
TO Abex/NWL Aerospace A Div of Pneumo/Abex Corp 2220 Palmer Ave
   Kalamazoo MI 49001-4165
CITE: (I-338 SN007908)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, BALL
SOL SP0740-96-Q-MA33
CNT N00383-96-G-005D-UB06
AMT $54,352.76
LINE 0001 THROUGH 0002
DTD 120396
TO Parker-Hannifin Corp Aerospace Group Customer Support Military
   Div 16666 Von Karman Ave Irvine CA 92714-4917
CITE: (I-338 SN007921)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, CHECK
SOL SP0740-96-Q-GC80
CNT SP0740-97-M-3942
AMT $31,598.10
LINE 0001
DTD 120396
TO Lee Co the 2 Pettipaug Rd P.O.Box 424 Westbrook CT 06498-0424
CITE: (I-338 SN007930)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, REGULATOR.
SOL SP0770-96-Q-RA29
CNT SP0770-97-M-AZ74
AMT $42,364.50
LINE 0001 THROUGH 0002
DTD 112996
TO Comptech Corp 15946 Derwood Rd Rockville MD 20855
CITE: (I-338 SN007944)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 SP0760-97-Q-0096
CNT SP0760-97-M-0064
AMT $30,104.22
LINE 0001
DTD 120396
TO Anderson greenwood and Co 3950 greenbriar Stafford TX 77497-0944
CITE: (I-338 SN007949)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--TIRE INFLATOR GAGE AND HOSE ASSEMBLY, WITH
SOL SP0750-97-Q-0004
CNT SP0750-97-M-4236
AMT $47,428.30
LINE 0001 THROUGH 0002
DTD 112996
TO Milton Industries Inc 4500 W Cortland St Chicago IL 60639-5105
CITE: (I-338 SN007940)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 49--DISK, ROTOR
SOL SP0450-96-R-1570
CNT SP0450-97-C-0130
AMT $28,800.00
LINE 0001AA THROUGH 0001A
DTD 112996
TO Dover Tool Co 297 Orland St Bridgeport CT 06605-2220
CITE: (I-338 SN008038)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 49--TROUGH CONTROL ASSEMBLY
SOL SP0450-96-Q-SV54
CNT SP0450-97-M-K372
AMT $26,352.00
LINE 0001
DTD 120296
TO Transdigm Inc controlex Div Aerocontrolex Group 26380 Curtiss
   Wright Pky dest Bldg P.O.Box 43210## Cleveland OH 44143-0210
CITE: (I-338 SN008058)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 49--COUNTING UNIT, DIGITAL
SOL SP0920-97-Q-0233
CNT SP0920-97-M-0978
AMT $26,044.00
LINE 0001 THROUGH 7002
DTD 112996
TO Computer measurements Co 9600 Owensmouth Ave P O Box 3474
   Chatsworth CA 91311-4803
CITE: (I-338 SN008138)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SPACER, PLATE
SOL SP0500-97-Q-5535
CNT N00383-92-G-K311-TZLE
AMT $198,415.10
LINE 0001 THROUGH 0002
DTD 112896
TO Sikorsky Aircraft Corp MS S420A 6900 Main St P.O.Box 9729
   Stratford CT 06497-9129
CITE: (I-337 SN007830)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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, MACHINE
SOL SP0500-97-Q-B924
CNT SP0500-97-M-L179
AMT $95,648.00
LINE 0001AA THROUGH 0001A
DTD 112896
TO Morton Mfg 17341 W Sierra Hwy Santa clarita CA 91351
CITE: (I-337 SN007832)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SPACER, STATOR RING
SOL SP0500-96-Q-GP54
CNT F34601-92-G-0011-TZH4
AMT $60,722.50
LINE 0001
DTD 112896
TO General Electric Supply Co Support Services Section 158 Gaither
   Drive Mt Laurel N J 08054-1716
CITE: (I-337 SN007833)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--STRAP, WEBBING
SOL SP0500-97-Q-8370
CNT SP0500-97-M-L348
AMT $93,000.00
LINE 0001
DTD 112896
TO Victor Balata Belting Co Corp 1118 S 25TH St Easton PA 18042
CITE: (I-337 SN007835)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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
SOL SP0500-97-R-0007
CNT SP0500-97-C-0026
AMT $34,637.31
LINE 0001
DTD 112896
TO Delta machine and tool Co Inc 201 Ruthar Dr Suite 3 Newark
  DE  19711
CITE: (I-337 SN007836)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SPACER, RING
SOL SP0500-97-Q-6798
CNT SP0500-97-M-L210
AMT $46,719.10
LINE 0001 THROUGH 0002
DTD 112896
TO Romac electronics Inc 155 E ames court Plainview NY 11803-2307
CITE: (I-337 SN007837)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
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--NUTS AND BOLTS
POC Contracting Officer, CALABRO, ALICE, 202/508-3954
CNT 1PI-C-2846-97
AMT $162,392
DTD 112096
TO R.B.I. MANUFACTURING, INC., 6366 W. GROSS POINT ROAD, NILES,
  IL 60714-0000
CITE: (I-338 SN008229)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
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--NUTS AND BOLTS
POC Contracting Officer, CALABRO, ALICE, 202/508-3954
CNT 1PI-C-2847-97
AMT $6,714
DTD 112096
TO ALLIED PRODUCTS, 12200 IH 10 W #1806, SAN ANTONIO, TX 78230-0000
CITE: (I-338 SN008230)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
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--NUTS AND BOLTS
POC Contracting Officer, CALABRO, ALICE, 202/508-3954
CNT 1PI-C-2848-97
AMT $2,969
DTD 112096
TO AMERICAN BOLT & SCREW MANUFACTURING, 5590 JURUPA STREET, ONTARIO,
  CA 91761-0000
CITE: (I-338 SN008231)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--GASKET AND SEAL SET
SOL SP0500-97-Q-8082
CNT SP0500-97-M-L701
AMT $98,904.00
LINE 0001
DTD 112996
TO Military vehicile operations G M truck and business group
  mailcode  2603 03 660 South Boulevard East pontiac Michigan
  48341-3128
CITE: (I-338 SN008271)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--PADLOCK, GENERAL FIELD SERVICE
SOL SP0500-97-Q-7829
CNT SP0500-97-M-L555
AMT $36,410.00
LINE 0001
DTD 112996
TO Abloy security Inc 6015 commerce Dr Suite 450 Irving TX 75063
CITE: (I-338 SN008272)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--NUT, PLAIN, ROUND
SOL 96TJY8-22-P-0500
CNT SP0500-97-W-0758
AMT $41,610.00
LINE 0001
DTD 120296
TO Falcon aerospace 1018 W Main Street Arlington TX 76013
CITE: (I-338 SN008273)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL RING, METAL
SOL SP0500-96-Q-TQ97
CNT SP0500-97-M-K904
AMT $34,931.25
LINE 0001
DTD 112996
TO Kaydon Corp Kaydon Ring and Seal Inc 1600 Wicomico St P O
  Box 626  Baltimore MD 21203-0626
CITE: (I-338 SN008274)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 53--SEAL, PLAIN ENCASED
SOL SP0500-96-Q-UB44
CNT F09603-91-G-0023-TZ9U
AMT $32,385.00
LINE 0001
DTD 112996
TO Aircraft Braking Systems Corp 1204 Massillon Rd Akron OH 
  44306-4186
CITE: (I-338 SN008275)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: Headquarters, U.S. Army Aviation and Troop Command, 4300
  Goodfellow Blvd., St. Louis, Mo
SUBJECT: 53 -- BOLT, MIXER SUPPORT
POC Diane Simpson, Contract Specialist, (314)263-0768, Rita Surgeon,
  Contracting Officer, (314)263-0742, AMSAT-A-PLBD.
CNT DAAJ09-97-P-0029
AMT $ 55,611.00
LINE 0001AA
DTD 101596
TO JACO Engineering, Anaheim, CA 92805-5356
CITE: (I-338 SN008404)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: U. S. Army Aviation and Troop Command, 4300 Goodfellow
  Blvd, St. Louis, MO.
SUBJECT: 53 -- SEAL, PLAIN ENCASED
POC Patricia A. Lewis-Goss, Contract Specialist, AMSAT-A-PLBB,
  314-263- 0753, Beverly H. Ratliff, Contracting Officer, 314-263-0769,
  Datafax 314-263-9012.
CNT DAAJ09-96-D-0101/0002
AMT $ 104,160.00
LINE 0002AA
DTD 111596
TO Magnetic Seal Corportion, 365 Market Street, P. O. Box 445,
  Warren, RI 02885
CITE: (I-338 SN008408)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 54--Prefabricated Structures and Scaffolding
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 54--STEPLADDER, FIBERGLASS
SOL 7FXI-N6-96-5407-N
POC Richard Percoskie 817 978-2484
CNT GS07F90790
AMT $110,308.00
DTD 112096
TO National Industries for the blind 1901 No. Beauregard St.,
  STE.  200 Alexandria, VA 22311-1705
CITE: (I-338 SN007968)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 55--LUMBER, SOFTWOOD, BOARD; IN ACCORDANCE
SOL SP0500-97-Q-9405
CNT SP0500-97-M-L537
AMT $27,220.48
LINE 0001 THROUGH 0002
DTD 112796
TO North star Forest products Inc 150 N wiget Ln no 112 P O Box
  3496  Walnut creek CA 94598
CITE: (I-337 SN007829)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 55 -- SOFTWOOD LUMBER
POC E. Gabagat
CNT N00406-97-M-C080
AMT $42,542
LINE N/A
DTD 112296
TO kenndy johnsen lumber co p o box 236 mountlake terrace wa
  98043
CITE: (I-338 SN008097)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 56 -- PRC PRIMER & SEALANT
POC M. Balahadia
CNT N00406-97-M-A170
AMT $9,982,505
LINE N/A
DTD 112296
TO c-worthy specialties 550 s palos verdes st san pedro ca 90733
CITE: (I-338 SN008098)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 56--Construction and Building Materials
OFFADD: USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003,
  Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20707
SUBJECT: 56--GA S/B CRUSHED STONE AGGREGATE
POC Debra Kaelberer, Contract Specialist, (301) 504-5548.
CNT 54-3K47-7-005
AMT $22,680.00
DTD 111896
TO C.W. Over & Sons, Inc., 2 Bush Chapel Road, Aberdeen, Maryland
  21001-2912
CITE: (M-338 SN008293)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--RECEIVER SUBASSEMBLY
SOL SPO970-97-Q-A049
CNT F09603-94-G-0013-UB26
AMT $62,385.00
LINE 0001 THROUGH 0002
DTD 112796
TO Texas instruments Inc Defense Systems and Electronics Group
  2501  W University P.O.Box 801 M/S 8064## mc kinney TX 75070-0801
CITE: (I-337 SN007860)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522,
  PO Box 2020, Mechanicsburg, Pa 17055-0788
SUBJECT: 58-RECEIVER,SONAR      - AND OTHER REPLACEMENT PARTS
POC Contact Point, Richard G Basila, 02131.15, (717)790-3598,
  Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, John
  G Labosh, 02131, (717)790-2844
CNT N0010495G02025044, NIIN 144533018
AMT $261,360
DTD 112796
TO Raytheon , Portsmouth ,RI 02871-1087
CITE: (I-338 SN007977)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: NISE East Charleston, Contracts Division, P.O. Box 190022,
  N. Charleston, S.C. 29419-9022
SUBJECT: 58 -- PORTABLE SENSOR PLATFORMS
POC Contact Nancy Gartner, Code 1113NG, (803)743-4720/Contracting
  Officer, Paulette Dillard.
CNT N65236-97-C-3016/N65236-97-R-0315
AMT $255,260.00
LINE N/A
DTD 120296
TO EG&G, Washington Analytical Services Center (L), 900 Clopper
  Road, Suite 200, Gaithersburg, MD 20878
CITE: (I-338 SN008115)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703- 5008
SUBJECT: 58 -- LIGHTWEIGHT COMPUTER UNIT- OPTION
POC E. Caffrey, CS, 908/532-4434, AMSEL-ACCB-BH.
CNT DAAB07-96-C-E003
AMT $840,245.00
LINE N/A
DTD 112796
TO Science Application International Corp, (SAIT), 4224 Campus
  Point Court, San Diego, CA 92121-1513
CITE: (I-338 SN008118)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703- 5008
SUBJECT: 58 -- O&R SERVICES FOR AUDIO DISTR UNITS P/O OH-58D
POC G. Rohlfs, CS, 908/532-2058, AMSEL-ACCA-B-AK.
CNT DAAB07-97-C-B309
AMT $243,841.00
LINE N/A
DTD 112596
TO HR Textron Inc, 25200 W Rye Canyon Rd, Valencia, CA 91355-1204
CITE: (I-338 SN008119)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--ANTENNA COUPLER MOD
SOL SP0900-97-T-V424
CNT SP0970-97-M-1246
AMT $68,705.00
LINE 0001 THROUGH 0004
DTD 120296
TO Bird electronic Corp 30303 Aurora Rd.  Solon OH 44139-2743
CITE: (I-338 SN008153)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CHAFF, COUNTERMEASUR
SOL SP0970-97-Q-0332
CNT SP0970-97-M-1133
AMT $47,424.00
LINE 7001 THROUGH 7002
DTD 112996
TO Tracor aerospace Inc advanced systems opn /ASO/ sub of Tracor
  Inc  bollinger Canyon Rd P O Box 196## San ramon CA 94583
CITE: (I-338 SN008171)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--LIMITER, ELECTRICAL
SOL 97T396-62-P-0900
CNT SP0970-97-M-1317
AMT $26,000.00
LINE 7001
DTD 120396
TO KDI/triangle electronics Inc sub of KDI Corp 60 S Jefferson
  Rd  Whippany NJ 07981
CITE: (I-338 SN008175)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Contracting Squadron, 5 CONS/LGCS, 211 Missle Ave, Minot
  AFB, North Dakota 58705-5027
SUBJECT: 58--COMMUNICATION SYSTEM
POC Carol Kraft, (701) 723-4174, Contracting Officer: John J.
  Olinger, (701) 728-3057.
CNT F32604-97-C0002
AMT $299,277.62
DTD 111596
TO Motorola Incorporated, USFGMD, 7230 Parkway Drive, P.O. Box
  500, Hanover, MD 21076
CITE: (M-338 SN008374)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, LINEAR
SOL SP0960-96-R-A171
CNT SP0960-97-C-0013
AMT $192,684.00
LINE 0001
DTD 112796
TO E S Components Co. 1922 S Smithville Rd. P.O.Box 20565 Dayton
  OH  45420-2854
CITE: (I-337 SN007857)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC
SOL SP0930-96-Q-A250
CNT SP0930-97-M-1725
AMT $27,555.00
LINE 0001
DTD 112796
TO Figgie Intl Inc Hartman Electrical Mfg Div 175 N Diamond St
   Mansfield OH 44902-1004
CITE: (I-337 SN007858)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, LINEAR
SOL SP0960-96-Q-1361
CNT SP0930-97-M-1846
AMT $45,991.00
LINE 0001 THROUGH 7001
DTD 112796
TO Hughes missile systems Co 1151 E hermans Rd P.O.Box 11337
  Tucson  AZ 85734-1337
CITE: (I-337 SN007859)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT BREAKER
SOL SP0930-96-R-A066
CNT SP0930-97-C-0005
AMT $168,158.40
LINE 0001AA THROUGH 0001A
DTD 112796
TO Seacoast Electric Co 50 Broadway St Hawthorne NY 10532-1245
CITE: (I-337 SN007861)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH ASSEMBLY
SOL SP0900-96-T-A511
CNT SP0930-97-M-1538
AMT $55,989.39
LINE 0001 THROUGH 0002
DTD 112796
TO Summit Industries Inc 4545 Gateway Circle Kettering OH 45440-1711
CITE: (I-337 SN007862)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--SYNCHRO, TRANSMITTER
CNT SP0930-97-M-1762
AMT $54,625.00
LINE 0001 THROUGH 0002
DTD 112796
TO Kearfott Guidance and Navigation Corp sub of Astronautics
  Corp of  America RT 70 Black Mountain NC 28711
CITE: (I-337 SN007863)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, RADIO FREQUENCY
CNT SP0970-97-C-0014
AMT $131,750.00
LINE 0001AA THROUGH 0002A
DTD 112796
TO General microwave Corp 5500 new horizons Blvd Amityville NY
   11701-1130
CITE: (I-337 SN007864)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--TRIPPER, CIRCUIT BREAKER
SOL SP0930-96-R-A061
CNT SP0930-97-C-0004
AMT $218,470.00
LINE 0001AA THROUGH 0001A
DTD 112796
TO SPD Technologies 13500 Roosevelt Blvd Philadelphia PA 19116
CITE: (I-337 SN007865)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITA
SOL SP0960-95-Q-3397
CNT SP0960-97-M-1143
AMT $44,000.88
LINE 0001
DTD 112796
TO E S Components Co. 1922 S Smithville Rd. P.O.Box 20565 Dayton
  OH  45420-2854
CITE: (I-337 SN007866)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, ROTARY
SOL SP0930-96-Q-4655
CNT SP0930-97-M-1630
AMT $27,531.00
LINE 0001 THROUGH 0002
DTD 112796
TO Comsaco Inc 2320 Mohawk St Norfolk VA 23513
CITE: (I-337 SN007867)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, MEMORY
SOL SP0960-97-X-0097
CNT SP0960-97-M-1130
AMT $99,691.20
LINE 0001
DTD 112796
TO Avnet Inc Hamilton Avnet Electronics Div 7760 Washington Village
   Dr Dayton OH 45459-4017
CITE: (I-337 SN007869)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 59--CABLE ASSEMBLY, RADI
SOL SP0451-96-Q-WD46
CNT SP0451-97-M-8336
AMT $41,040.00
LINE 0001
DTD 112996
TO Randtron systems Inc Lockheed Martin Randtron 130 Constitution
  Dr  Menlo Park CA 94025-1166
CITE: (I-338 SN008056)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--ELBOW
SOL SP0450-96-Q-SJ46
CNT SP0450-97-M-H431
AMT $38,036.70
LINE 0001 THROUGH 0002
DTD 113096
TO Winding Specialists Co. Inc 1225 Wellington Pl. Wichita KS
   67203-3898
CITE: (I-338 SN008061)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 59 -- DIGITAL-MICROMETER
POC L. Garity
CNT N00406-97-M-B237
AMT $29,815
LINE N/A
DTD 111496
TO kuker rankin inc 6510 216th st sw mountlake terrace wa 98043
CITE: (I-338 SN008099)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army, CECOM Acquisition Center, Ft. Monmouth, New
  Jersey 07703- 5008
SUBJECT: 59 -- DIMS ECP-003, UPGRADE, OPTION
POC D. Baldwin, CS, 908/532-5548, AMSEL-ACCA-A-AC.
CNT DAAB07-94-C-A276
AMT $3,815,911.00
LINE N/A
DTD 112696
TO Stanford telecommuications Inc, SATCOM Ground Sys, 5009 Centennial
  Blvd, Colorado Springs, CO 80919
CITE: (I-338 SN008120)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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-1186
AMT $27,900.00
LINE 0001 THROUGH 0002
DTD 112996
TO J and B aviation services Inc 2860 cordelia Rd Suite 170 
  Fairfield CA 94533
CITE: (I-338 SN008133)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITA
CNT SP0960-97-M-1145
AMT $48,030.00
LINE 0001 THROUGH 0003
DTD 120296
TO Hughes missile systems Co 1151 E hermans Rd P.O.Box 11337
  Tucson  AZ 85734-1337
CITE: (I-338 SN008134)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITA
CNT SP0960-97-M-1258
AMT $25,557.00
LINE 0001 THROUGH 0002
DTD 120396
TO Hughes Aircraft Co microelectronic circuits Div 500 superior
  Ave  P.O.Box P O Box H Newport Beach CA 92658-8903
CITE: (I-338 SN008136)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
CNT SP0960-97-C-0018
AMT $492,474.08
LINE 0001
DTD 112996
TO Lockheed Martin federal systems Inc Lockheed Martin federal
   systems manassas 9500 godwin Dr manassas VA 22110-4104
CITE: (I-338 SN008137)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--SOLENOID, ELECTRICAL
SOL SP0930-96-Q-5113
CNT SP0930-97-M-1981
AMT $29,478.60
LINE 7001
DTD 120396
TO Rocker solenoid Co DBA rocker Industries 1500 240TH St Harbor
   City CA 90710-1309
CITE: (I-338 SN008140)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 SP0935-97-Q-A005
CNT SP0935-97-M-1214
AMT $34,700.00
LINE 0001 THROUGH 0002
DTD 120296
TO Kings electronics Co Inc 40 marbledale Rd tuckahoe NY 10707-3420
CITE: (I-338 SN008142)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CIRCUIT CARD ASSEMB
SOL SP0960-96-Q-A254
CNT SP0960-97-M-1087
AMT $58,120.00
LINE 0001
DTD 120396
TO Aparamus L L C 663 Drexel Rd Paramus NJ 07652
CITE: (I-338 SN008143)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--TRANSISTOR
SOL SP0960-97-Q-A032
CNT F34601-95-G-0004-UB03
AMT $35,586.00
LINE 0001
DTD 112996
TO Northrop Grumman Corp electronic sensors and systems Div Rolling
   Meadows site 600 Hicks Rd Rolling Meadows IL 60008-1098
CITE: (I-338 SN008144)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITA
CNT SP0960-97-M-1268
AMT $34,000.00
LINE 0001 THROUGH 0003
DTD 120396
TO MCB Corp of West Florida 1212 Washington St gloucester MA
   01930-1055
CITE: (I-338 SN008146)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RESISTOR, VARIABLE, WIREWOUND, NONPRECISION
SOL SP0905-97-Q-A018
CNT SP0905-97-M-1010
AMT $45,625.86
LINE 0001 THROUGH 0002
DTD 120396
TO Bi Technologies Corp 4200 Bonita Pl Fullerton CA 92635-1053
CITE: (I-338 SN008148)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 SP0905-96-Q-A096
CNT SP0905-97-M-0936
AMT $30,688.50
LINE 0001 THROUGH 0003
DTD 112996
TO Potter production Corp 4570 W 77TH St Suite 239 Minneapolis
  MN  55435
CITE: (I-338 SN008149)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--HEADSET, ELECTRICAL
SOL SP0970-96-Q-A287
CNT SP0970-97-M-1273
AMT $58,974.40
LINE 0001 THROUGH 0002
DTD 120296
TO DCM Industries 1901 E 5TH St P.O.Box 1942 Dayton OH 45401
CITE: (I-338 SN008150)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 DIODE
SOL SP0960-97-Q-A033
CNT SP0960-97-M-1261
AMT $57,750.30
LINE 0001
DTD 120396
TO Jemtec Electronics Corp 1901 E 5TH St P O Box 397 Dayton OH
  45401
CITE: (I-338 SN008151)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--CONNECTOR, PLUG, ELECTRICAL
CNT SP0935-97-M-1316
AMT $60,112.71
LINE 0001
DTD 120396
TO Avx ceramics Div of avx Corp 19TH Ave South P.O.Box 867 Myrtle
   Beach SC 29577
CITE: (I-338 SN008152)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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
SOL SP0905-97-Q-A008
CNT SP0905-97-M-0962
AMT $57,000.00
LINE 0001 THROUGH 0004
DTD 112996
TO Keytronics Inc 707 North St Endicott NY 13760-0209
CITE: (I-338 SN008155)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 SUBASSEMBLY
CNT SP0970-97-M-1037
AMT $80,800.00
LINE 0001 THROUGH 7003
DTD 112996
TO Lockheed Martin Corp Lockheed Martin communications systems
  1  federal St camden NJ 08102
CITE: (I-338 SN008166)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, LINEAR
SOL SP0960-96-Q-5504
CNT SP0960-97-M-1232
AMT $58,992.00
LINE 0001 THROUGH 0002
DTD 120296
TO Intronics Inc 150 Dan Rd Canton MA 02021
CITE: (I-338 SN008167)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, TOGGLE
SOL SP0930-97-Q-A002
CNT SP0930-97-M-1322
AMT $99,993.20
LINE 0001AA THROUGH 0002
DTD 112996
TO Associated Aircraft Supply Co 5021 W Jefferson Blvd P O Box
   210069 Dallas TX 75211-3804
CITE: (I-338 SN008168)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH ASSEMBLY
SOL SP0930-96-Q-A202
CNT SP0930-97-M-1668
AMT $42,530.00
LINE 0001 THROUGH 0002
DTD 112996
TO Labarge Inc Electronics Div 1505 Maiden Ln P.O.Box 1210 Joplin
  Mo  64802
CITE: (I-338 SN008169)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--TRIPPER, CIRCUIT BREAKER
SOL SP0930-96-Q-A216
CNT SP0930-97-M-1929
AMT $41,916.00
LINE 0001 THROUGH 0002
DTD 120396
TO SPD Technologies 13500 Roosevelt Blvd Philadelphia PA 19116
CITE: (I-338 SN008170)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PRESSURE
SOL SP0930-96-R-A029
CNT F09603-95-G-0002-UD71
AMT $221,535.25
LINE 0001
DTD 112996
TO Smiths Industries Aerospace and Defense Systems Inc. Grand
  Rapids  Div 4141 Eastern Ave SE Grand Rapids MI 49518-8727
CITE: (I-338 SN008173)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--TRANSOLVER, ELECTRIC
SOL SP0930-96-Q-2674
CNT SP0930-97-M-1678
AMT $80,650.00
LINE 0001 THROUGH 0002
DTD 112996
TO MPC Products Corp 7426 N Linder Ave Skokie IL 60077
CITE: (I-338 SN008174)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, AUDIO FREQUENCY
CNT SP0905-97-M-0955
AMT $86,355.00
LINE 0001 THROUGH 0002
DTD 120296
TO Scientific Technologies Inc 6550 dumbarton CIR fremont CA
   94555-3611
CITE: (I-338 SN008177)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--RELAY, ELECTROMAGNETIC
SOL SP0930-96-Q-4887
CNT SP0930-97-M-1139
AMT $55,064.70
LINE 0001 THROUGH 0002
DTD 120296
TO Electro air Corp Div of Avnet Inc 500 Lake Ridge Dr SE Smyrna
  GA  30082
CITE: (I-338 SN008178)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, RADIO FREQUE
SOL SP0970-97-Q-A008
CNT SP0970-97-M-1307
AMT $96,448.00
LINE 0001 THROUGH 0003
DTD 120396
TO Jay-el products Inc DMT Div 23301 S Wilmington Ave Carson
  CA  90745-1921
CITE: (I-338 SN008179)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PRESSURE
SOL SP0900-96-T-W560
CNT SP0930-97-M-1667
AMT $86,764.00
LINE 0001 THROUGH 0002
DTD 120296
TO Precision sensors Inc 50 seemans Ln P O Box 509 Milford CT
   06460-4337
CITE: (I-338 SN008180)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITAL
CNT SP0960-97-M-1274
AMT $55,080.00
LINE 0001 THROUGH 0002
DTD 120396
TO Bell Industries, Inc E.D.D. military 446 Windsor Park drive
   Dayton OH 45459
CITE: (I-338 SN008181)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--OSCILLATOR, NONCRYSTAL CONTROLLED
SOL SP0960-96-Q-A179
CNT SP0960-97-M-0977
AMT $82,050.00
LINE 0001AA THROUGH 0002A
DTD 112996
TO Watkins-johnson Co 3333 hillview Ave Palo Alto CA 94304-1204
CITE: (I-338 SN008183)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--RADOME
CNT SP0970-97-M-1313
AMT $36,925.00
LINE 0001
DTD 120396
TO Starwin Industries Inc 3387 Woodman Dr Dayton OH 45429-4131
CITE: (I-338 SN008184)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, SENSITIVE
SOL SP0930-96-R-A089
CNT SP0930-97-C-0010
AMT $109,007.50
LINE 0001 THROUGH 0002AB
DTD 120396
TO Texas instruments Inc control products Div M/S 12-33 34 Forest
  St  P.O.Box 2964## Attleboro MA 02703-0964
CITE: (I-338 SN008185)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, THERMOSTATIC
SOL SP0930-97-Q-A007
CNT SP0930-97-M-1761
AMT $34,712.64
LINE 0001 THROUGH 0002
DTD 112996
TO Texas instruments Inc control products Div M/S 12-33 34 Forest
  St  P.O.Box 2964## Attleboro MA 02703-0964
CITE: (I-338 SN008186)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, SENSITIVE
CNT SP0930-97-M-1714
AMT $50,599.58
LINE 0001 THROUGH 0002
DTD 112996
TO Sager electrical Co Inc 7494 webster St Dayton OH 45414
CITE: (I-338 SN008187)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, LINEAR
SOL SPO960-97-Q-A043
CNT SP0960-97-M-1289
AMT $33,201.00
LINE 0001 THROUGH 0003
DTD 120396
TO ILC data device Corp 105 Wilbur Pl Bohemia NY 11716-2482
CITE: (I-338 SN008188)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--SWITCH, PUSH
SOL SP0930-97-Q-0127
CNT SP0930-97-M-1466
AMT $31,055.40
LINE 0001 THROUGH 0004
DTD 120296
TO Airtechnics Inc 230 IDA Street Wichita KS 67211
CITE: (I-338 SN008189)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 59--MICROCIRCUIT, DIGITAL
SOL SP0960-97-Q-A022
CNT SP0960-97-M-1209
AMT $32,781.40
LINE 0001 THROUGH 0002
DTD 120296
TO Sarnoff David research center 201 Washington Rd Princeton
  NJ  08540-6449
CITE: (I-338 SN008190)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: 59 -- ELECTRONIC EQUIPMENT COMPONENTS
POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent,
  Robert S. Kay, Contracting Officer
CNT N00604-97-M-A482
AMT $48,336
LINE 0001-0002
DTD 111196
TO DNE TECHNOLOGIES, INC., 50 BARNES PARK NORTH, WALLINGFORD,
  CT 06492-9990(L)
CITE: (I-338 SN008442)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 60--Fiber Optics Materials and Components, Assemblies,
  and Accessories
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 60--INSTALLATION KIT, FI
SOL SP0970-96-Q-A225
CNT SP0970-97-M-1303
AMT $52,125.00
LINE 0001 THROUGH 0002
DTD 120396
TO Energy electric cable Inc 3375 Addison Dr Pensacola FL 32514-7065
CITE: (I-338 SN008176)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--WIRING HARNESS, BRAN
SOL SP0451-95-Q-VP21
CNT SP0451-97-M-C366
AMT $37,555.07
LINE 0001
DTD 112796
TO Atlas-Aero Corp 85 Tremont St P.O.Box 887 Meriden CT 06450-0887
CITE: (I-337 SN007764)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, DIRECT CURRENT
SOL SP0430-96-Q-B598
CNT SP0430-97-M-P290
AMT $36,708.00
LINE 0001
DTD 112796
TO Gec-Marconi Electronic Systems Corp ES Marine Div 550 S Fulton
   Ave Mount Vernon NY 10550-5010
CITE: (I-337 SN007765)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--SWITCHING UNIT, POWER
SOL SP0430-96-Q-BQ42
CNT SP0430-97-M-P314
AMT $34,320.00
LINE 0001
DTD 112796
TO Automatic Switch Co 5060 Hanover Rd Florham Park NJ 07932-1503
CITE: (I-337 SN007768)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--MOTOR, ALTERNATING CURRENT
SOL SP0430-97-R-0087
CNT SP0430-97-C-5099
AMT $399,360.00
LINE 0001 THROUGH 0002
DTD 112796
TO Jo-kell Inc.  1011 W. 25TH St.  Norfolk VA 23517
CITE: (I-337 SN007786)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--ALTERNATOR, AUTOMOTIVE
CNT SP0430-97-M-P274
AMT $38,254.64
LINE 0001
DTD 112796
TO Prestolite Electric Inc 2100 Commonwealth Blvd Suite 300 Ann
   Arbor MI 48105
CITE: (I-337 SN007794)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--DISTRIBUTION BOX
SOL SP0430-96-Q-B384
CNT SP0430-97-M-P307
AMT $32,763.60
LINE 0001
DTD 112796
TO Nicks hydraulics Inc 428 woodbine-oceanview Rd P.O.Box 157
  ocean  view NJ 08230-0157
CITE: (I-337 SN007795)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, GENERATOR
SOL SP0430-96-R-2437
CNT SP0430-97-C-5089
AMT $148,291.00
LINE 0001AA THROUGH 0001A
DTD 112996
TO Leland Electrosystems Inc 740 E National Rd Vandalia OH  45377-3062
CITE: (I-338 SN007994)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--PARTS KIT, ELECTRIC
SOL SP0430-96-Q-BR90
CNT SP0430-97-M-P302
AMT $28,078.00
LINE 0001 THROUGH 0003
DTD 120296
TO Applied Magnetics Inc 103 Rome St Farmingdale NY 11735
CITE: (I-338 SN007997)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--POWER SUPPLY
SOL SP0430-96-Q-BS03
CNT SP0430-97-M-R422
AMT $30,000.00
LINE 0001
DTD 112996
TO Behlman Electronics Inc Military Div 80 Cabot CT Hauppauge
  NY  11788
CITE: (I-338 SN007999)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, SPECIAL PURPOSE, ELECTRICAL
SOL SP0451-96-Q-V990
CNT SP0451-97-M-C436
AMT $73,255.92
LINE 0001AA THROUGH 0001A
DTD 112996
TO Transaero Inc 80 Crossways Park Dr Woodbury NY 11797-2015
CITE: (I-338 SN008003)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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 SP0451-96-Q-VJ14
CNT F04606-96-G-0017-TY13
AMT $25,024.02
LINE 0001
DTD 112996
TO Hughes Technical Services Co 1665 Hughes Way P.O.Box 9399
  Long  Beach CA 90810-0466
CITE: (I-338 SN008042)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 61--POWER SUPPLY
SOL SP0430-96-Q-B979
CNT SP0430-97-M-R416
AMT $58,325.96
LINE 0001
DTD 112996
TO Photronics Corp 270 motor pky Hauppauge NY 11788
CITE: (I-338 SN008045)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 61 -- TERMINAL BOX, SHORE POWER
POC J. Pavlicek
CNT N00406-97-M-C518
AMT $84,040
LINE N/A
DTD 112696
TO tabet mfg co inc p o box 2893 norfolk va 23501
CITE: (I-338 SN008100)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--HOLDER SUB ASSEMBLY
CNT SP0441-97-M-V401
AMT $33,400.00
LINE 0002
DTD 120296
TO G E C Avionics LTD airport works maidstone Road Rochester
  Kent ME1  2XX UK
CITE: (I-338 SN008009)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--BALLAST, LAMP
SOL SP0441-96-Q-GK83
CNT SP0441-97-M-T439
AMT $79,000.00
LINE 0001
DTD 120296
TO Bruce Industries, Inc.  P.O. Box 1700 101 Evans Ave.  Dayton,
   Nevada 89403
CITE: (I-338 SN008012)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 62--FLASHLIGHT
SOL SP0441-96-Q-KE31
CNT SP0441-97-M-T434
AMT $38,310.00
LINE 0001
DTD 112896
TO Mini-lanturn sales 910-B N ist Ave arcadia CA 91006-2546
CITE: (I-338 SN008013)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 65--PARTS KIT, X-RAY APPARATUS DENTAL
CNT SP0200-97-C-8003
AMT $68,719.90
LINE 0001AA THROUGH 0001A
DTD 112796
TO Dynarad Corp 19 jefryn Blvd W Deer Park NY 11729-5715
CITE: (I-337 SN007812)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Defense Personnel Support Center 2800 S 20TH Street Phila
  PA  19101-8419
SUBJECT: 65--ALUMINUM ACETATE SOLUTION TABLETS,
CNT SP0200-97-M-AA03
AMT $32,340.00
LINE 0001AA THROUGH 0001A
DTD 120296
TO Bayer Corp bayer pharmaceuticals Div 400 Morgan Ln West Haven
  CT  06516-4134
CITE: (I-338 SN007884)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, Stratton VA Medical Center,
  113 Holland Avenue, Albany, N.Y. 12208-3410
SUBJECT: 65 -- RENTAL OF BEDS & RELATED EQUIPMENT FOR VA BENEFICIARIES
POC Contracting Officer: Richard Barton, (518)462-3311, Ext 2614
CNT V500P-4223
AMT $104,736
LINE N/A
DTD 120396
TO American HomePatient, 7 Walker Way, Albany, NY 12205
CITE: (I-338 SN008482)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, PRESSUR
SOL SP0440-97-Q-T025
CNT SP0440-97-M-X422
AMT $55,675.00
LINE 0001
DTD 112796
TO Vernitron corporation precision potentiometer Division 2801
  72ND  St N St Petersburg FL 33710
CITE: (I-337 SN007769)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--CELL, CONDUCTIVITY SET
SOL 96TG13-82-P-0400
CNT SP0440-97-M-X397
AMT $53,424.00
LINE 0001
DTD 112796
TO Aparamus L L C 10 kice Rd Wharton NJ 07885
CITE: (I-337 SN007771)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--SHAFT AND BEARING
SOL SP0440-96-Q-JU24
CNT SP0440-97-M-Z264
AMT $98,580.00
LINE 0001
DTD 112796
TO Barden Corp the Precision Bearings Div 200 Park Ave Danbury
  CT  06810-7505
CITE: (I-337 SN007773)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--FRAME, ASSEMBLY, GIMBAL
SOL SP0440-96-Q-JY82
CNT SP0440-97-M-Z319
AMT $55,211.00
LINE 0001
DTD 112796
TO Orion Intl Inc 7324 Industry Dr North Charleston SC 29418
CITE: (I-337 SN007787)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Commander, U.S. Army Missile Command, Acquisition Center,
  Redstone Arsenal, AL 35898-5280
SUBJECT: 66 -- BASE SHOP TEST FACILITY (BSTF)
POC Contact Debra Long, Contract Specialist, (205) 876-3037,
  Bob Gibson, Contracting Officer, (205) 876-4153. (PCF).
CNT DAAH01-96-D-0019, Order 0004
AMT $17,013,546.00
LINE N/A
DTD 112196
TO Grumman Aerospace Corp., Electronics and Systems Integration
  Division, Sunrise Hwy, Great River, New York 11739
CITE: (I-337 SN007877)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--CABLE ASSY, SPECIAL
SOL SP0440-96-R-1260
CNT SP0440-97-C-5095
AMT $147,152.00
LINE 0001 THROUGH 0002
DTD 112796
TO Harco laboratories Inc 186 Cedar St branford CT 06405-2624
CITE: (I-338 SN007986)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--TORQUE WINDING ASSY
SOL SP0440-96-Q-JN63
CNT F09603-95-G-0002-TY81
AMT $27,772.80
LINE 0001
DTD 112996
TO Smiths Industries Aerospace and Defense Systems Inc. Grand
  Rapids  Div 4141 Eastern Ave SE Grand Rapids MI 49518-8727
CITE: (I-338 SN007991)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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, RATE OF FLOW
SOL SP0440-96-R-2656
CNT SP0440-97-C-0133
AMT $68,150.00
LINE 0001
DTD 112996
TO Icon Management Systems LLC 14761 Pearl Rd no 271 Strongsville
  OH  44136-5000
CITE: (I-338 SN008005)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, LIQUID
SOL SP0440-96-R-2631
CNT N00383-96-G-005D-TY25
AMT $60,016.00
LINE 0001
DTD 112996
TO Parker-Hannifin Corp Aerospace Group Customer Support Military
   Div 16666 Von Karman Ave Irvine CA 92714-4917
CITE: (I-338 SN008006)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, TEMPERA
SOL SP0440-96-R-2483
CNT F04606-96-G-0011-TY05
AMT $54,796.09
LINE 0001
DTD 112996
TO McDonnell Douglas Corp Douglas aircraft Co 2401 E Wardlow
  Rd Long  Beach CA 90807-4418
CITE: (I-338 SN008046)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 66--TRANSMITTER, FAILURE
SOL SP0440-96-Q-JZ89
CNT SP0440-97-M-Z287
AMT $52,942.50
LINE 0001AA THROUGH 0002
DTD 112996
TO Thermal electronics, Inc.  403 minthorn St.  P. O. Box 5000
   Lake elsinore, CA 92531-5000
CITE: (I-338 SN008055)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 66 -- WASTE CIRIE MONTOR
POC M. Renville
CNT N00406-97-C-4013
AMT $118,520
LINE N/A
DTD 112796
TO national nuclear corp 1275 hammerwood ave sunnyvale ca 94089
CITE: (I-338 SN008101)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--TELEPHONE SET
CNT SP0920-97-M-1135
AMT $31,678.00
LINE 0001 THROUGH 0002
DTD 112996
TO Graybar electric Co Inc 1200 kinnear Rd P O Box 2099 Columbus
  OH  43216
CITE: (I-338 SN008135)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--TEST SET, INSULATION
SOL SP0920-96-Q-A214
CNT SP0920-97-M-1122
AMT $25,120.00
LINE 0001
DTD 112996
TO Hipotronics Inc Route 22 P O drawer a Brewster NY 10509
CITE: (I-338 SN008145)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--SYNCHRONIZER, ELECTRICAL
SOL SP0900-96-T-V748
CNT SP0960-97-M-1198
AMT $40,500.00
LINE 0001 THROUGH 0002
DTD 112996
TO Circle Prime Mfg Inc 2114 Front St P.O.Box 112 Cuyahoga Falls
  OH  44221
CITE: (I-338 SN008154)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus,  OH 43216-6595
SUBJECT: 66--MULTIMETER
SOL SP0920-96-Q-A203
CNT SP0920-97-M-1117
AMT $32,795.50
LINE 0001 THROUGH 0002
DTD 112996
TO Kass electronics distributors Inc 2502 Township line Rd Drexel
   Hill PA 19026
CITE: (I-338 SN008172)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015,
  1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000
SUBJECT: 66--CARL ZEISS INTRACELLULAR ELECTROPHYSIOLOGIC CLINICAL
  MONTORING WORKSTATION WITH COMPONENTS
POC Contracting Officer Nancy G. Villarreal (210) 221-9365 (Site
  Code DADA10)
CNT DADA10-97-C-0008
AMT $259,085
DTD 112696
TO CARL ZEISS INC, MICROSCOPE DIV, 1 ZEISS DRIVE, THORNWOOD,
  NY 10594
CITE: (I-338 SN008226)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Regional Contracting Department, Fleet & Industrial Supply
  Center, Box 300, Pearl Harbor, HI 96860-5300
SUBJECT: 66 -- INSTRUMENT EQUIPMENT
POC Steven Takasaki, (808) 474-2397 Ext 241, Purchasing Agent,
  Robert S. Kay, Contracting Officer
CNT N00604-97-M-A967
AMT $29,731
LINE 0001-0003
DTD 112596
TO DILLON/QUALITY PLUS, INC., 3201 CORTE MALPASO, UNIT 311, CAMARILLO,
  CA 93012-8719(S)
CITE: (I-338 SN008438)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--TRICHLOROMONOFLUOROMETHANE, RECLAIMED, R-11
SOL SP0450-96-Q-NC65
CNT SP0450-97-M-K322
AMT $37,000.00
LINE 0001
DTD 112796
TO National refrigerants Inc 11401 Roosevelt Blvd Philadelphia
  PA  19154
CITE: (I-337 SN007767)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--SODIUM BICARBONATE, TECHNICAL
SOL SP0450-95-R-1209
CNT SP0450-97-D-4001
AMT $179,228.00
LINE 0001AA THROUGH 0001A
DTD 120296
TO 469 N Harrison St CN5297 Princeton NJ 08540
CITE: (I-337 SN007775)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 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--CALIBRATING FLUID, AIRCRAFT FUEL SYSTEM COMPONENTS
SOL SP0450-96-R-0158
CNT SP0450-97-D-4015
AMT $121,027.50
LINE 0001 THROUGH 0002
DTD 120196
TO Solvents and chemicals 4704 shank Rd P O Box 490 pearland
  TX  77588-0490
CITE: (I-337 SN007776)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 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--LITHIUM HYDROXIDE, TECHNICAL
SOL SP0480-96-Q-W694
CNT SP0450-97-D-4019
AMT $506,890.00
LINE 0001 THROUGH 0002
DTD 120296
TO 125 corporate drive Holtsville NY 11742
CITE: (I-338 SN008017)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 69--Training Aids and Devices
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 69--SHOCK ABSORBER
SOL SP0450-96-R-2382
CNT SP0450-97-C-0112
AMT $96,000.00
LINE 0001
DTD 113096
TO Number Inc DBA American precision products 1314 buford St
  P O Box  3797 Huntsville AL 35810
CITE: (I-338 SN007995)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 70 -- COMPUTER SYSTEM
POC M. Balahadia
CNT N00406-97-M-C269
AMT $70,260
LINE N/A
DTD 112596
TO federal data systems 129 pine gate dr greenwille sc 29607
CITE: (I-338 SN008102)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 72--Household and Commercial Furnishing and Appliances
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 72--FLATIRONS, FLATIRON (3 PRONG PLUG) & IRONING BOARD
SOL 7FXI-T6-96-7220-S
POC Helen Carter 817 978-3517
CNT GS07F90690
AMT $163,306.20
DTD 112196
TO Sigma Tech enterprises, Inc. 90 glen way #16 Belmont, CA 94002
CITE: (I-338 SN007969)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: 319 CONS/LGC, 575 6th Ave., Bldg. 418, Grand Forks AFB,
  ND 58205-6436
SUBJECT: 75--HOT WATER PRESSURE WASHERS (5 EA)
POC Mr. Don Miller, (701) 747-5284/Contracting Officer Mr. Graham
  Pritchett (701) 747-5273
CNT F3260597P0079
AMT $62,500.00
LINE 0001 thru 0005
DTD 111496
TO CLEAN UP AMERICA, 948 Wynn Gate Dr., Chesapeake, VA 23320
CITE: (M-338 SN008320)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 79--Cleaning Equipment and Supplies
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 79--CLEANING EQUIPMENT (CARPET AND FLOOR)
SOL 7FXI-K3-96-7926-S
POC Tracie Crowder 817 978-8659
CNT GS07F90870
AMT $494,650.00
DTD 112696
TO Miracle marketing Corp. P.O. Box 520125 Salt Lake City, UT
   84152
CITE: (I-338 SN007970)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 79--Cleaning Equipment and Supplies
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 79--CLEANING EQUIPMENT (CARPET AND FLOOR)
SOL 7FXI-K3-96-7926-S
POC Tracie Crowder 817 978-8659
CNT GS07F90850
AMT $107,914.24
DTD 112396
TO Thoro-matic, Inc. 7016 W. 60TH St. Chicago, IL 60638
CITE: (I-338 SN007971)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 79--Cleaning Equipment and Supplies
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 79--CLEANING EQUIPMENT (CARPET AND FLOOR)
SOL 7FXI-K3-96-7926-S
POC Tracie Crowder 817 978-8659
CNT GS07F90830
AMT $1,383,470.25
DTD 112296
TO Spectrowax Corp. 70 hichborn St. Boston, MA 02135
CITE: (I-338 SN007972)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 79--Cleaning Equipment and Supplies
OFFADD: GSA, FSS 819 Taylor St., RM 6A24 Fort Worth, TX 76102
SUBJECT: 79--CLEANING EQUIPMENT (CARPET AND FLOOR)
SOL 7FXI-K3-96-7926-S
POC Tracie Crowder 817 978-8659
CNT GS07F90810
AMT $73,867.20
DTD 112196
TO Mastercraft Ind. 777 South St., P.O. Box 2310 Newburgh, NY
   12550
CITE: (I-338 SN007973)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 81--CYLINDER, COMPRESSED GAS
SOL SP0450-96-R-3203
CNT SP0450-97-C-0122
AMT $87,540.00
LINE 0001 THROUGH 0002
DTD 120296
TO Manchester tank elkhart Div 29389 Lexington Park Dr elkhart
  IN  46515
CITE: (I-338 SN007998)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 81--CYLINDER, COMPRESSED GAS, CARBON DIOXIDE
SOL SP0450-96-R-1590
CNT SP0450-97-C-5083
AMT $138,330.00
LINE 0001AA THROUGH 0002A
DTD 112996
TO Mitchell B L Inc 1774 E azalea Dr Greenville MS 38701
CITE: (I-338 SN008011)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 81--BOXES
POC Contracting Officer, CALABRO, ALICE, 202/508-3954
CNT 1PI-C-2853-97
AMT $15,645
DTD 112796
TO PONDEROSA PACKAGING CORP, P.O. BOX 856, 1175 WALT WHITMAN
  (SUITE 202), MELVILLE, NY 11747
CITE: (I-338 SN008227)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 81--BOXES
POC Contracting Officer, CALABRO, ALICE, 202/508-3954
CNT 1PI-C-2855-97
AMT $25,950
DTD 112796
TO Downey, 12650 C Lake Ridge Drive, Lake Ridge Executive Park,
  Lake Ridge, VA 22192
CITE: (I-338 SN008228)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 83--CLOTH, SERGE, POLYESTER/WOOL, TYPE III, CLASS 3,
CNT SP0100-97-C-0308
AMT $12,246,000.00
LINE 0001AA
DTD 112996
TO Burlington menswear Div of Burlington Industries Inc 1345
  Ave of  the americas New York NY 10105-0001
CITE: (I-338 SN007974)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20TH St.  Philadelphia,
   PA. 19145-5099
SUBJECT: 84--SHELL, COMBAT VEHICLE CREWMAN, HELMET
SOL SP0100-95-R-0328
CNT SP0100-97-C-5051
AMT $6,243,648.00
LINE 0001AA THROUGH 0001B
DTD 112796
TO Moxon electronics 8334 clairemont Mesa Blvd Suite 108 San
  Diego  CA 92111-1319
CITE: (I-338 SN007965)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 87--Agricultural Supplies
OFFADD: U.S. Department of Agriculture/FSA/MSD/Acquisition Management
  Branch, Stop 0567, Washington, DC 20250
SUBJECT: 87--ARCHITECT AND ENGINEERING SERVICES
POC Martha A. Vines, (202) 690-4030.
CNT 53-3151-6-00013
AMT $1,500.00
DTD 112696
TO Woodward-Clyde Federal Services-0
CITE: (M-338 SN008459)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Department of Veterans Affairs, Stratton VA Medical Center,
  113 Holland Avenue, Albany, N.Y. 12208-3410
SUBJECT: 89 -- EGG REQUIREMENT
POC Contracting Officer: Michael C. Brennan, (518)462-3311, Ext
  2613
CNT V500P-4227
AMT $1,500
LINE N/A
DTD 120296
TO PINE LANE POULTRY FARM P.O. BOX 720 HILLSDALE, N.Y. 12529
CITE: (I-338 SN008130)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 91--HYDRAULIC FLUID, FIRE RESISTANT
SOL SP0451-96-Q-UE87
CNT SP0450-97-M-M318
AMT $68,785.20
LINE 0001
DTD 112796
TO Royal Lubricants Co Inc Merry Ln P.O.Box 518 East Hanover
  NJ  07936
CITE: (I-337 SN007797)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA  23297-5312
SUBJECT: 93--PLASTIC STRIP
SOL SP0440-96-Q-JT80
CNT N00383-96-G-003D-TY20
AMT $37,931.40
LINE 0001AA THROUGH 0001A
DTD 112796
TO Northrop Grumman Corp Military Aircraft Systems Div El Segundo
   site 1 Hornet Way El Segundo CA 90245-2804
CITE: (I-337 SN007798)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W"
  STREET, BREMERTON, WA
SUBJECT: 93 -- PLASTICE SHEET PVC BLUE
POC R. Protacio
CNT N00406-97-M-C033
AMT $70,450
LINE N/A
DTD 112696
TO lancs industires inc 12704 ne 124th st kirkland wa 98034-8397
CITE: (I-338 SN008103)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 93--PAPER
POC Contracting Officer, MITCHELL, BETH, 202/508-3960
CNT 1PI-C-2873-97
AMT $64,809
DTD 120296
TO Nationwide Papers, 2331 Gravel Drive, Fort Worth, TX 76118
CITE: (I-338 SN008232)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 93--Nonmetallic Fabricated Materials
OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET
  NW - Material Mgt Branch, WASHINGTON, DC 20534-0001
SUBJECT: 93--PAPER
POC Contracting Officer, MITCHELL, BETH, 202/508-3960
CNT 1PI-C-2874-97
AMT $709,433
DTD 120296
TO Frank Parsons Paper Company, 2270 Beaver Road, Landover, MD
  20785
CITE: (I-338 SN008233)

[Commerce Business Daily: Posted December 2, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA  19111-5096
SUBJECT: 95--METAL SHEET
SOL 96THT6-52-P-0500
CNT SP0500-97-M-F979
AMT $55,900.00
LINE 0001 THROUGH 0002
DTD 112896
TO Hurlen Corp 12831 Marquardt Ave Santa Fe Springs CA 90670-4827
CITE: (I-337 SN007834)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Facilities Service Office, U.S. Postal; Service, 7800
  N. Stemmons Frwy, Suite 400, Dallas, TX 75247-4217
SUBJECT: 99-AWARD OF CONTRACT TO CONSTRUCT AND LEASE A NEW FACILITY
  FOR HAWKINS, TX 75765-9998
CNT 482980-97-A-0004
AMT $39,480.00
DTD 111596
TO George and Cheryl Burnham, P.O. Box 71, Delaware, AR 72835-0071
CITE: (M-338 SN008319)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: SPECIAL NOTICES
SUBJECT: MICROGRAVITY TECHNOLOGY WORKSHOP
DESC: NASA, Marshall Space Flight Center is preparing to conduct
  a workshop to assess technologies planned for use aboard the
   International Space Station and explore where new technologies
  may be developed and/or incorporated. Under review will be
  the microgravity research facilities and experiments. NASA
  is seeking participation from other government agencies, universities,
  the private sector, and non-traditional sources. The dates
  of the workshop are January 14-16, 1997 and the location is
  Wheeling, West Virginia. Details about the workshop are found
  on the internet home page http://ugtech.msfc.nasa.gov. If
  you have any questions about the workshop or your potential
   participation, contact the coordinator, Steve Robbins at
  (205) 544-2635.
LINK http://ugtech.msfc.nasa.gov
LINKDESC: 
EMAIL steve.robbins@msfc.nasa.gov
EMAILDESC: 
CITE: (W-338 SN008362)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: SPECIAL NOTICES
SUBJECT: NASA ACQUISITIONS AVAILABLE OVER THE INTERNET
DESC:  NASA is now posting all competitive acquisitions over
  $25,000 for online retrieval over the Internet. NASA's World-Wide
  Web service is called the NASA Acquisition Internet Service
  (NAIS). Posted in electronic format on the NAIS are synopses
  of new acquisitions, which are in the same format as those
  in the Commerce Business Daily, and the solicitation files,
  available immediately upon release. Other current procurement
  information can be retrieved from the NAIS, including acquisition
  forecasts, active contract data, small business assistance,
  the NASA FAR Supplement, and links to other federal procurement
   sites on the Internet. NASA has been granted a waiver from
  synopsizing acquisitions valued at $500,000 and below in the
  Commerce Business Daily; the synopses and solicitations of
  those acquisitions can be retrieved only from the Internet.
  All other synopses continue to be posted in the Commerce Business
   Daily in addition to the Internet. The NAIS Uniform Resource
  Locator (URL), or "Internet address" is "http://procurement.nasa.gov/"
  (do not include the quotation marks). For more information
  contact Rick Glover (205-544-0288, rick.glover@msfc.nasa.gov),
  Michael Lalla (505-524-5162, mlalla@SMTP2.wstf.NASA.gov),
  or Jim Bradford (205- 544-0306, jim.bradford@msfc.nasa.gov),
  NASA/MSFC Procurement Office, GP10, Huntsville, AL 35812
LINK http://procurement.nasa.gov/
LINKDESC: 
EMAIL rick.glover@msfc.nasa.gov
EMAILDESC: 
CITE: (W-338 SN008488)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: SPECIAL NOTICES
SUBJECT: SDB/MBE/WOB OPPORTUNITY FAIR, MONDAY,DECEMBER 16,1996
DESC: Sverdrup, a national engineering and construction company,
  is pleased to sponsor (Contacts-to-Contracts) a SDB/MBE/WOB
  Business Opportunity Fair on Monday, December 16, 1996. Registration
  12:30P-1:30P. Contract Information 1:30P-4:30P. Business Networking
  4:30P-6:30P, at The Galt House Hotel, 140 North Fourth Street,
  Louisville, Kentucky. Learn about upcoming contract opportunities
  and how to do business with Sverdrup, the Corps of Engineers
  and the Small Business Administration. Reserve space by December
  10, 1996 by calling 1-800-325-7910 extension 4614.
LINKURL: http://www.mno.gov
LINKDESC: 
EMAILADD: mcclodms@sverdrup.com
EMAILDESC: 
CITE: (D-338 SN008489)

[Commerce Business Daily: Posted December 03, 1996]
[Printed Issue Date: December 5, 1996]

PART: SPECIAL NOTICES
SUBJECT: FEDERAL ACQUISITION JUMPSTATION A DOORWAY TO FEDERAL
  PROCUREMENTS ON THE INTERNET
DESC: The Federal Acquisition Jumpstation, a site on the Internet
  provides over 75 hotlinks to federal contracting activities
  and other sources of federal procurement information throughout
  the United States. In light of the numerous Internet sites
  serving procurement data and the expected growth in the number
   of participating agencies, NASA in cooperation with the Office
  of Federal Procurement Policy and the Federal Aviation Administration,
  established the Internet jumpstation as a doorway for the
  business community to quickly locate all sources of federal
  procurement information. New links routinely added as additional
  federal procurement sites appear on the Internet. The jumpstation
  is a World-Wide Web site, which can be accessed using an Internet
  browser. The Uniform Resource Locator (URL), or "Internet
  address" is "http://procure.msfc.nasa.gov/fedproc/home.html"
  (do not include the quotation marks). For more information
  contact Rick Glover (205-544-0288, rick glover@msfc.nasa.gov),
  Michael Lalla (505-524-5162, mlalla@SMTP2.wstf.NASA.gov),
  or Jim Bradford (205-544-0306, jim.bradford@msfc.nasa.gov),
  NASA/MSFC Procurement Office, GP10, Huntsville, AL 35812 
LINK http://procure.msfc.nasa.gov/fedproc/home.html
LINKDESC: 
EMAIL jbradfor@hq.nasa.gov
EMAILDESC: 
CITE: (W-338 SN008491)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: SPECIAL NOTICES
OFFADD: National Institute of Standards & Technology, Computer
  Systems Lab'y., Bldg. 225/Rm. B217, Gaithersburg, MD 20899;
  Attn:  Tim Boland, Transmittal No.:  136
SUBJECT: SPECIAL NOTICE
SOL Q-FICPSR
DUE 010397
POC Tim Boland (301) 975-3608
DESC: The Joint Federal/DoD Logistics Functional Working group
  is developing standard implementation conventions to be used
  by the Federal Government in transmitting electronic data using
  ANSI X12 Version 3060.  Federal Implementation Conventions
  for ASC X12 transaction set 830 Planning Schedule with Release
  Capability is available for public comment.  This document
  is available in electronic format from the World Wide Web (WWW)
  at http://snad.ncsl.nist.gov/fededi and from anonymous FTP
  at snad.ncsl.nist.gov/pub/fededi/LFWG.  The FTP login is anonymous
  and your E-Mail address should be entered as the password.
  Electronic comments are preferred and should be addressed to
  LOGFWG@ITSI.DISA.MIL and t.boland@nist.gov.  The public comment
  period closes January 3, 1997 (or 30 days from the date of
  publishing) Contact Tim Boland, EDI Standards Management Program,
  Attn:  Joint Federal/DoD Logistics Functional Working group
  Computer Systems Laboratory, National Institute of Standards
  and Technology, Technology Bldg, Room B217, Gaithersburg, MD
   20899, Tel:  (301) 975-3608.
LINKURL: http://snad.ncsl.nist.gov/fededi
LINKDESC: 
CITE: (I-338 SN008499)

[Commerce Business Daily: Posted December 3, 1996]
[Printed Issue Date: December 5, 1996]

PART: SPECIAL NOTICES
OFFADD: National Institute of Standards & Technology, Computer
  Systems Lab'y., Bldg. 225/Rm. B217, Gaithersburg, MD 20899;
  Attn:  Tim Boland, Transmittal No.:  136
SUBJECT: SPECIAL NOTICE
SOL Q-FICPSR
DUE 010397
POC Tim Boland (301) 975-3608
DESC: The Joint Federal/DoD Logistics Functional Working group
  is developing standard implementation conventions to be used
  by the Federal Government in transmitting electronic data using
  ANSI X12 Version 3060.  Federal Implementation Conventions
  for ASC X12 transaction set 830 Planning Schedule with Release
  Capability is available for public comment.  This document
  is available in electronic format from the World Wide Web (WWW)
  at http://snad.ncsl.nist.gov/fededi and from anonymous FTP
  at snad.ncsl.nist.gov/pub/fededi/LFWG.  The FTP login is anonymous
  and your E-Mail address should be entered as the password.
  Electronic comments are preferred and should be addressed to
  LOGFWG@ITSI.DISA.MIL and t.boland@nist.gov.  The public comment
  period closes January 3, 1997 (or 30 days from the date of
  publishing) Contact Tim Boland, EDI Standards Management Program,
  Attn:  Joint Federal/DoD Logistics Functional Working group
  Computer Systems Laboratory, National Institute of Standards
  and Technology, Technology Bldg, Room B217, Gaithersburg, MD
   20899, Tel:  (301) 975-3608.
LINKURL: http://snad.ncsl.nist.gov/fededi
LINKDESC: 
CITE: (I-338 SN008507)