[Commerce Business Daily 1996] [From the U.S. Government Printing Office, www.gpo.gov] [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Armament Contracting Division (WL/MNK), Building 13, 101 West Eglin Boulevard, Suite 337, Eglin AFB, FL 32542-6810 SUBJECT: A -- AIR SUPERIORITY MISSILE TECHNOLOGY (ASMT) PROGRAM SOL PRDA NO. MNK-0001 POC Contact Melissa Straughn, Contract Specialist, at (904) 882-4294, extension 3405 or Lorna Tedder, Contracting Officer, at (904) 882- 4294, extension 3399. DESC: CORRECTION: This synopsis is being issued in response to questions to Synopsis MNK 97-002 Air Superiority Missile Technology (ASMT) Program Parts 1 and 2 published in the Commerce Business Daily on 8 Nov 96. A summary CDRL listing in the proposal for deliverable data items is acceptable rather than an entire DD 1423 CDRL package. The tailored DIDs listed on the CDRLs are to be in Contractor format. All rocket motors (including inert units) will be +5" rocket motors and will be provided as Government Furnished Equipment (GFE). All drawings/technical information and chemical formulation relating to the +5" P3I Rocket Motor should be obtained from Alliant Techsystems. The point of contact at Alliant Techsystems is Mr. Lou Miltonberger at (304) 726-5419. The IMP and IMS may be submitted on 3.5" diskette with summary versions/samples in the proposal. Proposal information should be submitted with unlimited data rights. However, any data that will be provided with other than unlimited rights should be marked accordingly. The government is anticipating adequate price competition therefore, SF 1448 is required in lieu of the SF 1411. Further questions should be submitted in writing to Melissa Straughn, Contract Specialist, (904) 882-4294 ext 3405, or Lorna Tedder, Contracting Officer, (904) 882-4294 ext 3399 at WL/MNK, Building 13, 101 West Eglin Boulevard, Suite 337, Eglin AFB, FL 32542-6810. The FAX number is (904) 882-9599. CITE: (I-339 SN008728) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Department Of The Navy, Naval Information Systems Management Center (code02), Bldg 176, 5th Floor, Washington Navy Yard, Washington, Dc 20374-5070 SUBJECT: ACRESEARCH AND DEVELOPMENT, ADVANCED TOMHAWK DISPLAY CENTER SOL N/A POC POC: Ms.Shawna Peterson (202) 433-4678 DESC: 17. The Naval Information Systems Management Center intends to solicit and negotiate with only one source under the authority of FAR 6.302 for the development of nineteen prototype Advanced Tomahawk Display Center (ATDC) units for testing and evaluation, and deployment. The ATDCs are required to support the Advanced Tomahawk Weapons Control System (ATWCS) Program which is updating the ship-installed Tomahawk Weapons Control System with Tactical Advanced Computer Four (TAC-4) processors and peripherals. Authority: 10 U.S.C. 2304(c)(1) and 10 U.S.C. 2304(c)(2). Justification: Only one responsible source and no other supplies or services will satisfy agency requirements and unusual and compelling urgency. The ATWCS is based on TAC-3/4 hardware and operating systems. Test and Evaluation (T&E) of the ATDC is targeted for completion in the February/March 1997 timeframe. Failure to complete T&E would delay ATWCS by approximately one year, therefore jeopardizing delivery of the ATWCS to new construction AEGIS ships. Due to the considerable resource investment in software development based on TAC equipment, conversion to a different processor-based systems is not possible due to schedule and resource constraints. 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 publication of this synopsis will be considered. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications relating to the procurement described are not available and cannot be furnished by the Government.***** LINK http://www.nismc.navy.mil LINKDESC: EMAIL Nadine.Hughes@nismc.navy.mil EMAILDESC: CITE: (W-339 SN008772) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Department Of The Navy, Naval Information Systems Management Center (code02), Bldg 176, 5th Floor, Washington Navy Yard, Washington, Dc 20374-5070 SUBJECT: ACRESEARCH AND DEVELOPMENT, ADVANCED TOMHAWK DISPLAY CENTER SOL N/A POC POC: Ms.Shawna Peterson (202) 433-4678 DESC: 17. The Naval Information Systems Management Center intends to solicit and negotiate with only one source under the authority of FAR 6.302 for the development of nineteen prototype Advanced Tomahawk Display Center (ATDC) units for testing and evaluation, and deployment. The ATDCs are required to support the Advanced Tomahawk Weapons Control System (ATWCS) Program which is updating the ship-installed Tomahawk Weapons Control System with Tactical Advanced Computer Four (TAC-4) processors and peripherals. Authority: 10 U.S.C. 2304(c)(1) and 10 U.S.C. 2304(c)(2). Justification: Only one responsible source and no other supplies or services will satisfy agency requirements and unusual and compelling urgency. The ATWCS is based on TAC-3/4 hardware and operating systems. Test and Evaluation (T&E) of the ATDC is targeted for completion in the February/March 1997 timeframe. Failure to complete T&E would delay ATWCS by approximately one year, therefore jeopardizing delivery of the ATWCS to new construction AEGIS ships. Due to the considerable resource investment in software development based on TAC equipment, conversion to a different processor-based systems is not possible due to schedule and resource constraints. 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 publication of this synopsis will be considered. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications relating to the procurement described are not available and cannot be furnished by the Government.***** LINK http://www.nismc.navy.mil LINKDESC: EMAIL Nadine.Hughes@nismc.navy.mil EMAILDESC: CITE: (W-339 SN008773) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Office of Naval Research, 800 North Quincy Street, Arlington, VA 22217-5660 SUBJECT: A -- NATIONAL OCEAN PARTNERSHIP PROGRAM SOL N00014- POC Mr. Brian D. Glance, Contract Specialist, ONR Code 252, (703)696-2596, fax: (703)696-0993. DESC: BAA 97-005. Office of Naval Research, in anticipation of the implementation of the interagency National Oceanographic Partnership Program, solicits pre-proposals addressing a variety of Partnership Programs as outlined in Title II, subtitle E, of Public Law 104-201 of September 23, 1996, the National Oceanographic Partnership Program. Up to $11.5M may be available for this announcement which is subject to final approval by the National Ocean Research Leadership Council, once established. Pre-proposals are due January 13, 1997. Team efforts among academia, industry, and government participants: cost sharing and proposals augmenting ongoing joint efforts are very strongly encouraged. Pre-proposals are sought in the following major topic areas: (A) "Virtual" Ocean Data and Remote Sensing Center(s)/Facility(ies) that would capitalize on existing centers by developing broad community access/exchange of Navy, NOAA and other data bases together with data display and assimilation techniques. One to three awards are anticipated on this topic with funding ranging from $0.5M to $1M per award. (B) National Littoral (i.e., coastal) "Laboratory" to augment or leverage existing field efforts and programs, keying on analysis and modeling, but emphasizing model development together with data synthesis and assimilation. A long-term goal is development of "portable" coastal ocean/atmosphere forecasting capabilities. One to three awards are anticipated on this topic funded at $0.5M to $1M each. (C) Partnership efforts to accelerate and leverage existing or planned interagency efforts in: i) "Broad-Based" Research, such as: effects of algal blooms, mechanisms of cross-shelf transport, transport, fate, and effects of arctic ocean and coastal atmospheric contaminants, effects of sound on marine mammals ii) Infrastructure Support, such as: regional consortia approaches for ocean & atmosphere observing capabilities, development and application of advanced and/or long-term capabilities for in-situ and remote observations, and transparent-connectivity between shipboard computing and the Internet. Cost sharing by nonfederal activities is very strongly encouraged in this topical area. About four to eight awards at $0.5M to $1.5M each, encumbering a total of approximately $5M are anticipated. (D) Education, Outreach and Training in support of military and civilian oceanography to enhance ongoing efforts, or to establish new partnerships efforts such as: Exchanges between military and civilian oceanographers for cross-training and at-sea experience, Teachers-to-sea and telepresence for science education, K-12 curriculum development & supplement materials,- Web based marine information clearing house to enhance science literacy, and Approaches to increase participation by minorities & other under-represented groups in oceanography. It is anticipated that a small number of awards less than $100K will be considered individually, potentially as pilot projects for larger outyear efforts or to meet a special, focused goal, but that emphasis will be placed upon a few major teamed efforts representing the larger community. One to three larger awards with funding ranging between $0.5M and $1.5M each are anticipated. Consortia, associations and foundations are strongly encouraged to bundle a range of activities together and generate proposals representing larger community interests covering issues along the lines of those listed above. Interested offerors are requested to submit a pre-proposal to the address listed below. The purpose of the pre-proposal is to give a preliminary indication of whether effort by the offeror in preparing a full technical and cost proposal is warranted. A pre-proposal is a five to seven page technical document that outlines the scientific and technical issues, defines the approach, and describes the anticipated results. Sufficient detail must be presented to determine whether a formal proposal is warranted. On additional pages as necessary, provide a budget estimate by cost and time (total and broken down by year) as well as summary (short) resumes of the principal investigator(s). The period of performance should be nominally one year but may be up to two years with a starting date on or about 1 April 1997. Ten copies of the pre-proposals are due not later than 4:00PM EST on 13 Jan 1997 to NOPP BAA/ONR 32, Room 407-8, Office of Naval Research, 800 N. Quincy Street, Arlington, VA 22217-5660. Pre-proposals received at ONR after this date and time will not be considered. All pre-proposals must indicate BAA number and which topic area is being addressed on the cover page. Separate pre-proposals must be submitted for each topic area. E-mail and facsimile materials are not acceptable. No request for proposal (RFP), solicitation, or other announcement of this opportunity will be made. Based upon reviewer comments, Pre-Proposers will be encouraged or discouraged from submitting a full proposal. Encouragement to submit a full proposal based upon pre-proposal screen does not assure award of a grant or contract. Notification along with details regarding the formal requirements for full proposals will be distributed in a timely manner for an anticipated due date of the final proposal (4:00 PM EST on 07 MAR 1997). Pre-proposals from all sources are welcome. Historically Black Colleges and Universities and Minority Institutions, as determined by the Secretary of Education to meet requirements of 34 CFR Section 608.2 and 10 U.S.C. Paragraph 2323(a)(1)(C), are particularly encouraged to participate. Evaluations of the pre-proposals and full proposals will be conducted using the following selection criteria subject to final approval by the Council, once established: (1) relevance of the proposed research to Partnership objectives, including a) support of critical research objectives or operational goals such as data accessibility, education and communication, b) broad participation within the oceanographic community, c) partners with a long-term commitment to the proposed objectives, d) resources are shared among partners, and e) the degree of cost-sharing by partners with the requested Partnership funding,(2) overall scientific and technical merits of the proposal,(3) the offeror's capabilities, related experience, and facilities or unique combinations of these that are critical to the proposal objectives, (4) the qualifications and experience of the proposed principal investigator and key personnel, (5) degree of significant partnering among at least two of the following parties, academia, industry or government, (6) socio-economic merits of the proposal(7) realism of proposed costs. The final distribution of awards among topics will depend on quality of proposals and availability of funds as determined by the Council once established. For awards made as contracts, the socio-economic merits of each proposal will be evaluated based on the commitment to provide meaningful subcontracting opportunities for small business, small disadvantaged business, women-owned small business concerns, historically black colleges and universities, and minority institutions. The standard industrial classification code is 8731 with the small business size standard of 500. In addition, contract proposals that exceed $500,000 submitted by all but small businesses, must be accompanied by a Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan in accordance with FAR 52,219-9. Additional Information is available on the World Wide Web at: "http://www.onr.navy.mil/sci_tech/ocean" under "Additional Points of Interest". This notice constitutes an ONR Broad Agency Announcement (BAA) as contemplated by FAR 6.102(d)(2). Questions regarding business and legal matters relating to this BAA should be directed to: Office of Naval Research, Attention Ms. Anna Mae Weston (Code 252), Ballston Towers One, 800 N. Quincy St., Arlington, VA 22217-5660, (703) 696-4509. Technical questions may be submitted by E-mail to "NOPPBAA@ONR.NAVY.MIL" or by fax to "NOPP BAA" (703) 696-2007 if necessary. CITE: (I-339 SN008930) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, ATTN: WL/AAKE, Bldg. 7, 2530 C Street, Wright-Patterson AFB SUBJECT: A -- COOPERATIVE COUNTERMEASURE EXPERIMENTS SOL PRDA #97-12-AAK POC Contact Dawn M. Ross, Contract Negotiator, at (513) 255-5311, or Michele L. Dickman, Contracting Officer, at (513) 255-2976. DESC: A--INTRODUCTION: Wright Laboratory (WL) is interested in receiving proposals (technical and cost) on the research effort described in Section B. Proposals in response to this PRDA shall be submitted by 17 Jan 97, 1500 hours Eastern Standard Time, addressed to (attn: Dawn Ross), WL/AAKE, Building 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607. Proposals shall not be submitted via facsimile transmission. This is an unrestricted solicitation. Small businesses are encouraged to propose on all or any part of this solicitation. Teaming arrangements between private industry and universities will also be considered. Proposals submitted shall be in accordance with this announcement. Proposal receipt after the cutoff date and time specified herein shall be treated in accordance with restrictions of FAR 52.215-10, copy of this provision may be obtained from the contracting point of contact cited in Section F. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments to this solicitation that may be published. This PRDA may be amended to allow subsequent submission of proposal dates. Offerors should request a copy of the WL Guide entitled, "PRDA and BAA Guide for Industry". This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from the contracting point of contact or obtained via the world wide web site: www.wl.wpafb.af.mil/contract. B--REQUIREMENTS: (1) Technical Description: Infrared (IR) guided missile technology is a rapidly advancing technology that has been proliferated around the world. Of particular threat to aircraft are those missiles which have been specifically designed to be immune to the effects of certain types of IR expendables and jammers. The precise listing of these missile threats and their relationship to this program is classified, and a full description of the classified threats and requirements for this PRDA is available in the classified supplement to this solicitation. This program will require the offeror to conduct modeling and simulation (M&S) against various IR missiles. This program will not require the offeror to create or develop any new M&S code but rather will require analysis using existing M&S code. For this purpose, the government will make the M&S code MOSAIC available to all successful offerors to this solicitation. If the offeror wishes to use an alternate to the MOSAIC code, the qualifications of this M&S system and its reasons for selection shall be specified in the proposal. Similarly, if the offeror requires government test facilities for any part of this program, these shall also be specified in the proposal. (2) Deliverable Items: the following deliverable items shall be proposed (the term /T refers to a tailored data item): (a) Status Report, DI-MGMT-80368A/T, monthly, (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T, monthly, (c) Project Planning Chart, DI-MGMT-80507A/T, monthly, (d) Contract Funds Status Report (CFSR), DI-MGMT-81468/T, quarterly, (e) Presentation Material, DI-ADMN-81373/T, as required, (f) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T, monthly, (g) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Final) ), and (h) Test Plans, DI-NDTI-80566/T, as required. In addition to these deliverable items, the following item shall also be proposed: quarterly technical reviews conducted at the contractor's facility. (3) Security Requirements: (a) This program will be conducted at the secret level. A DD254 will be included in the contract. Personnel clearances must have already been approved when proposals are submitted. (b) Receipt of the classified (Secret) supplement to this PRDA is necessary to fully respond to this announcement. The supplement further describes the intended objective, scope and goals of this effort. Wright Laboratory's Electronic Warfare Security Classification Guide dated 1 Mar 89 with Letter Change No. 1 dated 16 Aug 91 and Letter Change No. 2 dated 1 Nov 93 is the overall classification authority for this effort. Written requests for the classified supplement should be addressed to the Contracting Point of Contact at the address listed in Section A. The written request must contain the organization's classified mailing address and associated Facility Security Clearance (FSC) code. The written request may be submitted by facsimile to the contracting point of contract, Ms Dawn Ross, at (937) 656-7233. After verification of the requesting organization's security clearance, need to know, and safeguarding capability, the classified material, with applicable DD254, will be sent to the cleared address by registered mail. Responders are reminded that classified responses shall be properly packaged, marked and transmitted, and addressed to the correct authority listed in Section A of this PRDA. Guidance concerning handling of classified information is contained in the "Industrial Security Manual for Safeguarding Classified Information" available from your local Defense Investigative Service. (4) Other Special Requirements: International Traffic in Arms Regulations (ITAR) apply. Public Law 98-94 applies to this acquisition. Offerors must submit approved DD Form 2345, Militarily Critical Technology Data Agreement with their proposal. C-- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the technical effort is estimated to be 34 months. The offeror shall also provide for an additional 5 months for processing/completion of the final report. (2) Expected Award Date: Jun 97. (3) Air Force Estimate: The Air Force Funding profile is $51K in FY97, $250K in FY98, $250K in FY99 and $200K in FY00 for a total of $751K. The funding profile is an estimate only and is not a promise for funding as all funding is subject to change due to Air Force discretion and availability. (4) Type of Instrument: Contract Cost Plus Fixed Fee (CPFF) (completion) or Cost (no fee). Any grant(s) or cooperative agreement(s) will be cost (no fee) or cost share. Other transactions must be cost share. (5) Government Furnished Property: The digital M&S tool MOSAIC will be provided to successful offerors. Offerors not familiar with this tool may contact the technical point of contact, Mr. Koesters, for further information. (6) Size Status: For the purposes of this acquisition, the size standard is 500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Foreign contractors should be aware that restrictions apply which limit their participation in this program. Foreign contractors will not be permitted to participate in this program at the prime contractor level. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision FAR 25.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to the contracting point of contact listed below. Offerors should refer to the instructions contained in the WL "PRDA and BAA Guide for Industry" referenced in Section A of this announcement. Separate technical and cost proposals are required and must be valid for 180 days. Proposals must reference the above PRDA number. Proposals shall be submitted in an original and four (4) copies. All responsible sources may submit a proposal which shall be evaluated against the criteria set forth in the Section E - Basis for Award. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the Government. (2) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal and are included in the page limit discussed below. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks proposed to be accomplished under the proposed effort and be suitable for contracting instrument incorporation. Offerors shall refer to the WL guide to assist in SOW preparation. Any questions should be referred to the technical point of contact. (3) Cost Proposal: Adequate price competition is anticipated. The accompanying cost proposal/price breakdown shall be furnished with supporting schedules and shall contain a person-hour breakdown per task and by calendar year. (4) Page Limitations: The technical proposal shall be limited to 75 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation applies to all information, i.e., indexes, photographs, fold-outs, appendices, attachments, etc. (other than the specific exceptions stated above). Pages in excess of this limitation will be removed from the proposal and will not be evaluated by the Air Force. Cost proposals have no page limitations, however, offerors are requested to limit cost proposals to 20 pages as a goal. (5) Preparation Cost: This announcement does not commit the Air Force to pay for any proposal preparation cost. The cost of preparing proposals in response to this PRDA is not an allowable direct charge to any resulting award, or any other procurement instrument. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E--BASIS FOR AWARD: The selection of one or more sources for award will be based on an evaluation of an offeror's proposal (both technical and cost) to determine the overall merit of the proposal in response to the announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria listed in descending order of importance: (a) the offeror's understanding of the problem and the intricacies of developing new IR CM techniques (b) the offeror's approach toward meeting the scientific and technical objectives, (c) the offeror's understanding of the scope of the technical effort, (d) the offeror's understanding and experience in the field of IRCM, (e) the availability, from any source, of experienced scientists, engineers and technicians to perform the tasks in this effort, (f) the organization, clarity and thoroughness of the proposed SOW. Cost is ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost proposals will be evaluated at the same time. The Air Force reserves the right to select for award, any, all, part or none of the proposal(s) received. Award of a grant, cooperative agreement or other transaction in lieu of a contract will be considered and will be subject to the mutual agreement of both parties. F--POINTS OF CONTACT: (1) An Ombudsman has been appointed to hear concerns from offerors and potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the contracting officer but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Air Force personnel. All potential offers should use established channels to voice concerns before resorting to the use of the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection. 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. These serious concerns only may be directed to the Ombudsman, Mr. Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K St, Suite 1, Wright-Patterson AFB OH 45433-7642, E-mail kugeldl@sy.wpafb.af.mil, phone (9370 255-3855. (2) Technical Point of Contact: Mr. Joseph Koesters, WL/AAJW Bldg 620, 2241 Avionics Circle Rm N1A32, Wright-Patterson AFB OH 45433-7304, phone: (937) 255-4174 x4021. (3) Contracting Point of Contact: Ms. Dawn Ross, WL/AAKE Bldg 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607, phone: (937) 255-5311, fax: (937) 656-7233. CITE: (I-339 SN008955) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: National Cancer Institute, Research Contracts Branch, TCS 6120 Executive Blvd., EPS/603 Bethesda, Maryland 20892-7220 SUBJECT: A -- MAINTENANCE OF A RODENT PRODUCTION CENTER SOL NCI-CM-87003-28 DUE 031497 POC Carolyn E Barker, Contract Specialist, (301) 496-8620 or Therese M Dick, Contracting Officer, (301) 496-8620. DESC: The Biological Testing Branch of the Developmental Therapeutics Program, Division of Cancer Treatment, Diagnosis, and Centers, National Cancer Institute, National Institutes of Health (NIH), is seeking an organization with the capabilities and facilities for producing pathogen-free rodents. To be considered for award of a contract, the following mandatory criteria must be met at the time of proposal submission to the Contracting Officer: The offeror must have the capability to deliver in environmentally-controlled trucks to the NIH campus in Bethesda, MD and to the Frederick, MD location. To be considered further for award, offerors should meet the following criteria: (1) have existing facilities which have the capability and performance records which document the successful exclusion of pathogenic organisms, (2) the Principal Investigator and other key personnel should have experience and expertise with rodent inbreeding procedures, and with the production of highest quality rodents, (3) organizational experience with the production of highest quality laboratory animals, and (4) willingness to participate in grantee reimbursement collections. It is expected that one cost-reimbursement completion type contract will be awarded for a five year period as a result of this solicitation. This award will be for 2,000 - 2,500 cages (mouse equivalents). All breeding stock will be supplied by the Government. The strains and stocks to be produced will be determined by the Government. This proposed procurement is designated as a 100% small business set-aside, with a corresponding SIC #8731. This RFP represents a recompetition of Taconic Farms, Contract NO1-CM-57224. RFP NCI- CM-87003-28 will be available on or about January 17, 1997, with a response date of March 14, 1997, for the receipt of proposals. All copies of RFP NCI-CM-87003-28 may be obtained by FAX request (301) 402-6699 or by writing to Ms. Carolyn Barker, Contract Specialist, Treatment Contracts Section, Research Contracts Branch, National Cancer Institute, Executive Plaza South, Room 603 MSC 7220, Bethesda, MD 20892-7220. No collect calls will be accepted. See Numbered Note 1. CITE: (I-339 SN008957) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, 2530 C Street, Bldg 7, Wright-Patterson AFB OH 45433-7607 SUBJECT: A -- EXPLORATORY RADIO FREQUENCY TECHNOLOGIES (ERFT) SOL PRDA 97-03-AAK POC Contact Brad Kneisly, Contract Negotiator, (937) 255-2902 or Vicki Fry, Contracting Officer, (937) 255-5201. DESC: Reference the announcement published 26 Nov 96 for the ERFT Program Research and Development Announcement (PRDA). The supplemental package necessary for proposal preparation is hereby amended. The first paragraph of the Cost/Price Format (Page 15) of the supplemental package is amended to add the following: "The offeror shall document clearly any proposed uncompensated hours in the cost proposal. The offeror also shall document how any uncompensated time will be accounted for during contract performance. The Government may consider the proposed use of uncompensated time in the analysis of the realism of proposed prices." The following is added to Special Terms and Conditions of the supplemental package: "7. The Government reserves the right to capture any offer of uncompensated time included in the candidate delivery order proposal(s) into the terms and conditions governing the award of future delivery orders under the basic contract." The supplemental package (as originally issued) is available at the Wright Laboratory R&D Contracting Home Page (www.wl.wpafb.af.mil/contract/hp.htm) under "Contracting Opportunities," then "Avionics: Mission." You also may submit a request for the package in writing if you are unable to access or download the information from the home page. Written requests should be addressed to Mr. Brad Kneisly, WL/AAKR, Bldg 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607. The proposal receipt deadline remains unchanged. CITE: (I-339 SN008985) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: R&D Contracting Directorate, 2530 C Street, Bldg 7, Wright-Patterson AFB OH 45433-7607 SUBJECT: A -- EXPLORATORY RADIO FREQUENCY TECHNOLOGIES (ERFT) SOL PRDA 97-03-AAK POC Contact Brad Kneisly, Contract Negotiator, (937) 255-2902 or Vicki Fry, Contracting Officer, (937) 255-5201. DESC: Reference the announcement published 26 Nov 96 for the ERFT Program Research and Development Announcement (PRDA). The supplemental package necessary for proposal preparation is hereby amended. The first paragraph of the Cost/Price Format (Page 15) of the supplemental package is amended to add the following: "The offeror shall document clearly any proposed uncompensated hours in the cost proposal. The offeror also shall document how any uncompensated time will be accounted for during contract performance. The Government may consider the proposed use of uncompensated time in the analysis of the realism of proposed prices." The following is added to Special Terms and Conditions of the supplemental package: "7. The Government reserves the right to capture any offer of uncompensated time included in the candidate delivery order proposal(s) into the terms and conditions governing the award of future delivery orders under the basic contract." The supplemental package (as originally issued) is available at the Wright Laboratory R&D Contracting Home Page (www.wl.wpafb.af.mil/contract/hp.htm) under "Contracting Opportunities," then "Avionics: Mission." You also may submit a request for the package in writing if you are unable to access or download the information from the home page. Written requests should be addressed to Mr. Brad Kneisly, WL/AAKR, Bldg 7, 2530 C Street, Wright-Patterson AFB OH 45433-7607. The proposal receipt deadline remains unchanged. CITE: (I-339 SN008987) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514 SUBJECT: A -- SYSTEMS ENGINEERING AND EVALUATIONS, SYSTEM ANALYSIS WORLDWIDE (SEESAW) SOL F30602-97-R-0017 POC Alice J Colasanti, Contract Specialist, Rome Laboratory/PKRZ, (315)330-2491; Paul Gwyther, Laboratory Program Manager, Rome Laboratory/IRDO, (315)330-2389. DESC: This is a sixty (60) month effort to provide system engineering to Department of Defense Intelligence Information System (DoDIIS) and the US Intelligence Community worldwide. Generation of technical documentation detailing plans, analysis, integration evaluations, system/network performance analysis and testing for existing systems and of new systems. In the course of performance, engineering personnel will interface with various agencies in the Washington DC area, through visits and electronic means and visit various DoDIIS and US Intelligence Community sites worldwide. Understanding of the Government Performance Improvement Act of 1993 is required. NOTE: This effort will not perform system development. This will be an indefinite delivery/indefinite quantity contract with work to be performed on a task-by-task basis. Tasks under this contract may be classified. SCI security clearance is required for performance. The Solicitation is not classified. The successful contractor may receive and/or generate technical data subject to export control in the performance of the contract. Therefore, prospective offerors must provide a completed and approved DD Form 2345 which certifies the offeror is on the Certified Contractors Access List (CCAL) or the offeror is seeking application to CCAL. The successful offeror must have a completed and approved DD Form 2345 prior to award. For further information on CCAL, contact the Defense Logistic Service Center at 1-800-352-3572. The RFP will be released no sooner than 97JAN20. Foreign participation is excluded at the Prime Contractor level. An Ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions, such as clarifications of the Statement of Work or the terms and conditions, are not considered to be "significant concerns" and should be communicated directly to the Contract Specialist, Alice J Colasanti, (315)330-2491. The purpose of the Ombudsman is not to diminish the authority of the contracting officer or program manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is Vincent Palmiero, Chief, Policy and Management Division, at 315-330-7746. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the Contract Specialist/Contracting Officer and could not be satisfactorily resolved at that level. See Numbered Note 26 - No telephone requests for the solicitation will be honored. All requests must be addressed to the attention of the Contract Specialist, Alice J Colasanti, reference code I-7-4378-Z, and contain the respondent's FAX Number and Commercial and Government Entity (CAGE) Code. All responsible sources may submit a proposal in response to the RFP which shall be considered. CITE: (I-339 SN008991) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Rome Laboratory/PK, 26 Electronic Parkway, Rome NY 13441-4514 SUBJECT: A -- ROME LABORATORY'S STANDARDS BASED ARCHITECTURE SOL F30602-97-R-0002 POC Renee F Arcuri, Contract Specialist, Rome Laboratory/PKRZ, (315)330- 4777; Chuck Schultz, Laboratory Program Manager, Rome Laboratory/SBAPO, (315)330-3424. DESC: CORRECTION: This action cancels the solicitation that was originally published in the CBD, dated 96SEP12. Portions of this solicitation will be procured under the current DEIS II contract. Information regarding this contract can be obtained on the worldwide web at http://www.disa.mil/D7/DEISII.html CITE: (I-339 SN008992) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 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 COMMISSION ANNUAL PERFORMANCE PLAN FOR FY 1999 SOL RS-RQ-70785031 DUE 121896 POC Joanna Lilley, Contract Specialist, (301) 415-6743 DESC: This is Part I of Part II - This is a combined synopsis/solicitation prepared in accordance with FAR, Part 13, Simplified Acquisition Procedures, 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 synopsis/solicitation is issued as a Request for Proposal and incorporates provisions and clauses in effect through Federal Acquisition Circular 90-42. This procurement is restricted to small business concerns located in the Washington, D.C. metropolitan area. The standard industrial code (SIC) is 8742. Small business size standard: Average annual receipt for each of the three preceding fiscal years do not exceed $5 million. I. BACKGROUND INFORMATION: Under the terms of the Government Performance and Results Act (GPRA), the U.S. NRC is required to develop a Strategic Plan and an Annual Performance Plan for FY 1999. The NRC's Strategic Plan is currently under development as part of the Agency's Strategic Planning and Rebaselining Initiative, and that plan is scheduled to be submitted to the Commission for approval in late December 1996. The Performance Plan will implement the proposed Strategic Plan and the Direction Setting Issues Papers developed as part of the Strategic Planning and Rebaselining Initiative. The proposed Performance Plan will be developed by a Performance Plan Working Group (PPWG), comprised of representatives from the major NRC offices. The contractor shall provide assistance to the NRC in developing its FY 1999 Annual Performance Plan. II. REQUIREMENTS: (a) The contractor shall examine performance plans from other agencies which OMB has recommended as good samples, and based on that examination, make recommendations on the format and general content for the Performance Plan in a letter report to the NRC Project Manager on or about 1/17/97. (b) The contractor shall provide expert advice to the PPWG as they develop one or more performance goals for each of the three major NRC mission areas (referred to in the Strategic Plan as "mission- critical strategic arena") and determine if performance goals should be developed for the other (7) strategic arenas. The contractor shall facilitate separate one-day performance goal development sessions for each of the three mission-critical strategic arenas and a one-day discussion session to determine if performance goals should be developed for the other (7) strategic arenas. The contractor shall document the results of the facilitated sessions and make a recommendation regarding the performance goals to be included in the Performance Plan in a letter report to the NRC Project Manager on or about 1/17/97. (c) The contractor shall provide expert advice to the PPWG as they develop one or more performance indicators for each performance goal delineated in the FY 1999 NRC Annual Performance Plan. The contractor shall facilitate separate one-day performance indicator development sessions for each of the three mission- critical strategic arenas, provide the results of the facilitated sessions, and recommend performance indicators to be included in the Performance Plan in a letter report to the NRC Project Manager on or about 2/14/97. (d) The contractor shall conduct an analysis and make a recommendation regarding the techniques to be used to verify and validate the data used to measure NRC progress in achieving its performance goals. The recommendations will be provided in a letter report to the NRC Project Manager on or about 3/7/97. (e) The contractor shall provide assistance to the PPWG in revising the Performance Plan as a result of BRG, EDO, Commission or OMB comments. Option: At the option of the NRC, the contractor shall facilitate additional performance goal and performance indicator development sessions for up to seven of the remaining strategic arenas. The estimated level of effort for this requirement, inclusive of the option, is 3.25 person months. The period of performance will be from date of award through February 28, 1998. Offerors must provide a list of up to five contracts performed by the firm/individual which are relevant to the proposed NRC work. Information shall include contract number, brief description of the project, dollar value, period of performance, and two contacts at the organization which awarded each contract. Resumes for proposed key personnel shall also be submitted. Offerors must also submit a detailed cost proposal that breaks out the basic requirement and optional requirement. EVALUATION FACTORS: Offeror proposals will be evaluated based on the extent to which past performance of the firm and experience of key personnel demonstrate the contractor's capability to successfully perform NRC's requirements. NRC may require oral presentations by key personnel of the five firms who are determined to be technically superior based on their submission, within five days after proposal submission. NRC reserves the right to make award based solely on review of the initial written submissions. Award will be based on best value to the Government. CITE: (I-338 SN008527) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon, Washington, D.C. 20310-5200 SUBJECT: B--COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS AND INTELLIGENCE FOR THE WARRIOR SOL DASW01-97-R-0012 DUE 010597 POC CONTACT BETH YANCEY, FAX (703) 695-9746 DESC: The Defense Supply Service, Washington intends to procure Command, Control, Communications, Computers and Intelligence for the Warrior (C4IFTW) for the Command, Control, Communications, and Computer (C4) Systems Directorate (J-6) of the Joint Chiefs of Staff. C4IFTW will consist of services, analysis and studies for the implementation and development of future and current C4ISR military capabilities. Contracted personnel will be required to support on and off site projects and may be required to purchase, network, integrate, install Automated Data Processing (ADP) equipment, visualization equipment or develop software and train personnel. Contracted personnel must be capable of receiving a Top Secret/Sensitive Compartmented Information (TS/SCI) clearance. A full and open competitive solicitation will be issued on or about 15 January 1997. The incumbent contractor is Science Applications International Corporation (SAIC) contract number MDA903-93-D-0019. Freedom of Information Act (FOIA) requests should be faxed to (703) 695-9746. CITE: (I-338 SN008611) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: Defense Supply Service-Washington, 5200 Army Pentagon, Washington, D.C. 20310-5200 SUBJECT: B--COMMAND, CONTROL, COMMUNICATIONS, COMPUTERS AND INTELLIGENCE FOR THE WARRIOR SOL DASW01-97-R-0012 DUE 010597 POC CONTACT BETH YANCEY, FAX (703) 695-9746 DESC: The Defense Supply Service, Washington intends to procure Command, Control, Communications, Computers and Intelligence for the Warrior (C4IFTW) for the Command, Control, Communications, and Computer (C4) Systems Directorate (J-6) of the Joint Chiefs of Staff. C4IFTW will consist of services, analysis and studies for the implementation and development of future and current C4ISR military capabilities. Contracted personnel will be required to support on and off site projects and may be required to purchase, network, integrate, install Automated Data Processing (ADP) equipment, visualization equipment or develop software and train personnel. Contracted personnel must be capable of receiving a Top Secret/Sensitive Compartmented Information (TS/SCI) clearance. A full and open competitive solicitation will be issued on or about 15 January 1997. The incumbent contractor is Science Applications International Corporation (SAIC) contract number MDA903-93-D-0019. Freedom of Information Act (FOIA) requests should be faxed to (703) 695-9746. CITE: (I-339 SN008683) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D OFFADD: U.S. Forest Service, Plumas National Forest, 159 Lawrence Street, P.O. Box 11500, Quincy, California 95971 SUBJECT: B--FRENCH EM FOREST INVENTORY, FRENCH CREEK BASIN, PLUMAS NATIONAL FOREST SOL RFQ 11-97-08 DUE 122396 POC Sue Wickman, Contracting Officer, (916) 283-2050. DESC: The purpose of this contract is to inventory forest vegetation, standing snags, and downed woody material on approximately 32,000 acres of National Forest land in the French Creek Basin, Plumas National Forest. CITE: (M-339 SN008839) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: B--Special Studies and Analyses - Not R&D--Potential Sources Sought OFFADD: U. S. Department of Commerce, National Oceanic & Atmospheric Administration, Western Administrative Support Center, Acquisition Management Division, Procurement Branch, WC33, 7600 Sand Point Way NE, BIN C15700, Seattle, WA 98115-0070. SUBJECT: B -- SOL. WASC-7-679 FOR WATER QUALITY PROTECTION PROGRAM SOL WASC7-679 DUE 122096 POC Bernice Robinson, Telephone (206) 526-6043. fax (206) 526-6025. DESC: INDIVIDUAL SOUGHT TO COORDINATE WATER QUALITY PROTECTION PROGRAM STUDIES AT MONTEREY BAY NATIONAL MARINE SANCTUARY SOL WASC 7-679 - National Oceanic Atmospheric Administration / NOAA / Procurement Branch / Monterey Bay National Marine Sanctuary is seeking sources to coordinate the development, implementation and outreach efforts of the Monterey Bay National Marine Sanctuary Water Quality Protection Program (WQPP) and assist NOAA's Sanctuaries and Reserves Division in applying an integrated coastal management approach to other natural resource issues. Issues to be addressed include regional monitoring and data sharing, interagency coordination, urban runoff, marinas and boating activities, agriculture, wetlands and riparian degradation, and point sources of pollution such as sewage out fills and off shore vessel traffic. Period of performance: February 17, 1997 through February 16, 1998. Individual responding to this notice must posses a minimum - Graduate Degree in Ecological Sciences. Term of Contract is for one year. Potential Sources must provide in writing individual's name, address, point of contact, phone/fax numbers. Request for Solicitation closes 12/20/96. This is a small purchase acquisition. CITE: (I-338 SN008514) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: GSA, PBS, Property Development (4PC),Suite 2500,401 West Peachtree St. NW,At lanta,GA 30365-2550 SUBJECT: C-CONSTRUCTION MANAGER AS CONSTRUCTOR SOL GS-04P-97-EXC-0001 DUE 122396 POC Contact,Alison Smith,404/331-4630,Contracting Officer,Ronald Butler,404/331 - -4871 DESC: Correction - The Pre-Submission meeting will be held on December 11, 1996 a t 1:00 PM E.S.T in the existing U.S. Courthouse on Barr Street in downtown Lexin gton, Kentucky. The Stage I submittals are to be received no later than 3:00 PM E.S.T. on December 23, 1996. All other published information remains unchanged . CITE: (I-338 SN008531) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Department of Labor, ETA, Division of Acquisition and Assistance, 200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 SUBJECT: C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR A NEW PHYSICAL FITNESS CENTER AT THE GRAFTON JOB CORPS CENTER SOL JC-04-97 DUE 011097 POC Kenneth S. Graves, Contract Specialist (202) 219-8706. DESC: This project is for design and construction administration services for a new 30,000 GSF physical fitness center at the Grafton Job Corps Center, North Grafton, Massachusetts, on a site that is listed on the National Register of Historically Significant Places. The project requires the demolition of an abandoned heating plant on the site of the new construction and incorporation of the remaining portions of the existing building into the new facility, in accordance with The Secretary of the Interior's "Standards for Rehabilitation of Historic Properties". This project requires the highest quality design and exceptional creativity to provide Job Corps students with the best possible recreation facility while protecting the site's unique historical character. The physical fitness center will include a gymnasium, a stage area, recreational rooms for activities such as aerobics, weight lifting, billiards, and arts/crafts, a multipurpose room, and men's and women's shower/toilet/locker areas. The building will also contain center support functions, and vocational training classrooms. This project also includes miscellaneous site improvements, i.e., landscaping, roads, parking areas, utilities, site/security lighting, and underground storage tank removal. Firms must be capable of performing design services related to underground storage tank removal and asbestos abatement/removal and/or containment, including air-monitoring and construction administration services, and must also exhibit recent work on projects involving coordination with the Massachusetts State Historical Preservation Office. The estimated cost range for construction is between $1 million and $5 million, and the allowable time for design is 42 calendar weeks. Minimum principal disciplines required for this project are: Architectural, Structural, Civil, Mechanical (Plumbing and HVAC), Electrical, and Asbestos Consultant. Submission of a SF-254 and a SF-255 is required for the prime firm, along with the submission of a SF-254 for EACH of its consulting firms, if applicable. (Note: The SF-254 and SF-255 have been revised as of 11/92.) The revised forms delete the obsolete definition of "Architect/ Engineer and related services" and refer to the definition as stated in Part 36 of the Federal Acquisition Regulation (FAR). Firms needing to obtain the revised forms should consider utilizing the following sources: copies may be acquired through local Architect Institute of America (AIA) offices, copies may be reproduced from the FAR, Part 53, Forms, available at local public libraries that maintain copies of the FAR, or copies may be requested from various Federal Regional and National Office locations. Firms may also purchase printed packages of the forms through the Superintendent of Documents, Government Printing Office, Washington, D.C. 20402-9371, allow 2 to 4 weeks for delivery. The SF-254's and SF-255's are required to be submitted even if they are currently on file. Facsimile copies will not be accepted. Only those firms which submit the required forms by the deadline date of May 31, 1994, will be considered for review of qualifications. Failure to submit BOTH the SF-254's and SF-255 will render the submission unacceptable. Pertinent factors for consideration of qualifications, listed in order of importance, are: (1) Professional qualifications necessary for satisfactory performance of required services, (2) Specialized experience and technical competence in the type of work required, (3) Capacity to accomplish the work in the required time, (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Applicants are required to include a list of three (3) references with telephone numbers and names of contact persons with their submittal, and (5) Location in the general geographical area of the project and knowledge of the locality of the project. Preference for location is in the following descending order: (a) Local firms, (b) In-State firms, and (c) Out-of-State firms. Applicants should include the solicitation number of this CBD Notice with the location/area name in Block No. 1 of the SF-255. Women-owned and Minority-owned firms are encouraged to participate. This is a 100% Small Business Set-Aside acquisition. This Standard Industrical Classification (SIC) Code is 8712. The Small Business Size Standard is $2.5 million. The submitting firm should indicate in Block No. 10 of the SF-255 that it is a small business concern as defined in the FAR. This is not a request for proposals. See Numbered Note(s): 1. CITE: (I-339 SN008725) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Department of Labor, ETA, Division of Acquisition and Assistance, 200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 SUBJECT: C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR MISCELLANEOUS UPGRADING OF EXISTING FACILITIES AND SYSTEMS AT THE LOS ANGELES JOB CORPS CENTER SOL JC-05-97 DUE 011097 POC Kenneth S. Graves, Contract Specialist (202) 219-8706. DESC: This project is for design and construction administration services for miscellaneous upgrading of existing facilities and systems at the Los Angeles Job Corps Center, Los Angeles, California. The project requires the abatement of asbestos containing pipe insulation in the wall chases, the replacement of tubs and ceramic tile shower stalls with new fiberglass shower stalls, and the replacement of related plumbing as required, on the 12th and 13th floors of Building No. 1; upgrades of the existing egress corridor and HVAC system in Building No. 2; and replacement of the existing roofing system and existing HVAC system in Building No. 3. Firms must be capable of performing design services related to asbestos abatement/removal and/or containment, including air-monitoring and construction administration services. The estimated cost range for construction is between $500,000.00 and $1,000,000.00, and the allowable time for design is 12 calendar weeks. Minimum principal disciplines required for this project are: Architectural, Structural, Mechanical (Plumbing and HVAC), Electrical, and Asbestos Consultant. Submission of a SF-254 and a SF-255 is required for the prime firm, along with the submission of a SF-254 for EACH of its consulting firms, if applicable. (Note: The SF-254 and SF-255 have been revised as of 11/92.) The revised forms delete the obsolete definition of "Architect/ Engineer and related services" and refer to the definition as stated in Part 36 of the Federal Acquisition Regulation (FAR). Firms needing to obtain the revised forms should consider utilizing the following sources: copies may be acquired through local Architect Institute of America (AIA) offices, copies may be reproduced from the FAR, Part 53, Forms, available at local public libraries that maintain copies of the FAR, or copies may be requested from various Federal Regional and National Office locations. Firms may also purchase printed packages of the forms through the Superintendent of Documents, Government Printing Office, Washington, D.C. 20402-9371, allow 2 to 4 weeks for delivery. The SF-254's and SF-255's are required to be submitted even if they are currently on file. Facsimile copies will not be accepted. Only those firms which submit the required forms by the deadline date of May 31, 1994, will be considered for review of qualifications. Failure to submit BOTH the SF-254's and SF-255 will render the submission unacceptable. Pertinent factors for consideration of qualifications, listed in order of importance, are: (1) Professional qualifications necessary for satisfactory performance of required services, (2) Specialized experience and technical competence in the type of work required, (3) Capacity to accomplish the work in the required time, (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Applicants are required to include a list of three (3) references with telephone numbers and names of contact persons with their submittal, and (5) Location in the general geographical area of the project and knowledge of the locality of the project. Preference for location is in the following descending order: (a) Local firms, (b) In-State firms, and (c) Out-of-State firms. Applicants should include the solicitation number of this CBD Notice with the location/area name in Block No. 1 of the SF-255. Women-owned and Minority-owned firms are encouraged to participate. This is a 100% Small Business Set-Aside acquisition. This Standard Industrical Classification (SIC) Code is 8712. The Small Business Size Standard is $2.5 million. The submitting firm should indicate in Block No. 10 of the SF-255 that it is a small business concern as defined in the FAR. This is not a request for proposals. See Numbered Note(s): 1. CITE: (I-339 SN008726) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Engineering Field Activity West, Code 0221 (AB), (Bldg. 201), 900 Commodore Drive, San Bruno, CA 94066-5006 SUBJECT: C -- ENVIRONMENTAL ENGINEERING SERVICES FOR COMPLIANCE WITH CLEAN AIR PROGRAM AND RELATED WORK ISSUES FOR VARIOUS PROJECTS IN CALIFORNIA, UTAH & NEVADA AREAS SOL N62474-97-D-1504 DUE 010997 POC Point of Contact is Allan Blair at FAX (415) 244-2440 and Contracting Officer is Catherine Morris. DESC: This is a modification to the synopsis which was published in the Commerce Business Daily on 22 November 1996. This synopsis is to modify Criteria (5) as follows: Delete the sentence in Criteria (5) that reads "Provide several examples of recent other governmental contracts..." and insert the following: "To demonstrate how the firm meets the Small Business, Small Disadvantaged Business, Women Owned Small Business, Historically Black Colleges and Minority Institutions criteria (i.e., evalauation factor number (5)), provide the following data: identification of any team subcontractors which are Small Business, Small Disadvantaged Business, Women Owned Small Business, Historically Black Colleges and Minority Institutions 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 Small Business, Small Disadvantaged Business, Women Owned Small Business, Historically Black Colleges and Minority Institutions under the contract; identification of the types of work planned to be subcontracted to Small Business, Small Disadvantaged Business, Women Owned Small Business, Historically Black Colleges, or Minority Institutions; and a brief description of your Small Business, Small Disadvantaged Business, Women Owned Small Business, Historical Black Colleges, and Minority Institutions outreach plan. If your firm is selected for award of this contract, this same data must be included in your Small Business, Small Disadvantaged Business, Women Owned Small Business, Historically Black Colleges and Minority Institutions Subcontracting Plan submitted in accordance with FAR 19.7 and DFARS 219.7, which will become an enforceable part of this contract." After the second to the last sentence of the synopsis reading "This is not a Request for Proposal (RFP)." insert the following: "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." In the last sentence of the synopsis correct the spelling of the name from "Allan Balir" to "Allan Blair". CITE: (I-339 SN008729) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Department of Veterans Affairs, 4150 Clement Street, San Francisco, Ca. 94121 SUBJECT: C -- ARCHITECT/ENGINEER SERVICES - REPLACE HVAC, BLDG.7 SOL RFP 662-14-97 DUE 020497 POC Daryl L. Hanson (415) 750-2172 DESC: A/E services to include but not limited to preparation of air and water reading report, design, plans, specifications, estimates, record drawings, reports, surveys and construction inspections to provide adequate supply and exhaust air volume, heating and cooling for spaces in Building 7, DVAMC-San Francisco. This building houses an auditorium, offices, chapel, classroom, kitchen, retail store, storage and a cafeteria. The building has a gross square footage of 36,000, has three (3) air handling units of 14K, 9K and 3K CFM and has four (4) exhaust fans 9K and below. The survey report shall include air, steam and water reading of all existing fans, diffusers, ductwork, terminal units and controls in addition to the typical survey. Work during the preliminary phase requires air, steam and water reading report and survey prior to the start of the preliminary design. All drawings shall be in CADD, including the architectural floor plans for the entire building. Work shall include but not limited to demolition; replacement of existing air handling units; replacement of existing VAV boxes; modify existing ductwork; provide electrical power and VFD; provide additional controls and piping; and re balance the system as required in conformance with ASHRAE, NEC, NFPA, VA, UBC, and local codes and regulations. The replacement of the roof shall be included as part of this project. The A/E selection criteria shall include the following elements (a) through (m), in addition to selection criteria in NOTE 24 of the CBD (not necessarily listed in order of importance or merit): (a) Professional qualifications of the team proposed for this project necessary for satisfactory performance of required services; (b) Specialized experience and technical competence in the type of work required; (c) Specific previous experience and qualifications of personnel proposed for this project, including project description; (d) Proposed management plan and team organization during the design phase and construction phase; (e) Proposed design approach for this project. Describe design philosophy, any problems anticipated to accomplish work, how to solve them and innovative approaches in production and design; (f) Cost control to include what techniques to be utilized, who is responsible. Discuss recent projects to demonstrate ability to meet project cost target; (g) Estimating effectiveness. Review the ten most recently bid projects to demonstrate estimating effectiveness; (h) Schedule control to include techniques utilized to assure schedules will be met, who is responsible for them and discuss recent projects to demonstrate ability to meet project schedules; (i) Geographic locations and facilities of working offices of prime and all consultants/subcontractors; (j) Capacity to accomplish work in the required time; (k) Past performance on Government and private industry contract to show cost control, quality of work and compliance with performance schedules; (l) Describe experience and capabilities in the following areas; Value Engineering, Life Cycle Cost Analysis (LCCA), Critical Path Method, Fast-Track Construction, Energy Conservation, New Energy Resources, Environmental Assessment, Specialized Experience, Computer Aided Design and Drafting (CADD), and other computer applications; (m) Describe awards received for design excellence. Describe litigation the firm has been involved in within the last five years. Indicate type and amount of liability insurance. Estimated construction cost is $500,000 to $750,000. Although this acquisition is not a set aside the successful A/E firm must establish a field office within commuting distance of the DVA Medical Center. Firms meeting requirements described in this announcement may submit a current SF-255 for the prime A/E and SF-254 for the prime and all consultants to this office. Negotiations shall result in a firm fixed-price contract. This is not a Request for Proposal (RFP). See Note(s): 24. CITE: (I-339 SN008731) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Huntington District, Corps of Engineers, 502 8th Street Huntington, WV 25701-2070 SUBJECT: C -- ARCHITECT-ENGINEER SERVICES FOR VARIOUS TYPES OF CIVIL WORKS PROJECTS LOCATED IN THE HUNTINGTON DISTRICT SOL N/A POC Cheryl D. Brunty, Contract Specialist, 304-529-5006. DESC: CONTRACT INFORMATION: Architect-Engineer services are required for an Indefinite Delivery Contract for various types of Civil Works Projects located in the Huntington District geographical area. Contract period will be for a base period of one year with two option years. Individual fixed-price work orders will not exceed $1,000,000 and the annual ceiling for the base year and the option years is $1,000,000 per year. Multiple contracts may be awarded from this announcement. Individual work orders will be given to the firm most qualified for that type of work. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is NOT required with this submittal. Quality Control Plans will also be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. PROJECT INFORMATION: A-E services will include the reconnaissance, feasibility, and final design, layout, preparation of design computations, contract drawings, specifications and estimates. Drawings must be prepared on a CADD System and must be directly compatible with the Intergraph CADD System or translated at 100% compatibility by the A-E. Capability for scanning hard copy into the CADD and 3D Design are also preferred. Work may require using the metric system. Specifications shall be prepared with a personal computer compatible with IBM AT Computers and using SPECSINTACT format. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h is secondary and will only be used as "tie-breakers" among technically equal firms. a. Professional Qualifications: Qualified registered professional personnel in the following key disciplines: Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Sanitary Engineers, Architects, Specification Writers, Estimators, Engineering Technicians and Draftsmen/CADD Operators. (The evaluation will consider education, training, registration, HTRW certification and experience), b. Specialized Experience and Technical Competence: firm must demonstrate experience in local protection, floodwalls and levees, sanitary and water projects, pump stations, recreation, residential and commercial floodproofing, residential and commercial buildings, bridges, roads, bank protection/channel improvement, portions of navigation (locks and dams) projects, flood control dams, HTRW and computer capability, c. Past Performance: experience with respect to cost control, quality of work, and compliance with performance schedules, d. Capacity to perform large civil works projects, e. Knowledge of the Locality: Kentucky, Ohio, Virginia and West Virginia. This should include geological features, construction and material standards and permits and licenses, f. Geographic Proximity: location of the firm in the general geographical area of the Huntington District, g. SB and SDB Participation: extent of participation of small businesses, small disadvantaged businesses, woman-owned businesses, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort and h. Volume of DoD Contracts awarded in the previous twelve (12) months. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capability to perform the work and who desire to be considered must submit two copies of SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline will be the close of business of the next business day. Solicitation packages are not provided. This is NOT a request for proposal. CITE: (I-339 SN008760) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Ralph H. Johnson Department of Veterans Affairs Medical Center, 109 Bee Street, Charleston, SC 29401-5799 SUBJECT: C -- MENTAL HEALTH PRODUCT LINE EXPANSION SOL 534-29-97 DUE 123096 POC Mary S. Whittaker, Contracting Officer, (803) 577-5011X7789 DESC: This is an Emerging Small Business Set-aside. SIC: 8712. Provide A/E Design Services for Project No. 534-97-201, Mental Health Product Line Expansion, to 1) Develop & expand existing design concepts; provide all necessary design analysis & engineering studies; 2) Provide competitive bid documents including plans, specs & detailed cost estimates; 3) Provide limited construction period services; 4) Provide post-construction services to reflect actual construction in record & as-built plans. Project will design the minimum renovations required to relocate several existing functions in two remote parts of the Facility. The work will result in expanded mental health services. Disciplines involved may include, but are not limited to: architectural, electrical, mechanical, industrial hygiene, dietetic kitchen design & interior design. Industrial hygiene services will be required during the preparation of the documents. All professional services including industrial hygiene shall be a part of the design team announced in the SF 254's & 255's. Consultant design qualifications shall be clearly stated also. Estimated construction cost: $287,000. Specific A/E evaluation factors, not in priority order are: 1) Professional qualifications of the entire team in areas necessary for the satisfactory performance of the required services. Particular attention will be given to overall design team coordination; previous experience in working together as a team; & estimating capabilities & accuracy. Each member of the team will be considered individually for their professional qualifications & experience relevant to the project & collectively for their ability to function as a team; 2) Specialized experience & technical competence by all members of the team in renovation of health care facilities, with examples of similar type project designs; 3) Capacity to produce competitive bid documents in a short time frame & a demonstrated ability to design renovations within a given budget; 4) Past performance on contracts with Government agencies as well as private industry, in terms of cost control, quality of work, & compliance with performance schedules; 5) Location of principle firm within a one hundred (100) mile geographical radius of Charleston, SC; 6) Computer Assisted Drafting (ACADR 12/13) capabilities. A/E firms are required to respond in writing if interested & shall submit a completed SF 254 & SF 255. SF 254's are not kept on file at this Medical Center. Firms responding to this announcement by Close of Business, 4:30 PM (local Charleston, SC, time) Dec. 30, 1996, will be considered. Firms selected for interview will be requested to present their approach for this project & demonstrate their experience. This is not a request for proposal. Contract award is subject to the availability of funds. CITE: (I-339 SN008764) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, Maryland 21045-0701 SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL/ENGINEERING SERVICES FOR THE STATE OF OHIO SOL 232098-97-A-0026 DUE 010397 POC Purchasing Specialist, D.W. Tokasz, (410) 997-6214. DESC: This is a Request for Qualifications. The contract for A/E Services will be for two years, with individual work orders being issued. At discretion of the Postal Service, the selected firm will train architects designated by the Contracting Officer in ``Postal Store'' and related Postal-Design criteria. Projects will consist of repair and alteration work in existing post office locations. Each work order will be negotiated as an individual project. Work orders for any one project cannot exceed $100,000.00, and the total contract cannot exceed $500,000.00 for each 12-month contract period. The contract may be renewed for three, one year periods. The total amount of work ordered over the five-year period may not exceed $2,500,000.00, or be less than $5,000.00. Architectural firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, and (3) any supplemental data. Those submitted must be postmarked by January 3, 1997. The selection will be conducted with the combined use of SF-254 and SF-255. Interested firms with more than one office must indicate on their SF 255 the staffing composition of the office in which the work will be performed. Consideration will be given to interested firms responding to this advertisement in accordance with the foregoing instruction in the following order of preference: 1. Firms and consultants with knowledge of and recent (within 12 months) successful experience with ``Postal Store'' and related retail design criteria; 2. Firms located within the State of Ohio. Architectural firms will be considered as local only if their sole office is in the local geographical area or they have a local branch office and all the architectural design, coordination, and management of the project will be performed in that office. Selection criteria will take into account the number of contracts for any individual firm to a maximum of 2 contracts for any combination of contracts at the same time with the Postal Service; computer capabilities and expertise shall be considered; performance histories on Postal Service projects; and previous experience performance references. The prime firm shall have a minimum of three (3) registered architects fully CAD/D experienced. The contract contains a requirement for firms to provide evidence of current insurance of $200,000 of errors and omissions per claim and a copy must be attached to the package. Participation of Minority-Owned Businesses is a consideration in U.S. Postal Service architectural selections. It is prohibited to pay any fee, commission, percentage, or brokerage fee to any person or firm contingent upon or resulting from award of a contract for this solicitation. No other general notification for this project will be made. This is not a request for proposal. CITE: (M-339 SN008837) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Facilities Service Office, U.S. Postal Service, P.O. Box 701, Columbia, Maryland 21045-0701 SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL/ENGINEERING SERVICES FOR THE AREA OF ERIE (ZIP 155, 157-168) IN THE STATE OF PA SOL 232098-97-A-0025 DUE 010397 POC Purchasing Specialist, D.W. Tokasz (410) 997-6214. DESC: This is a Request for Qualifications. The contract for A/E Services will be for two years, with individual work orders being issued. At discretion of the Postal Service, the selected firm will train architects designated by the Contracting Officer in ``Postal Store'' and related Postal-Design criteria. Projects will consist of repair and alteration work in existing post office locations. Each work order will be negotiated as an individual project. Work orders for any one project cannot exceed $100,000.00, and the total contract cannot exceed $500,000.00 for each 12-month contract period. The contract may be renewed for three, one year periods. The total amount of work ordered over the five-year period may not exceed $2,500,000.00, or be less than $5,000.00. Architectural firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, and (3) any supplemental data. Those submitted must be postmarked by January 3, 1997. The selection will be conducted with the combined use of SF-254 and SF-255. Interested firms with more than one office must indicate on their SF 255 the staffing composition of the office in which the work will be performed. Consideration will be given to interested firms responding to this advertisement in accordance with the foregoing instruction in the following order of preference: 1. Firms and consultants with knowledge of and recent (within 12 months) successful experience with ``Postal Store'' and related retail design criteria; 2. Firms located within the area of the Erie District, Pennsylvania (zip codes 155, 157-168; 3. Firms located in the state of Pennsylvania. Architectural firms will be considered as local only if their sole office is in the local geographical area or they have a local branch office and all the architectural design, coordination, and management of the project will be performed in that office. Selection criteria will take into account the number of contracts for any individual firm to a maximum of 2 contracts for any combination of contracts at the same time with the Postal Service; computer capabilities and expertise shall be considered; performance histories on Postal Service projects; and previous experience performance references. The prime firm shall have a minimum of three (3) registered architects fully CAD/D experienced. The contract contains a requirement for firms to provide evidence of current insurance of $200,000 of errors and omissions per claim and a copy must be attached to the package. Participation of Minority-Owned Businesses is a consideration in U.S. Postal Service architectural selections. It is prohibited to pay any fee, commission, percentage, or brokerage fee to any person or firm contingent upon or resulting from award of a contract for this solicitation. No other general notification for this project will be made. This is not a request for proposal. CITE: (M-339 SN008838) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Property and Fiscal Officer for New Mexico, ATTN: Contracting Division, 47 Bataan Blvd., Santa Fe, NM 87505-4695 SUBJECT: C--INVESTIGATIVE, DESIGN, CONSTRUCTION SUPERVISION SOL DAHA29-97-R-0001 POC Diana Duran, (505) 474-1823, Contract Specialist, or CPT Lou A. Zolofra, (505) 474-1803, Contracting Officer. DESC: A-E Indefinite Delivery/Quantity Services for the 150th FW/CE Kirtland AFB, NM is hereby canceled. CITE: (M-339 SN008848) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG MS 39180-3435 SUBJECT: C--INDEFINITE DELIVERY TYPE CONTRACT FOR MISCELLANEOUS DESIGN SUPPORT SERVICES WITHIN ENGINEERING DIVISION (CONTRACT NOS. 1 AND 2) SOL W807PM-6311-0031 POC LAURA CESPEDES (601) 631-5575 (Site Code CW38) DESC: Correction: This action originally published in the CBD dated 11/18/96 is modified as follows: Due date for responses is changed from "23 December 96" to "18 December 96"; Item 1, "CONTRACT INFORMATION," is changed from, "two indefinite delivery contacts," to up to three indefinite delivery contracts;" add "geotechnical" after "geologic" in the second sentence of No. 2, "PROJECT INFORMATION;" and in Items a and c of No. 3, "PRESELECTION CRITERIA;" Change item, "4. SUBMISSION REQUIREMENTS," to read, "5 SUBMISSION REQUIREMENTS." All other information publicized in the original synopsis is correct. CITE: (I-339 SN008872) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U.S. Postal Service, Facilities Service Office, P.O. Box 27497, Greensboro, NC 27498-1103 SUBJECT: C--INDEFINITE QUANTITY CONTRACT FOR A/E SERVICES FOR THE STATE OF WEST VIRGINIA DUE 123196 POC John Hagan, (910) 665-2815. DESC: Correction: Said area is no longer restricted to specific counties but will include ALL counties in the State of West Virginia. Consideration will be given to firms responding to this advertisement in the following order of preference: (1) firms located within the State of West Virginia and (2) firms located outside the State of West Virginia. All other information publicized in the original synopsis is correct. CITE: (M-339 SN008912) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: USFPO FOR Oregon, P.O. Box 14840, Salem, Oregon, 97309-5008 SUBJECT: C--INDEFINITE DELIVERY QUANTITY CONTRACT, LOCATED AT KINGSLEY FIELD IAP, KLAMATH FALLS, OR SOL DAHA35-97-R-0003 DUE 010397 POC Brian Riese, Contract Specialist, at (503) 945-3929. DESC: Architectural-Engineer design services required by this solicitation will consist of several repair and maintenance projects for the 173rd Fighter Wing (FW) of Kingsley Field, Klamath Falls, OR. This contract will be an Indefinite Delivery Indefinite Quantity type contract. The A-E firm will be capable of providing the 173rd FW with the following disciplines: Civil, Electrical, Mechanical, Structural, Environmental, Sanitation, and Architectural services. Selection criteria for the A-E firm will be ranked in the following order of importance; (1) Professional Qualifications necessary for satisfactory performance; (2) Specialized experience and technical competence; (3) Capacity to accomplish the work in the required time; (4) Past Performance; (5) Location; (6) Volume of D.O.D. work previously awarded; (7) Personal Interview (this item will not adversely affect the A-E's chance for selection if A-E chooses to decline the interview). Individual Delivery Orders will not exceed $300,000.00, and the total dollar amount of all delivery orders will not exceed $1,500,000.00 for one year. The government has the option to extend the contract period after the first year for an additional year. The total dollar amount for the option year will be $1,500,000.00 for a maximum contract potential of $3,000,000.00 in two years. Qualified firms desiring consideration shall submit one copy of their SF 254 (copy must be less than one year old) and a current copy of their SF 255 to be received no later than 1530 on 3 January 1997 at the USPFO for Oregon, ATTN 2LT Brian Riese, P.O. Box 14840, Salem, OR 97309-5047. The Point of Contact for the 173rd FW is Captain Christian Gatz. This is not an RFP (request for proposal). All responsible sources may submit qualifications which will be considered by the agency. CITE: (M-339 SN008915) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: US Army Engineer District, P.O. Box 1070, Nashville, TN 37202-1070 SUBJECT: C -- C-FIRM, FIXED PRICE CONTRACT FOR DESIGN SERVICES, MURFREE SPRING ENVIRONMENTAL EDUCATION CENTER, MURFREESBORO, TN SOL DACW62-97-R-0006 POC Contract Specialist Charles Appleton (615)736-7910 Virginia Selwyn Contracting Officer (615)736-7276 Technical Information John Manor (615)736-5110. DESC: A contract will be awarded to prepare design documents for construction of a 30,000 SF environmental education center/childrens museum at the Murfree Spring site in Murfreesboro, TN. CONTRACT INFORMATION Contract time period will be negotiated after selection. Groups with prime-sub relationships or joint ventures will be considered as well as firms having all disciplines in-house. Responding groups or firms must have demonstrated competence and experience in the following disciplines: architecture, environmental, civil, strcutural, electrical, mechanical, landscape architecture, interior design, and museum/exhibit design. The estimated construction cost is $4 million. The contract is anticipated to be awarded in Feb 1997. 2. PROJECT INFORMATION The project will be designed in two phases. Phase 1 will be preparation of the site for construction and will include environmental remediation, asbestos abatement plans, and demolition plans for two existing municipal buildings (water treatment plant and steam plant). Phase II will be preparation of final plans & specification for the new 30,000 SF building and associated site development, roads, parking, utility relocations, and wetland/spring interpretation. The award of the demolition contract is scheduled for October 1997. All CADD services must be compatible with Microstation Version 5.0 or later. 3. SELECTION CRITERIA See Note 24 for general selection process information. The selection criteria are listed below in descending order of importance. Criteria a-d are primary. Criteria e-f are secondary and will only be used as "tie-breakers" among technically equal firms. a. Professional qualifications of the key project management and technical personnel to be assigned to the contract. Evaluation factors will include the education, training, experience, and registration of these personnel, b. Specialized experience and technical competence of the prime firm and any subcontractors in the type of work required. Evaluation factors will include knowledge of local and regional codes and regulations, the effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors. A single point of contact between the A-E and the Government project manager must be clearly identified, c. Capacity of the firm to accomplish the work., d. Past performance and experience on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules, e. Geographical proximity of the office responsible for contract negotiations and production of the work in relationship to the Nashville District Office and the city of Murfreesboro, TN, f. Volume of DOD contracts within the last twelve months with the object of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms. 4. SUBMISSION REQUIREMENTS See Note 24 for general submission requirements. Firms desiring consideration are invited to submit 1 copy of an updated and accurate SF 254 (11/92 edition) and SF 255 (11/92 edition). A current SF 254 is also required for all subconsultants. If the prime contractor to perform the work is located in a branch office, the SF 255 shall reflect key disciplines and experience for the branch office only. Include the firm's ACASS number in SF 255, Block 3b. The business size status (large, small and/or minority) should be indicated in SF 255, Block 3b. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $2.5 million. For ACASS information, call 503-326-3459. Firms submitting SF 254 and SF 255 by the closing date will be considered for the work. No other general notification to firms under consideration for this work will be made and no further action is required. This is not a Request for Proposal. Solicitation packages are not provided for A-E contracts. Personal visits for the purpose of discussing the work are discouraged. Telephone calls are welcomed. For SF 254 and SF 255 submittal by express mail, the delivery address is: U.S. Army Corps of Engineers, Estes Kefauver Building, 110 Ninth Avenue South, Nashville, TN 37203, ATTN: CEORN-CT, Room A-604. Documents should be submitted by January 3, 1997. CITE: (I-339 SN008945) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: C -- DESIGN/EVALUATION OF AIRFIELDS AND ROADWAYS WORLDWIDE SOL DACA45-97-R-0010 POC For Further information, contact John M. Miller at: (402) 221-4176. DESC: Amendment to DESIGN/EVALUATION OF AIRFIELDS AND ROADWAYS WORLDWIDE SOL DACA45-97-R-0010 appearing in CBD issue of 11/19/96. This amendment makes the following changes: Under SELECTION CRITERIA, delete items (2) and (4) and replace with the following: "(2) Design and technical support during construction of new airfield and roadway pavement." and "(4) Design of conventional bridges." In SUBMITTAL REQUIREMENTS, delete the fourth and fifth sentences and replace with the following: "Submittal must be received no later than close of business on January 3, 1997." Also change the phone number for technical questions to (402) 221-7267. All other information in the original solicitation remains unchanged. CITE: (I-339 SN008954) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: U.S. ARMY ENGINEER DIVISION, BUILDING 230, ATTN: CEPOD-ET-MA, FT SHAFTER HI 96858-5440 SUBJECT: C--PREPARATION OF ELECTRICAL DISTRIBUTION AND GENERATION STUDY, KWAJALEIN ATOLL SOL DACA83-97-R-0003 DUE 010697 POC Harold Nakaoka, Technical Manager, (808) 438-0021 (Site Code XXCA83) DESC: C--Architect-Engineer Services. Preparation of Electrical Distribution and Generation Study, Kwajalein Atoll. (a) CONTRACT INFORMATION: Architect-Engineer services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required fr the preparation of a comprehensive atoll-wide electrical distribution and generation study for Kwajalein Atoll. This will be issued as a negotiated fixed-price contract. The estimated amount of the contract is between $500,000 and $1,000,000. The contrac is anticipated to be awarded in June 1997. The selected firm will be required to obtain Defense Base Act insurance (workman's compensation insurance) for work performed outside the United States. This announcement is open to all businesses regardless of size. (b) PROJECT INFORMATION: Work includes A-E services and preparation of an atoll-wide electrical power distribution and generation study for Kwajalein Atoll It shall be prepared from data gathered by the A-E or provided by the Government. The report shall propose and study recommendations made by the Government of alternate means to distribute power from existing and planned power plant(s) to support other isands in the atoll. Multiple scenarios shall be studied. The report shall address/identify assets, requirements, technical analysis, calculations, and findings, cost estimates, life-cycle cost analysis, recommendation of the most feasible/cost-effective alternative, additions or upgrades required to implement the alternative, and implementation plan. Metric system of measurements and CADD may be required for the peparation of the study and its deliverables. (c) SELECTION CRITERIA: See Note 24 for general selection process. The PRIMARY selection criteria in descending order of importance are: (1) professional qualifications of the firm's staff/consultants to be assined to the projects; (2) specialized experience of the firm in power distribution and generation studies; (3) specialize experience of the firm in the design of power distribution systems or power generation facilities; (4) the firm's past performance on DoD and private sector contracts (cost control, quality of work, compliance with schedule); (5) capacity of the firm to accomplish work in the reuired time (size of firm, workload, etc.); (6) knowledge of the locality of the projects; and (7) demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. The SECONDARY selecion criteria in descending order of importance are: (1) location of the firm; (2) volume of recent DoD work; and (3) participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. Offeror must provide adequate documentation in blocks 7g and 10 of the Standard Form 255, Architect-Engineer and Relted Services Questionnaire for Specific Project, to illustrate the extend of participation of the above-mentioned groups in terms of the percentage of the total anticipated contract effort. The selected firm, if a large business firm, must comply with FAR 2-219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 50% of the contractor's intended subcontract amount be placed with small business (SB), which includes small disadvantaged businesses (SDB) and 30% be placed with SDB. The subcontracting plan is not required with this submittal but th successful large business firm must submit an acceptable plan before any award can be made. (d) SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 255 no later than 4:00 p.m., Hawaiian Standard Time, by the due date shown abve or within thirty (30) calendar days from date of this announcement, whichever is later. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. All responding firms must also include completed Standard Form 254 for themselves and their subconsultants, if not already on file with the Pacific Ocean Division. Submittals will be sent to the adress shown above. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested contractors are reminded that the successful contractor will be expected to plac subcontracts to the maximum possible extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. For further information regarding this proposed acquisition, telephone (808) 438-0021. Request for Proposal No. DACA83-97-R-0003 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal. CITE: (I-339 SN008873) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction--Potential Sources Sought OFFADD: Directorate of Public Works, Engineering, Plans and Services Division, ATTN: Robert Winne, 1816 Shop Road, Fort Lee, VA 23801-1604 SUBJECT: C--A-E DESIGN SERVICES FOR VARIOUS PROJECTS FOR THE DIRECTORATE OF PUBLIC WORKS, FORT LEE, VIRGINIA POC Robert Winne, (804) 734-5150. DESC: A-E Services for the design and preparation of plans, specifications, and cost estimates for various projects, as needed for the Directorate of Public Works (DPW), Fort Lee, Virginia. Solicitation #DABT59-97-R-0002. The Fort Lee DPW will also support projects as needed for other Tidewater Region DPW's. CONTRACT INFORMATION: The services that may be required will consist of, but not limited to one or more of the following: Designs and/or Feasibility Studies for new structures, various repairs, alterations and/or improvements to existing facilities, Project Management of construction projects, AutoCAD Services, Environmental Surveys, Reports, Studies, and the design for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products. An Indefinite Delivery Contract (IDC) will be negotiated and awarded for one (1) Base period, plus two (2) Option periods. Task Orders for the base period and option periods shall not exceed $1,000,000.00 per period. The cumulative total of all Task Orders for both the base and option periods shall not exceed $3,000,000.00. The maximum dollar limitation for any task order awarded, shall be limited to $1,000,000.00. Upon exhausting the dollar value for any period, the next option period may be exercised at that time. The contract is anticipated to be awarded in the Summer of 1997. An additional award may result from this synopsis, for a period of up to one (1) year after the date of selection approval. This announcement is being solicited on an unrestricted basis. Should a large business be selected for this contract, it shall comply with FAR 52.219-9, ``Small Business and Small Disadvantaged Business Subcontracting Plan'', for that portion of work it intends to subcontract. This plan is not required with this submittal, but must be approved prior to award to any large business. For informational purposes, the small business size standard is $2.5 million in annual average gross revenues for the last three (3) fiscal years. ****SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. Criteria E & F are secondary and will be used as ``tie-breakers'' among technically equal firms. ****A. PROFESSIONAL QUALIFICATIONS: The design team must possess registered personnel with experience in the following disciples; Architectural, Structural, Mechanical, Electrical, Civil, Land Surveying, Geotechnical (Soils Engineer), and Environmental. In addition, a Certified Industrial Hygienist must be part of the design team, and a copy of their Board of Industrial Hygiene Certificate must be included in Block 10 of the SF 255. The Project Team Management, including a team organization chart and proposed method of carrying out the work to meet the anticipated project requirements and schedules must be provided and addressed. ****B. SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Address experience of the design team by providing examples of projects in a wide variety of multi-discipline design projects and studies. Indicate work completed under current and/or recently completed IDC's. Firms must indicate in Block 10 of the SF 255 their Computer resources on the following items; (1) Accessibility to and familiarity with the Construction Criteria Base (CCB) System. This shall include as a minimum: (2 & 3) SPECSINTACT Specification System and MCACES Estimating System, (with ability to produce and provide in ASCII format); (4) ARMS (Automated Review Management System); (5) Must possess and address in-house AutoCAD capability, version(s) 12 and/or 13 (with capacity to produce output files in ``.dxf'' or ``.dwg'' file format); (6) Access to a 14.4 Kbps modem or better. ****C. CAPACITY TO ACCOMPLISH WORK. Firms must address the ability of the design team to complete projects within mandatory time frames, including multiple Delivery Orders under an IDC. Provide specific examples of both in Block 10 of the SF 255. ****D. PAST PERFORMANCE. Provide examples of project specific work, including past and/or current IDC's, with the Department of Defense (DoD) and other Government Agencies and/or private industry. Provide recent ACASS Evaluations, (Excellent performance evaluations on projects will be considered). Provide letters of evaluations and/or recognition by other clients. Provide specific examples of cost control and estimating performance on past projects. Include a Point of Contact with current telephone/FAX numbers for each contract/project listed in BLOCK 8c of the SF 255. ****E. LOCATION. Location of the firm within the general geographical area of the proposed requirement(s). ****F. VOLUME OF WORK. Provide for the volume of DoD and other Government Agency contracts awarded in the past 12 months, (design dollar value only). Considerations shall also include current workload as listed in Block 9 of the SF 255, and equitable distribution of work among A-E firms. SUBMISSION REQUIREMENTS: This is NOT a Request for Price Proposal (RFPP). ALL requirements of this announcement MUST be met for a firm to be considered responsive. Interested firms having the capabilities to perform the anticipated work must submit an original SF 255 for the Firms Design Team and a current SF 254 for the Prime Firm and for all consultants as listed in Block 6 of the Prime Firm's SF 255 to the address as stated above. The following is additional information requested. The SF 254 MUST include the following: (1) BLOCK 7: Firms with more than one office must provide addresses, telephone/FAX numbers and number of personnel for each office. (2) BLOCK 7a: Total number of Personnel for each office as listed in BLOCK 7. The SF 255 must include the following: (1) BLOCK 3: The Prime Firm's ACASS ID number, CEC (Contractor Establishment Code) and DUNS number. (2) BLOCK 4: Distinguish by discipline the number of personnel in the Prime's office (line B), and all consultants (line A), to perform the work, and the total number of personnel for each line; (2) BLOCK 7c: Each key person's office address, including telephone/FAX numbers if different than as stated in block 3 of the SF 255 or block 1 of the SF 254; (3) BLOCK 7f: Registrations must include state, year and discipline; (4) BLOCK 8: Descriptive project synopsis which best illustrates the prime's qualifications relevant to this announcement; (4) An organizational chart indicating all key personnel (Prime and Consultants), to be utilized under this contract. Supplemental information, such as cover letters will not be taken into consideration. The complete Package must be received at the address indicated above by 3:00 p.m. on Wednesday, January 15, 1997. No exceptions. Submittals received by FAX will not be accepted and considered nonresponsive. prior to the final selection, firms considered Most Highly Qualified to accomplish the work may be interviewed by telephone or by formal presentation. For additional submission information, see number note 24. CITE: (M-339 SN008889) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: National Heart, Lung, and Blood Institute, NIH, HLVD Contracts Section, 6701 ROCKLEDGE DR MSC7902, BETHESDA MD 20892-7902 SUBJECT: D -- SYSTEMS AND APPLICATIONS DEVELOPMENT PROGRAM (ADP) SOL RFP NHLBI-HO-97-07 DUE 012797 POC Robert A. Julia, Contracting Officer (301) 435-0340/Fax (301) 480- 3338/EMAIL rj12s@nih.gov. DESC: The National Heart, Lung, and Blood Institute (NHLBI), National Institutes of Health (NIH), has a requirement to analyze, design, program, implement, modify, and enhance NHLBI information systems and provide training in their use. This Information Technology (IT) acquisition is a recompetition of an existing contract to provide IT support services for the maintenance and enhancement of ongoing NHLBI-wide information systems and new systems planned to meet the increasing requirements for research grants and contracts, administrative, and scientific information. This work must be continued, and new systems are planned to be developed. These systems will utilize a combination of mainframe, microcomputer, client/server, Web and network hardware and software technologies. The contractor will provide professional assistance in applications and systems development utilizing current software techniques and technology. The new contract will be awarded for a five year period. This will provide for the acquisition of resources to maintain and enhance the ongoing systems and to support new projects that are planned. The proposed contract is estimated to require approximately 18 systems analyst/programmers (37,440 person-hours) per year over a five year contract period beginning June 30, 1997. The IT resources to be obtained will provide the following: (1) Applications Development: analyze, evaluate, design, develop, test, and implement new microcomputer, client/server, and Web systems through collaboration with NHLBI Intramural and Extramural staff; modify and enhance existing systems and applications to meet new requirements and technology improvements; provide program maintenance, modernization, and technical support as required; and (2) Database Administration: review, develop, and implement database security; implement and review database standards including naming conventions, documentation standards, and maintenance procedures for backup, recovery, and periodic purges; monitor application and database performance and take corrective action in the event that performance degrades to an unacceptable level; install and maintain Database Management Systems (DBMS) software and databases; and create and maintain scripts, links, indexes, triggers, and stored procedures. Offerors will be required to present plans detailing the technical approaches, procedures, and time schedules for accomplishing these objectives. This is not a Request for Proposals (RFP). It is anticipated that RFP NHLBI-HO-97-07 will be available on or about December 19, 1996 on the NIH Gopher. Access via the NIH Website (http://www.nih.gov). At the NIH Home Page select "Grants & Contracts," then select "NIH Gopher Directory" (within the contracts page). Offerors which have access to the NIH Gopher Server can access the RFP by pointing the gopher client to gopher://gopher.nih.gov:70/11/res/rd-rfp. A hardcopy version of the RFP will be mailed to any organization unable to access the RFP online. Proposals will be due on or about January 27, 1997. This proposed program is 100% set aside for eligible SBA 8(a) program vendors; the SICC is 7379. CITE: (I-339 SN008730) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services OFFADD: General Services Administration, FTS, Telecommunication Acquisition Services, 7ZTE, 819 Taylor Street, Fort Worth, Texas 76102-6105 SUBJECT: D--MODIFICATION TO SKYTEL GOVERNMENT SALES, PAGING SERVICES CONTRACT GS-07K96BGD00018 POC Robert D. Goudy, Contracting Officer, (817) 978-4074. DESC: The General Services Administration, Federal Telecommunications Service, intends to modify the current contract for paging services with SkyTel Government Sales to expand the scope of the contract from the original eleven states to a nationwide scope. The current contract provides for 2-Way immediate narrow band paging service in a 933 frequency range and allows for use of small, form-fit devices. Paging service provides the ability to generate messages and receive replies via the IntraNet/InterNet, ability to integrate both 2-way and 1-way pagers for responses of messages. Paging service has the ability to provide local, regional, nationwide, and international coverage. Provides a customized, centralized, direct billing system and has in-place agreements with all Radio Common Carriers licensed by the FCC. CITE: (M-339 SN008913) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: U.S. Environmental Protection Agency , 26 W. Martin Luther King Dr., Cincinnati, OH 45268 SUBJECT: D--SOFTWARE APPLICATION FOR INVENTORY CONTROL AND DISTRIBUTION SOL C700092T1 POC William Bailey - (513)569-7912 DESC: Sources Sought The U.S. Environmental Protection Agency in Cincinnati, Ohio is interested in reviewing current , commercially available software application packages for use in inventory control and the distribution of EPA hard copy publications. The on-line application package must operate on the EPA Telecommunications Network of LANS/MANS/WANS on a PC3.1 Windows/Windows 95/Novell Netware/LAN Platform. A single application, or subsystems that are tightly integrated, should permit: Inventory Management - locate/browse/order by alphanumeric, publication number, title, or partial title - price and code description fields - restrict ordering On line ordering from myriad locations Customer name and address masterfile Print mailing label from order screen Produce standard management reports ... Procedures included to download database files in ASCIII and EBCDIC formats Security access at a minimum of four levels Multiple approaches are acceptable for varied software languages and/or database management systems solutions. This is not a request for proposals and there is not a current acquisition plan in place to acquire this software. This request is exploratory in nature to research existing commercially available products for future planning purposes. Submit information to: USEPA Room 291/Sources Sought Cincinnati, Ohio 45268 Telephone calls will not be accepted nor will visits or sales calls be accommodated. LINK http://www.epa.gov/oam/cinn_cmd LINKDESC: Management Division - Cincinnati CITE: (W-339 SN008656) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: D--Information Technology Services, including Telecommunication Services--Potential Sources Sought OFFADD: General Services Administration, OIM, FTS, 7ZTE, 411 West 7th Street, Suite 600, Fort Worth, Texas 76102-6105 SUBJECT: D--LOCAL DIAL TONE SERVICE FOR FEDERAL AGENCIES IN BATON ROUGE, LOUISIANA POC Sandra J. Marquart, Contracting Officer, (817) 978-3537. DESC: This is a sources sought market survey for vendors certified by the Louisiana Public Utility Commission to provide local telephone exchange services. The Government intends to establish a Rate Stabilization Agreement for two years with three, one year renewal options for local telephone exchange service for Federal Agencies in Baton Rouge, LA. This service will provide a total of 556 main station lines, (152 lines in the Court House) with the remaining at 34 locations varying between 1 and 100 lines at each location. A partial list of required services include: use of ESSEX tariff service features or equal; interface to the FTS2000 long distance network; delivery of dial tone to the designated demarcation points on each floor of the service locations; access to intra LATA areas; operability with numerous multi-vendor office key systems; capability to add or delete service locations and main lines; number portability for the current ESSEX exchange numbers five digit dialing for intra-system calling; access to 911 Emergency services and functions; monthly billing information on magnetic media itemized by pilot directory number, service type and area codes; and access to directory number information. Local telephone service providers having the ability to provide these services are required to furnish detailed data concerning their services to the above address within 30 calendar days from the date of this synopsis. See note 22. CITE: (M-339 SN008832) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: E--Purchase of Structures and Facilities OFFADD: Commander, Naval Special Warfare Group TWO, Bldg 2008, NAB, Little Creek, Norfolk, VA 23521 SUBJECT: E--PURCHASE OF STRUCTURES AND FACILITIES SOL USZA97-97Q-0007 DUE 121396 POC Betty Bonner, (804) 363-4201, fax (804) 464-8795. DESC: The Naval Special Warfare Command, Group 2, anticipates an award to purchase a 54' x 24' double wide modular office facility. Award will include delivery and set-up and blocked on concrete. Anticipated award date mid January 1997. CITE: (M-339 SN008964) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: G--Social Services OFFADD: Department of Veterans Affairs, Great Lakes Healthcare Systems, Contract Service Center, Bldg. 5, 5000 West National Ave., Milwaukee WI 53295 SUBJECT: G -- READJUSTMENT COUNSELING SOL RFQ 69D-177-97 DUE 010297 POC Mary Skladanek, Contracting Officer, (414)384-2000x6907 DESC: Provide readjustment counseling to veterans referred by the Madison Vet Center or VAH Madison, Wisconsin. Offeror must have established offices in the following counties of the Upper Peninsula in Michigan: Alger, Chippewa, Luce, Mackinac, Marquette and Schoolcraft. Requests for solicitations must be submitted in writing. No telephone requests will be accepted. FAX requests are acceptable. FAX to: (414) 382-5383. CITE: (I-339 SN008946) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Supervisor of Shipbuilding Conversion and Repair, USN, 2802 Wetmore Ave. Suite 500, Everett, WA SUBJECT: J -- USS CHANDLER (DDG-996) SOL N62799-97-B-0015 DUE 021197 POC G. Wing, 206-304-5804 DESC: Place of performance: Naval Station Everett. Contract dates 02/11/97 thru 03/20/96. Description of work: Miscellaneous structural and machinery repairs. Sources who currently hold, or are qualified for and willing to enter into an Agreement of Boat Repair/Master ship Repair Agreement DFAR (217.71) prior to award, may submit a bid which shall be consider by this agency. Firms which do not, possess an Agreemnet for Boat Repair/Master Ship Repair Agreement are ineligible for award unless adequate time exists to permit the navy to perform an assessment of their MSR application to execute the ABR/MSRA without impacting the vessel's availability dates. CITE: (I-338 SN008529) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO SUBJECT: J -- MAINTENANCE & OVERHAUL OF THERMOCOUPLE, MOUNTING BRACKET AND ASSOCIATED DATA ITEMS IN SUPPORT OF THE OH-58D AIRCRAFT SOL DAAJ09-97-R-0067 DUE 010897 POC Gina Raciti, Purchasing Agent, AMSAT-A-PNBC, (314) 263-0609 or Ronald C. Kuschel, Contracting Officer, AMSAT-A-PNBC, (314) 263-0620. DESC: ATCOM proposes to acquire on an other than full and open competitive basis, Thermocouple, Mounting Bracket and associated data items in support of the OH-58D aircraft. This proposed acquisition is for an estimated one (1) year with a four (4) year option. Thermocouple - Min. Qty: 7 ea; Max Qty: 30 ea plus 2 ea Foreign Military Sale (FMS). Mounting Bracket - Min. Qty: 10 each; Max. Qty: 52 ea plus 3 ea FMS. Thermocouple Output NSN: 6685-01-415-6396, Input NSN: 6685-01-167-1926, Output P/N: 23063390, Input P/N: 6893077. Mounting Bracket - Output/Input NSNs: 5340-01-166-9048; Output/Input P/Ns: 6892824. The proposed procurement is intended for authorized Allison Distributors (Small Businesses) and is restricted due to technical data not being available to support a fully competitive solicitation. The overhaul data is Allison Publication No. 14W3, which are to be contractually processed as "Commercial Off-the-Shelf Items". Allison Engine Co, Indianapolis, IN (Cage: 73342) is the original equipment manufacturer (OEM) and the publication number is only available to Allison & Allison licensed contractors. This synopsis is for informational purposes only. All responsible sources may submit a proposal which shall be considered by the agency. See Numbered Note(s): 1. CITE: (I-339 SN008738) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Naval Air Warfare Center, Aircraft Division, Indianapolis, 6000 East 21st Street, Indianapolis, IN 46219-2189 SUBJECT: J -- SERVICE AND MATERIALS TO EVALUATE AND REPAIR TO FUCTIONAL SPEC IFICATIONS: EVAPORATOR COMPRESSOR P/N 674826-103 S/N 0008 SOL N00163-96-M-5174 DUE 121096 POC Frances Pitcher, General Supply Specialist, (317) 306-2514, Fax (317) 306-7599. DESC: Notice of intent to award a sole source contract to Parker Hannifin Corp., Air and Fuel Division, 18321 Jamboree Road, Irvine Ca 92715, for repair of Evaporator/Compressor S/N 0008 CITE: (I-339 SN008748) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: USDA Forest Service, Room 710 N, Procurement & Property, 1720 Peachtree Rd., NW, Atlanta, GA 30367-9102 SUBJECT: J--EXCLUSIVE USE HELICOPTER SERVICES FOR FIRE SUPPRESSION SOL R8-97-06 POC FAX request for bidding documents to (404) 347-3318. Call Shirlie Cook (404) 347-2669 for bid related questions. Call Melvin Booker (404) 347-2667 for technical information. DESC: Provide exclusive use helicopter services of two type III Helicopters (Bell 206B III or equivalent) and two fuel trucks with drivers. Helicopters should have water buckets, (long lines and remote hooks Optional) for use in prescribe burning, fire suppression activities, aerial ignition and other administrative uses George Washington/Jefferson National Forest in Virginia. Helicopters, pilots, fuel trucks and drivers must all be Interagency Fire Carded with a minimum of four passengers seating capacity, capable of hovering in-ground effect 1,450 pounds and out-of-ground effect 1,200 pounds non-jetable load at 5,000 feet at 86 degrees fahrenheit. Estimated 52 day contract periods starting March 10. Helicopter, Bid Item I, is to be at the Shenandoah Valley Airport in Staunton, VA. Helicopter, Bid Item II, is to be at the Virginia-Highlands Airport in Abingdon, VA. Bids will be accepted for either or both Bid Items. Award will be made on lowest bid per Bid Item, and may result in two contract awards. The estimate closing date is January 23, 1997. This is a 100% small business set-aside. CITE: (M-339 SN008840) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box 2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788 SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA SOL N00104-93-G-A054 POC Specialist Carol Gleixner (717) 790-2627. Contracting Officer, J.B. Dieter (717) 790-4446. For expedited requests use FAX number (717) 790-2284. DESC: The scope of work, which may include the acquisition of piece parts, is for the restoration of depot level repairables of Radios, Portable Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Transceiver. NSN 7G 5820-00-334-8407. P/N 01-168301-1. Technical data is not available and cannot be furnished. Contact the firm of C-Ran Corporation, 669 4th Street, NW., Largo, FL 34640, for subcontracting opportunities. All responsible sources may submit an offer which, if received in a timely manner, will be considered. See Note 22. CITE: (M-339 SN008844) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box 2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788 SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA SOL N00104-91-G-A065 POC Specialist, Ann Irwin (717) 790-2246. Contracting Officer, J.G. Labosh (717) 790-2844. For expedited requests use FAX number (717) 790-2284. DESC: The scope of work, which may include the acquisition of piece parts, is for the restoration of depot level repairables of CFEE COMM (SPAWAR) System. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Printed Wiring Board. NSN 7G 5999-01-272-7011. P/N 275549-100. Technical data is not available and cannot be furnished. Contact the firm of Litton Systems, Inc/Data Systems Division, 29851 Agoura Road, Agoura Hills, CA 91376-6008, for subcontracting opportunities. All responsible sources may submit an offer which, if received in a timely manner, will be considered. See Note 22. CITE: (M-339 SN008845) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box 2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788 SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA SOL N00104-89-G-A136 POC Specialist, D. Diebert (717) 790-6160. Contracting Officer, D. Diebert (717) 790-6160. For expedited requests use fax number (717) 790-2284. DESC: The scope of work, which may include the acquisition of piece parts, is for the restoration of depot level repairables of CIWS Systems. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is Power Supply. NSN 7H 6130-01-2475817. P/N 5336336. Technical data is not available and cannot be furnished. Contact the firm of Wilorco, Inc. 729 W Anaheim Street, Long Beach, CA 90813-2819, for subcontracting opportunities. All responsible sources may submit an offer which, if received in a timely manner, will be considered. See Note 22. CITE: (M-339 SN008846) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Naval Inventory Control Point--Mechanicsburg, P.O. Box 2020, 5450 Carlisle Pike, Mechanicsburg, PA 17055-0788 SUBJECT: J--DEPOT LEVEL REPAIRABLES BOA SOL N00104-96-G-A012 POC Specialist, A. Blodgett (717) 790-6289. Contracting Officer, Jodene R. Watkins (717) 790-4253. For expedited requests FAX number (717) 790-2284. DESC: The scope of work, which may include the acquisition of piece parts, is for the restoration of depot level repairables of HRAC Mfrd by Dresser-Rand. The restored items will be returned to supply stock or issued for immediate fleet use. One major item to be restored is High Pressure Compressor. NSN 7H 4310-01-040-9432. P/N 20NL30A. Technical data is not available and cannot be furnished. Contact the firm of Dresser-Rand, Engine Process Compressor Division, 100 Chemung Street, Painted Post, NY 14870, for subcontracting opportunities. All responsible sources may submit an offer which, if received in a timely manner, will be considered. See Note 22. CITE: (M-339 SN008847) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Corpus Christi Army Depot, Directorate of Contracting, 308 Crecy Street, Bldg. 129, Stop 7, Corpus Christi, Texas 78419-5260 SUBJECT: J--NONPERSONAL SERVICES TO PROVIDE PREVENTIVE MAINTENANCE OF GOVERNMENT-OWNED PERKIN ELMER SCIENTIFIC EQUIPMENT SOL DAAC83-97-T-1006 DUE 121796 POC Beverly Fenner-Ruiz, Contract Specialist, (512) 939-2570, Glenda M. Simnacher, Contracting Officer, (512) 939-2543 (Site Code DAAC83). DESC: Nonpersonal services and material to provide preventive maintenance of government-owned Perkin Elmer Scientific equipment, gas chromatograph with accessories. Request for the Statement of Work must be in writing to FAX (512) 937-1126 (OR) mail to Commander, SIOCC-AQ, ATTN: Beverly, Corpus Christi Army Depot, 308 Crecy Street, Corpus Christi, TX 78419-5260. Award will be made using simplified acquisition procedures. Information hours are 7:00 a.m. to 4:30 p.m., Monday through Thursday to (512) 939-2570. All responsible sources may submit an offer which will be considered. CITE: (M-339 SN008899) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: AETC CONS/LGCR 550 D Street East Ste 08 Randolph AFB TX 78150-4434 SUBJECT: J--MAINTENANCE REPAIR OF DOD COMMISSARY REFRIGERATION AND HVAC SYSTEMS SOL F41689-97-R-0009 DUE 012897 POC Harold R. Stark Phone: 210-652-2491, William Crenshaw Phone: 210-652-2491 DESC: The Air Force desires to acquire, in support of the Defense Commissary Agency (DeCA), The maintenance and repair of referigeration and HVAC Systems in Military Commissaries at approximately fourteen (14) location in the DeCA Southwest Region. Thirteen (13) commissaries are located in Northeast and Northwest California and one (1) in Northwest Utah. The period of performance will commence 1 Feb 97, or date of award through one year thereafter with three priced one year options to extend for a total performance period not to exceed 48 months. Requests for this Solicitation shall be made in writing. Fax requests will be accepted at Fax (210) 652-2737. EMAIL starkh@rndgate1.aetc.af.mil EMAILDESC: CITE: (W-339 SN008921) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (Bid Clerk/vpl), Maintenance and Logistics Command Pacific, Coast Guard Island, Bldg. 50-7, Alameda, CA 94501-5100 SUBJECT: J--DOCKSIDE REPAIRS OF THE USCGC CONIFER SOL DTCG85-97-B-625L71 DUE 020397 POC Dianne H. Jackson, Contracting Officer, (510) 437-3809. DESC: The Maintenance and Logistics Command Pacific Area is proposing a contract for the Dockside Repairs of USCGC CONIFER homeported San Pedro, CA. The work shall be performed at the cutters homeport. The Period of performance commences 03 March thru 02 May 1997. Major work items include and not limited to: temporary services, dockside, cargo hoisting gear repair, electric motor overhaul, life raft installation, gasoline storage mods, deck covering replacement, forecastle bulwark repair, cargo hatch repair, bridge wing door renewal, weather deck preservation and aft berthing fire-retardant deck tile renewal and etc. The solicitation will be issued on or about 23 Dec 1996. This procurement is under the Small Business Competitive Demonstration Program. This notice is for informational purposes for Minority, Women-Owned, Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital 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 forms concerning the ASTLP, call OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting official listed above. All responsible sources may submit an offer which shall be considered by the agency. CITE: (M-339 SN008959) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commanding Officer (Code 048), Simplified Acquisitions Branch, USCG Engineering Logistics Center, 2401 Hawkins Point Rd., Baltimore, MD 21226 SUBJECT: J--REPAIR OF 8 ZOOM AND 6 FIXED LENS LOW LIGHT CCTV CAMERAS SOL DTCG40-97-Q-80017 DUE 121896 POC Robert Orofino, Purchasing Agent, (410) 636-4436 CWO W Middleton, Contracting Officer, (410) 636-7744. Please fax quotes to Telefax Number (410) 636-3095. DESC: 1. 5820-01-315-6277, Camera, Low Light Zoom Lens, Philips Comm P/N TC1036/HZ2 or TC10336K492, 8 each. 2. 5820-01-315-6278, Camera Low Light Fixed Lens, Philips Comm P/N TC1036/H12, 6 each. Repair of the Cameras for which engineering drawings, specifications and schematics are not available. FOB: USCG Engineering Logistic Center, Columbia, MD. Delivery 60/120 days ARO. All responsive and responsible sources may submit a bid which will be considered by this agency. This announcement constitutes a request for quotation under Simplified Acquisition Proceedings. No additional request for quotations shall be issued. CITE: (M-339 SN008966) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment--Potential Sources Sought OFFADD: VA Medical Center, Contracting Officer (90), 4801 Linwood Blvd., Kansas City, MO 64128-2295 SUBJECT: J -- SOURCES SOUGHT FOR SIEMEN'S LFOV SYSTEM PREVENTIVE MAINTENANCE SERVICES SOL 589-97-1-088-0016 DUE 123196 POC Contracting Officer, H.W. Smith, (816) 922-2053 DESC: Sources are being sought to provide preventive maintenance services on Siemen's LFOV System, Model 6413. The Government intends to negotiate sole source with Siemen's if no responses are received. Firms having the ability to provide this service should notify the CO in writing prior to COB 12/31/96. Fax request will be accepted Fax # 816-922-3331. CITE: (I-339 SN008928) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: K--Modification of Equipment OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd., St. Louis, MO SUBJECT: K -- 473 RETROFIT KITS FOR THE CH-47 HELICOPTER UNDER ENGINEERING CHANGE PROPOSAL PHL-CH-47-D223, INSTALL HANDHOLDS IN CENTER CARGO H SOL DAAJ09-95-G-00180023 DUE 011597 POC Brenda Robinson, Contract Specialist, 314-263-3083 or Detra Battle- Blue, Contracting Officer, 314-263-0565. DESC: Effort is sole source to Boeing Defense & Space Group, Helicopters Division, P.O. Box 16858, Philadelphia, PA 19142-0858 -- Authority for other than full and open competition is 10 U.S.C. 2304(c)(1) -- The proposed contract action is for services/supplies for which the Government does not have adequate data available to permit full and open competition. Firms that can accomplish the above requirements are encouraged to identify themselves to Boeing Defense & Space Group, Helicopters Division, for subcontracting purposes only. See Numbered Note(s): 22. CITE: (I-339 SN008739) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 218, Wallops Island, VA 23337 SUBJECT: M -- AIRCRAFT SERVICES SOL RFP5-10053A DUE 121996 POC Donna E. Rafferty, Contract Specialist, 804-824-1419, donna.e.rafferty.1@gsfc.nasa.gov, James L. Mitchell, Contractin Officer, 804-824-1067, james.l.mitchell.1@gsfc.nasa.gov. DESC: Aircraft Services on-site at GSFC/Wallops Flight Facility (WFF). This is a notice of intent to issue a letter Request for Proposal on a noncompetitive basis in accordance with 10 U.S.C. 2304(c)(1) - "Only One Responsible Source", to DynCorp Aerospace Operations, 6500 W. Freeway, Suite 600, Ft Worth TX 76116 for an eight month extension, February 1, 1997 through September 30, 1997, under contract NAS5-31046. As a result of a decision by NASA Headquarters to consolidate NASA Aircraft at Dryden Flight Research Center (DRFC), services were not resolicited for a follow-on contract. NASA Headquarters has since revised its decision and has elected to continue operating aircraft at WFF through Fiscal Year (FY) 1997, September 30, 1997. An extension of services for eight months is required to complete flight operations for programs already scheduled and to effect a safe and timely transition of the aircraft in the event that NASA Headquarters elects to relocate the aircraft at the end of FY 1997. Without extension of the current contract, these services cannot be accomplished. An intensive training syllabus is required by WFF aircraft are extensively modified to accomplish non-standard specific mission requirements involving complex flight management systems not standard on other aircraft and science navigation instrumentation integrated in the flight control systems for precise and accurate navigation and data collection. Any firms desiring consideration are requested to fully identify their capabilities to provide these services within 15 days of publication of this synopsis, in writing, to the GSFC/Wallops Flight Facility and individual listed above. Collect calls are not accepted. See Numbered Note(s): 22. CITE: (I-339 SN008989) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: VA Medical Center, 718 Smyth Rd., Manchester, NH 03104 SUBJECT: Q -- RADIOLOGY SERVICES SOL 608-26-96 DUE 012397 POC Sherye Phillips, Contracting Officer, (603) 626-6510 DESC: Provide Radiology Services on a per diem basis, as requested. Contract term is for one base-year, and two option years, beginning on or about 2/1/97. Solicitations must be requested in writing. Requesters must furnish name, address (to include street address), telephone number and point of contact at their company. Solicitations will be available on or about 12/23/96. SIC Code for this acquisition is 8093. Small Business Size Standard is 3.5 million. CITE: (I-339 SN008727) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 LABORATORIES SOL DTCG84-97-R-3KB899 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 Medical Laboratory Technology services to all eligible beneficiaries at the U. S. Coast Guard Training Center, Cape May, New Jersey in accordance with the established principles, practices, and ethics of the Medical and Medical Laboratory Technology 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 8099. This solicitation will be issued on or about December 23, 1996. Request for solicitation must be in writing. Telephone requests will not be honored. Facsimile requests may be transmitted to (757) 628-4134; Attn: Xiomarys Vargas; however, the MLCLANT assumes no responsibilty 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 Prospal (RFP) Number DTCG84-97-R-3KB899. All responsible sources may submit an offer which will be considered by this agency. See Numbered Note(s): 1 CITE: (I-339 SN008749) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: COMMANDER, US ARMY CONTRACTING COMMAND KOREA, Unit #15289, APO AP 96205-0062 SUBJECT: Q--MEDICAL DENTIST - FULL TIME IN SUPPORT OF ACOFS LOGISTICS, 18TH MEDCOM, UNIT #15281, APO AP 96205-0054 FACILITY LOCATION:CAMP CASEY, TONGDUCHON, REPUBLIC OF KOREA SOL DAJB03-96-R-0205 DUE 122096 POC Purchasing Agent MR. MATTHEW B. GREENWAY Military DSN: 724-3357 Commercial: 011-82-2-7914-3357 Military Fax: DSN 724-7067 Commercial Fax: 011-82-2-7914-7067 (Site Code DAJB03) DESC: Medical Dentist shall provide services in support of 18th MEDCOM, Tongduchon, Camp Casey, Republic of Korea. CITE: (I-339 SN008888) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Health and Human Services, Indian Health Service, 1825 Bell Street, Ste 200, Sacramento CA 95825-1097 SUBJECT: Q--HEALTH SERVICES FOR THE URBAN INDIAN POPULATION OF SANTA BARBARA, CA SOL 235-97-R0005 DUE 020297 POC Harry J. Weiss tel: 916-566-7001 Ext. 141 DESC: Health Care for the Urban Indian population of Santa Barbara. This acquistion is restricted to the American Indian Health & Services Corporation in accordance with Title V of the Indian Health Care Improvement Act. No requests for the RFP will be accepted. EMAIL hweiss@ihs.ssw.dhhs.gov EMAILDESC: CITE: (W-339 SN008907) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: US Postal Service, Purchasing & Materials Service Center, Attn: Manager, 2 Hudson Place - 6th Floor, Hoboken, NJ 07030-5515 SUBJECT: Q--NATIONAL PREEMPLOYMENT & DOT DRUG SCREENING PROGRAM SOL 335660-97-A-0051 DUE 122096 POC POC Point of Contact-John A.Trosky (201)217-2217, Willena Adgers-Peterson (201-217-2217 DESC: The United States Postal Service is seeking to Prequalify companies to provide laboratory drug testing services. The Postal Service intends to award two contracts for these services. Services will be awarded by geographic area, with each contractor being responsible for fifty percent of the total estimated number of tests.Labs that are capable of providing testing services are invited to request a prequalification package which outlines all of the requirements which must be demonstrated in order to be considered as a prequalified offeror. The prequalification statement must contain written documentation supporting the offeror's contention of qualification. Contracts will be awarded on a site specific basis; multi-site labs must specify a single site for testing. After the evaluation of all prequalification statements, the Postal Service will determine which laboratories are qualified to receive the Request For Proposals (RFP). Some of the criteria which will be used to assess whether an offeror is qualified are: 1.Capacity, Offerors must be capable of processing at least 200,000 specimens per year. 2.Licensure, Offerors must be licensed under the Clinical Labs Improvement Act, 1967 (42 USC 263a-263n). Labs must be certified by the National Institute of Drug Abuse (NIDA). 3.Processing, All specimens must be processed under accepted forensic standards and chain of custody documentation. 4.Analysis, Specimens will be analyzed using immunoassay screening, gas chromatography/mass spectrometry (gc/ms) confirmation. 5.Reporting, Eighty percent of specimen results must be reported to the USPS within 24 hrs of receipt of specimens. Ninety eight of all specimen results must be reported within 72 hrs of receipt of specimens. 6.Personnel, All lab personnel must conform to the requirements established by the DOT in 49 CFR, part 40. 7.Customer Service, Offerors must provide a customer service network to respond to the Postal Service inquiries. All inquiries must be responded to within four hours, with followup action/completion within fourty-eight hours. 8.Experience, Labs must demonstrate contract performance of a similar size/scope within the last five years. Prequalification packages will be available on 12/6/96. Prequalification statements will be due on 12/20/96. Offerors are reminded that only those laboratories that the Postal Service has determined to be prequalified will be issued an RFP. The tentative date for issuance of the RFP is 1/16/97 with proposals due on 2/18/97. Prequalification packages may be requested by FAX at 201-217-2230. Additional information may be obtained by calling 201-217-2212 or 2217. EMAIL jtrosky@email.usps.gov EMAILDESC: CITE: (W-339 SN008926) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: US Postal Service, Purchasing & Materials Service Center, Attn: Manager, 2 Hudson Place - 6th Floor, Hoboken, NJ 07030-5515 SUBJECT: Q--NATIONAL PREEMPLOYMENT & DOT DRUG SCREENING PROGRAM SOL 335660-97-A-0051 DUE 122096 POC POC Point of Contact-John A.Trosky (201)217-2217, Willena Adgers-Peterson (201-217-2217 DESC: The United States Postal Service is seeking to Prequalify companies to provide laboratory drug testing services. The Postal Service intends to award two contracts for these services. Services will be awarded by geographic area, with each contractor being responsible for fifty percent of the total estimated number of tests.Labs that are capable of providing testing services are invited to request a prequalification package which outlines all of the requirements which must be demonstrated in order to be considered as a prequalified offeror. The prequalification statement must contain written documentation supporting the offeror's contention of qualification. Contracts will be awarded on a site specific basis; multi-site labs must specify a single site for testing. After the evaluation of all prequalification statements, the Postal Service will determine which laboratories are qualified to receive the Request For Proposals (RFP). Some of the criteria which will be used to assess whether an offeror is qualified are: 1.Capacity, Offerors must be capable of processing at least 200,000 specimens per year. 2.Licensure, Offerors must be licensed under the Clinical Labs Improvement Act, 1967 (42 USC 263a-263n). Labs must be certified by the National Institute of Drug Abuse (NIDA). 3.Processing, All specimens must be processed under accepted forensic standards and chain of custody documentation. 4.Analysis, Specimens will be analyzed using immunoassay screening, gas chromatography/mass spectrometry (gc/ms) confirmation. 5.Reporting, Eighty percent of specimen results must be reported to the USPS within 24 hrs of receipt of specimens. Ninety eight of all specimen results must be reported within 72 hrs of receipt of specimens. 6.Personnel, All lab personnel must conform to the requirements established by the DOT in 49 CFR, part 40. 7.Customer Service, Offerors must provide a customer service network to respond to the Postal Service inquiries. All inquiries must be responded to within four hours, with followup action/completion within fourty-eight hours. 8.Experience, Labs must demonstrate contract performance of a similar size/scope within the last five years. Prequalification packages will be available on 12/6/96. Prequalification statements will be due on 12/20/96. Offerors are reminded that only those laboratories that the Postal Service has determined to be prequalified will be issued an RFP. The tentative date for issuance of the RFP is 1/16/97 with proposals due on 2/18/97. Prequalification packages may be requested by FAX at 201-217-2230. Additional information may be obtained by calling 201-217-2212 or 2217. EMAIL jtrosky@email.usps.gov EMAILDESC: CITE: (W-339 SN008927) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 -- PROVIDE PHYSICIAN SERVICES AT THE U. S. COAST GUARD BASE SAN JUAN, PR SOL DTCG84-97-R-3KB569 DUE 013097 POC Contact Mr. Leon Borroum, Contract Specialist at (757) 628-4129 or Ms. Marie A. Gilliam, Contracting Officer at (757) 628-4109. DESC: Provide all aspects of Non-personal Outpatient General Physician Services for the U. S. Coast Guard Base San Juan, PR's Health Clinic. This requirement is for a period of one (1) year with options to perform the services for up to an additional four (4) years. The Standard Industrial Code applicable to this solicitation is 8049. The Small Business Size Standard is $5 Million. Only written requests for the solicitation will be honored. Fax requests to the attention of Mr. Leon Borroum, Fax No. (757) 628-4134. Solicitation number DTCG84-97-R-3KB569 shall be referenced on all correspondence. The solicitation is expected to be issued on or about 31 DEC 96. All responsible sources may submit an offer that will be considered by the Coast Guard. Note: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantage business enterprises to acquire short term working capital assistance for transportation-rated contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maxium line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. See Numbered Note 1 CITE: (I-339 SN008936) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 -- PROVIDE PHYSICAL THERAPY SERVICES AT THE U.S. COAST GUARD AIR STATION CAPE COD, MA, SUPPORT CENTER ELIZABETH CITY, NC AND AVIATION TRAINING CENTER MOBILE , AL SOL DTCG84-97-R-3KB614 DUE 012197 POC Contact Mr. Leon Borroum, Contract Specialist at (757) 628-4129 or Ms. Marie A. Gilliam, Contracting Officer at (757) 628-4109. DESC: Provide all aspects of Non-personal Outpatient Physical Therapy Services for the U.S. Coast Guard Air Station Cape Cod, MA, Support Center Elizabeth City, NC and Aviation Training Center, Mobile, AL. This requirement is for a period of one (1) year with options to perform the services for up to an additional four (4) years for each of the three (3) locations. The Standard Industrial Code applicable to this solicitation is 8049. The Small Business Size Standard is $5 Million. Only written requests for the solicitation will be honored. Fax requests to the attention of Mr. Leon Borroum, Fax no. (757) 628-4134. Solicitation number DTCG84-97-R-3KB614 shall be referenced on all correspondence. The solicitation is expected to be issued on or about 23 DEC 96. All responsible sources may submit an offer that will be considered by the Coast Guard. Note: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short term working capital assistance for transportation-rated 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. See Numbered Note 1 CITE: (I-339 SN008940) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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) 628-4134. 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-339 SN008953) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Health and Human Services, Indian Health Service, 1825 Bell Street, Ste 200, Sacramento CA 95825-1097 SUBJECT: Q--HEALTH CARE FOR THE URBAN INDIAN POPULATION OF FRESNO, CA SOL 235-97-R-0006 DUE 020297 POC Sue J. Broady tel: 916-566-7001 Ext 144 DESC: Health Care for the Urban Indian population of Fresno, CA. This acquisition is restricted to the Fresno Indian Health Association in accordance with Title V of the Indian Health Care Improvement Act. No requests for the RFP willl be accepted. EMAIL sbroady@ihs.ssw.dhhs.gov EMAILDESC: CITE: (W-339 SN008979) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: USDA, Rural Development, Procurement Management Division, 1400 Independence Avenue, S.W., Washington, DC 20250-0700 SUBJECT: R -- LEGAL SERVICES SOL RQ-31ME-7-0002 DUE 121696 POC Cynthia Bennett, Contract Specialist, (202) 245-5852 DESC: USDA, Rural Development, Rural Utilities Service (RUS) intends to procure Legal Services for an on-going transaction involving a current RUS G&T borrower, the Oglethorpe Power Corporation. The contractor shall provide corporate legal support to Rural Utilities (RUS), with respect to reviewing two long-term power supply contracts for legal sufficiency and completeness. The two contracts are required to fully implement Oglethorpe's restructuring efforts currently in progress. Requests for the Request for Quote may be faxed to the attention of Cynthia Bennett, on (202) 245-5123. CITE: (I-339 SN008654) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U.S. Department of Housing & Urban Development, Contracting Operations Branch, 6EAC, 2211 Norfolk, Ste 300, Houston, TX 77098- SUBJECT: R -- CLOSING AGENT SERVICES SOL H06S97050500000 DUE 012197 POC Roger Harvey, Contract Specialist, or Stephen Cuellar, Contracting Officer, at (713) 313-2274, EXT. 7125. DESC: The U.S. Department of Housing and Urban Development requires Closing Agent Services to close the Sale of HUD-owned Homes. The Contracting Division intends to award two (2) indefinite quantity contracts for the act of Sales Closing Services for certain one to four unit single family residences in the Nashville, Tennessee HUD Office jurisdiction. The initial term of the contract will be for one (1) year with two one-year options. This solicitation will be a 100% small business set-aside. Invitation for Bids (IFB) shall be issued on or about December 20, 1996. Bids will be due 30 days after date issued. All responsible sources eligible as a small business concern may submit a bid which will be considered. Phone requests will not be accepted. Written or faxed requests will be accepted at (713) 313-2305. CITE: (I-339 SN008723) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Securities and Exchange Commission, 6432 General Green Way, Alexandria, Va. SUBJECT: R -- PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES SOL SECHQ1-97-M-0242 POC Vernessa Younger, Contract Specialist, (202) 942-4999, James L. Vandecar, Contracting Officer. DESC: The Securities and Exchange Commission(SEC) intends to award a sole source advisory and assistance contract to Mr. Arthur R. Wyatt of 2001 South Duncan Road, Champaign, Il. 61821. Mr. Wyatt shall provide the following: (1) expert advice and assistance to the Office of the Chief Accountant in analyzing proposed international standards, (2) make recommendations for changes to those draft standards, (3) interact with international standard setters and other nations' representatives to the IASC. See Numbered Note(s): 22. CITE: (I-339 SN008758) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: U. S. Department of Energy, Oak Ridge Operations Office, P. O. Box 2001, Oak Ridge, Tennessee 37831 SUBJECT: R--ENVIRONMENTAL PROJECTS MANAGEMENT SOL DE-RP05-97OR22700 POC Point of Contact - Jeff Burgan, Contracting Officer, (423) 574-7507 DESC: The Department of Energy's (DOE) Oak Ridge Operations Office (ORO) will be releasing a draft Statement of Work (SOW) on December 5, 1996, for Request for Proposal (RFP) No. DE-RP05-97OR22700 which will provide for the management and integration of its environmental projects for its facilities located in Oak Ridge, TN, the Portsmouth Gaseous Diffusion Plant at Piketon, OH, and the Paducah Gaseous Diffusion Plant at Paducah, KY. The draft SOW will be available at Internet address http://www.doe.gov/procurement/oro_home.html. This web site also contains other information regarding this procurement such as an index of available technical and programmatic reference documents. Interested parties are encouraged to e-mail or fax comments relative to the draft SOW to Jeff Burgan at emseb@oro.doe.gov, fax no. (423)574-7511. Comments should be sent by December 18, 1996. All comments will be considered. The identity of the firm and/or individual submitting comments will be kept confidential. Written responses will not be given. DOE's proposed approach to this procurement is different than those of traditional DOE management and operating (M&O) contracts or recent competitions at other DOE installations. DOE intends to solicit offers for a contract for management and integration of primarily environmental restoration and waste management projects. Under the management and integration concept, the prime contractor will be responsible for and possess the core competencies to manage the overall effort, including planning, subcontracting, integrating, expediting, and coordinating tasks. In addition, the prime contractor will be responsible for infrastructure at the K-25 site. The prime contractor would package work for optimum competitive subcontracting to firms that would actually execute most tasks. In order to maximize work by subcontractors selected in a fully competitive environment, these awards will not be part of the prime contract selection. Teaming arrangements that present up-front proposals for executing both prime and subcontracted work are not requested or desired. A joint venture or team formed solely to perform the prime contractor's responsibilities may be considered as long as it is structured as a simple, "seamless", cost-effective entity. DOE's objectives in using this proposed approach are reducing the cost of performing the work through cost competition for the execution of work, packaging work for optimum subcontracting, matching procurement strategies to work requirements, and achieving greater flexibility to manage resources. DOE is making the draft statement of work available in order to obtain comments on certain aspects of the procurement while the draft RFP is being developed. While comments on any aspect of this procurement are solicited, certain areas are of particular interest to DOE: (1) feasibility of the proposed approach for managing and integrating with the execution of work primarily performed by competitively bid subcontractors; (2) selection of subcontractors for execution of the work after award of the prime contract; (3) contract transition; (4) contract coverage of both environmental management and enrichment program activities; (5) areas best suited for measurement and incentives from a performance and cost standpoint; and (6) clarity of the overall SOW. It is DOE's desire to obtain a contractor that will focus on acceleration and completion of EM program objectives. DOE is interested in industry's comments on whether this can best be accomplished under a term or completion type contract. The tentative schedule for the procurement is as follows: a draft RFP will be released in January 1997 (selected elements of the RFP may be released for comment prior to the draft RFP via the Internet); final RFP will be issued in March 1997; contract award no later than December 1997. The current contract expires in March 1998. Various important issues, such as evaluation criteria, fee determination and labor matters, are not addressed in the SOW. The draft RFP will address these issues and provide a full opportunity for review and comment. All subsequent information to be released prior to the release of the final RFP will be available at the aforementioned Internet address. No further announcements regarding the release of information will be made in the CBD with the exception of the issuance of the draft and the final RFP. LINK http://www.doe.gov/procurement/oro_home.html LINKDESC: Procurement Home Page EMAIL emseb@oro.doe.gov EMAILDESC: Jeff Burgan, Contracting Officer CITE: (W-339 SN008787) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550 SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR OFFICERS CLUB WINTER CRUD TOURNAMENT SOL SVS-SCS-101-96 DUE 010397 POC Shena Jones, (907) 552-5900, FAX (907) 552-9250. DESC: We are soliciting in-kind donations or sponsorship for the Officers Club Winter Crud Tournament. The event will be held at the Officers Club on January 17, 1996, and will run through the next 5 Fridays. The event will be open to all eligible club members and their guest. The tournament will consist of Twelve teams that compete by double elimination. We are asking for sponsorship/in-kind donations of prizes to give away. We are asking for donations of T-shirts and hats for participants with then 3RD wing logo, approximately 40 of each. The total sponsorship package is $200, but we will except any donations. The sponsor will be allowed to display banners and information at the event. Advertising in all areas on the base will be done. Representation from the sponsor for the event drawings will also be accepted and encouraged. All offers will be considered. More than one sponsor/donation may be accepted and additives will be considered. Requests for copies of this solicitation must be received not later than 3 January 1997. This is a solicitation for commercial sponsorship/donation by a nonappropriated fund instrumentality of the United States Government. It does not obligate appropriated funds of the Government. CITE: (M-339 SN008835) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550 SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR OFFICERS CLUB VALENTINES SWEETHEART DINNER SOL SVS-SCS-100-96 DUE 013197 POC Shani Johnson, (907) 552-5900, FAX (907) 552-9250. DESC: We are soliciting in-kind donations or sponsorship for the Officers Valentines Sweetheart Dinner, to be held at the Officers Club on February 14, 1997. The event will be open members and their guest by reservation. They will receive a gourmet meal served 1 style. We are asking for sponsorship/in-kind donations of prizes to give away. We are asking for donations of Desserts, possibly chocolates. The total sponsorship for this package is $300. We will accept any donations. The sponsor will be allowed to display banners and information at the event. Advertising in all areas on the base will be done. Representation from the sponsor for the event drawings will also be accepted and encouraged. All offers will be considered. More than one sponsor/donation may be accepted and additives will be considered. Requests for copies of this solicitation must be received not later than 31 January 1997. This is a solicitation for commercial sponsorship/donation by a nonappropriated fund instrumentality of the United States Government. It does not obligate appropriated funds of the Government. CITE: (M-339 SN008836) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: OIC, FISC Norfolk Yorktown Det, P.O. Drawer 140, Code LYB, Yorktown, VA 23691-0140 SUBJECT: R--SERVICES FOR SAFETY AND HAZARD ANALYSES SOL N00109-97-Q-0009 DUE 121696 POC Cheri Jones (757) 887-4814. DESC: The Naval Weapons Station Yorktown requires a support service contract for performance of safety and hazard analyses. All responsible sources may request the solicitation package by calling the contact point. CITE: (M-339 SN008843) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550 SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR COMMUNITY CENTER DATING GAME SOL SVS-SCS-99-96 DUE 122096 POC Shani Johnson, (907) 552-5900, FAX (907) 552-9250. DESC: We are soliciting in-kind donations or sponsorship for the Community Center Dating Game to be held at the Kashim Club January 4, 1996. The event will be open to all active duty, single, military members. The event will include a limousine ride to and from dinner, and a movie, for the three winning couples. Each female will be presented with a single rose. We are asking for sponsorship/in-kind donations of $700.00 to cover the expenses for this event. We would accept part or all of the items requested, depending on the sponsor and what they can provide. The sponsor will be allowed to display banners and information at the event. Advertising in all areas on the base will be done. Representation from the sponsor for the event drawings will also be accepted and encouraged. All offers will be considered. More than one sponsor/donation may be accepted and additives will be considered. Requests for copies of this solicitation must be received not later than 20 December 1996. This is a solicitation for commercial sponsorship/donation by a nonappropriated fund instrumentality of the United States Government. It does not obligate appropriated funds of the Government. CITE: (M-339 SN008854) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 60th Contracting Squadron, 60CONS/LGCV, Travis AFB, CA 94535-2632 SUBJECT: R--TO PROVIDE MEDICAL TRANSCRIPTION SERVICES SOL F04626-97-B0005 DUE 122796 POC Bernadette Breeding, Contract Administrator, (707) 424-7750. DESC: CORRECTION. Medical Transcription Services. Issue date on or about 19 Nov 96. Contract period 01 Feb 97 through 30 Sep 97 with four one year option periods. The proposed contract listed here is a 100 percent small business set-aside. Telephone requests for bid packages will not be honored. CITE: (M-339 SN008857) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: 3rd SVS/SVXA, Bldg 6-920, Elmendorf AFB, AK 99506-2550 SUBJECT: R--SPONSORSHIP/IN KIND DONATIONS FOR THE OFFICERS CLUB COUNTRY WESTERN NIGHT SOL SVS-SCS-98-96 DUE 021497 POC Shani Johnson, (907) 552-5900, FAX (907) 552-9250. DESC: We are soliciting in-kind donations or sponsorship for the Officers Club Country Western Night to be held at the Officers Club on February 28, 1997. The Night will consist of dancing demonstrations, a live band, DJ, and a country buffet. The event is open to club members and their guest. We are asking for sponsorship/in-kind donations of a country western band, door prizes, and prizes for the dance contest. We would accept part or all of the items requested, depending on the sponsor and what they can provide. The sponsor will be allowed to display banners and information at the event. Advertising in all areas on the base will be done. Representation from the sponsor for the event drawings will also be accepted and encouraged. All offers will be considered. More than one sponsor/donation may be accepted and additives will be considered. Requests for copies of this solicitation must be received not later than 14 February 1997. This is a solicitation for commercial sponsorship/donation by a nonappropriated fund instrumentality of the United States Government. It does not obligate appropriated funds of the Government. CITE: (M-339 SN008893) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Fleet and Industrial Supply Center, Norfolk Washington Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC 203 SUBJECT: R - MEMBERSHIP SUBCRIPTION TO THE ADVISORY BOARD SOL N00600-97-R-0742 DUE 122396 POC For copies of solicitation, make your request to FISC NORF DET WASH Customer Service Center by fax at (202) 433-9569, by voice at 433-2951 or by electronic mail at CBD_RESPONSE_at_DC@MCHFMCCM.NAVY.MIL or contact Laura Hurd, Code 201.1L at 433-2013 or Ken Arena at 433-2900 DESC: The Fleet and Industrial Supply Center has a requirement to procure membership subscription services for the Bureau of Medicine and Surgery. FISC intends to negotiate a two party contract with the Advisory Board Company to procure these services. The Contract will be for one base year and two twelve month options. A J&A for other than full and open competition is being prepared. All responsible sources may submit a cost and technical proposal for consideration. Please see Note 22. CITE: (W-339 SN008969) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services--Potential Sources Sought OFFADD: DIRECTORATE OF CONTRACTING, BUILDING 622, FT STEWART GA 31314-5189 SUBJECT: R--SEW PATCHES (INSIGNIA), ALTERATIONS (HEMS) AND MINOR REPAIRS SOL W33NYN-6327-0976 POC POC: Sandy Sanders, (912) 767-1868; Contracting Officer: Connie L. Skipper, (912) 767-1868 (Site Code DAKF10) DESC: The Army requires a contract to sew patches on uniforms, sew hems in various uniforms, and make minor repairs to military clothing. The proposed contract shall commence on 1 June 1997, or within 10 calendar days after receipt of contract award, whichever is later, and shall continue through May 31, 1998, with options to extend the terms of the contract for four (4) additional one year periods. The SIC code is 1719. All responsible business concerns may submit a bid. There is a non-refundable fee of $1.00 for the solicitation package. Please submit by company check, certified or cashier check or money order made payable to the TREASURER OF THE UNITED STATES. NO CASH will be accepted. All requests must be in writing to the above address. When requesting a package, please indicate the synopsis number DAKF10-97-#-0002, and give a brief description CITE: (I-339 SN008875) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 30 CONS/LGCCB, 806 13th St, Suite 2, Vandenberg AFB CA 93437-5226 SUBJECT: S--BASEWIDE PEST CONTROL SOL F04684-97-R0012 DUE 041597 POC 1Lt Jay Clark, Contract Negotiator, (805)734-8232, Extension 6-6121, or Pat Ryun, Contracting Officer, at extension 6-6966 DESC: Contractor to include all labor, tools, parts, materials, equipment, supplies, transportation, and supervision necessary to provide basewide pest control as defined in the statement of work at Vandenberg Air Force Base, California. Period of performance is 1 Oct 97 through 30 Sep 98 with four (4) one-year option periods. Written requests for a copy of the solicitation should be sent to 1Lt Jay Clark, 30 CONS/LGCVA, Bldg 7015, Section 2D, 806 13th Street, Suite D, Vandenberg AFB, CA 93437-5226. If sufficient small businesses reply, this solicitation will be a 100% small business set-aside. SIC 0851 ($3.5M). Requests for bid documents must be in writing. EMAIL clarkj@vafb5a.vafb.af.mil EMAILDESC: e-mail CITE: (W-338 SN008515) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration, PBS,Service Contracts 6PMF-S,1500 E Bannist er Rm 2201,Kansas City,MO 64131-3088 SUBJECT: S-JANITORIAL SERVICE SOL GS-06P-97-GXC-0016 DUE 013197 POC Contact,Larry Coleman,816/926-7078,Contracting Officer,Debra A. Harms,816/9 26-7078 DESC: Solicitation for Janitorial Services, Federal Records Center, 111 Winnebago , St. Louis, Missouri, to be issued o/a 12/31/96. Contract will be for a one (1 ) year period with four (4) one year options, and one (1) option to extend not t o exceed six (6) months. See note 1 CITE: (I-338 SN008519) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: General Services Administration, PBS, Contracts Division (6PPB),1500 E Bannister Rm 2203, Kansas City, MO 64131-3088 SUBJECT: S - JANITORIAL SERVICES SOL GS06P97GXC0016 DUE 013197 POC Larry Coleman (816) 926-7078, Debra A. Harms (816) 926-7078 DESC: Solicitation for Janitorial Services, Federal Records Center, 111 Winnebago, St. Louis, MO, to be issued o/a 12/31/96. Contract will be for a one (1) year period with four (4) one year options, and one (1) option to extend not to exceed six (6) months. See numbered note 1. CITE: (W-339 SN008651) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: National Park Service, Cuyahoga Valley National Recreation Area, 15610 Vaghn Road, Brecksville, Ohio 44141 SUBJECT: S--SNOW & ICE REMOVAL SERVICES SOL 1443RQ616097010 POC Joyce A. Stumbo, Contract Specialist, (216) 546-5914 DESC: The Contractor shall provide all equipment, material and labor necessary to perform snow and ice removal services within the boundary of the Cuyahoga Valley National Recreation Area. Quotes will be solicited for snow and ice removal services form the period January 1, 1997 through September 30, 1997. Quote due date will be established at the time the Request for Quotation is issued. The Request for Quotation issue date will be on or about December 19, 1996. Awards will be made to the lowest responsive responsible quoters for the North District and for the South District Bid Schedules. Questions regarding this project shall be directed to Joyce Stumbo, Contract Specialist, 216-546-5914. See Numbered Note 1. EMAIL patricij@mail.idt.net EMAILDESC: CITE: (W-339 SN008685) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Officer in Charge of NAVFAC Contracts, Crane Division, Naval Surface Warfare Center, Crane, IN 47522-5082 SUBJECT: S--ULTRASONIC TESTING OF CENTERWIDE RAILROAD TRACKAGE AT THE CRANE DIVISION, NAVAL SURFACE WARFARE CENTER, CRANE, IN 47522-5082 SOL N68950-97-Q-3658 DUE 121396 POC For Plans and Specs call: Kathy Wallace, (812) 854-5341. DESC: RFQ #N68950-96-Q-3658, will be available approximately 03 December 1996. This is being procured under the Simplified Acquisition Procedures. Information regarding ordering plans and specifications is provided at the end of announcement. This work includes provisions of necessary labor, supplies, materials, equipment, transportation and supervision for the ultrasonic testing of approximately 130 miles of active and 34 miles of inactive Centerwide Railroad Trackage at the Crane Division, Naval Surface Warfare Center, Crane, IN. The Standard Industrial Code (SIC) for this project is 7389. The related Small Business size standard is 5.0 million. Completion time is 120 days after award. The proposed contract listed here is 100% set-aside for Small Business (SB) concerns. Small Business concerns should notify this office ASAP by phone or fax, include RFQ# N68950-97-Q-3658, Ultrasonic Testing of Centerwide Railroad Trackage, your complete company name, address, area code, phone number, point of contact and state whether you are a prime contractor, subcontractor with trade classified or a supplier. POC for technical inquiries, call Carrie McDonald, (812) 854-6641. To request solicitation package, call Kathy Wallace, (812) 854-5341 or FAX request to phone number (812) 854-3800. There is no charge for plans and specifications. Only one set per company. CITE: (M-339 SN008850) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: 436 Contracting Squadron , 639 Atlantic Street, Dover AFB DE 19902-5639 SUBJECT: S -- GROUNDS MAINTENANCE SERVICES AT DOVER AIR FORCE BASE DE SOL F07603-97-B6000 DUE 011597 POC Jean Benzin, Contracting Specialist, 302-677-5091 DESC: S-208 Grounds Maintenance Services at Dover AFB DE. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform Grounds Maintenance services at Dover AFB DE to include common areas of two housing areas - Eagle Heights adjacent to Dover AFB and Eagle Meadows, located near the town of Lebanon DE. The contemplated contract will be a fixed price requirements contract for an initial contract period of 1 Apr 97-31 Mar 98 with four one year option periods (1 Apr 98-31 Mar 99, 1 Apr 99-31 Mar 00, 1 Apr 00-31 Mar 01, and 1 Apr 01-31 Mar 02). Telephone requests will not be honored. Facsimile requests will be accepted at 302-677-2309. Furnish facsimile number and nine digit zip code with your written request. See Note(s): 1. CITE: (I-339 SN008937) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: US Army Corps of Engineers, LRD (CESWL-CT), PO Box 867, Little Rock, AR 72203-0867 SUBJECT: S -- CLEANUP SERVICES SOL DACW03-97-B-0014 DUE 012497 POC Khanida Pradaxay, Contract Specialist, (501) 324-7167 FOR PLANS AND SPECIFICATIONS: Theresa M. Morris, (501) 324-6844. DESC: The contractor shall furnish all labor, supplies, equipment, transportation, and materials necessary to provide cleanup services for various parks located at Norfork and Bull Shoals Lakes, Mountain Home Project Office, Mountain Home, Arkansas, for the period March 1, 1997 or date of award, whichever is later, through September 30, 1997, with options to extend through September 30, 1999. Issue date for solicitation will be on or about December 26, 1996 at a cost of $5.00 for Specifications (charges are non-refundable). Solicitation documents will be made available upon written request to include check or money order payable to FAO, U. S. Army, LRD, and mailed to Contracting Division at the above address. Bid opening date will be on or about January 24, 1997 at 2:00 p.m. This proposed procurement is 100% Small Business Set-Aside. CITE: (I-339 SN008938) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services--Potential Sources Sought OFFADD: General Services Administration,GSA Center (10PP),400 15th Street SW,Auburn, WA 98001-6599 SUBJECT: S-GAS SERVICE SOL GS-10P-97-LSC-0006 DUE 010897 POC Contact,Barbara Roberson,206/931-7482,Contracting Officer,Patricia A. Tacke tt,206/931-7486 DESC: To import natural gas and provide service to new Border Station at Point Ro berts, Washington. Anticipated consumption is estimated to be 2000 therms per y ear. Service will be required no later than February 1, 1997. Note card 26 appl ies. CITE: (I-339 SN008859) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BOOK PRINTING SOL B615-M DUE 021897 POC Linda Byrd, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Multiple award term contract for period 040197 to 033198 for FEMA. 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 Washington, DC. Flood Insurance Study. Anticipate 20 to 40 orders per month (average 30) for 4 to 284 pages (average 24), plus 2-piece cover and 1 to 200 fold-ins per pamphlet (average 15; approx. 88% will contain fold-ins). Quantity: 100 to 600 copies per order. Size--pamphlets: 216 x 279 mm (8-1/2 x 11"), fold-ins: 432 x 279 mm (17 x 11"). Blue ink. Operations include side stitch and delivery. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008689) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BOOK PRINTING SOL Program B530-S DUE 021397 POC Karen Johnson, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for GAO. Production area, assumed 100-kn (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. 2 to 5 orders per year for approx. 20 to 600 copies of 25 to 500 pages. Trim size text: 216 x 279 mm (8-1/2 x 11"); cover: 248 x 406 mm (9-3/4 x 16") fold to 229 x 279 mm (9 x 11"). Black ink, black and single ink color, or two ink colors. Operations include film making, printing, die-cutting, plastic comb binding, and delivery. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008690) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--OFFSET PRINTING SOL Program C865-S DUE 022597 POC Toni Walker, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Treasury (Internal Revenue Service). Copy pickup in Washington, DC. Specifications cover the production of major Tax Forms, Instructions, Publications and miscellaneous Internal Forms being reproduced as one-sided camera ready copy. Trim size 241 x 381 mm (9-1/2 x 15"). Prints black ink. Collating required, mailing required, and distribution from maintenance reserve stock within 24 hours of notification. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008704) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--MICROFICHE SOL Program B880-S DUE 022697 POC Duke Spence, Contracting Officer, David M. Thomas, (202) 512-2044 DESC: Single award term contract for period 040197 to 033198 for GPO. Production area, Nationwide. copy pickup in Washington, DC. Microfiche of Miscellaneous Publications. Average of 6 orders per week with each order usually containing less than 1,000 pages and requiring approx. 300 sets of diazo microfiche. Nationwide mailing and delivery in Washington, DC area to approx. 2 addresses. Bid request on firm's letterhead. CITE: (M-339 SN008705) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 A890-M DUE 022697 POC Mike Jones, Contracting Officer, Sandra MacAfee, (202) 512-0455 DESC: Multiple award term contract for period 040197 to 033198 for various Government Agencies. Production area, Nationwide. ``CD-ROM''. Approximately 16 to 20 orders per month for 100 to 100,000 replications per order. Operations include printing, screening, packing and destination. Contractor furnishes required materials. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008706) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 C529-S DUE 021397 POC Marjorie Bell, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Defense (AF). Production area, assumed 97-km (60-mile) radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup at Bolling AFB, Washington, DC. Approx. 25 orders per year for approx. 100 to 10,000 copies. Printing of programs, Inserts, Posters, and Press kit folders. Sizes 200 x 260 mm (7-7/8 x 10-1/4") to 559 x 711 mm (22 x 28"). Printing in 4 pantone colors. Operations include scoring, die-cutting, film making, binding, packing, distribution and bulk delivery. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008707) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: T--Photographic, Mapping, Printing, and Publication Services OFFADD: Department of the Interior, U.S. Geological Survey, Office of Acquisition and Federal Assistance, Mail Stop 205B, Room 6A331, 12201 Sunrise Valley Drive, Reston, VA 20192 SUBJECT: T--FEDERAL GEOGRAPHIC DATA COMMITTEE (FGDC) NATIONAL SPATIAL DATA INFRASTRUCTURE (NSDI) COMPETITIVE COOPERATIVE AGREEMENTS PROGRAM (CCAP) SOL 1434-HQ-97-PA-00022 DUE 022897 POC Ms. Karen Phillips (703) 648-7372 (contact) Ms. Kathy Craig (703) 648- 7357 (CO) DESC: The FGDC invites proposals to facilitate and foster partnerships and alliances within and among various public and private entities to assist in building the National Spatial Data Infrastructure (NSDI). Activities initiated under this program will promote access to data sets that are needed for national, regional, state, and local analyses. Under this FY 1997 program announcement, proposals are to be directed towards four components of the NSDI. The first component deals with creation of a distributed clearinghouse for finding and accessing geospatial data. Efforts considered applicable under this component include creating (inventory, evaluate, catalog data, and establish Internet access) and managing a node on the National Geospatial Data Clearinghouse that provides users with a means for finding, accessing, and sharing data. The second component involves development and promulgation of the use of standards in data collection, documentation, transfer, and search and query. Applicable efforts include stimulating the development of applicable geospatial data standards by 1) creating new standards or adapting existing standards that fall within the realm of the NSDI, and which may or may not be within the scope of current FGDC Subcommittees and Working Groups, or 2) conducting studies to determine what standards are needed to effectively share geospatial data; and, creating new data elements for specific data themes that complement the FGDC Digital Geospatial Metadata content standards by supporting documentation of data sets which are not explicitly geospatial. The third component focuses on the initial implementation of a geospatial data framework that provides a base on which to collect, register, or integrate information accurately. Applicable efforts include creating and managing a node on the National Geospatial Data Clearinghouse that provides users with a means for finding, accessing, and sharing framework-like data; testing and implementing techniques needed to support framework roles of area integration or data distribution; conducting a feasibility project for implementing technical or institutional aspects of the framework; and, identifying, justifying, and implementing elements of metadata at the ~feature~ level, required to support framework operations. The fourth component addresses developing and implementing educational outreach programs to increase awareness and understanding of the vision and concepts of the NSDI. Applicable efforts involve developing educational or outreach material or programs that explain the use of geographic information systems technology for community development, the benefits of data sharing, the use of networking for data sharing, and the importance of data documentation to targeted audiences within the community; conducting programs to increase user comprehension and adoption of the FGDC Content Standards for Digital Geospatial Metadata and the Spatial Data Transfer Standard; establishing, developing, or expanding programs or projects, through development of training programs, information guides and other explanatory materials, that increase the contributions of local, regional, or national data sets to the National Geospatial Data Clearinghouse; developing programs to integrate the vision and concepts of the NSDI into formal and informal education at all levels, K through 16; and, activities to strengthen or to help form statewide or regional geographic information coordination mechanisms. The program announcement and application forms are expected to be available on or about November 29, 1996. Applications must be received on or before February 28, 1997. Copies of Program Announcement #1434-HQ-97-PA-00022 may be obtained by writing to Ms. Kathleen Craig, U.S. Geological Survey, 12201 Sunrise Valley Drive, MS 205B, Reston, Virginia 20192. Requests may also be made by facsimile to (703) 648- 7901. Applications may be submitted by State and local government agencies, educational institutions, private firms, private foundations, and Federally acknowledged or state-recognized Native American tribes or groups. CITE: (I-339 SN008770) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 B624-S DUE 021897 POC Mary Newton, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for Department of Agriculture. 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. Food Review & Rural Development Perspectives. Anticipate approx. 8 orders per year for 500 to 7,000 copies of 32 to 96 pages per order. Trim size: 216 x 279 mm (8-1/2 x 11"). Prints in black and one or two additional colors. Operations include film making, printing, binding, packing, and distribution. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008788) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--VACANCY ANNOUNCEMENTS SOL Program B783-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 HUD. 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. 300 orders per year for up to 6 orders may be placed per week. Approx. 1,700 copies of 1 to 12 announcements. Approx. 1 to 4 leaves per announcement (majority of the announcements ordered will be 2 leaves). Size 216 x 279 mm (8-1/2 x 11"). Operations include making reproducibles, printing, binding, packing, mailing, distribution, one wire stitch in the upper left corner, trim four sides, f.o.b. contractor's city for all mailed shipments and f.o.b. destination for all other shipments. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008789) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--MISCELLANEOUS PUBLICATIONS SOL Program B834-S DUE 022297 POC Ed Tuite, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for Department of Justice. 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. 55 orders per year for approx. 500 to 15,000 copies of approx. 8 to 200 pages per order. Two formats. Trim size 152 x 279 mm (6 x 9") and 216 x 279 mm (8-1/2 x 11"). Printing in 1 or 2 colors. Operations include saddle stitch, perfect bound and deliver f.o.b. destination. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008790) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--OFFSET PRINTING SOL Program B835-S DUE 022297 POC Kay Mills, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for Department of Justice. Production area, assumed 110-kilometer (68-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. 20 to 35 orders per year for approx. 200 to 8,000 copies of approx. 20 to 600 pages per order. One and two color printing. 216 x 279 mm (8-1/2 x 11"). Operations include film making, printing, binding, packing and delivery. 4 workday production schedule. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008791) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--PAMPHLETS SOL Program C839-S DUE 022297 POC Michael Sebold, Contracting Office, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Defense Logistics Agency. Copy pickup in Alexandria, VA. Approx. 4 orders per year for approx. 3,000 to 6,000 copies of approx. 8 to 44 pages per order. Trim size 8-1/2x11". Operations include film making, printing, binding, packing, and distribution. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008792) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--PROOFREADING SOL Program C855-S DUE 022597 POC Shirley Woodruff, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for IRS. Production area, on site at IRS, Washington, DC. Requirements is to provide editorial proofreading, photocopying and collating services. Bid request on firm's letterhead. CITE: (M-339 SN008793) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--PAMPHLETS SOL Program C862-S DUE 022597 POC Barbara Glover Henderson, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for NASA. Production area, assumed 65-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. 22 orders a year for approx. 3,700 to 4,000 copies of 8 to 16 pages. Printing head to head in one to two colors of ink. Size 8-1/2 x 11". 2 workday schedule. Operations include film making, printing, packing and distribution. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008794) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 C863-S DUE 012597 POC Toni Walker, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for SSA. Production area, Nationwide. Copy pickup in Baltimore, MD. Product is self-cover pamphlets. 10 to 35 orders per month for 1,000 to 40,000 copies of up to 10 orders per day. Trim size 8-3/8 x 10-7/8" or 8-1/2 x 11". Operations include film making, printing, binding, packing, mailing and distribution. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008795) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 B78-S DUE 020497 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 Agriculture. Production area, assumed 65-mile radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup in Washington, DC. Anticipate five orders per year for approx. 2,500 to 20,000 copies of approx. 16 to 44 pages each issue for ``Reports'' and 1,000 to 5,000 copies with approx. 16 to 36 pages per issue for ``Rural Conditions and Trends''. Size 8-1/2 x 11". Black ink and one Pantone color. Operations include film making, printing, binding, packing and distribution. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008796) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 C81-S DUE 020497 POC Marjorie Bell, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Transportation. Production area, assumed 201.1-kilometer (125-mile) radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to met schedule. Quarterly issue (1 Basic Manual, 3 Supplements for approx. 5,200 copies. Basic Manual will be for approx. 500 pages and Supplements will be for 36 to 200 pages per order. Trim 216 x 279 mm (8-1/2 x 11"), bind on 11" dimension. Black ink. Operations include trim four sides, stitch, drill and bulk deliveries. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008797) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BOOK PRINTING SOL Program C120-S DUE 020497 POC Andrew Mott, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Defense Printing Service (Army). 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 Alexandria, VA. ACP 117-CAN-US Supp 1 (j) Changes. Bi-weekly for 2,250 to 3,000 copies of 150 to 500 pages. Size 7-3/4 x 10-1/4", Text in black ink. Operations include looseleaf publications, side stitched, drilled, stringent mailing (CONUS) and (APO/FPO), requirements must be adhered to. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008798) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BOOK PRINTING SOL Program C137-S DUE 020597 POC Stuart Friedman, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Agriculture. 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. Farmer Cooperatives. Monthly issue for approx. 7,500 to 9,000 copies of 16 to 32 pages each. Size 213 x 276 mm (8-3/8 x 10-7/8"). Two colors of ink. Operations include saddle stitch and bulk delivery. Contractor furnish paper. Quality attributes level II. Bid request on firm's letterhead. CITE: (M-339 SN008799) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 Program C146-S DUE 020597 POC Dorothy Williams, Contracting Officer, Jack Scott, (202) 512-0310. 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. Furnish material pickup in Alexandria, VA. Blueprint. Monthly for approx. 400 to 750 copies of approx. 8, 10 or 12 pages per order. Trim 216 x 279 mm (8-1/2 x 11"). Printing in black ink. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008800) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BOOKS/PAMPHLET SOL Program B156-S DUE 020597 POC Ed Frase, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for GAO. Production area, assumed 120-km (75-mile radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Approx. 1 to 25 orders per month for 100 to 9,000 copies of 8 to 220 pages. Size 216 x 279 mm (8-1/2 x 11"). Black ink and an additional ink color. Operations furnish paper. Quality attributes levels II and III. Bid request on firm's letterhead. CITE: (M-339 SN008801) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--LITHO PRINTING SOL Program C169-S DUE 020597 POC Dorothy Williams, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for NASA. 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. Furnished material pickup in Washington, DC. Space Shuttle Lithos Program. Approx. 8 to 12 orders per year for 5,000 to 175,000 copies each face and back. Trim 203 x 254 mm (8 x 10") and 216 x 279 mm (8-1/2 x 11"). Face printing 4-color process, back prints black ink. Operations include deliver f.o.b. destination/ship f.o.b. contractor's city. Contractor furnish paper. Quality attributes level II. Bid request on firm's letterhead. CITE: (M-339 SN008802) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--PAMPHLETS SOL Program C170-S DUE 020597 POC Toni Walker, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Agriculture. Production area, 100-km (62-mile) radius of zero milestone, Washington, DC. Copy pickup in Washington, DC and Beltsville, MD. Approx. 6 orders per year for 3,500 to 6,000 copies of approx. 12 to 32 pages per order, one order may be placed for 48 pages. Prints two colors and contains halftones. Trim size 8-1/2 x 11". Government to furnish camera copy and Postage and Fees paid envelopes. Mailing is required. Operations include deliver f.o.b. destination to three addresses in the Metropolitan Washington, DC area. 9 workday schedule. Proofs are required. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008803) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BOOK PRINTING SOL Program B208-S DUE 020697 POC Mary Newton, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for NASA. Production area, assumed 200-km (124-mile) radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup in Washington, DC. NASA Publications. Anticipate approx. 60 to 90 orders (reports) at the rate of 1 to 10 per month of 200 to 24,000 copies of 4 to 120 pages. Trim size 140 x 216 mm (5-1/2 x 8-1/2") and 216 x 279 mm (8-1/2 x 11"). Text and cover in 1 or 2 colors. Operations include saddle stitch, self and separate covers, extensive mailing, labels provided and deliver in Washington, DC. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008804) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 C234-S DUE 020697 POC Betty Shanks, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for SSA. Production area, Nationwide. Copy pickup in Baltimore, MD. Various sizes envelopes, White and color #9, White #10 window and regular, Kraft and Kraft window. Approx. 90 to 160 orders per year for 500 to 21,000,000 envelopes per order. Black ink or PMS Reflex blue ink. Operations include film making, printing, binding (construction), packing and distribution. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008805) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 B242-S DUE 020697 POC Linda Giacomo, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 (plus an additional option year) for Smithsonian Institution. Production area, Nationwide. Copy pickup in Washington, DC. Smithsonian Contributions and Studies Series. Approx. 20 to 40 orders per year for 1,600 to 3,100 copies of 20 to 300 pages per order. Prints in 1 to 5 ink colors (including 4-color process). Trim size 216 x 279 mm (8-1/2 x 11"). Operations include film making, printing, binding, packing, and destination. Quality attributes level II. Bid request on firm's letterhead. CITE: (M-339 SN008806) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--MICROFICHE SOL Program B354-S DUE 020697 POC Duke Spence, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for GPO. Production area, Nationwide. Copy pickup in Washington, DC. Microfiche of Miscellaneous Publications. Average 6 orders per day week each order usually containing less than 1,000 pages and requiring approx. 500 sets of diazo microfiche. Nationwide mailing and delivery in Washington, DC area to approx. 2 addresses. Bid request on firm's letterhead. CITE: (M-339 SN008807) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--JEWEL BOX INSERTS SOL Program C368-S DUE 020797 POC James Grayson, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Navy. Copy pickup in Washington, DC. Approx 10 to 18 orders per year for approx. 854,500. Trim size 4.75 x 4.73 and 5.906 x 4.625" and 4.75 x 4.75". Printed in black ink or a single ink color and one Pantone color. Quality attributes level III and IV. Bid request on firm's letterhead. CITE: (M-339 SN008808) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 C393-S DUE 020797 POC Gloria Robertson, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for HHS/PHS. 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 Rockville, MD. FDA Management Methods Directives. Approx. 4 to 50 orders per month for approx. 240 to 4,400 copies of 4 to 656 pages per order. Trim size 216 x 279 mm (8-1/2x11"). Black ink. Operations include, saddle or side stitched, perforate on fold, drill, deliver f.o.b. destination and mail f.o.b. contractor's city. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008809) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 B396-S DUE 020797 POC Mary Newton, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for Department of Treasury. Production area, Nationwide. Copy pickup in Washington, DC. Advertising Kits and Individual Items. Approx. 37 orders per year for kits for approx. 500 to 10,500 copies of envelopes, forms, labels and pamphlets per order with approx. 8 to 20 pages per order for pamphlets. Approx. 5 to 10 orders for individual items for up to 60,000 copies. Various trim sizes. Operations include color separations, film making, printing (including 4-color process), binding, assembling, packing and distributing. Contractor furnish paper. Quality attributes level II. Bid request on firm's letterhead. CITE: (M-339 SN008810) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--PAMPHLET/BOOK PRINTING SOL Program C397-S DUE 020797 POC Greg Hamlet, Contracting Officer, Jack Scott, (202) 512-0300. DESC: Single award term contract for period 040197 to 033198 for Department of Agriculture. Production area, assumed 125-mile radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup in Washington, DC. Amendments to Handbooks. Approx. 10 orders per week for approx. 3,000 to 8,000 copies of 8 to 1,000 pages. 216 x 279 mm (8-1/2 x 11"). Printing in black ink. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008811) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 Program B410-S DUE 021197 POC Ed Tuite, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for Department of Army. Production area, Nationwide. Copy pickup in Fort Belvoir, VA. Bi-monthly publications for approx. 4,000 to 5,000 copies of 24 to 32 pages per order. Trim size 216 x 279 mm (8-1/2 x 11"). Black ink. Operations include saddle stitch, bulk ship and mailing. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008812) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 PRINTING SOL Program A415-M DUE 021097 POC Scott Newton, Contracting Officer, Sandra MacAfee, (202) 512-0455. DESC: Multiple award term contract for period 040197 to 093097 for Various Departments and Agencies. Production area, assumed 121-km (75-mile) radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup in Washington, DC. ``Forms''. Approx. 300 orders per month of 100 to 12 million forms. Usually 216x279 mm (8-1/2x11"), plus other sizes in 9 formats from 89x140 mm (3-1/2x5-1/2") to 216x838 mm (8-1/2x33"). Operations include film making, printing in one ink color, drilling, folding, perforating, padding, bulk shipments and mailing. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008813) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 & PAMPHLET SOL Program B432-S DUE 021197 POC Ed Frase, Contracting Office, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for Department of Labor. Production area, assumed 200-km (124-mile) radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup in Washington, DC. Producer Price Index. Anticipate 120 orders for 200 to 2,000 copies of 8 to 60 pages each. Approx. 40 or more orders may be placed during several 2 month spans. Size 216 x 279 mm (8-1/2 x 11"). Black ink. Operations include trim, stitch, drill and mailing. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008814) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BUSINESS CARDS SOL Program C433-S DUE 021197 POC Gloria Robertson, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Transportation (Coast Guard). Copy pickup in Arlington, VA. Specifications cover the production of thermographic verkotype print business cards requiring such operations as printing, trimming, packing, and delivery. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008815) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BOOK PRINTING SOL Program C458-S DUE 021197 POC Stu Friedman, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for DMA. Production area, assumed 240-km (149-mile) radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup in Washington, DC. Bulletins of the DOD DMA Catalog of Maps, Charts, and Related Products. Approx. 6 orders per year for 4,000 to 10,000 copies of approx. 44 to 438 pages per order. Size 356 x 232 mm (14 x 9-1/8"). Black ink. Operations include trim four sides, one staple upper left, drill, deliver in Washington, DC and Philadelphia, PA area. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008816) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BOOKS & PAMPHLETS SOL Program C460-S DUE 021197 POC Michael Sebold, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Labor. Copy pickup in Washington, DC. Approx. 60 to 220 orders per year for 600 to 4,500 copies per order of 2 to 120 pages per order. Operations include film making, printing, binding, packing, and delivery. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008817) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 PRINTING SOL Program A472-M DUE 021297 POC Mike Jones, Contracting Officer, Sandra MacAfee, (202) 512-0455. DESC: Multiple award term contract for period 040197 to 033198 for GSA. Production area, Nationwide. Copy originates in Washington, DC. Standard, Optional and Misc. Forms. Approx. 200 orders in 2 categories. Quantities range from 3,000 to 4,000,000 per order. Trim sizes range from 108 x 140 mm (4-1/4 x 5-1/2") to 216 x 838 mm (8-1/2 x 22"). Black ink or a color other than black. Operations include printing, drilling, perforating, padding, folding, shrink wrapping and distribution. All orders require Bar Code inner and outer labels. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008818) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 Program C483-S DUE 021297 POC Majorie Bell, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Administrative Office of U.S. Courts. Production area, 97-km (60-mile) radius of zero milestone, Washington, DC. Bidders outsider area must furnish documentation of their ability to meet schedule. Copy pickup in Washington, DC. Anticipate monthly issues for approx. 12,000 to 16,000 copies of approx. 8 to 16 pages per order. Trim size 216 x 279 mm (8-1/2 x 11"), insert, 213 x 276 mm (8-3/8 x 10-7/8"). Printing in black ink plus one additional ink color. Operations include electronic composition, film making, printing, binding, packing, mailing and distribution., Contractor furnish paper. Quality attributes level II. Bid request on firm's letterhead. CITE: (M-339 SN008819) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 & PAMPHLET PRINTING SOL Program C500-S DUE 021297 POC Ron Gladish, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Agriculture. 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. Survey Pamphlets and Forms. Anticipate up to 100 orders per month for face only or face and back forms or 2- to 36-page pamphlets. 100 to 26,000 copies per order. Sizes 216 x 279 mm (8-1/2 x 11") and 216 x 356 mm (8-1/2 x 14"). One or two colors of ink. Operations include fold, paste on fold, saddle stitch, trim four sides, perforate, shrink-film wrap and delivery. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008820) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BOOK PRINTING SOL Program B507-S DUE 021297 POC Ed Frase, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for Department of Education. Production area, assumed 120-km (75-mile) radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup in Washington, DC. Miscellaneous Training Material/Publications. Up to 12 orders per year for approximately 400 to 10,000 copies of approximately 60 to 700 pages per order. Trim size 216 x 279 mm (8-1/2 x 11"). Operations include film making, printing, binding, packing, and distribution. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008821) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--KIT FOLDERS SOL Program B517-S DUE 021297 POC Kay Mills, Contracting Officer, David M. Thomas, (202) 512-2044. DESC: Single award term contract for period 040197 to 033198 for GPO. Production area, assumed 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. 10 to 25 orders per year for approx. 100 to 1,000 copies of Kit Folders. Flat size 495 x 432 mm (19-1/2 x 17"); folder size 229 x 305 mm (9 x 12"). Print black ink; a single ink color; or black and a one additional ink color. Operations include film making, printing, binding, die-cutting and delivery. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008822) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 C543-S DUE 021397 POC Shirley Woodruff, Contracting Office, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Interior. Production area, Nationwide. Copy pickup in Springfield, VA. ``Various Newsletters''. Approx. 12 orders per year for approx. 1,000 to 12,000 copies of 4 to 24 pages per order. Printing in a single color. Operations include film making, printing, binding, packing, and distribution. Contractor furnish paper. Quality Attributes Level III. Bid request on firm's letterhead. CITE: (M-339 SN008823) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--MICROFICHE SOL Program C557-S DUE 021397 POC Greg Hamlet, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Security and Exchange Commission. Production area, Nationwide. Copy pickup in Washington, DC. Security and Exchange Commission Microfiche. Approx. 10 to 25 orders per year. Camera master, direct duplicates and diazoes will deliver to Washington, DC. Bid request on firm's letterhead. CITE: (M-339 SN008824) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 C581-S DUE 021497 POC Shirley Woodruff, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Defense (Navy). Production area, assumed 200-km (124-mile) radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. This contract is set aside for Small Disadvantaged Business only. Copy pickup in Arlington, VA. Fortitudine. Anticipate approx. 4 orders per year for approx. 25,000 copies of approx. 24 to 48 pages per order. Trim size 216 x 279 mm (8-1/2 x 11"). Prints in black ink. Operations include film making, printing, binding, packing, and distribution. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008825) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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., 2 Park Place, Suite 110, Atlanta, GA 30318 SUBJECT: T--MISCELLANEOUS PRINTING/OVERPRINTING/CRASHPRINTING SOL Program 2498-S DUE 020397 POC Term Contract Section, (404) 605-9160. DESC: Single Award (2 categories) Term Contract for period 03/01/97 through 02/28/98, for DPS. Assumed production area is 100-mile radius of Pensacola, FL (Cat. 1) and 150-mile radius of Jacksonville, FL (Cat. 2). Approx. 20 orders (Cat. 1) and 130 orders (Cat. 2) per year, consisting of tags, folders, and multi-part forms to be printed/overprinted/crashprinted as indicated; approx. 20 to 5,000 copies. Various sizes up to 9-3/4 x 15". Print face only or face and back, one or two ink colors. Operations include composition, printing, numbering, perforating, wrapping, packing, and distribution. Copy pickup and delivery--Pensacola, FL (Cat. 1); or Jacksonville, FL or Kings Bay, GA (Cat. 2). Schedule is within 5 to 25 workdays. Quality Level IV. Bid request on firm's letterhead. CITE: (M-339 SN008856) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 C842-S DUE 022297 POC Andrew Mott, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Labor. Production area, assumed 50-mile radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup in Washington, DC. Job Safety and Health Quarterly. Quarterly for approx. 3,200 to 11,000 copies of approx. 28 to 44 pages per order. Trim size 8-1/2 x 11", Tearcard 4 x 6" to 8-1/2 x 11". Prints in 2 color or 4 color process. Operations include film making, printing, binding, packing, mailing and distribution. Contractor furnish paper. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008958) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 C719-S DUE 022097 POC Betty Shanks, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for FEMA. Production area, assumed 175-mile radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup in Washington, DC. FIA Flood Hazard Boundary Maps, Etc. Approx. 20 to 30 orders per year for approx. 100 to 1,000 copies of 1 to 80 pages per item (1 to 36 items). Trim size 432 x 279 mm (17 x 11"). Prints in a single color. Operations include film making, printing, binding, packing, and delivery. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008960) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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-339 SN008972) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--MARGINALLY-PUNCHED CONTINUOUS FORMS SOL Program A1026-M DUE 022797 POC David Perschy, Contracting Officer, Sandra MacAfee, (202) 512-0319. DESC: Multiple award term contract for period 040197 to 093097 for Various Government Departments and Agencies. Production area, Nationwide. Carbon interleaved and chemical transfer marginally-punched continuous forms. Number and frequency of orders unpredictable. Various sizes. Stock and custom forms. Operations include deliver f.o.b. destination. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008973) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 C19-S DUE 020397 POC Marjorie Bell, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Commerce. 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. Construction Review. Bi-monthly issues for approx. 2,500 to 3,500 copies of 56 to 96 pages per order. Trim 8-1/2 x 11". Text prints in black ink, cover prints in a single ink color. Operations include trim four sides, wire stitch binding, film making, printing, packing and distribution. Contractor furnish paper. Quality attributes level IV. Bid request on firm's letterhead. CITE: (M-339 SN008974) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 B31-S DUE 020397 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 60-mile radius of zero milestone, Washington, DC. Bidders outside area must furnish documentation of their ability to meet schedule. Copy pickup in Arlington, VA. Anticipate 10 to 13 orders per year for approx. 5,300 copies of approx. 16 to 36 pages per order. Size 8-1/2 x 11". Black ink and one Pantone color. Operations include film making, printing, binding, packing and distribution. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008975) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BOOK PRINTING SOL Program C39-S DUE 020397 POC Andrew Mott, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for National Imagery and Mapping Agency. 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. Weekly Notice to Mariners. Approx. 12,000 copies with from 72 to 240 pages per order. Size 8-1/2 x 11". Black ink. From three to five pages of chartlets print in black and up to four additional colors of ink. Operations include printing, binding, packing, and distribution. Contractor furnish paper. Quality attributes levels II (for chartlets) and III. Bid request on firm's letterhead. CITE: (M-339 SN008976) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BOOKS & PAMPHLETS SOL Program C69-S DUE 020497 POC Jim Grayson, Contracting Officer, Jack Scott, (202) 512-0310. DESC: Single award term contract for period 040197 to 033198 for Department of Agriculture. Copy pickup in Washington, DC. Approx. 540 orders per year for approx. 80 to 50,000 copies with approx. 2 to 2,000 pages per order. Trim sizes: Format A: 5-3/8 x 8-1/2" and Format B: over 5-3/8 x 8-1/2" up to 8-1/2 x 11". Printing in single ink and one or two Pantone colors. Binding: various binding styles. Quality attributes level III. Bid request on firm's letterhead. CITE: (M-339 SN008977) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: U.S. Environmental Protection Agency , 26 W. Martin Luther King Dr., Cincinnati, OH 45268 SUBJECT: U::ENVIRONMENTAL RESPONSE TRAINING PROGRAM SOL C700069T1 POC Cynthia Johnson, (513) 366-2040 DESC: The U.S. Environmental Protection Agency, Office of Emergency and Remedial Response, has a requirement for a service contract to present its Environmental Response Training Program. The majority of the staff and program management are currently located in the Cincinnati, Ohio and a smaller group is maintained in Edison, New Jersey. Some of the courses will be presented in Edison and others will take place throughout the country. The contractor will be responsible for managing and directing the program, presenting existing courses, developing and presenting new courses and providing the professional instructors and auxiliary staff needed to operate the program. EPA will provide facilities in Edison, New Jersey and equipment for all courses presented. Contractors will be required to replace failed government furnished equipment on an as needed basis to fulfill the requirements of the contract. EPA is anticipating the award of a contract with a 24-month base period consisting of approximately 208,000 direct professional labor hours, and three exercisable option periods consisting of approximately 104,000 direct professional labor hours. All responsible sources may submit an offer which will be considered. All requests must be in writing. No telephone requests will be honored. CITE: (W-339 SN008652) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Commandant (G-ACS-2A/DD), U.S. Coast Guard Headquarters, 2100 Second Street, SW, 20593-0001 SUBJECT: U--MATES SPILL RESPONSE COMMAND POST TRAINING SOL DTCG23-97-R-MM2004 POC Danelle M. Dyer, Ph: (202) 267-2518, Contracting Officer: Shirley Kyle, Ph: (202) 267-2514. DESC: The U.S. Coast Guard has identified a requirement for Multi-Agency Team-building Enhancement System Training (MATES) nation-wide for pollution response exercises. This training strives to improve the development of ``shared mental models'' and team problem-solving skills among the potentially diverse members of the individual Incident Command System (ICS) Sections. Eight (8) one week, eight (8) hours per day MATES training sessions are required during fiscal year 1997, and seven (7) one week, eight (8) hours per day training sessions during each option year of 1998 and 1999. During the base period of the contract it is anticipated that these training sessions will be conducted at U.S. Coast Guard Marine Safety Offices in Puerto Rico; Duluth, WI; Juneau, AK; and Jacksonville, FL. The ICS-based Emergency Management System to be used as the focus of this training shall be the National Interagency Incident Management System (NIIMS), and modified for marine incident response. Exercises shall be designed to emphasize team problem solving and facilitate the development of the specific ICS products identified for each Section. Exercises shall be local port-specific, marine spill response exercises, however, they may involve emergency, time-critical responses within other Coast Guard mission areas. The Coast Guard's goal is to rapidly develop an emergency response organization with a locally appropriate ICS organizational structure which can facilitate and direct a response effort. THIS PROCUREMENT IS A 100% TOTAL SMALL BUSINESS SET-ASIDE. The SIC Code for this requirement is 8299 and the size standard is $5.0 million in gross annual receipts. A dedicated room(s) suitable for the training, with overhead projector/screen and charts with markers will be provided at each location. The acquisition will be awarded on a firm-fixed-price basis. The U.S. Coast Guard anticipates issuance of the Request for Proposal (RFP) on or about January 7, 1997. Requests for the solicitation package must be in writing. Telephone requests will not be honored. All responses must be submitted within 15 calendar days from date of this notice and reference Solicitation No. DTCG23-97-R-MM2004. All responsible sources may submit a proposal which shall be considered. For Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged enterprises to acquire short term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. See Numbered Notes 1 and 26. CITE: (M-339 SN008693) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Department of Defense Education Activity (DoDEA), Hqs, Procurement Division, 4040 N. Fairfax Drive, 8th Floor, Arlington, VA 22203-1635 SUBJECT: U--CONSULTANT/TRAINER POC Mrs. Vicki Liedel, (703) 696-3852 ext. 4111. DESC: The Department of Defense Dependents Schools (DoDDS) intends to negotiate on a sole-source basis with Dr. Judy Barokas, for services to design and implement an evaluation design for School-Home Partnership and School-Based Management. This notice is for information only. There is no RFP available. CITE: (M-339 SN008709) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: U--Education and Training Services OFFADD: Library of Congress, Contracts & Logistics Services, 1701 Brightseat Road, Landover, MD 20785-3799 SUBJECT: U -- TRAIN LIBRARY TRAINERS IN FACILITATIVE MANAGEMENT INSTRUCTION SOL IN97C-8 POC Ruth Nelson, Contracting Officer, 202-707-8610. DESC: The Library of Congress intends to negotiate on a sole source basis with Interaction Associates to provide training for its management staff in the Seven Practices of Facilitative Leadership. Interaction Associates will train four to six trainers, provide training material for approximately 500 supervisors, and assist with training as required. The Library is in the midst of implementing a dramatic new Management Improvement Plan in conjunction with a GAO audit as directed by the agency's Oversight Committee. It is imperative that supervisors receive this training so as to not adversely impact the Library's management improvement efforts. Interaction Associates is uniquely qualified in that its off-the-shelf training product accomplishes all of the following: creates breakthrough learning in the workshop environment; provides a set of proprietary, interactive, and interrelated models which have been successfully applied for maximizing involvement in decision making, enhancing collaboration and building group agreement; focuses on reducing the cycle time of collaborative problem-solving efforts; reconciles neutral facilitation and results-oriented leadership; provides frameworks for leaders to move groups from an issue to concrete results; and concentrates on group as well as individual competency without modification or tailoring. Interested parties may identify their capabilities to respond to this requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all information received within thirty (30) days after date of publication of this synopsis will be considered by the government. A determination by the government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability information referencing IN97C-8 may be sent to the address indicated in this synopsis. CITE: (I-339 SN008767) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: US Department of Veterans Affairs, 810 Vermont Avenue, NW,Washington, DC 20420 SUBJECT: V -- SHUTTLE SERVICES SOL 101-10-97 DUE 012397 POC Brian E. Staples,Sr.(202)273-8793Additional Contact, John Corso (202)273-8792 DESC: Due to substantial requirement changes for the Department of Veterans Affairs the current contract option year will not be executed. The new procurement is designated as a Small Business Set-Aside requiring the continuation of a contract for shuttle services in Washington, DC between 810 Vermont Avenue, NW; 801 I Street, NW; and 1800 G Street, NW. The contractor will provide the following: one(1) vehicle w/Handicapped Lift, personnel, equipment, tools, materials, supervision, and other items necessary in providing transportation services to the Department of Veterans Affairs employees. The contract will provide a base year and four(4) option years. Interested vendors shall submit a written request via mail (or facsimile machine) for the solicitation within fifteen(15) days from the publication date of this synopsis. All responsible sources may submit an offer which will be considered (SIC: 1411). Approximate issue date of this solicitation is: December 18, 1996. The solicitation information will also be available on the Department of Veterans Affairs "HOME PAGE" for address information please contact Brian E. Staples, Sr. (202)273-8792 (0124) CITE: (I-339 SN008763) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: GSA, NCR, Special Services Center, (WPMFC) 3101 Pennsy Drive, Landover, Maryland SUBJECT: V--TRANSPORTATION AND RELATED MOVING SERVICES FOR THE U.S. AGENCY FOR INTERNATIONAL DEVELOPMENT AND THE ENVIRONMENTAL PROTECTION AGENCY IN THE WASHINGTON, DC METROPOLITAN AREA SOL GS11P97YXC0028 DUE 012397 POC Emily M. Harper, (301) 436-4499. DESC: The U.S. Agency for International Development (USAID), approximately 2600 employees, and the Environmental Protection Agency (EPA), approximately 1000 employees will be consolidating various existing sites into their new facility in the Federal Triangle Building. (FTB), 1300 Pennsylvania Avenue, NW., Washington, DC. The contractor will furnish all transportation and moving related services for these agencies to provide weekend moves of approximately 200 to 250 employees each weekend move from approximately 9 sites to the FTB location. Movement of specialized equipment and supplies is included. The move will begin in June 1997 through October 1997. The pre-bid conference, property inspection and walk-through will be conducted on January 7 and 8, 1997 at 10:00 a.m. in the Waterside Mall location, Main Entrance, 401 M Street, SW., Washington, DC. Prospective bidders interested in attending must submit to this office the name of representatives by the close of business January 3, 1997. Bidders that fail to participate in the walk-through or inspection of the property to be relocated will not be considered for an award. IFB will be issued on or about December 16, 1996. Request for solicitation or parties planning to attend walk-through may fax information to (301) 436-7178. No phone calls will be taken. CITE: (M-339 SN008826) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: National Park Service, Contract Operations Branch (233), P.O. Box 37127, Washington, DC 20013-7127 SUBJECT: V--PROVIDE SHUTTLE BUS SERVICE FOR THE NATIONAL PARK SERVICE SOL 1443IB0001-97-001 DUE 122096 POC Demetria Brown (202) 523-0064, Contracting Officer. DESC: The National Park Service (NPS) proposes to award a contract to provide Shuttle Service for Government Employees between National Park Service Offices located at 800 N. Capitol Street, NW., and the Department of the Interior Building at 18th & C Streets, NW. Requests for the IFB should be in writing and received by the issuing office no later than 15 days from the date of publication of this synopsis in the Commerce Business Daily. Telephone phone requests will not be honored, however you may fax your requests to (202) 343-1248. This is a full and open competitive procurement. All responsible sources may submit an offer which will be considered by the National Park Service. CITE: (M-339 SN008852) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: DOI, Office of Aircraft Services, PO Box 15428, Boise, ID 83715-5428 SUBJECT: V--TRANSPORTATION SOL 8097-07 DUE 022497 POC Cindy Knickerbocker, Procurement Technician, (208) 387-5760. DESC: Contractor will be required to be certificated under 14 CFR, Chapter 137, Agricultural Aircraft Operations. Furnish flight services fully contractor operated and maintained consisting of Single Engine Airtankers in support of Bureau of Land Management fire programs for the approximate period of May 15, 1997, to July 23, 1997. The term of this contract will be one year with options to renew for 2 additional years. Designated base is Kingman, AZ. See numbered note 1 and 26. CITE: (M-339 SN008858) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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, Mr. Y C Kim, 5611 Columbia Pike, Falls Church, Virginia 22041-5050 SUBJECT: V-GUARANTEED TRAFFIC SOLICITATION (D-97-16) SOL N/A DUE 020597 POC Mr. Y C Kim, (703) 681-6554 DESC: Freight All Kinds, (DOD Unique 999916), Less-than-truck truckload and Truckload shipments, estimated weight 172.7 million pounds, carriers will be required to provide closed vans with flat floors, 28 and 45 foot or greater in length. Origin: Defense Distribution Depot, Richmond (DDRV) within CONUS. Bids must arrive at the above address by 3 p.m., e.t., on February 5, 1997, and the opening will be held on February 6, 1997 at 9 a.m., e.t. If you have any questions co ntact Mr. Y C Kim, at the above address or fax to (703) 681-8388. CITE: (I-339 SN008860) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: Army Research Laboratory, ALC Procurement Division, ATTN: AMSRL-CS- AL-PS, 2800 Powder Mill Road, Adelphi, Maryland 20783-1197 SUBJECT: V -- RELOCATION SERVICES SOL W2623861494003 DUE 122096 POC Karen Chapman, Purchasing Agent, (301) 394-1945, Beth Smith, Contracting Officer, (301) 394-3371. DESC: Contractor shall provide all labor, equipment, and materials necessary to disassemble, pack, and ship the JOEL JEM 200cx Scanning Transmission Electron Microscope and the JOEL JSM 840 II Scanning Electron Microscope from the Chestnut Run Site, DE to Building 4600, Aberdeen Proving Ground, MD, thereupon, reassemble, reinstall, and ensure instruments are operating in the same manner as they were before shipment. It is intended to award this contract to JEOL USA Inc., Laurel, MD on a sole source basis. The Microscopes are extremely delicate and sophisticated. Without the appropriate knowledge of the instruments, which JEOL USA Inc., the manufacturer, possesses, any mishandling due to unfamiliarity of the system could cause serious damage to the instruments. As a part of moving the microscopes, a site survey must be performed at the new site to ensure the location is suitable for electron microscopy. JEOL USA Inc., is the only source that can successfully move the microscopes due to the sophisticated nature of the instruments. Interested persons, responsible businesses only may identify their interest and capability to respond to the requirement by submitting a request in writing for a copy of the solicitation. No telephone requests will be honored. See Numbered Note(s): 22. CITE: (I-339 SN008956) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services OFFADD: GSA, NCR, Special Service Center, (WPMFC) 3101 Pennsy Drive, Landover, Maryland SUBJECT: V--TRANSPORTATION AND RELATED MOVING SERVICES FOR THE U.S. CUSTOMS AGENCY, IN THE WASHINGTON, DC METROPOLITAN AREA SOL GS11P97YXC0029 DUE 012197 POC Emily M. Harper, (301) 436-4499. DESC: The U.S. Customs Agency, approximately 2165 employees will be consolidating various existing sites into their new facility in the Federal Triangle Building, (FTB), 1300 Pennsylvania Avenue, NW., Washington, DC. The contractor will furnish all transportation and moving related services for these agencies to provide weekend moves of approximately 200 to 250 employees each weekend move from approximately 7 sites to the FTB location. Movement of specialized equipment and supplies is included. The move will begin in August 1997 through November 1997. The pre-bid conference, property inspection and walk-through will be conducted on January 9, 1997 at 10:00 am in the ICC Building location, Main Entrance, 12th and Constitution Ave., NW., Washington, DC. Prospective bidders interested in attending must submit to this office the name of representatives by the close of business January 3, 1997. Bidders that fail to participate in the walk-through or inspection of the property to be relocated will not be considered for an award. IFB will be issued on or about December 16, 1996. Request for solicitation or parties planning to attend walk-through may fax information to (301) 436-7178. No phone calls will be taken. CITE: (M-339 SN008963) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential Sources Sought OFFADD: ACC CONS/LGCU, 227 Hunting Ave., Suite 301, Langley AFB VA 23665-2771 SUBJECT: V--SOUTHCOM AIRLIFT SERVICES BETWEEN CENTRAL AND SOUTH AMERICA DUE 121896 POC Capt Lou Brundidge, (757) 764-8164, FAX (757) 764-3385/Contracting Officer, Ms. Della Shelton, (757) 764-5570, ext 149. DESC: Aircraft must be capable of the following: day and night operations; perform under conditions of extreme temperature, humidity, and heavy rainfall; takeoff and land at airfields with elevations up to 9,500 feet above mean sea level; land on unimproved surfaces measuring a minimum of 1,800 ft in length and 45 ft in width while carrying a minimum of 3,000 pounds; takeoff on the same size airfield with 1,500 ft with a minimum of 3,000 pounds; sustained cruise speed of at least 250 KTAS at optimum cruise altitude; being pressurized with a service ceiling of at least 26,000 ft; max payload of 15,000 pounds or greater; carrying a payload of 8,000 pounds a distance of 720 nautical miles before requiring refueling; optimally, carry a minimum of 8,000 pounds a distance of 1,100 nautical miles before refueling; carrying 35 combat equipped troups with gear (300 pounds per person) or 24 paratroopers (350 pounds per person); separately carry a 1-1/4 ton M1038 High Mobility Multi-Purpose Wheeled Vehicle (HMMWV), a 105 MM, MM102, or M119 Light Towed Howitzer and a 3/4 ton M1009 Commercial Utility Cargo Vehicle. Aircraft must have a stowable power operated winch system with sufficient capacity to pull the heaviest specified wheeled vehicle up the included ramp or load a maximum weight full-size 463L pallet utilizing the roller conveyor system with the ramp in a horizontal position. Aircraft must meet or exceed an 85% mission capable rate, and allow USSOUTHCOM to complete a projected flight hour program of 3,700 hours at a rate of approximately 308 hours per month. Aircraft Utilization Rate would be 31 hours per airframe, per month, based on 10 aircraft assigned. Surge capability is five aircraft per day each flying 10 hours per day. Two aircraft must be available 24 hours per day, seven days per week, on 12 hours notice. Aircrews and Maintenance crews must be U.S. citizens and hold, or be capable of obtaining, a secret security clearance, as a minimum. Aircrews must hold an Airline Transport Pilot Certificate (ATP). The aircraft's electrical system shall be configured to supply electrical power for the required loads and maintain a 25% reserve for future growth. Aircraft shall provide electrical power for ground operations of essential aircraft systems and auxiliary power unit starting without a ground power cart. Aircraft shall include dual VHF/AM/FM, UHF (LOW and SATCOM), and HF. All radios must be secure voice/antijam capable. Aircraft must provide navigation capabilities in accordance with AFR 55-9 TERPS Non-Precision and Precision approach minimums. Navigation equipment should include: INS, GPS, 2 VORS, 2 TACANs, 2 ADFs, 2 DME Indicators, and Dual RMIs. Aircraft must include Radar Altimeter, Ground Proximity Warning System (GPWS), and Weather Radar. Aircraft shall have adequate space, weight, power, and cooling reserves to accommodate future integration and installation of new FAA equipment requirements, Forward Looking Infrared System, and Air Defense Systems. Aircraft must conduct operations in environments short of open hostilities as directed by CINCUSSOUTH-COM. THIS IS A REQUEST FOR INFORMATION AND MARKET SURVEY ONLY; at this time the Government has no firm requirement for this acquisition. All interested parties should provide, AT NO COST TO THE GOVERNMENT, information concerning their company's capability to provide the services described herein. Your information should include a brief capabilities statement, including previous experience and/or additional information which supports your ability to fulfill this requirement. This information shall not exceed five pages in total length and must be received within 15 days after initial publication of this notice. CITE: (M-339 SN008830) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: V--Transportation, Travel, and Relocation Services--Potential Sources Sought OFFADD: ACC CONS/LGCU, 227 Hunting Ave, Suite 301, Langley AFB VA 23665-2771 SUBJECT: V--SOUTHCOM AIRLIFT SERVICES BETWEEN CENTRAL AND SOUTH AMERICA DUE 112996 POC Capt Lou Brundidge, (757) 764-8164, Fax (757) 764-3385/Contracting Officer, Ms. Della Shelton, (757) 764-5570, ext 149. DESC: Aircraft must be capable of the following: day and might operations; perform under conditions of extreme temperature, humidity, and heavy rainfall; takeoff and land at airfields with elevations up to 9,500 feet above mean sea level; land on unimproved surfaces measuring a minimum of 1,800 ft in length and 45 ft in width while carrying a minimum of 3,000 pounds; takeoff on the same size airfield with 1,500 ft with a minimum of 3,000 pounds; sustained cruise speed of at least 250 KTAS at optimum cruise altitude; being pressurized with a service ceiling of at least 26,000 ft; max payload of 15,000 pounds or greater; carrying a payload of 8,000 pounds of distance of 720 nautical miles before requiring refueling, optimally, carry a minimum of 8,000 pounds a distance of 1100 nautical miles before refueling; carrying 35 combat equipped troops with gear (300 pounds per person) or 24 paratroopers (350 pounds per person); separately carry a 1-1/4 ton M1038 High Mobility Multi-Purpose Wheeled Vehicle (HMMWV), a 105 MM, MM102, or M119 Light Towed Howitzer and a 3/4 ton M1009 Commercial Utility Cargo Vehicle. Aircraft must have a stowable power operated winch system with sufficient capacity to pull the heaviest specified wheeled vehicle up the included ramp or load a maximum weight full-size 463L pallet utilizing the roller conveyor system with the ramp in a horizontal position. Aircraft must meet or exceed an 85% mission capable rate, and allow USSOUTHCOM to complete a projected flight hour program of 3,700 hours at a rate of approximately 308 hours per month. Aircraft Utilization Rate would be 31 hours per airframe, per month, based on 10 aircraft assigned. Surge capability is five aircraft per day each flying 10 hours per day. Two aircraft must be available 24 hours per day, seven days per week, on 12 hours notice. Aircrews and Maintenance crews must be U.S. citizens and hold, or be capable of obtaining, a secret security clearance, as a minimum. Aircrews must hold an Airline Transport Pilot Certificate (ATP). The aircraft's electrical system shall be configured to supply electrical power for the required loads and maintain a 25% reserve for future growth. Aircraft shall provide electrical power for ground operations of essential aircraft systems and auxiliary power unit starting without a ground power cart. Aircraft shall include dual VHF/AM/FM, UHF (LOW and SATCOM), and HF. All radios must be secure voice/antijam capable. Aircraft must provide navigation capabilities in accordance with AFR 55-9 TERPS Non-Precision and Precision approach minimums. Navigation equipment should include: INS, GPS, 2 VORS, 2 TACANS, 2 ADFs, 2DME Indicators, and Dual RMIs. Aircraft must include Radar Altimeter, Ground Proximity Warning System (GPWS), and Weather Radar. Aircraft shall have adequate space, weight, power, and cooling reserves to accommodate future integration and installation of new FAA equipment requirements, Forward Looking Infrared System, and Air Defense Systems. Aircraft must conduct operations in environments short of open hostilities as directed by CINCUSSOUTHCOM. THIS IS A REQUEST FOR INFORMATION AND MARKET SURVEY ONLY; at this time the Government has no firm requirement for this acquisition. All interested parties should provide, AT NO COST TO THE GOVERNMENT, information concerning their company's capability to provide the services described herein. Your information should include a brief capabilities statement, including previous experience and/or additional information which supports your ability to fulfill this requirement. This information shall not exceed five pages in total length and must be received within 15 days after initial publication of this notice. CITE: (M-339 SN008909) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: ASCW-Office of Contracting, Bldg S-4, Sharpe Facility, P.O. Box 960001, Stockton, CA 95296-0800 SUBJECT: W--RENTAL OF HEAVY DUTY, ROUGH TERRAIN, CRANE FOR USE AT DEFENSE DISTRIBUTION DEPOT BARSTOW (DDBC), BARSTOW, CA SOL SP3200-97-Q-0003 DUE 010397 POC Patty Smith, Purchasing Agent, (209)982-2407 or Regina G. Cox, Contracting Officer, (209) 982-2404 DESC: Rental of one (1) each contractor owned heavy duty crane, 12-ton min/30-ton max lifting capacity; 28-70' full power telescopic main boom with rotating cab, 25' fixed length/43' extended length, 0-15-30 degree offsettable jib capacity; capable of operating in rough terrain and climate where the outside temperature could exceed 120-degree during summer months, for use at Defense Distribution Depot Barstow (ddbc), Yermo Annex, Barstow, CA. Period of performance shall be for base period starting January 15, 1997 thru September 30, 1997 plus one (1) option term. All responsible sources may submit an offer which shall be considered. Only written requests will be accepted. Request may be faxed to (209)982-2450 or mailed to ascw Contracting Office, P>O> Box 960001 (ascw-pab), Stockton, CA 95296-0800, ATTN: Patty Smith CITE: (W-338 SN008526) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Headquarters U.S. Army Transportation Center, ATTN: ATZF-PC Procurement, Bldg. 1607, Fort Eustis, VA 23604-5000 SUBJECT: W--NATIONWIDE BUS SERVICE FOR FORT EUSTIS, VA, RENTAL OF SPACE ON THE FORT IS REQUIRED. SOL NAFTG1-97-P-0005 DUE 122096 POC Nancy Fowler, (804) 878-3271, Contracting Officer. DESC: Sole source award is anticipated for providing nationwide bus service for Fort Eustis. Contractor shall be required to pay the Fort rental on the building from which the contractor operates. When calling be prepared to state name, address, and solicitation number. CITE: (M-339 SN008708) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue, Chambersburg, PA 17201-4152 SUBJECT: W-LEASE WITH MAINTENANCE OF BACKHOE SOL DAAC67-97-Q-0115 DUE 121696 POC Point of Contact - Karen McKibben, Contract Specialist, 717-267-9753 x309. Contracting Officer, Brenda S. Earnest, 717-267-9817 x260 DESC: CORRECTION: Classification should have read W -Lease with Maintenance of Backhoe. Solicitation will also contain line items for Lease to Ownership Plan and Lease with Option to Purchase. EMAILADD: tkeller@letterkenn-emhl.army.mil EMAILDESC: CITE: (D-339 SN008774) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: W--Lease or Rental of Equipment OFFADD: Headquarters U.S. Army Transportation Center, ATTN: ATZF-PC Procurement, Bldg. 1607, Fort Eustis, VA 23604-5000 SUBJECT: W--NATIONWIDE BUS SERVICE FOR FORT EUSTIS, VA, RENTAL OF SPACE ON THE FORT IS REQUIRED. SOL NAFTG1-97-P-0005 DUE 122096 POC Nancy Fowler, (804) 878-3271, Contracting Officer. DESC: Sole source award is anticipated for providing nationwide bus service for Fort Eustis. Contractor shall be required to pay the Fort rental on the building from which the contractor operates. When calling be prepared to state name, address, and solicitation number. CITE: (M-339 SN008962) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: X -- COMMERCIAL STORAGE SERVICE AT YUMURTALIK, TURKEY SOL SP0600-97-R-0007 DUE 011697 POC Contact S. Crump, Contract Specialist, (703) 767-9348/D. Gordon, Contracting Officer, (703) 767-9347 DESC: Mooring services for the USAF Sea Mooring Facility at Yumurtalik, Turkey for the period beginning 01 Apr 97. Potential contractors must provide or perform the following services: a) Connecting the ship's rigging to the the product discharge hose buoy(s) and lifting the discharge hose(s) onto the ship's deck (one or more hoses as requested by the Terminal Operator. b) Connecting the discharge hose(s) to the ship's discharge manifold(s) immediately upon completion of securing all vessel mooring lines. c) Keep watch over the facility during product discharge to detect leaks and help prevent damage to the facilities. Maintain radio communication with shore and vessel personnel at all times during discharge operations. d) Disconnecting each product discharge hose and towing it to a position where it can be lowered to the ocean floor without tangle. e) In the event weather/sea conditions force discontinuation of vessel discharge, the contractor will disconnect and reconnect the discharge hose(s) as coniditions permit. Other requirements will be listed in the referenced solicitation. All responsible sources may submit a proposal which shall be considered. CITE: (I-338 SN008516) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: X -- SERVICES AND FACILITIES TO RECEIVE, STORE, AND SHIP GOVERNMENT-OWNED FUEL IN THE JACKSONVILLE, NJ AREA SOL SP0600-97-R-0046 DUE 013097 POC Contact M. Fass, Contract Specialist, (703) 767-9335/B. DeLong, Contracting Officer, (703) 767-9336 DESC: Services and facilities to receive, store, and ship Government-owned JP8. Area of consideration: 25 mile radius of McGuire AFB, NJ. Estimated annual throughput: 2,800,000 bbls. Tankage required is 336,000 bbls; minimum of two tanks. Receive via barge/tank trucks; ship via contractor furnished pipeline/tank trucks. Delivery is 01 Jul 97 through 30 Jun 2002. This is an unrestricted procurement. All responsible sources may submit a proposal which shall be considered. CITE: (I-338 SN008517) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: X--Lease or Rental of Facilities OFFADD: Department of Defense Education Activity (DoDEA), Hqs, Procurement Division, 4040 N. Fairfax Drive, 8th Floor, Arlington, VA 22203-1635 SUBJECT: X--LODGING AND CONFERENCE FACILITIES SOL MDA410-97-R-0001 POC Mr. Tim Graf, (703) 696-3844 ext. 4104. DESC: The Department of Defense Education Activity (DoDEA) requires a contractor to provide lodging, meals and conference facilities for the ``DoDEA School Improvement Planning IV'' to be held during the period of 22-27 June, 1997 in the Northern Virginia or Washington DC area within easy access to National Airport. Metro access or shuttle should be within 4 blocks of the hotel. The session will require 230 single occupancy hotel/motel rooms from June 22 through June 27 with meal plans. The following equipment will be required: a screen, overhead projector, flip charts or white boards, VCR and monitor. Interested parties must respond in writing to this announcement. Telephone requests will not be honored. Requests for RFP MDA410-97-R-0001 must be submitted in writing to Department of Defense Education Activity (DoDEA), Procurement Division, ATTN: Mr. Tim Graf, 4040 N. Fairfax Drive, 4th Floor, Arlington, VA 22203. Fax requests at (703) 696-4871 will be accepted; however, confirmation of receipt will not be provided. CITE: (M-339 SN008710) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 -- NORTH CAROLINA FOREST HIGHWAY PROJECT NC PFH 3-1(1) (SECOND PROPOSAL) SOL DTFH71-97-B-00004 DUE 012397 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: Sealed bids from all business concerns will be accepted for the North Carolina Forest Highway Project NC PFH 3-1(1) (Second Proposal), Pisgah National Forest, in Transylvania County, North Carolina. The project consists of the replacement of the existing bridge over the West Fork of the French Broad River, and includes installing retaining walls; realigning the approach roadway; grading; paving; drainage improvements; and other miscellaneous work. Principal items of work and approximate quantities are as follows: Roadway excavation, 1,350 cubic meters; Structure excavation, 475 cubic meters; Structural concrete, 300 cubic meters; Precast prestressed concrete structural members, I-beams, AASHTO type 3, 200 meters; Concrrete bridge railing, 140 meters; Drilled shafts, 900 mm diameter, 40 meters. The project is expected to fall within the price range of $500,000 to $1,000,000 and has a construction completion date of December 31, 1997. Invitation for Bids No. DTFH71-97-B-00004 to be issued on or about December 23, 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 23, 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-339 SN008716) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: Y -- YARD L SPRINKLERS LOW WAREHOUSE, IOWA AAP, IOWA SOL DACA45-97-B-0008 DUE 012397 POC Contracting Division at: (402) 221-4266 Plans and specifications can be ordered by fax at (402) 221-4530. DESC: The work will include the following: (Approx. quantities) 160 LF 8 inch water distribution pipe, dry-pipe sprinkler system and fire alarm reporting system in four existing warehouses (50 feet by 500 feet wood framed, metal covered buildings). The estimated construction cost of this project is between $500,000 and $1,000,000. Contractor's Quality Control will be a requirement in this contract. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 365 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bid sets will be available on/a December 16, 1996. Half-size plans and specifications will be furnished upon request. All requests for solicitation packages should be made in writing no later than 14 days prior to bid opening. After such time, packages will be furnished if supply is available. It has been determined that the number of sets be limited to 1 (one) per firm (additional copies will be the responsibility of the requestor). Please list street address (for parcel del service) and mailing address. SPECIAL NOTES: All responders are advised that this requirement may be cancelled or revised at any time during the solicitation, selection, selection evaluation, negotiation and/or final award structure and disposition of US Armed Forces. Telephone calls regarding small business matters should be made to Mr. Hubert J. Carter Jr. at 402-221-4110. Telephone calls on contents of drawings and specifications should be made to Specification Section at (402) 221-4547. SIC NO. 1541. THIS SOLICITATION IS UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. CITE: (I-339 SN008754) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402 SUBJECT: Y -- CONSTRUCTION OF JOINT STARS CHILD DEVELOPMENT CENTER, ROBINS AFB, GEORGIA SOL DACA21-97-B-0013 DUE 120896 POC Derek Cudd, (912) 652-5688 or Elise DeLoache, Contract Specialist, (912) 652-5294. DESC: The following solicitation was published in the December 2nd edition of the Commerce Business Daily. It is being republished in its entirety due to several omissions. Description of Work: Construction of a single story child development center with a concrete foundation, floor slab, masonry walls, structural steel frame, and standing seam metal roof system. Project also includes playground area, site work, fire protection, pavements and necessary support utilities. Network Analysis System will be required. Estimated cost range of project is from $1,000,000 to $5,000,000. Charge for solicitation documents is $45. Make check payable to F&A Officer. Solicitation documents will be available December 18, 1996 (approx.). In order to receive documents in a timely manner, requests should be received by December 10, 1996. Only written requests for plans and specifications will be accepted. State area code, telephone number, street address and nine-digit zip code. Plans and specifications are available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia 31401-3640. (TECHNICAL questions regarding this project should be addressed to the Project Manager, Mr. Derek Cudd, (912) 652-5688. CONTRACTUAL questions should be addressed to Ms. Elise DeLoache, (912) 652-5294.) Bidding on this solicitation is restricted to 8(a) firms serviced by the SBA Atlanta District Office pursuant to Public Law 100-656, Section 303(b). SIC code is 1542. CITE: (I-339 SN008755) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402 SUBJECT: Y -- SWITCHYARD EQUIPMENT AND LINE RELAYING REPLACEMENT - J. STROM THURMOND POWERHOUSE, SC SOL DACW21-97-B-0018 DUE 012297 POC Gene Odom (Technical Questions) 912/652-5656 Julie Oliver (Contractual Questions) 912/652-5899. DESC: Description of Work: Replace switchyard line protection relays, potential transformers, current transformers, surge arrestors, coupling capacitor potential devices and line carrier tuning equipment. Network Analysis System will be required. Estimated cost range of project is from $500,000 to $1,000,000. Charge for solicitation documents is $25. Make check payable to F&A Officer. Solicitation documents will be available December 23, 1996 (approx.). In order to receive documents in a timely manner, requests should be received by December 13, 1996. This solicitation is issued on an unrestricted basis pursuant to the "Business Opportunity Development Reform Act of 1988" (Public Law 100-656). Only written requests for plans and specifications will be accepted. State area code, telephone number, street address and nine-digit zip code. Plans and specifications are available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia 31401-3640. CITE: (I-339 SN008756) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402 SUBJECT: Y -- PENSTOCK FILL SYSTEM MODIFICATIONS - RICHARD B. RUSSELL DAM, GA SOL DACW21-97-B-0017 DUE 012297 POC Gene Odom (Technical Questions) 912/652-5656 Julie Oliver (Contractual Questions) 912/652-5899. DESC: Description of Work: Permanent closure of the eight existing penstock fill intakes on the upstream face of the dam; disassembly of the eight existing fill piping systems; fabrication of a header system including valving and powered operators which will interconnect all eight penstocks and permit filling any penstock from the header system. The work will include underwater activities which are expected to require diving services for the permanent closure of the upstream intakes. Network Analysis System will be required. Estimated cost range of project is from $5,000,000 to $1,000,000. Charge for solicitation documents is $25. Make check payable to F&A Officer. Solicitation documents will be available December 23, 1996 (approx.). In order to receive documents in a timely manner, requests should be received by December 13, 1996. This solicitation is issued on an unrestricted basis pursuant to the "Business Opportunity Development Reform Act of 1988" (Public Law 100-656). Only written requests for plans and specifications will be accepted. State area code, telephone number, street address and nine-digit zip code. Plans and specifications are available Monday through Friday, 8:30 A.M. to 5 P.M., 100 West Oglethorpe Avenue, Savannah, Georgia 31401-3640. CITE: (I-339 SN008757) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway, San Diego, CA 92132-5187 SUBJECT: Y -- P-904, TACTICAL VEHICLE MAINTENANCE FACILITY 21 AREA, CAMP PENDLETON, CALIFORNIA SOL N68711-94-R-1698 DUE 021497 POC Mike Larson/Contract Specialist, (619) 532-3368, Katherine G. Luhmann/Contracting Officer, (619) 532-2796. DESC: Sources sought to design, engineer and construct a Tactical Vehicle Maintenance Facility at two sites located in area 21 at Marine Corps Base, CA. Site 1 titled "Motor Transport/Communication Electronics" consists of a 2,314 square meter Motor Transport/Communications Electronics Shop and a dispatch shack. Site 2, titled "Storehouse Site", consist of a 2,486 square meter storehouse site. The contract is to be awarded to the responsible offeror who submits the proposal considered most advantageous to the Government considering "Price" and "Technical" evaluation factors. The following evaluation criteria has been established: (1) Past Performance of the Design/Build Team with the following subfactors: (1.1) Delivering quality work in a timely manner at a reasonable total cost. (1.2) Reputation for effectiveness of management and commitment to customer satisfaction. (1.3) Actual similarity of experience to this Tactical Vehicle Facility Maintenance Project in scope, dollar value, and complexity. Factor (2): Design and Construction, with the following subfactors: (2.1) Building engineering, material quality and maintenance. (2.2) Site design and engineering. (2.3) Exterior elevations. (2.4) Consideration given in the design and construction to energy performance, life-cycle cost, and recycled materials. Factor (3): Experience and qualifications of design/build team (A/E, contractor, and subcontractor), with the following subfactors: (3.1) The number and quality of projects, with scope, magnitude, complexity and cost similar to the requirements in this RFP, completed in the last ten years. (3.2) The number of projects, with scope similar to that described in this RFP, completed by the Prime Contractor with a minimum of change orders. (3.3) Experience of the A/E firm in the design of similar projects. Factor (4): Scheduling for the project with the following subfactors: (4.1) Completeness of schedule and conformance to project schedule described in RFP. (4.2) CPM Summary network diagram of the project showing the activity dependencies and duration. (4.3) Description of critical path activities. Factor (5): Prime contractor's subcontracting effort, with the following subfactor: (5.1) Past performance, subcontracting performance values. Services and/or products to be subcontracted to various businesses. A pre-proposal conference will be held on January 21, 1997 at 1:00 P.M. at the Command Conference room at the Naval Facilities Engineering Command, Southwest Division, 1220 Pacific Highway, San Diego, CA 92132. Partcipants must reserve seating a minimum of two (2) days in advance of the conference date by contacting Mike Larson at (619) 532-3368 or Rowena Galendez at (619) 532-1237. This is not a public bid opening. The estimated cost is between $5,000,000.00 and $10,000,000.00. Firm Fixed Price Design and Construction Contract Proposals will be considered from all responsible sources. This project is unrestricted. The standard industrial code is 1542 and the annual size standard is $17 million. It is recommended that the subcontracting plan goals reflect a minimum goal of 5% for Small Disadvantaged Business Subcontracting efforts. Potential bidders should request in writing stating RFP number N68711-94-R-1698, with complete name, address, area code, and phone number and whether bidding as a prime/subcontract/supplier. There will be a charge for plans and specs. This amount will be determined before RFP's are available. Checks are to be made out to DEFENSE PRINTING SERVICE. FEES ARE NOT REFUNDABLE. Mail requests to Southwest Division, Naval Facilities Engineering Command (Plan Issue), 1220 Pacific Highway, Building 132, San Diego, CA 92132-5187. Please fax requests to (619) 532-2083, however, requests will not be processed until your check has been received by this office. Submit one (1) check per project. Solicitation packages are limited to two (2) per prime and one (1) per subcontractor/supplier. Drawings produced using CAD software and RFP text using work processing software are available via the SWDIV Bulletin Board System (BBS) through the use of a modem. Individual drawing files are compressed into a single self-extracting DOS based .EXE file. Upon downloading, the file should be executed from a local hard disk, causing the individual .DWG files to uncompress automatically without the need for special software. Note that drawings not produced using CAD software are not included and some substitutions for fonts and menus may be necessary to access the files. Files will be found in a directory P-904 on the SWDIV Bulletin Board (619) 532-1779 or on the FTP server at ftp.efdswest.navfac.navy.mil/d/pub/P-904. Disclaimer: These data files are copies of the original document files used to prepare the Request for Proposal (RFP) package, the government does not guarantee that these data files are free of errors or omissions. In the event of any discrepancies between these data files and the RFP, the RFP documents control. The user agrees that the Government will not be liable to the user for any damages arising from the use of these data files and to hold the United States, its officers, employees, and agents harmless from any damages caused by the user's name or these data files. Downloading of these files evidences acceptance of this agreement by the user. Issue date of RFP/BBS on or about 14 January 1996. CITE: (I-339 SN008766) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 $100.00 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. CITE: (I-339 SN008769) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, Facilities Service Office, P.O. Box 27497, Greensboro, NC 27498-1103 SUBJECT: Y--NEW CONSTRUCTION, VEHICLE MAINTENANCE FACILITY, GREENVILLE, SC 29602 SOL 362575-97-A-W186 DUE 010997 POC Sharon Weber, Facilities Contract Specialist, (910) 665-2801. DESC: The work includes furnishing of all labor, materials, tools, supplies equipment, permits, and services necessary for and incidental to the construction of a 19,000 SF single story, pre-engineered Vehicle Maintenance Facility, per Postal Service approved plans and specifications, on a postal-owned site located off Dairy Road in Greenville, SC. The estimated cost of the project is between $1,800,000 and $1,900,000 with completion within 180 calendar days after notice to proceed. Solicitation packages are available at $50 per set, NON-REFUNDABLE; reference Solicitation 362575-97-A-W186 (ONLY ONE PROJECT PER CHECK). All checks/money orders must be made payable to U.S. Postal Service. Solicitation packages will be available ON OR ABOUT 12/09/96. The proposal due date is tentatively scheduled for 01/09/97; refer to the solicitation package for the actual due date. CITE: (M-339 SN008841) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, Facilities Service Office, P.O. Box 27497, Greensboro, NC 27498-1103 SUBJECT: Y--RENOVATION OF EXISTING BUILDING, MAIN POST OFFICE, ANDERSON, SC 29621 SOL 362575-97-A-W185 DUE 010997 POC Sharon Weber, Facilities Contract Specialist, (910) 665-2801. DESC: The work includes furnishing of all labor, materials, equipment, tools, permits, and services necessary for and incidental to the renovation of 44,000 SF of existing space, per Postal Service approved plans and specifications. The facility, formerly a K-Mart building, is located at 1900 North Main Street in Anderson, SC. The estimated cost of the project is between $2,800,000 and $2,900,000 with completion within 270 calendar days after notice to proceed. Solicitation packages are available at $50 per set. NON-REFUNDABLE; reference Solicitation No. 362575-97-A-W185 (ONLY ONE PROJECT PER CHECK). All checks/money orders must be made payable to U.S. Postal Service. Solicitation packages will be available on or about 12/09/96. Proposal due is tentatively scheduled for 01/09/97; refer to solicitation package for actual due date. CITE: (M-339 SN008842) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, Facilities Service Office, P.O. Box 27497, Greensboro, NC 27498-1103 SUBJECT: Y--NEW CONSTRUCTION LEASED (NO CONTROLLED SITE) IN BEAVER, WV SOL 362575-97-A-T019 POC Esther Tinort, Real Estate Specialist, (910) 665-2810. DESC: Advertisement to construct and lease a new postal facility on an uncontrolled site in Beaver, WV has been cancelled. CITE: (M-339 SN008851) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U.S. Postal Service, Facilities Service Office, PO Box 27497, Greensboro, NC 27498-1103 SUBJECT: Y--NEW CONSTRUCTION LEASED--NO CONTROLLED SITE SOL 362575-97-A-b026 DUE 011597 POC Patricia Bowden, Real Estate Specialist, (910) 665-2843. DESC: Advertisement to construct and lease a new postal facility on an uncontrolled site in Bandy, VA. Approximate 1,518 square foot building to be constructed on a 21,504 square foot site, excluding setbacks, easements, and local/state requirements. The preferred area is within the community of Bandy, VA. Offers are due in this office by COB 01/15/97. A NON REFUNDABLE cashier's check or money order made payable to Disbursing Officer--USPS, in the amount of $35.00 is required for EACH package. Please reference the facility name (Bandy, VA). PLAN HOLDER LISTS AVAILABLE THROUGH WRITTEN REQUEST ONLY. DELIVERY OF PLAN HOLDER LISTS VIA FAX WILL NOT BE AVAILABLE. CITE: (M-339 SN008890) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: National Park Service, New England System Support Office, 15 State Street, Boston, Massachusetts 02109-3572 SUBJECT: Y--PHASE TWO, HEADQUARTERS MAINTENANCE BUILDING, SHENANDOAH NATIONAL PARK, LURAY, VIRGINIA SOL 1443-IB4520-97-001 DUE 121796 POC For plans and specifications contact Lisa Blair via mail at National Park Service, Contracting, 15 State Street, Boston, MA 02109-3572 or via facsimile at (617) 223-5208. Technical questions will be handled by the Contracting Officer Elyse LaForest, telephone (617) 223-5037. NO TELEPHONE REQUESTS FOR BID PACKAGES WILL BE ACCEPTED. DESC: The work of the project consists of the completion of the architectural, mechanical and electrical portions of an existing framed and roofed structure with foundations, ground floor slab, and a portion of the masonry walls in place. This project consists of installing metal partition walls; finishing a bathroom; drywall construction; interior doors; and all mechanical and electrical work. The estimated construction range of this project is $250,000.00 to $500,000.00. This solicitation is issued pursuant to P.L. 100-656, Small Business Competitive Demonstration Program, and is open to all size firms. NO TELEPHONE REQUESTS FOR SOLICITATION PACKAGES WILL BE ACCEPTED. CITE: (M-339 SN008891) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDA, Forest Service, P.O. Box 2750, Asheville, NC 28802 SUBJECT: Y--NANTAHALA BICYCLE PATH CONSTRUCTION SOL IFB SE-97-22 DUE 012197 POC Nancy H. Meadows, (704) 257-4297, FAX (704) 257-4876; Contracting Officer, John S. Zgavec, (704) 257-4292. DESC: Construction of Segments B, C, and D of the Nantahala Bicycle Path, Wayah Ranger District, Swain and Macon Counties, North Carolina. Project consists of construction of approximately 1.5 miles of 10&inch; paved bike trail. Estimated price range is $250,000.00 to $500,000.00. All responsible parties may submit an offer which will be considered. Submit requests for solicitation, in writing or by fax, to Nancy H. Meadows at the address shown in block 7. CITE: (M-339 SN008896) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: USDA, Forest Service, P.O. Box 2750, Asheville, NC 28802 SUBJECT: Y--CONSTRUCTION OF DUPLEX SEWAGE LIFT STATION SOL IFB SE-97-26 DUE 012297 POC Nancy H. Meadows, (704) 257-4297, FAX (704) 257-4876; Contracting Officer, John S. Zgavec, (704) 257-4292. DESC: Construction of a duplex sewage lift station at the Schenck Job Corps Center, Transylvania County, North Carolina. Project includes backup generator in block building, upgrading of existing lift station, construction of 2,000 lf of 8" pvc gravity sewer main with manholes and repair and/or replacement of the sewer collection network at the Center and Davidson River Campground. Estimated price range is $250,000.00 to $500,000.00. All responsible parties may submit an offer which will be considered. Submit requests for solicitation, in writing or by fax, to Nancy H. Meadows at the address shown in block 7. CITE: (M-339 SN008897) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Naval Air Facility, Andrews Air Force Base, 1 San Diego Loop, Bldg. 3198, Washington, DC 20396-5500 SUBJECT: Y -- RENOVATE MEN'S HEADS SOL N62477-97-Q-5030 DUE 011797 POC Jerry Pearo, Contract Specialist, at (301) 981-3867/8/9 DESC: Pre-Solicitation: This is a Firm Fixed-Price Lump Sum Contract for the renovation/remodeling/upgrading of the men's heads on the first deck of Bldg. 3148 at the Naval Air Facility, Andrews Air Force Base. The work include the removal of the plaster ceiling, lighting, toilets, urinals, deep sink, bradley basin, toilet partitions, doors/jambs, thresholds, showers, and flooring. Also included is the installation of new gypsum board ceiling, toilets, urinals, toilet stalls, urinal screens, deep sinks, lighting, exhaust diffusers, mirrors, ceramic floor and wall tile, toilet paper holders, paper towel holders, doors/jambs, thresholds, permanent showers, and group sinks. Furthermore, the work include the painting of the ceiling, walls, doors/jambs and trimming, as well as the cleaning of all sanitary sewer drains and exhaust ducts. The Estimated Cost Range is between $50,000.00 and $100,000.00. This is a proposed one time contract. Standard Industrial Code (SIC) is 1542. The related Small Business Size Standard is $17 million. The proposed contract is 100% Small Business set-aside. Estimated issue date is on or before 13 Dec 96. Quotes are due on or before 17 Jan 97. Site visit is scheduled for 06 Jan 97. Solicitation must be requested in writing. Telephone request will not be honored. There is no charge for plans and specification. Only one set per firm. Submit request by fax for receiving plans and specifications when they become available on or about 13 Dec 96 to (301) 981-2878 (FAX), Attn: Jerry Pearo, or they may be picked up in person from the Naval Air Facility, Bldg. 3608, Andrews Air Force Base. CITE: (I-339 SN008924) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978 SUBJECT: Y -- ENLISTED BARRACKS COMPLEX - PHASE I, BARRACKS BUILDING & COMPANY OPS, FORT CARSON, COLORADO SOL DACA45-97-B-0009 DUE 013097 POC Contracting Division at: (402) 221-4266 Plans and specifications can be ordered by fax at (402) 221-4530. DESC: Issue Date: on or about 23 December 1996. Estimated Construction Cost: Between $20,000,000 and $30,000,000. Work Description: The project will include the following: (Approx. quantities) Barracks Buildings (2 Buildings Required): 8906 square meters (gross floor area) "Z" shaped building incl: three-story dorm wings consisting of 126 room modules (2 private living/sleeping rooms, bathroom and common service area) and two-story community building area (supports 300 persons with accommodations for recreational activities, meeting space, bulk storage, laundry facilities, kitchen facilities, a TV lounge, and mail pick-up), exterior CMU cavity walls w/ brick veneer, standing seam metal roofing (gable and hip roof types for community building area and hip roof type for dorm wings), EPDM roofing where the dorm wings meet the community building area, roof supported by steel roof deck on steel joists and steel beams, concrete foundation walls and strip footings, interior materials and finishes incl: vinyl composition tile, carpeting, ceramic tile, cast stone tile, quarry tile, painted gypsum wallboard, burnished and scored CMU, vinyl wall covering, fiber-cement wallboard, and GWB and acoustical tile ceilings, Mechanical HVAC incl: forced draft, modulating burner type natural gas fired boiler and chilled water for air conditioning, wet-pipe fire protection sprinkler system, Electrical wiring and lighting, fire detection and alarm system. Single, Large Company Operations Building [939 square meters (gross floor area)] and Two (2) Medium Company Operations Buildings [1595 square meters (gross floor area) each]: Two-story buildings incl: first floor (storage areas, maintenance space, shower, locker, and toilet rooms, and mechanical and electrical rooms), second floor (general and gear storage and administrative offices), exterior steel frame structure w/ brick veneer, standing seam metal roof (gable with projecting dormers) on steel deck supported on steel joists and beams, structural steel frame and steel columns, foundations are shallow isolated spread footings under frame columns and continuous strip footings under perimeter walls, concrete slab-on-grade, interior materials and finishes incl: carpeting, ceramic tile, quarry tile, painted gypsum wallboard, burnished CMU, and acoustical tile ceilings, Mechanical forced draft, modulating burner type natural gas fired boilers, unit heaters and air handling units, wet-pipe fire protection sprinkler system, Electrical wiring and lighting, fire detection and alarm system. Site Work incl: Miscellaneous removals, 570 meters sewer lines, 75 meters fire water lines, 430 meters water service lines, 12,200 cubic meters grading excavation, 8,245 Cubic meters fill (embankment), 2500 meters storm drain lines, 340 meters subdrain lines, 520 meters gas lines, bituminous pavement for parking lots (300 stalls) and 845 square meters multipurpose court, landscaping (trees and shrubs), sodding, seeding and lawn irrigation systems, concrete pavement for Company Operations Building loading areas and service drive, Exterior electrical includes: Underground primary service, Underground secondary service, five (5) Pad Mounted Transformers (2-750 KVA, 2-150 KVA & 1-75 KVA), Pad Mounted Sectionalizers, Parking Lot Lighting System, Building Lighting System, Walkway Lighting System, and Cathodic Protection System. Project Completion and Miscellaneous Requirements: Contractor's Quality Control will be a requirement in this contract. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work 570 calendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Plans and Specifications: The plans and specifications are available on Compact Disk (CD-ROM) and will be provided free of charge. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs.mro.usace.army.mil/EBS/Contract.htm Points of Contact: Questions concerning the following items should be made between 8:30 a.m. and 3:30 p.m. Monday thru Friday. Telephone No. Bidding Information.(Jim Opitz) 402-221-3173 Internet Questions (Cindy Siford) 402-221-4824 Small business matters (Mr. Hubert J. Carter Jr.) 402-221-4110. Technical contents of drawings and specifications (Specifications Section) 402-221-4547. (Specification Section FAX Number) 402-221-3842. This solicitation is unrestricted and open to both large and small business participation. CITE: (I-339 SN008948) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: Y -- CONSTRUCT PESTICIDES FACILITY SOL DAAA03-97-B-0003 DUE 022897 POC Virginia House, Contract Specialist, (501) 540-4091. DESC: Furnish all labor, materials, equipment, supplies and transportation required to construct a pesticide facility in accordance with Pine Bluff Arsenal specification entitled "Specifications for Construction of a Pesticides Facility" dated August 26, 1996. One (1) job. Solicitation issue date on or after 24 December 1996, bid opening date on or after 24 January 1997. The magnitude of this project is between $250,000.00 and $500,000.00 Performance period for completion is 270 days after contract award but not later than 1 October 1997. Location of work is Pine Bluff Arsenal, Pine Bluff, AR 71602-9500. Interested sources may submit a request for solicitation documents via fax to 501/540-4090, answering machine 501/540-4095 or written request to the above address. This acquisition will be conducted under the small business competitiveness demonstration program. All responsible sources may submit a bid which shall be considered by the agency. CITE: (I-339 SN008949) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: Commander, Pine Bluff Arsenal, 10-020 Kabrich Circle, Attn: SIOPB- PO, Pine Bluff, AR 71602-9500 SUBJECT: Y -- CONTRUCT PESTICIDE FACILITY SOL DAAA03-97-B-0003 DUE 022897 POC Virginia House, Contract Specialist, (501) 540-4091. DESC: THIS IS A PRE-SOLICITATION NOTICE: Furnish all labor, materials, equipment, supplies and transportation required to construct a pesticide facility in accordance with Pine Bluff Arsenal specification entitled "Specifications for Construction of a Pesticides Facility" dated August 26, 1996. One (1) job. The magnitude of this project is between $250,000.00 and $500,000.00. Performance Period for completion is 270 days after contract award but not later than 1 October 1997. Location of work is Pine Bluff Arsenal, Pine Bluff, AR 71602-9500. Interested sources may submit a request for solicitation documents via fax to 501/540-4090, answering machine 501/540-4095 or written request to the above address. This acquisition will be conducted under the small business competitiveness demonstration program. All responsible sourceses may submit a bid which shall be considered by the agency. Firms that express an interest in this requirement and decline to submit a bid should advise whether they want to receive future pre-solicitation notices. CITE: (I-339 SN008950) [Commerce Business Daily: Posted December 03, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, Sandiego, CA 92152-5113 SUBJECT: Z--CONSTRUCT PARKING LOT EAST OF BLDG A33 (C37-95), NAVAL COMMAND, CONTROL AND OCEAN SURVEILLANCE CENTER RDTE DIVISION, SAN DIEGO, CA SOL N68711-96-B-4212 DUE 012297 POC Ms. Pat Hickok, Contracting Officer, (619)553-3854, for technical/contractual questions, and Mr. J.C. Norris, Bid Clerk for plans and specifications, (619)553-4331, FAX (619)553-6976. DESC: The work includes providing all labor, approved materials and equipment required for clearing and grubbing, demolition and removal of existing concrete curbs, sawcutting, backfilling of existing underground water tank, grading and compaction, placement of asphaltic concrete pavement over class 2 base, construction of new concrete curbs, and swales, striping, replacement of existing chain link fence and swing gate, installation of exterior street light, relocation of existing water line, and installation of new fire hydrant and irrigation lines, electrical conduit, utility trenching, and miscellaneous incidental related work, complete and ready for use.--Estimated cost range is between $100,000.00 and $250,000.00.--Firm Fixed Price Contract--Estimated start date is 5 February 1997 with 90 days to complete the work.--This proposed contract will be unrestricted.--SIC Code is 1611--Potential bidders should request plans and specifications in writing or pick up stating IFB Number N68711-96-B-4212 and complete name, address, area code, phone number and whether bidding as prime contractor/ subcontractor/supplier.--Telephone requests will not be accepted.--Mail requests to Naval Command, Control and Ocean Surveillance Center RDTE Division, Bid Office Code D214B, 53570 Silvergate Avenue, San Diego, CA 92152-5113 or FAX to (619) 553-6976.--Incomplete requests will be returned to sender.--Bids will be considered from all responsible sources.--NOTE: Plans and specifications will not be mailed to firms within a 25 mile radius of the issuing office.--Plans and specifications will be available until supply is exhausted on a first come, first served basis.--Bid opening date is 22 January 1997.--No deposit required. CITE: (W-338 SN008532) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, PBS, Kansas Property Mgmt. Ctr., 6PMC-K, Frank Carlson Federal Buil ding and U.S. Courthouse, 444 SE Quincy, Rm. 100, Topeka, KS 66683-3566 SUBJECT: Z--IWS/LAN SITE PREP SOL RFP 6PMC-K-10 DUE 012197 POC Contact,Larry D. Pierce,913/295-2500 DESC: Pre-Solicitation Notice for IWS/LAN Site Prep at the Social Security Administration, 1201 Van Buren, Topeka, KS. Project Description: Furnish all labor, material and equipment to perform installation of National IWS/LAN Site Prep. To order plans and specifications for this project, call Larry D. Pierce at 913-295-2500. See Note 1. CITE: (I-339 SN008681) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: General Services Administration, 125 South State Street, Room 2205, Salt Lake City, Utah 84138-1199. Attn: Billie SUBJECT: Z--STRIP AND REFINISH FLOOR SOL GS08P97VEC0017 DUE 013097 POC Nancy Pawlowski, Contracting Officer (801) 524-5260. DESC: Provide all supervision, labor, materials and equipment to perform the work as specified. This project is to strip and refinish approximately 2775 SF of floor in a generator room. Work will be performed at the Internal Revenue Service Center, Ogden, Utah. The estimated cost range is between 0 and $100,000.00. Solicitation packages will be available on or about December 23, 1996. All requests for solicitation packages must be submitted in writing to the above address or you may FAX your request to (801) 524-6067. Please include your name, address, and phone number. CITE: (M-339 SN008692) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Army ARDEC, AMSTA-AR-PCM-G, Bldg 9, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: Z -- CALS TECHNICAL MANUAL SGML TAGGING AND INTERACTIVE ELECTRONIC TECHNICAL MANUAL SUPPORT SOL DAAE30-97-Q-1062 DUE 121696 POC Cathy Kallistros, e-mail=ckallis, 201-724-3071; Contracting Officer, John H. Beeman. DESC: CALS Technical Manual SGML Tagging and Interactive Electronic Technical Manual Support. This is a Sole Source requirement to I.D. Enterprises. Reference Note 22. Information regarding this action can be accessed at http://procnet.pica.army.mil. CITE: (I-339 SN008721) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 55 Contracting Squadron, 106 Peacekeeper Dr STE 2N3, Offutt AFB, NE 68113-4009 SUBJECT: Z -- REPAIR AND UPGRADE MILITARY FAMILY HOUSING, 2ND INCREMENT SOL F2560097B0004 DUE 012897 POC Shirley E. Twitchell, Contract Specialist, (402) 294-6156 DESC: This project consists of whole house/neighborhood improvement for a portion of the 2nd increment in the Capehart Housing area, Offutt AFB NE to repair and upgrade single family and duplex family housing units. Work includes, but is not limited to, major interior remodeling/renovation of the kitchens,baths, living areas and bedrooms of 88 units; demolition of 8 units; replacement of the electrical and plumbing systems; related site and utility work. The performance period for this project is 18 months. This action is being considered for full and open competition. Sic code: 1522. The SBA size standard of $17.0 million is a three-year average annual gross revenue. Replies to this office are requested from all interested business concerns as well as from SDB concerns. Magnitude is between $5,000,000 and $10,000,000. Issue date will be on or about 27 Dec 96. Bid opening date will be on or about 28 Jan 97 subject to availability of funds. Only written requests for packages will be honored. (*Note: Copies of this solicitation package will be forwarded to prospective bidder previously responding to prior announcement F2560096B0118 for this requirement). FAX number (402)294-0430 or 9603. Collect calls cannot be accepted. Please provide phone number, fax number, socioeconomic status (i.e. emerging small business, SDB, etc), and a nine digit zip code with your request. CITE: (I-339 SN008732) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB NV 89191-7063 SUBJECT: Z -- RECONFIGURE THE INBOUND AND OUTBOUND TRAFFIC LANES AT THE IST AND NELLIS BLVD VEHICLE ACCESS GATE, NELLIS AFB, NV. SOL F26600-97-B-C-102 DUE 020397 POC Mrs J. Buky, Contracting Officer, (702)-652-2531. DESC: Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, and all else neccessary to reconfigure the inbound and outbound traffic lanes at the I St and Nellis Blvd. Base vehicle access gate, Nellis AFB, NV. Work includes, but is not limited to, pavement demolition, construction of new curbs, asphalt and Portland cement pavement, box culvert sections, masonry fencing and striping. The estimated dollar value of this project is between $250,000 and $500,000. The applicable SIC for this acquisition is 1611 with three year average annual small business size standard of $17 million. An evaluation factor may be given to small disadvantaged business (SDB) firms to determine the low bidder. The proposed contract listed herein is unrestricted and open to all firms, including small and SDB concerns. A nonrefundable check in the amount of $8.00, made out to the "Defense Accounting Office", must be provided for each solicitation requested. Availability of the solicitation is limited and will be issued on a first come, first served basis to the extent available. Telephone requests will not be honored. Only written requests accompanied with an acceptable check or money order, received directly from the requester on company letterhead, will be accepted. Requesters must cite (1) the company name, (2) point of contact, (3) phone and FAX numbers (4) street address with 9-digit zip code, (5) their size status, and (6) whether they intend to bid as the prime, a subcontractor, or a supplier. CITE: (I-339 SN008740) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Department of HUD, New York ASC, Baltimore Contracting Staff (3BAC), 10 South Howard Street, Fifth Floor, Baltimore, MD 21201- SUBJECT: Z -- DEMOLITION - EDMONDSON GARDENS SOL H03B97080000000 DUE 020497 POC Darlene Austin, Contracting Officer, 410 962-2520 ext 3142. DESC: The Contractor shall furnish all labor, materials, equipment, tools, implements, tackles and machinery required to do and complete the work in accordance with the drawings and specifications. Specifications will be included in the IFB. Drawings must be ordered from the Contracting Officer. For bonding purposes, this project is estimated between $100,000 and $250,000. The Invitation for Bid will be available on or about January 2, 1997. This is an unrestricted purchase; all interested parties may submit written requests only to the above address; no telephone requests will be accepted. A fax letter will be accepted at (410) 962-0669. CITE: (I-339 SN008753) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: GSA, PBS, Property Management Contracts Branch (5PMC-M), JCK Federal Building, 230 S. Dearborn Street, Room 3330, Chicago, IL 60604-1696 SUBJECT: Z--FLINT, MICHIGAN, FEDERAL BUILDING AND U.S. COURTHOUSE, ``PARKING & TUCKPOINTING'', RM193023 SOL GS05P97GAC0023 DUE 020497 POC Questions may be directed to Maritza Cruz, Contract Specialist, (312) 886-6923. DESC: Scope of work consists of but is not strictly limited to the following: Parking lot: removal of existing asphalt paving, grading and restriping (including ceramic tile replacement). Building exterior: extension of loading dock, fascia and gutter replacement, masonry/concrete repair, replacement of edge guard. Cleaning, patching, pointing, resetting and repair of facade stone. Reconstruction/repair of main entrance terrace. Construction at areaway: repointing, refurbish grates and stone caps. The completion time for this project is One Hundred Fifty (150) calendar days from receipt of notice to proceed. Estimated cost range is between $250,000 and $500,000. Specifications will be available on or about January 2, 1997. Offers are due February 4, 1997 at 4:00 p.m. (Chicago time). This project is open to all business concerns in accordance with the Small Business Competitive Demonstration Program. Therefore, responses from both small and large business concerns will be considered and evaluated for selection. The Standard Industrial Classification Code is 1741 and the Small Business Size Standard for this project is $7.0 million. Funds are currently not available. To obtain plans and specifications, contact Ms. Maritza Cruz at (312) 886-6923, or write to GSA, Property Management Contracts Branch (5PMC-M), 230 S. Dearborn Street, Room 3324, Chicago, Illinois 60604-1696. When calling, be prepared to state name, address and solicitation number. Bid specifications may be requested via E-mail from PBSCHGO@GSA.GOV. Include the solicitation number and Attn.: Maritza Cruz in the subject line. CITE: (M-339 SN008827) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Department of State, A/FBO/AP/AD, Room L-600, P.O. Box 12248, Arlington, VA 22219 SUBJECT: Z--PRE-QUALIFICATION FOR RENOVATION OF THE EXISTING CHANCERY BUILDING IN BRATISLAVA, SLOVAKIA SOL S/-/FBOAD-97-R-0 21 POC Carroll Martin, (703) 875-6288/Dwight F. Mason, Contracting Officer, (703) 516-1962. DESC: The U.S. Department of State, Office of Foreign Buildings Operations (FBO) is seeking to pre-qualify general contractor offerors for the renovation of the existing Chancery Building (OBC) in Bratislava, Slovakia. This acquisition will be limited to eligible 8(a) concerns in accordance with the SBA Section 8(a) competitive acquisition program. All 8(a) firms interested in pre-qualifying for this procurement should note that the Federal Acquisition Regulation (FAR) prescribes limits on subcontracting by 8(a) firms on set-aside procurement. For general construction, SIC code 1542, the 8(a) firm must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. In addition, the SBA imposes certain restrictions on the type of joint venturing an 8(a) firm may do on a set-aside procurement. Recommend that if your firm contemplates joint venturing with another firm(s) you should contact the Office of Minority Enterprise Development in the SBA district closest to you for guidance/restrictions. The entire five-story building plus basement will be renovated. The entire existing operation in the building will be relocated to the adjacent Annex building during the renovation. The main entrance to the building has been recently renovated and is not part of this project. The main entrance also serves as the entrance to the Annex. This main entrance and guard booth are the only areas that will remain in operation during the renovation. The total area is 1,630 gross square meters. Some of the project specifics include: ARCHITECTURAL--new office walls for all floors, new security windows on ground floor, PLUMBING--new plumbing for all floors; ELECTRICAL--new lighting, outlets and distribution system for all floors; STRUCTURAL-rebuilding floors on first, second, third, and fourth floors. The performance period is expected to be 18 months. The estimated value of construction ranges from $3.5 to $4.5 million dollars. It is anticipated that 10 per cent of the work can be done with local labor and 90 per cent of the work with cleared American labor only. Slovakia has a developing infrastructure. The Contractor should anticipate difficulties in procuring materials, importing materials, finding local skilled labor and obtaining permits. The U.S. Government will obtain the initial building permit only. Due to its relatively small size, the Embassy can provide little support and the contractor will have to operate virtually on its own. Prospective offerors must meet the following prequalification criteria and provide details of their qualifications in writing in order to receive the solicitation: (A) provide data assuring financial capability of performing the work; (B) show completion of similar construction/renovation projects between $3.5 and $4.5 million; (C) show successful completion of similar or larger size projects outside the United States; (D) show completion of equivalent construction/renovation projects where the facility was partially operational during construction; and (E) satisfactory performance on a similar U.S. Government contract, if any. Although previous performance of a similar U.S. Government contract is not a requirement, if such contracts have been performed, the contractor must have satisfactorily performed said contracts. To receive an RFP, pre-qualified offerors, including all entities which comprise a joint venture, must possess a Department of Defense Secret facility security clearance issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22M, with Secret safeguarding capability to receive this RFP. Contractor personnel accessing the classified portions of the RFP or accessing classified information or areas during the site visit must possess Secret personnel security clearances issued by the Defense Industrial Security Office. The Department of State will sponsor uncleared, pre-qualified offerors for a facility security clearance. A period of 120 calendar days will be allowed for firms to obtain the facility and personnel security clearances. Failure of the firm to obtain a Secret facility clearance within 120 days may be grounds for disqualification. Interested applicants must request, by mail or facsimile from Mr. Carroll Martin, a pre-qualification application, Form DS 1037, within 15 days of publication of the announcement at the following postal address: U.S. Department of State, Office of Foreign Building Operations, P.O. Box 12248, Arlington, VA 22219 or by facsimile (703) 875-6292. Completed applications must be returned by 3:00 p.m. Eastern Standard Time January 10, 1997. CITE: (M-339 SN008829) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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, IN 47522-5082 SUBJECT: Z--ROOF REPAIR AT BUILDING 2521 AT THE CRANE DIVISION, NAVAL SURFACE WARFARE CENTER, CRANE, IN 47522-5082 SOL N68950-97-Q-3659 DUE 121296 POC For Plans and Specs call: Kathy Wallace, (812) 854-5341. DESC: RFQ #N68950-97-Q-3659, will be available approximately 02 Dec 96. This is being procured under the Simplified Acquisition Procedures. Information regarding ordering plans and specifications is provided at the end of announcement. This work includes provisions of necessary labor, supplies, materials, equipment, and supervision to repair the existing EPDM roof at Building 2521 by installing a stretch relief seam, repair curb and vent flashing, repair the roof edge nailer and gravel stops and associated miscellaneous repairs at the Crane Division, Naval Surface Warfare Center, Crane, IN. The Standard Industrial Code (SIC) for this project is 1761. The related Small Business size standard is 7.0 million. Completion time is 100 days after award. Estimated value is under $50,000.00. The proposed contract listed here is 100% set-aside for Small Business (SB) concerns. A Payment Bond will be required for this solicitation. Small Business concerns should notify this office ASAP by phone or fax, include RFQ# N68950-97-Q-3659, Roof Repair at Building 2521, your complete company name, address, area code, phone number, point of contact and state whether you are a prime contractor, subcontractor with trade classified or a supplier. POC for technical inquiries call Debbie Dills, (812) 854-3234. To request solicitation package call Kathy Wallace, (812) 854-5341 or fax request to phone number (812) 854-3800. There is no charge for plans and specifications. Only one set per company. CITE: (M-339 SN008833) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Philadelphia Housing Authority, 2012 Chestnut St., Philadelphia, PA 19103 SUBJECT: Z--INVITATION FOR BID (FOUR PART BIDDING, SOLICITATIONS 9338, 9341, 9342 AND 9343), JOB ORDER CONTRACTING (JOC) FOR THE PHILADELPHIA HOUSING AUTHORITY SOL 9338 DUE 123196 POC James Herrmann, Contracting Officer, via facsimile (215) 684-4092. DESC: The Philadelphia Housing Authority (PHA) will receive sealed bids, in duplicate, for the following Job Order Contracts: (Contract Type/Number, Date, Time) General Construction #9338, December 31, 1996, 11:00 AM; Electrical #9341, December 31, 1996, 11:00 AM; HVAC/Mechanical #9342, December 31, 1996, 11:00 AM; Plumbing #9343, December 31, 1996, 11:00 AM. Each bid is due no later than the time designated above at the office of the Contracting Officer, 2012 Chestnut Street, Philadelphia, Pennsylvania 19103 at which time and place, all bids will be publicly opened and read aloud. This invitation for bids is for the award of a Job Order Contract (hereinafter called JOC). A JOC is a competitive bid, firm fixed price indefinite quantity contract. The scope of work includes a collection of detailed repair and construction tasks and specifications that have established unit prices. It is placed with a Contractor for the accomplishment of repair, alteration, modernization, maintenance, rehabilitation and construction of infrastructure, buildings, structures, or other real property. Work is accomplished by a means of issuance of a purchase order against the contract, based upon the result of the tabulations as covered by applicable laws and regulations. Under the JOC concept, the Contractor furnishes all management, documentation, labor, materials and equipment needed to perform the work. Each JOC contract awarded under this solicitation will have a minimum guarantee of $50,000.00 and maximum/minimum values of all awards in each category shall be as follows: (Type, Maximum Value, Minimum Value) General Construction, $24,000,000.00, $8,000,000.00; Electrical, $5,000,000.00, $5,000,000.00; Plumbing, $4,000,000.00, $2,000,000.00; Mechanical/HVAC, $2,000,000.00, $2,000,000.00. The term of each contract will be for twelve (12) months and will include options for four (4) additional periods, the total of which cannot exceed five (5) years. Such additional periods shall be subject to prior HUD approval. PHA reserves the right to make multiple contract awards under this solicitation. Each bidder must submit two price adjustment factors to be applied to the established unit prices. These same adjustment factors must apply to all the work tasks listed in the contract documents. The first adjustment factor will be applied to that work anticipated to be accomplished during normal business hours. The second adjustment factor will be applied to that work anticipated to be accomplished on an overtime basis. For bid evaluation purposes, it is estimated that 5% of the work accomplished under this contract will be on an overtime basis. Copies of all specifications will be available commencing December 3, 1996 with pick up hours from 9:00 AM to 1:00 PM at the Contracts Division, 4th Floor, 2012 Chestnut Street, Philadelphia, PA 19103. A copy of the bidding documents may only be obtained from the office of the Contract Officer and upon payment of a non-refundable fee of one hundred and twenty five dollars ($125.00). Acceptable forms of payment for the documents are Money Order, Cashier's Check or Certified Check. The Philadelphia Housing Authority reserves the right to reject the bid of any Contractor who fails to register and to pay the amount designated for a set of contract documents. Bidding documents will also be available at the mandatory pre-bid conference. Inquiries regarding the purchase of contract documents may be made by calling James Herrmann at (215) 684-4025 or fax at (215) 684-4092. As a condition of bidding, prospective bidders must attend a mandatory pre-bid conference. The pre-bid conference will be held at 10:00 AM, Tuesday, December 10, 1996. The conference will be divided into two sessions. The first session will focus on explanation of the JOC system of procurement. The second session will focus on answering questions and discussing JOC from a Contractor's viewpoint. The conference will held at the Philadelphia Housing Authority, 801 Arch Street, 5th floor, Philadelphia, PA 19103. A certified check or bank draft payable to the Philadelphia Housing Authority, U.S. Government Bonds, or a bid bond in the amount of $25,000 secured by an acceptable surety company is required to be submitted by each offeror along with its bid. The successful bidder will be required to furnish a satisfactory performance and payment bond in the amount of 100% of the contract maximum value for the duration of the contract. No bid shall be withdrawn for a period of 180 days subsequent to the opening of bids without the consent of PHA. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project; and that the contract must ensure that employees and applicants for employment are not discriminated against because of their face, color, religion, sex or national origin. Your response should recognize and anticipate a minimum goal of 35% participation by Disadvantaged Business Enterprises (DBE), 15% participation by Women Business Enterprises (WBE) and 5% Resident participation in all contracting and subcontracting endeavors. The Philadelphia Housing Authority reserves the right to reject any or all bids or to waive any informality in bids, and unless otherwise specified by the Authority, to accept any item in the bid. Award will be made to the lowest responsible bidder conforming to the requirements of this invitation as determined by and in the best interest of Philadelphia Housing Authority. Contractors will be limited to a maximum of two contracts, with no more than one in any given discipline. NOTE: Contract award(s) can only be made to pre-qualified contractors or offerors. Although not a condition of bidding, it is strongly advised that a pre-qualification package be obtained, completed, and returned to the Pre-Qualification Division prior to submission of a bid or proposal. Applications may be obtained from the Pre-Qualification Unit, 4325 Merrick Road, Philadelphia, PA 19129, Telephone (215) 684-5700. NOTE: This is not a set-aside, however, Small, Minority, Women-Owned, and Disadvantaged Businesses are encouraged to bid. CITE: (M-339 SN008834) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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, IN 47522-5082 SUBJECT: Z--HIGHWAY SIGN MAINTENANCE AT THE CRANE DIVISION, NAVAL SURFACE WARFARE CENTER, CRANE, IN 47522-5082 SOL N68950-96-Q-3191 DUE 121396 POC For Plans and Specs call: Kathy Wallace, (812) 854-5341. DESC: RFQ #N68950-96-Q-3191, will be available approximately 03 Dec 96. This is being procured under the Simplified Acquisition Procedures. Information regarding ordering plans and specifications is provided at the end of announcement. This work includes provisions of necessary labor, supplies, materials, equipment, and supervision for the maintenance, repair and replacement of highway signs and related work. The work includes the reporting of deficiencies at the Crane Division, Naval Surface Warfare Center, Crane, IN. The Standard Industrial Code (SIC) for this project is 1611. The related Small Business size standard is 17.0 million. Completion time is 365 days after award. Estimated value is under $100,000.00. The proposed contract listed here is 100% set-aside for Small Business (SB) concerns. A Payment Bond will be required for this solicitation. Small Business concerns should notify this office ASAP by phone or FAX, include RFQ# N68950-97-Q-3191, Highway Sign Maintenance, your complete company name, address, area code, phone number, point of contact and state whether you are a prime contractor, subcontractor with trade classified or a supplier. POC for technical inquiries call Carrie McDonald, (812) 854-6641. To request solicitation package call Kathy Wallace, (812) 854-5341 or FAX request to phone number (812) 854-3800. There is no charge for plans and specifications. Only one set per company. CITE: (M-339 SN008849) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: U.S. Immigration and Naturalization Service, Administrative Center, Attn: ACLCAP-Contracts, P.O. Box 30080, Laguna Niguel, CA 92607-0080 SUBJECT: Z--REPAIR AND WATER PROOFING OF UPPER RECREATION DECK SOL ACL-7-B-0005 POC Mary Johann, (714) 360-3180, Contracting Officer, H. John Wolfslau IV, (714) 360-3180. DESC: This procurement is being changed to a single source negotiated procurement due to an urgent requirement. CITE: (M-339 SN008853) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Director Strategic Systems Programs, 1931 Jefferson Davis Hwy., Arlington, VA 22241-5362 SUBJECT: Z--FACILITY CAPITAL MAINTENANCE IN SUPPORT OF THE TRIDENT II (D5) MISSILE PROGRAM POC Barry A. Rothenberg, (703) 607-0822. DESC: This procurement will provide capital maintenance of facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) Sunnyvale and the Santa Cruz Test Annex, Santa Cruz, CA in support of the TRIDENT II (D5) Missile Program. Negotiations will be conducted with Lockheed Martin Missile and Space, Sunnyvale, CA 94088-3504, the contractor having custody of the property and use of the facilities on which the work is to be performed. Interested parties should contact Lockheed Martin at the above address. See Note 22. SECURITY CLEARANCE REQUIRED. CITE: (M-339 SN008855) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Contracting Officer, USCG Civil Engineering Unit Miami, 15608 SW., 117th Avenue, Miami, FL 33177-1630 SUBJECT: Z--REMOVE & REPLACE ROOF, REPAIR WOOD TRUSSES, REPLACE AIR HANDLERS, AND REPLACE WELL PUMP AT U.S. COAST GUARD STATION DESTIN, FL SOL DTCG82-97-B-3WCA04 POC Elizabeth Phillips, (305) 278-6723. DESC: The work covered under this project consists of furnishing all labor, equipment and material, necessary to remove and replace roofing, roof sheathing, and repair damaged wood trusses as specified. Work also includes removal and replacement of deep well pump; removal and replacement of air handling unit, and hood supply fan; removal of attic fan coil units and ductwork; provision of air handling unit and ductwork along with reconnection of water piping and electrical accessories and reinstalling affected piping. During the replacement of the deep well pump the contractor shall provide the station with 1500 gallons of potable water a day at 45 psi connected into existing chlorination and filtration system. In addition, the contractor shall provide temporary air conditioning to those areas without air condition. The estimated price range is between $250,000.00 and $500,000.00. Bid guarantee, payment and performance bonds are required. This solicitation is being issued pursuant to the Small Business Competitiveness Demonstration Program and is open to large and small business participation. All responsible sources may submit a bid, which will be considered by this agency. No telephone requests; only written requests received directly from the requester will be accepted; however, FAX requests may be sent to (305) 278-6704. CITE: (M-339 SN008892) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 341 Contracting Squadron, 7015 Goddard Drive, Malmstrom AFB, MT 59402-6863 SUBJECT: Z--REPLACE INTERIOR TRAFFIC DOORS, BASE COMMISSARY, BUILDING 1320 SOL F24604 97 B0005 DUE 011697 POC Warren E. Hart, Contract Administrator, (406) 731-4001/Russell A. Bryan, Contracting Officer, (406) 731-4008. DESC: The work to be performed will include all labor, materials, equipment, and incidentals necessary to remove existing damaged interior traffic doors and install new traffic doors in the Base Commissary, Building 1320 at Malmstrom AFB, Montana. The performance period is 90 calendar days after issuance of the Notice to Proceed. Invitation for Bid will be issued on or about 16 Dec 1996. Bid opening will be on or about 16 Jan 97. The acquisition is open competition for large and small business in accordance with the Small Business Competitive Demonstration Program. Only written request for the solicitation will be considered. All responsible sources may submit an offer which will be considered by the agency. The magnitude of this project is between $25,000.00 and $100,000.00. Standard Industrial Code is 1542. CITE: (M-339 SN008894) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: NASA Ames Research Center, Acquisition Division, Mail Stop 213-13, Moffett Field, CA 94035-1000 SUBJECT: Z--N220 REPAIR BUILDING SYSTEMS SOL RFO2-36590(RLG) DUE 012897 POC Contact Point: Chris Wolfe, (415)604-1442, Fax: (415)604-4984; Contracting Officer: Robert Guerrero, (415)604-4864, Fax: (415)604- 4984 DESC: This project is to repair Bldg. N220 heating, ventilating, and air conditioning (HVAC) system. The demolition work includes removal of unit heaters, steam boiler, chiller located on the roof of the building, and associated piping. The new work consists of the replacement of all air handler equipment and the installa tion of new ductwork. The installation of a new 211 KW chiller, 588 KW hot water boiler, unit heaters, chilled and hot water piping, pipe insulation, accessories, Facilities Management Control Systems (FMCS) alterations, electrical services, system balancing and testing, and roof patching is also included in the project. The project is located at NASA-Ames Research Center, Moffett Field, CA. The magnitude of construction is between $500,000 and $1,000,000. The period of performance is 273 calendar days. There will be a non-refundable charge of $45.00 for each set of plans and specifications. Make check payable to DMJM, Inc. and mail to Attn: Chris Wolfe, M/S 213-13, Ames Research Center, Moffett Field, CA 94035-1000. The expected issue date for solicitation RFO2-36590(RLG) is 12/24/96. The expected return date for a proposal is 1/28/97. All responsible sources may submit an offer which will be considered by the Agency. All requests for copies of solicitation RFO2-36590(RLG) should be in writing and directed to Chris Wolfe. Verbal requests will not be accepted. Facsimile requests will be accepted at (415) 604- 4984. This procurement is being conducted under the NASA Midrange Pilot Test Program approved by the Office of Federal Procurement Policy on August 22,1994. NASA-Ames Research Center has an active Home Page. It is available at the following URL:http://Procure.arc. nasa.gov/Acq/Acq.html via a worldwide web browser such as Mosaic, Netscape, or similar application. The Home Page contains our synopses, subsequent solicitations, information on the NASA acquisitions, and related helpful information. CITE: (I-339 SN008902) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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, IN 47522-5082 SUBJECT: Z--ASPHALT MAINTENANCE & REPAIRS CENTERWIDE AT THE CRANE DIVISION, NAVAL SURFACE WARFARE CENTER, CRANE, IN 47522-5082 SOL N68950-97-B-3661 DUE 012297 POC For Plans and Specs call: Kathy Wallace, (812) 854-5341. DESC: This is a requirements contract to provide the necessary labor, supplies, materials, equipment, transportation, and supervision for the maintenance & repair of the Center's asphalt pavement roads & parking areas. Asphalt repair or maintenance that is considered part of the scope of a building area, or roadway construction or repair project (such as a culvert replacement) may not necessarily be a part of this requirements contract. The supplies or services that are described in this solicitation are asphalt maintenance and repairs which include aspects of asphalt maintenance that range from patching of potholes to repairing lengths or sections of lengths by overlaying with a course or courses of asphalt at the Crane Division, Naval Surface Warfare Center, Crane, IN. The Standard Industrial Code (SIC) for this project is 1611. The related Small Business size standard is 17.0 Million. Completion time is 240 days after award. The proposed contract listed here is Unrestricted. POC for technical inquiries, call Carrie McDonald, (812) 854-6641. To request solicitation package, call Kathy Wallace, (812) 854-5341 or FAX request to phone number (812) 854-3800. There is no charge for plans and specification. Only one set per company. CITE: (M-339 SN008910) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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, IN 47522-5082 SUBJECT: Z--RAILROAD MAINTENANCE & REPAIR AT THE CRANE DIVISION, NAVAL SURFACE WARFARE CENTER, CRANE, IN 47522-5082 SOL N68950-96-B-3307 DUE 012297 POC For Plans and Specs call: Kathy Wallace, (812) 854-5341. DESC: This is a requirements contract to provide the necessary labor, supplies, materials, equipment, transportation, and supervision necessary to perform maintenance, repair & preventative maintenance of railroad trackage. This contract is for maintenance and repair of trackage on the existing grade. Trackwork requiring construction of a new grade is not a part of this contract. Railroad repair or maintenance work that may not have commenced, or is in process, as a result of an awarded contract or delivery order will not be a part of this contract's requirements at the Crane Division, Naval Surface Warfare Center, Crane, IN. The Standard Industrial Code (SIC) for this project is 1629. The related Small Business size standard is 17.0 Million. Completion time is 365 days after award. The proposed contract listed here is Unrestricted. POC for technical inquiries, call Carrie McDonald, (812) 854-6641. To request solicitation package, call Kathy Wallace, (812) 854-5341 or FAX request to phone number (812) 854-3800. There is no charge for plans and specification. Only one set per company. CITE: (M-339 SN008911) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z-SECURITY UPGRADE, BUILDING 11, EGLIN AFB FL SOL F08651-97-B-0036 DUE 020397 POC Helen Cunningham, Contract Specialist, 904/882-5628, Ext 5273; Cecile A. Ramos, Contracting Officer DESC: Eglin AFB FL has a requirement to provide all labor, equipment and material required to upgrade areas in Building 11 to provide secure rooms. The work includes removal of existing walls ceilings, doors and finishes, construction of new sound insulated walls, installation of new sound rated doors and frames and application of new finishes. The work also includes associated air conditioning, heating and ventilation, electrical, fire alarms and security systems. Project construction time is 90 calendar days. Estimated dollar range is between $100,000 and $250,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-339 SN008919) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z-SECURITY UPGRADE, BUILDING 11, EGLIN AFB FL SOL F08651-97-B-0036 DUE 020397 POC Helen Cunningham, Contract Specialist, 904/882-5628, Ext 5273; Cecile A. Ramos, Contracting Officer DESC: Eglin AFB FL has a requirement to provide all labor, equipment and material required to upgrade areas in Building 11 to provide secure rooms. The work includes removal of existing walls ceilings, doors and finishes, construction of new sound insulated walls, installation of new sound rated doors and frames and application of new finishes. The work also includes associated air conditioning, heating and ventilation, electrical, fire alarms and security systems. Project construction time is 90 calendar days. Estimated dollar range is between $100,000 and $250,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-339 SN008920) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z-SECURITY UPGRADE, BUILDING 11, EGLIN AFB FL SOL F08651-97-B-0036 DUE 020397 POC Helen Cunningham, Contract Specialist, 904/882-5628, Ext 5273; Cecile A. Ramos, Contracting Officer DESC: PRESOLICITATION NOTICE: Eglin AFB FL has a requirement to provide all labor, equipment and material required to upgrade areas in Building 11 to provide secure rooms. The work includes removal of existing walls ceilings, doors and finishes, construction of new sound insulated walls, installation of new sound rated doors and frames and application of new finishes. The work also includes associated air conditioning, heating and ventilation, electrical, fire alarms and security systems. Project construction time is 90 calendar days. Estimated dollar range is between $100,000 and $250,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-339 SN008922) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Operational Contracts Division, AFDTC/PKO, 205 West D Avenue, Suite 541,Eglin AFB FL 32542-6862 SUBJECT: Z-SECURITY UPGRADE, BUILDING 11, EGLIN AFB FL SOL F08651-97-B-0036 DUE 020397 POC Helen Cunningham, Contract Specialist, 904/882-5628, Ext 5273; Cecile A. Ramos, Contracting Officer DESC: PRESOLICITATION NOTICE: Eglin AFB FL has a requirement to provide all labor, equipment and material required to upgrade areas in Building 11 to provide secure rooms. The work includes removal of existing walls ceilings, doors and finishes, construction of new sound insulated walls, installation of new sound rated doors and frames and application of new finishes. The work also includes associated air conditioning, heating and ventilation, electrical, fire alarms and security systems. Project construction time is 90 calendar days. Estimated dollar range is between $100,000 and $250,000. All responsible sources may submit a bid which shall be considered by the agency. Firms responding should indicate if they are a small business. Solicitation packages are available at a $20.00 charge. All requests must be submitted in writing. Make check/money order payable to DFAS-LI, DSSN 6671, and mail along with your written request to AFDTC/PKO, 205 W. D Ave, Suite 541, Eglin AFB FL 32542-6862 No telephone requests for solicitation packages are acceptable. CITE: (W-339 SN008923) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: National Park Service, New England System Support Office, 15 State Street, Boston, MA 02109-3572 SUBJECT: Z--INTERIOR RESTORATION AT GENERAL GRANT NATIONAL MEMORIAL, 122ND STREET & RIVERSIDE DRIVE, NEW YORK, NEW YORK SOL 1443-IB4520-97-002 DUE 012197 POC For plans and specifications contact Lisa Blair via mail at National Park Service, Contracting Division-7th floor, 15 State Street, Boston, MA 02109-3572 or via facsimile at (617) 223-5208. Technical questions will be handled by the Contracting Officer Richard J. Armenia, telephone (617) 223-5155. No telephone requests for bid packages will be accepted. DESC: The work of this contract includes general interior cleaning of all marble surfaces including floors, walls, crypt ceiling, and trim. Isolated repair of damaged plaster at dome, dome ring, and pendentives. Interior cleaning and painting of all finish plaster including barrel vaults, main dome, ornament and gallery level columns. The estimated construction range of this project is $250,000.00 to $500,000.00. This solicitation will be pursuant to P.L. 100-656, Small Business Competitive Demonstration Program, and as such is open to all concerns regardless of size. All requests for solicitation packages must be made in writing, either by mailing to the above address or via fax at (617) 223-5208, attention Lisa Blair, Procurement Assistant. No telephone requests for bid packages will be accepted. CITE: (M-339 SN008965) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Code ROIC/PM, Bldg. 504, Naval Air Facility, El Centro, CA 92243-5008 SUBJECT: Z--INDEFINITE QUANTITY INSTALLATION OF PARKING LOT CANOPIES; REMOVAL, STORAGE, AND RE-INSTALLATION OF PATIO CANOPIES, AND VARIOUS RELATED REPAIRS IN FAMILY HOUSING UNITS SOL N68711-97-B-6206 DUE 012197 POC Pat Murrietta, Contract Specialist (619) 339-2456. DESC: The work includes furnishing all labor, transportation, equipment, materials, supplies, and supervision necessary to provide and install (``like existing''), full cantilever ``T'' type, and cantilever parking lot canopies at various buildings and parking areas; the removal and storage of existing patio covers and enclosures; reinstallation of patio enclosures and canopies at an estimated 100 family housing units; and replacement of random patio covers, and other incidental related work as may be authorized by the contracting officer. Contract duration is one year with possible two option periods, periods, or until the maximum for each period of the contract is reached. Work is issued on delivery orders; the minimum guarantee is 10% of the contract award amount for each period. The maximum estimated amount of work is between $500,000.00 and $1,000,000.00 for the Base Period, between $250,000.00 and $500,000.00 for Option Period One, and between $100,000.00 and $250,000.00 for Option Period Two. Work will be subject to the Davis Bacon Act labor wages. All responsible sources from both small and large business concerns may submit a bid which shall be considered. Standard Industrial Code is 1761. Specs available 20 December 1996. A site visit is scheduled for 08 January 1997 at 9:00 A.M. Telephone requests for this solicitation package will not be accepted. Facsimile requests ((619) 339-2258) will be accepted, please include firm name, address, phone number, whether small or large business and bidding as prime or subcontactor. CITE: (M-339 SN008981) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--LOCK ASSEMBLY. SOL SP0750-96-Q-0406 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, Robert Garman, (614)692-1329. DESC: PR-NO: YPC96312001181 NSN 1015-01-216-7055, CAGE 19200 Part No 9376314 lock assembly. per army drawing 19200 9376314. 38 -AY Del to New Cumberland PA 17070-5001 Del by 90 days after date of award. 40 -AY Del to Lathrop CA 95330 Del by 90 days after date of award. See NOTE 1. Small business size standard is 1,000 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)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-339 SN008626) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 10--COVER ASSEMBLY. E/I FEED MECHANISM MK 7 MOD 2 SOL SP0750-97-Q-0356 DUE 012497 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) Sharon Harper (614) 692-1170 DESC: PR-NO: YPC96016001552 NSN 1005-00-311-1963, CAGE 08092 Part No BUWEPSDWG880843 CAGE 30003 Part No 880843 CAGE 82577 Part No 880843 cover assembly. I/A/W Naval Air Systems Command Dwg NR 880843. 10 -EA Del to (Call contracting office) Del by 30 days after date of award. See NOTE 1, 9. Small business size standard is 1000 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications, cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Automated 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 solicitaiton. This MOD is being issued to correct the solicitation number from SP0750-96-X-5591 to read SP0750-97-Q-0356. CITE: (I-339 SN008637) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--MAGAZINE, CARTRIDGE. E/I HECKLER AND KOCH, SUBMACHINE GUN, 9 MM, SOL SP0750-97-Q-0373 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) Shirley Spratt (614 ) 692-3971 DESC: PR-NO: YPC96297000793 NSN 1005-01-422-4068, CAGE 3T821 Part No 215608 magazine, cartridge. Heckler and Koch Inc (code 3T821) P/N 215608. **** 390 -EA Del to Lathrop CA 95330 Del by 30 days after date of award. 395 -EA Del to New Cumberland PA 17070-5001 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 urestricted 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 facotr 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-339 SN008640) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: U.S. Army ARDEC, AMSTA-AR-PCM-G, Bldg 9, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: 10 -- PROCESS IMPROVEMENT FOR CENTERLESS GRINDING 25MM SOL DAAE30-97-Q-1066 DUE 012197 POC Theresa J. Niederhaus, e-mail=tneider, 201-724-3362; Contracting Officer, John H. Beeman. DESC: Process improvement for Centerless Grinding of Depleted Uranium 25MM Projectiles in accordance with Statement of Work and applicable documents in RFQ DAAE30-97-Q-1066. This is a sole source requirement for Aerojet Ordnance, Jonesborough, Tennessee. Note 22. Information regarding this action can be accessed at http://procnet.pica.army.mil. CITE: (I-339 SN008722) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 10--Weapons OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQL), Rock Island, IL 61299-7630 SUBJECT: 10 -- CONTROL HANDLE, ASSE SOL DAAE20-96C0254 DUE 012797 POC Contract Specialist: Vickie Buzzell (309) 782-4650, PCO: John E. Holmgren (309) 782-4836 DESC: 1015-01-204-9984, Part Number 9376276. C.W.S. Control Handle Assy - An electro-mechnanical item consisting of various plug connectors, card assy, switches, housing assy, electrical wiring and machined components. Castings required. Requirements are 82 each Control Handle, Asse. For use on the M1A1 Tank. FOB is Destination. All or part of this action is an unfunded FY97 requirement. This requirement is an add-on to DAAE20-95C0254 with Borisch Mfg. Corp. This notice is published for subcontracting purposes only. All ACALA solicitations are available for viewing/downloading, in addition to Procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. CITE: (I-339 SN008943) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: 13 -- CNTR CYLINDER, FIBERBOARD SOL DAAA0997B0011 POC CONTACT THE CONTRACT SPECIALIST: Dawn Sherwin (309)782-6127, Contracting Officer: Pat Martel (309)782-3612 DESC: Special attention must be given when addressing requests for solicitations and bids/offers. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance to solicitation instructions may result in a late bid which cannot be considered. Written, fax, or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE, a CAGE code has been assigned to you) along with your name, address, data fax number, and solicitation number. The fax number for requests is (309)782-4803. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All IOC solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS is accessible electronically 24 hours a day via modem at (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt depress the 'ENTER' key. Information obtained through AAIS is also available on the Internet. Prospective customers may now access the IOC home page at http://www-ioc.army.mil/. The current method of accessing data through AAIS will remain in place until February 7, 1997. At which time access using modems and login will be discontinued. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. Issue Date: 6 Jan 97, Bid opening date: 20 Feb 97. NSN: 8140-00-859-8011, Qty: 20,590, Unit of Issue: each, Part Number: 8883478. End Item: rocket Motor 2.75 in models MK$ and MK40, NSN Description: Fiberboard Ammunition Container, FOB Destination. CITE: (I-339 SN008719) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 -- RING, OBTURATING SOL DAAA03-97-T-0021 DUE 011597 POC Retha Sprinkle, Purchasing Agent, (501) 540-4092. DESC: Ring, Obturating IAW Dwg 11751152E dtd 2 Oct 92 & MIL-R-48401A w/not dtd 12 Sep 91. Qty: 90,000 each. F.O.B. Destination, Pine Bluff Arsenal, AR 71602-9500. Quote No: DAAA03-97-T-0021 to issue on or about 30 Dec 96 with opening on or about 20 Jan 97. All responsible small business sources may submit a quote to be considered by the Contracting Office. To receive a copy of solicitation package, fax to 501/540-4090 or 501/540-3730, or write to the above listed address. See Numbered Note(s): 1. CITE: (I-339 SN008951) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 -- SETTER, FUZE SOL DAAA03-97-T-0020 DUE 011597 POC Retha Sprinkle, Purchasing Agent, (501) 540-4092. DESC: Setter, Fuze, MTSQ M776/DM93, IAW DWG 12929246B dtd 22 April 91 and QAP 12929246, dtd 10 May 90. Qty: 10,000 each, with 100% option. FOB: Destination, Pine Bluff Arsenal, Pine Bluff, AR 71602-9500. Quote No: DAAA03-97-T-0020to issue on or about 30 Dec 96 with opening on or about 15 Jan 97. All responsible small business sources may submit a quote to be considered by the Contracting office. To receive a cioy of solicitation package, fax to 501/540-4090 or 501/540-3730, or write to address listed above. See Numbered Note(s): 1. CITE: (I-339 SN008952) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought OFFADD: US ARMY INDUSTRIAL OPERATIONS COMMAND, ATTN: AMSIO-ACS, ROCK ISLAND, IL. 61299-6000 SUBJECT: 13 -- SOURCES SOUGHT/MARKET SURVEY SOL N/A POC CONTACT THE CONTRACT SPECIALIST: John Hayden (309)782-3420, Contracting Officer: John Hayden (309)782-3420 DESC: Special attention must be given when addressing requests for solicitations and bids/offers. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance to solicitation instructions may result in a late bid which cannot be considered. Written, fax, or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE, a CAGE code has been assigned to you) along with your name, address, data fax number, and solicitation number. The fax number for requests is (309)782-4803. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All IOC solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS is accessible electronically 24 hours a day via modem at (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter 'aais' at the 'LOGIN' prompt. At the 'PASSWORD' prompt depress the 'ENTER' key. Information obtained through AAIS is also available on the Internet. Prospective customers may now access the IOC home page at http://www-ioc.army.mil/. The current method of accessing data through AAIS will remain in place until February 7, 1997. At which time access using modems and login will be discontinued. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. The U>S> Army Industrial Operations Command is seeking to identify historically black colleges and universities (HBCUs) and minority institutions (MIs) interested in and capable of constructing an environmental Geographic Information System (GIS) data set for one of its Army installations. The potential contract effort may include identifying and assembling public data from Federal and state sources, constructing a base map of the Army installation, performing field verification, identifying and integrating available installation infrastructure data, and reviewing; assembling and integrating environmental studies and conservation data which the Government may provide. The GIS data must meet all mge Tri-Service CADD/GIS standards (MGE is a registered trademark of Intergraph Corp). The Tri-Service CADD/GIS standards can be obtained from the U.S. Army Engineer Waterways Experiment Station, 3909 Halls Ferry Road, Vicksburg, MS 39180-6199 (phone 601-634-2664), or accessed on the Internet at htp://mr2.wes.army.mil. Interested HBCUs and MIs must provide the following information, not to exceed three pages: describe the institution's capability and experience with GIS, MGE and the Tri-Service CADD/GIS standards, and any environmental expertise; also, since field work at an Army installation may be required, indicate any geographical limitation or preference. The proposed effort is being considered as a 100% set-aside for HBCUs and MIs, as defined by the clause at 252.226-7000 of the Defense Federal Acquisition Regulation Supplement. Interested HBCUs and MIs should provide to the Contracting Officer, no later than 14 February 1997, the requested evidence of their capability to perform the proposed effort, and a positive statement of their eligibility as an HBCU or MI. Contracting Officer is John F. Hayden, Hqs IOC, AMSIO-ACE-D, Rock Island, IL 61299-6000 (phone 309)782-3420, fax 309-782-3804). Technical POC is Bruce Daasch, HQS IOC, AMSIO-EQE, Rock Island, IL 61299-6000 (309-782-0384, fax 309-782-1457). CITE: (I-339 SN008734) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought OFFADD: U.S. Army TACOM-ARDEC, AMSTA-AR-PCW-D, Bldg 10, Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: 13 -- 5.56MM M995 AND 7.62MM M993 ARMOR PIERCING CARTRIDGES. SOL N/A DUE 010397 POC Mary Ann Moreau email=mmoreau, Contract Specialist, 201-724-2016; Michael W. O'Connell, Jr., Contracting Officer, 201-724-6630. DESC: This is a sources sought/market survey for 5.56mm M995 Armor Piercing Cartridges and 7.62mm M993 Armor Piercing Cartridges. Both of these cartridges utilize Tungsten cores in the bullets to provide better penetration capabilities against lightly armored vehicles and fortifications than the 5.56mm M855 and 7.62mm M80 service Ball cartridges. The 5.56mm M995 will be used in the M16 Rifle, the M4 Carbine and the M249 Squad Automatic Weapon. The 7.62mm M993 will be used in the M60 and M240 Machine Guns and the M24 Sniper Rifle. A basic production contract will be awarded in 3QFY97 for a quantity of 1,150,000 each of 5.56mm M995 AP cartridges. The contract will include options for 1.125 M cartridges in FY98, 1.100 M cartridges in FY99, 1.075 M cartridges in FY00 and FY01. A basic production contract will be awarded in 3QFY97 for a quantity of 920,000 each of 7.62mm M993 AP cartridges. The contract will include options for 0.825 M cartridges in FY97, 0.810 M cartridges in FY98 and 0.785 M cartridges in FY99. All responsible interested sources are encouraged to submit their capabilities/qualification data in regard to the above no later than 3 Jan 97 to Commander, U.S. Army TACOM-ARDEC, ATTN: AMSTA-AR-PCW-D, Mary Ann Moreau, Bldg. 10, Picatinny Arsenal, NJ 07806-5000. All information is to be submitted at no cost or obligation to the Government. Please include company name, address, telephone number, technical point of contact, brochures/literature. This is only a Market Survey. Respondents must demonstrate a high rate production capability and delivery for these cartridges. Information regarding this action can be accessed at http://procnet.pica.army.mil. Note 25 shall apply. CITE: (I-339 SN008750) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 13--Ammunition and Explosives--Potential Sources Sought OFFADD: U.S. Army ARDEC, AMSTA-AR-PCW-C, Bldg 10 Picatinny Arsenal, New Jersey 07806-5000 SUBJECT: 13 -- DIRECT AND INDIRECT FIRE MORTAR FUZE FOR 81MM AND 120MM MORTAR SYSTEMS SOL N/A POC Contact Mr. Drew Diedalis, Program Engineer, (201) 724-5802. DESC: The U.S. Government is looking for literature regarding a NDI Direct/Indirect Fire Mortar Fuze. NDI fuzes requiring minor design modifications to meet stated requirements are acceptable. Discussion of modifications should be provided with sufficient detail to determine level/extent of modifications. This information is for informational purposes only, and will be provided at no cost to the Government. The fuze must meet the following requirements: a. Compatible with existing 81MM and 120MM Mortar HE cartridges and weapon systems, including the 3 meter British Royal Ordnance Breech Loaded Mortar (muzzle velocity of 72 meters/sec to 440 meters/sec), b. Ability to be fired from -10 degrees to 90 degrees gun elevation, c. Fuze functions: PDSQ and delay, d. Safety requirments of MIL-STD-1316D, e. Performance requirements of MIL-STD-1512, MIL-STD-1385, MIL-STD-461, MIL-STD-462, MIL-STD-1795, MIL-STD-1757, MIL-STD-2169, MIL-STD-331B, and MIL-STD-810E, f. Delay backup for the SQPD function mode, g. Minimum safe arming distance: 100 meters, h. All arming distance: 150 meters, and i. Graze performance: 80% at 2 degrees impact angle. Request all responses be sent to PM Mortars, ATTN: AMCPM-MO/Drew Diedalis, Picatinny Arsenal, NJ 07806-5000, no later than 2 January 1997. CITE: (I-339 SN008984) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 14-PANEL,STRUCTURAL,AI SOL N0038397QN045 DUE 011397 POC Contact Point, Dorothy Henderson, 0233.06, (215)697-2814, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-1420-01-423-0535-LU, Ref Nr 65523-00007-065, Qty 30 EA, Delivery FOB Origin-----, Drawings not available., See Note 22 CITE: (I-339 SN008659) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-CANOPY,MOVABLE SOL N0038397QD071 DUE 011397 POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462, Fax, (215)697-0491, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1560-01-394-7581-GF, Ref Nr 74A350004-1017, Qty 3 EA , Delivery FOB Origin-----, Because the part requires engineering source approval, this requirement will be restricted to McDonnell Douglas Aerospace. The estimated award date is 21 April 1997., See Note 22 CITE: (I-338 SN008597) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-FLAP,WING LANDING SOL N0038397QD073 DUE 011397 POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462, Fax, (215)697-0491, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1560-01-399-1175-GF, Ref Nr 74A180003-1015, Qty 4 EA , Delivery FOB Origin-----, Because of the unavailability of drawings or other data, this requirement will be restricted to McDonnell Douglas Aerospace. The estimated award date is 21 April 1997., See Note 22 CITE: (I-338 SN008598) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-AILERON SOL N0038397QD076 DUE 011397 POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462, Fax, (215)697-0491, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1560-01-383-3273-GF, Ref Nr 74A170004-1025, Qty 11 EA, Delivery FOB Origin-----, Because of the unavailability of drawings or other data, this requirement will be restricted to McDonnell Douglas Aerospace. The estimated award date is 21 April 1997., See Note 22 CITE: (I-338 SN008599) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-AILERON SOL N0038397QD079 DUE 011397 POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462, Fax, (215)697-0491, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1560-01-383-3284-GF, Ref Nr 74A170004-1027, Qty 15 EA, Delivery FOB Origin-----, Because of the unavailability of drawings or other data, this requirement will be restricted to McDonnell Douglas Aerospace. The estimated award date is 21 April 1997., See Note 22 CITE: (I-338 SN008600) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-AILERON SOL N0038397QD080 DUE 011397 POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462, Fax, (215)697-0491, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1560-01-383-3294-GF, Ref Nr 74A170004-1028, Qty 13 EA, Delivery FOB Origin-----, Because of the unavailability of drawings or other data, this requirement will be restricted to McDonnell Douglas Aerospace. The estimated award date is 21 April 1997., See Note 22 CITE: (I-338 SN008601) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-AILERON SOL N0038397QD083 DUE 011397 POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462, Fax, (215)697-0491, Twx, Not-avail, Contracting Officer, Joseph E Landy, 0221.02, (215)697-2856 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1560-01-383-3312-GF, Ref Nr 74A170004-1026, Qty 13 EA, Delivery FOB Origin-----, Because of the unavailability of drawings or other data, this requirement is restricted to McDonnell Douglas Aerospace. The estimated award date is 21 April 1997., See Note 22 CITE: (I-338 SN008602) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-SEPARATOR ASSEMBLY SOL N0038397QN043 DUE 011397 POC Contact Point, Dorothy Henderson, 0233.06, (215)697-2814, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1560-01-309-0191-NU, Ref Nr 65316-12037-044, Qty 8 EA, Delivery FOB Origin-----, Drawings not available, See Note 22 CITE: (I-339 SN008660) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: Headquarters Aeronautical Systems Center, ASC/YCK, Building 558, 2590 Loop Road West, Wright-Patterson Air Force Base, OH 45433-7142 SUBJECT: 15 -- C-17 INTERIM CONTRACTOR SUPPORT WITH FLEXIBLE SUSTAINMENT PROGRAM SOL F33657-97-R-0008 DUE 010297 POC Contracting Officer, Roger Mullins, 937/255-1079. DESC: The purpose of this sources sought synopsis is to identify prime offerors who meet the requirements identified below. The C-17 Interim Contractor Support (ICS) with Flexible Sustainment program is designed to satisfy the Government's goals of achieving improvements in logistics support and mission readiness while reducing operating and support costs. Flexible Sustainment is an interim program (1998-2005) which provides total program depot-level maintenance support (with the exception of engines and maintenance/aircrew training devices) during the current C-17 production schedule. Organizational-level maintenance will remain with the Air Force. This effort is a culmination of existing support contracts and post-BRAC planned organic depot support. Contract award is estimated to occur in the first quarter of fiscal year 1998. Flexible Sustainment goals are to adopt world class business practices, integrate commercial and military industrial bases, depend on performance specifications and commercial standards, streamline processes to reduce cost and cycle time, and streamline technology insertion processes. The attainment of these goals will result in increased C-17 readiness and decreased life cycle costs. The offeror must provide single point management for all C-17 sustainment activities including: program management, materiel management, sustaining engineering, heavy aircraft maintenance, control of support assets, data, and quality assurance. Establish or demonstrate the capability for Program Management - plan for support of entire C-17 fleet, budget, execute, and report program performance for an ICS program for the C-17 air vehicle and associated peculiar support equipment, establish contracts where appropriate to provide sources of supply and repair for products and services available within both government and industry, and provide the government direct access to integrated management information components. In the area of Materiel Management - show the capability for supply support in managing, cataloging, determining requirements, procuring, distributing, engineering, modifying, performing depot level repair of reparables, overhauling, and disposing of materiel. This would include the establishment of Contractor Operated Support Sites (COSS) for high demand items, flyaway kit replenishment, and enroute replenishment at each of four Main Operating Bases. Perform Sustaining Engineering including: airworthiness support, support engineering, Reliability Based Logistics (RBL) software planning and execution, failure investigations, and Configuration Management. Conduct Aircraft Heavy Maintenance - plan and perform all scheduled/unscheduled depot level heavy maintenance/repair, corrosion control, paint/depaint, Analytical Condition Inspection, Aircraft Battle Damage Repair, modifications, and be able to support contingency operation surges. Control Support Assets - manage support equipment and spares to meet program requirements. In the area of Data and Configuration Management, Data and Engineering Management - provide a disciplined, efficient, time responsive system which documents engineering changes to include form, fit, function and interface (F3I), share data with the Government in an electronic environment, and delineate current C-17 fleet configuration baseline(s) and outstanding Class I, II and III changes not incorporated into drawings. These areas would also include provisioning, Logistics Support Analysis Report, and technical orders. Coordinate as necessary with the training systems contractor and engine contractor through provisions of the Contractor Enabling Agreement to ensure weapon system integration. Develop a quality assurance program that will ensure system performance requirements and continuous improvements are met throughout the sustainment period. The offeror must: 1) possess or demonstrate the ability to possess program management, logistics, maintenance, engineering, financial, and contracting personnel, 2) possess or demonstrate the ability to possess the materiel, engineering, factory, and physical facilities, 3) have demonstrated recent military aircraft sustainment responsibility, and 4) show evidence of these capabilities. The offeror shall indicate their size status in relation to SIC code 3721. Interested contractors are requested to submit a Statement of Capability (SOC) that demonstrates the capability to sustain the C-17 fleet as stated in the concepts above. The SOC should include a list of previous experience including but not limited to government contracts. The SOC shall be unclassified and the information submitted should be pertinent to and identify the offeror's capability as related to the technical effort as requested above. Do not provide advertisement brochures. The SOC is limited to 10 pages and must be received not later than 06 Jan 97. Replies received later than this date and responses by telegram or fax may not be honored. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to contact ASC's Ombudsman, Mr. Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB, OH 45433-7642, at (937) 255-3855. 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. Direct all requests for solicitation and routine communication concerning this acquisition to Mr. Roger Mullins, Contracting Officer, ASC/YCK, Bldg 558, Rm 009, 2590 Loop Road West, Wright-Patterson AFB, OH 45433-7142, at (937) 255-1079. CITE: (I-339 SN008759) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-ARM ASSY,SHOCK STRU SOL N0038397RA053 DUE 012397 POC Contact Point, Joel M Hoffman, 0223.09, (215)697-3534, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Kent Hall, 0223.03, (215)697-6548 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1620-00-807-9722-BP, SPEC NR TDP VER 003, Ref Nr 901541-1, Qty 15 EA, Delivery FOB Origin----- DRAWINGS NOT AVAILABLE. Due to the unavailability of drawings or other data, competition will be restricted to (17576) Coltec/Menasco Aerosystems and (36164) Heroux Inc. Requests for copies of solicitations should be FAXED to (215) 697-3161. Estimated Award Date is 22 APR 97., See Note 22 CITE: (I-338 SN008603) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 CYLINDER SOL SP0770-97-Q-MD85 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 Bruce rose, 614-692-3818. DESC: PR-NO: NPC96291000861 NSN 1620-00-494-7154, CAGE 13002 Part No 9754F4 piston, cylinder. BFGoodrich (13002) P/N 9754F4. 15 -EA Del to Norfolk VA 23512-0001 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-339 SN008617) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--CRANK ASSEMBLY, INPUT SOL SP0770-97-Q-MG09 DUE 010797 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: YPC96310002462 NSN 1650-01-018-8315, CAGE 82106 Part No 60150-7 crank assembly, input. Parker-Hannifin Corp P/N 60150-7. 8 - EA Del to (Call contracting office) Del by 45 days ADO. Solicitation not available until 15 days after published in the CBD. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final 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-339 SN008643) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-BLADE,ROTARY WING SOL N0038397QN049 DUE 011397 POC Contact Point, Maria C Allen, 0233.01, (215)697-3770, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-1615-00-173-7439-AH, Ref Nr 204-012-001-27, Qty 30 EA, Delivery FOB Origin-----. There are no drawings available., See Note 22 CITE: (I-339 SN008661) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-CONCENTRATOR,OXYGEN SOL N0038397RP384 DUE 011397 POC Contact Point, Sandra A Parker, 0222.03, (215)697-3374, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 7R-1660-01-296-3766-LX, Ref Nr 3261009-0105, Qty 10 EA, Delivery FOB Origin, See Note 22 CITE: (I-339 SN008662) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: Defense Contract Management Command, McDonnell Douglas Aerospace, P.O. Box 516, St. Louis, MO 63166-0516 SUBJECT: 16--GFP/GFE/GOM TO AID IN DEVELOPMENT OF THE F/A-18 ADVANCED TARGETING FLIR PROTOTYPE SOL ADV F/A-18-310C-089 POC Sr. Principal Procurement Agent, Brad McCluskey, 314/232-7630 DESC: McDonnell Douglas Corporation (MDA) shall be the point of contact for industry requests for any GFP/GFE/GOM, Government facilities and/or Government personnel time to aid in development of the Advanced Targeting FLIR (ATFLIR) prototype units for the F/A-18 Advanced Targeting FLIR program. Should your company request any government property for the purposes of the F/A-18 ATFLIR program all requests shall be submitted in writing to the MDA Procurement Agent. All requests shall require Government approval prior to release or use of any GFP/GFE/GOM, Government facilities and/or Government personnel time. At a minimum your request shall identify the following: 1) Description/Nomenclature/Part Number, 2) Quantity, 3) Need Date, 4)Period of Performance/Period of Use, 5)Brief description for intended use, 6) Modification for requested loan, if applicable, 7) Demodification to requested loan if applicable, 8) Rent/Rent Free, 9) Interference/Non-interference, 10) Government facilities required, 11) Government personnel's names, location, and codes, 12) Shipping Address, 13) Point of Contact for receipt of GFP/GFE/GOM. In the event there are GFP/GFE/GOM presently at your facility that you could utilize for the subject effort on a rent free non-interference basis you are requested to identify the subject equipment, authorizing government contract number and property tag numbers in addition to the information as requested above. A copy of your company's Government approved property system is requested to best streamline the supplier's request and reduce the customer's approval cycle time. Should your company wish to request Alternate (1) Risk of Loss and Limitation of Liability in accordance with FAR 52.245-2 ALT(1) and FAR 52.245-24, your company may do so providing the requested data as stipulated in the appropriate FAR's is provided to process your request. Authorization of GFP/GFE/GOM, Government facilities, and/or Government personnel shall result in no cost to either MDA or the U.S. Government. To process your company's request assume ninety days cycle time after submittal prior to receiving MDA/Government authorization. This notice does not represent a firm solicitation. A response to this announcement will not assure the subsequent procurement of any equipment from a source outside MDA nor does it assure your company will be placed on a list of bidders should MDA conduct a competition to procure any equipment from an outside source as a result of this activity. Nothing in this letter shall be construed in any manner to be an obligation to enter into a subcontract or to result in any claim whatsoever for reimbursement of cost for any effort expended by your company including a response hereto. CITE: (W-339 SN008771) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BRACKET ASSEMBLY. EXCEPTION TO DWG.626686 REV.A: SOL SP0760-97-R-2121 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)Gwen Lawson, (614)69 2-2766. DESC: PR-NO: YPC96261000420 NSN 1710-00-919-0553, CAGE 80020 Part No 612466-1 bracket assembly. MFG.I/A/W Navy dwg.612466 and associated Dwgs. To their latest revisions. P/N 612466-1 151 -EA Del to Norfolk VA 23512-0001 Del by 260 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 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. Proposed procurement contains a 100% option for increased quantities. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final 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 decisionwill 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-339 SN008619) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling Equipment OFFADD: Contracting Officer, NDANG/LGC, 1400 28th Ave. N., Fargo, ND 58102-1051 SUBJECT: 17--AIRCRAFT ARRESTING SYSTEM RADIO CONTROLS SOL DAHA32-96-T2001 DUE 122396 POC Dwight A. Murphy, SMS, Contracting Officer, (701) 241-7332. DESC: Aircraft Arresting System Radio Controls for BAK-14, Motorola P/N PAACS-1. It is the intent of the Government to issue a sole source procurement to Motorola Inc., 1402 West Division St., Grand Island, NE 68801. The Government intends to use Simplified Acquisition Procedures. See Note 22. CITE: (M-339 SN008895) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 20--Ships and Marine Equipment OFFADD: U.S. Army Engineer District, Philadelphia, PA. Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390 SUBJECT: 20--REDUCTION GEARS FOR PROPULSION ENGINE ON THE DREDGE MCFARLAND SOL DACW61-96-R-0006 DUE 011696 POC John Sheplock, (215) 656-6867, Contract Specialist. DESC: The U.S. Army Corp of Engineers, Philadelphia District intends to award a sole source fixed price contract to Lufkin Industries, Inc., for manufacture of reduction gears which are necessary for the overhaul of the Dredge McFARLAND. Solicitation DACW61-97-R-0006 will be issued on or about December 13, 1996 with a closing date of January 16, 1997 at 1400 hours. These parts are proprietary to Lufkin Industries. The Standard Industrial Classification for this procurement is 3499 with a size standard of 500 employees or less. Note 22 applies to this solicitation. CITE: (M-339 SN008961) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 25--TRANSMISSION AND CO SOL DAAE0797RT196 DUE 020397 POC For a solicitation copy or for information on this procurement, Call Pamela Kostowny (810) 574-8096 DESC: NSN: 2520013971074, qty: 15, FOB: origin, opt: 150% item: X200-4A transmission assembly and container. PN: MIL 12371043. see NOTE: 22. The offer due date is on O R about 020397 (see soliciation for actual offer due DA te). CITE: (I-338 SN008524) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--REMOTE CONTROL UNIT, CRANE. ON LAV-25 SOL SP0750-97-Q-0383 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Jim Duffala (614) 6 92-1679 DESC: PR-NO: YPC96138000960 NSN 2590-01-223-4086, CAGE 36513 Part No HIAB500-796 CAGE 56161 Part No 10501392 remote control unit, Crane. Per GM/Canada (56161) Part No. 10501392 or Atlas polar (36513) Part No. 500-796-01. 9 -EA Del to Richmond VA 23297-5900 Del by 120 days after date of 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 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 combination of price and past performance as described in this solicitation. Automated Best Value Model (abvmm) 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 perofrmance as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-339 SN008618) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--COVER ASSEMBLY, DRIVER'S HATCH. EXCEPTION TO DRAWING: USE ANSI/AWS A5.10 IN LIEU OF SOL SP0750-97-Q-0403 DUE 012497 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) Kreston Harris (614 ) 692-4680 DESC: PR-NO: YPC96264000728 NSN 2510-00-936-2287, CAGE 19207 Part No 8756697 cover assembly, driver's hatch I/A/W U.S. Army drawing number 8756697. 25 -EA Del to Lathrop CA 95330 Del by 120 days after date of award. 55 -EA Del to New Cumberland PA 17070-5001 Del by 120 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 specifications cannot be provided by DSCC. Automated best balue 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-339 SN008621) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--GUARD, SPLASH, VEHICULAR. LEFT HAND SIDE. ON 5 TON TRUCK: M939. THE USE OF PERMANENT INK SOL SP0750-97-Q-0393 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) Ken Cotton (614) 69 2-2532 DESC: PR-NO: YPC96310002667 NSN 2540-01-093-4305, CAGE 19207 Part No 12255849 guard, splash, vehicular. left hand side. used on 5 ton trucks: M939; M936. in accordance with U.S. Army Tank Automotive command drawing number 12255849. 1,018 -EA Del to New Cumberland PA 17070-5001 Del by 60 days after date of award. 631 -EA Del to Lathrop CA 95330 Del by 60 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, Attn: dsccvtrd, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614) 692-2998 or Call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be be based upon a combination of price and past performane as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-339 SN008644) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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. TO INCLUDE SHIPPING CONTAINER. SOL SP0770-97-Q-MG15 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) Laurie Gambert/614692-4279. DESC: PR-NO: YPC96310002718 NSN 2590-21-908-3127, CAGE 35907 Part No 45320 N7A/39050 lro 08060501S CAGE 38298 Part No mq-7213908 winch, drum, vehicle mounting. I/A/W director general land equipment P/N N7A/39050 lro 08060501S and military equipment mil-quip Inc. P/N mq-7213908. 5 -EA Del to Cherry Point NC 28533-5001 Del by 90 days ADO. Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This is an 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-339 SN008645) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 25--Vehicular Equipment Components OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC(FQE), Rock Island, IL 61299-7630 SUBJECT: 25 -- BOX ACCESSORIES SOL DAAE20-96T0499 DUE 010397 POC Contract Specialist: Cheryl Callison (309)782-4843, PCO: John E. Holmgren (309)782-4836 DESC: 2540-01-055-2061, Part Number 12252140, requirements are 91 ea Box, Accessories. For use of the M60 Tank. Proposed contract is a 100 percent small business set-aside. All or part of this action is an unfunded FY97 requirement. Estimated issue date of this solicitation is 112096. FOB is Destination. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309)782-4728. Electronic requests may be accepted through the Automated Acquisition Information System(AAIS). All ACALA solicitataions are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. CITE: (I-339 SN008941) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 26--Tires and Tubes OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 26--TIRE, PNEUMATIC SOL DAAE0797RT045 DUE 020397 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call William Vantrease (810) 574-7833 DESC: NSN: 2610004898079, qty:, FOB: destination, opt: none item: pneumatic tire, 8.75-16.50, load range D, Bias, T ubeless, new, over the Road light truck, Fed spec ZZ-T- 381R. two (2) year requirments contract with DVD/EDI. E stimated annual requ see NOTE: none. All responsible S ources may submit an offer which will be considered. T HE offer due date is on or about 020397 (see soliciatio N for actual offer due date). CITE: (I-338 SN008523) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-IMPELLER GROUP SOL N0038397QA048 DUE 011397 POC Contact Point, Tyrone White, 0223.12, (215)697-2118, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Donald F Mcgettigan, 0223.02, (215)697-6549 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-2835-01-271-8787-CS, Ref Nr 3842061-3, Qty 2 EA, Delivery FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE NOT AVAILABLE FROM NAVICP.---, See Note 22 CITE: (I-338 SN008604) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-CASE,TURBINE SOL N0038397QM078 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-00-060-0514-SN, Ref Nr 6020T59G02, Qty 14 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008663) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-BLADE,COMPRESSOR RO SOL N0038397QM079 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-00-163-3332-SN, Ref Nr 6037T17P01, Qty 8647 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008664) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-LINER,COMBUSTION SOL N0038397QM083 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-031-3697-SN, Ref Nr 6900T22G01, Qty 13 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008665) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-BLADE, LPT SOL N0038397QM086 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-398-3813-TN, Ref Nr 6084T11P03, Qty 760 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008666) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-LINER,OUTER RING SOL N0038397QM087 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-429-8062-TN, Ref Nr 4903T26G02, Qty 30 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008667) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-LINER,OUTER RING SOL N0038397QM088 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-429-8063-TN, Ref Nr 4903T26G03, Qty 30 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008668) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-LINER,INNER RING SOL N0038397QM089 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-429-8064-TN, Ref Nr 5901T17G02, Qty 28 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008669) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-LINER,INNER RING SOL N0038397QM090 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-429-8067-TN, Ref Nr 5901T17G03, Qty 28 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008670) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-VANE,SEGMENT & SEAL SOL N0038397QM094 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-390-9200-TN, Ref Nr 4058T69G12, Qty 927 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008671) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-SHROUD,STATOR SOL N0038397QM095 DUE 011397 POC Contact Point, Eharles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Charles J Farrell, 0232.03, (215)697-2572 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-2840-01-395-2748-TN, Ref Nr 6060T13G02, Qty 541 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008672) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-VANE,SEGMENT & SEAL SOL N0038397QM096 DUE 011397 POC Contact Point, Eharles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Charles J Farrell, 0232.03, (215)697-2572 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-390-9198-TN, Ref Nr 4061T00G15, Qty 1039 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008673) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-VANE,SEGMENT & SEAL SOL N0038397QM098 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-390-9206-TN, Ref Nr 4058T69G11, Qty 2844 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008674) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-NOZZLE,TURBINE,TURB SOL N0038397QM099 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-2840-01-372-2474-SN, Ref Nr 6030T01G23, Qty 6 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008675) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-FLAP,PRIMARY SOL N0038397QM102 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Edward G Morlock, 0232, (215)697-1063 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-396-0653-TN, Ref Nr 6060T79P01, Qty 4367 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008676) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-VANE,COMPRESSOR STA SOL N0038397QM103 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2840-01-131-0565-TN, SPEC NR TDP VER 003, Ref Nr 6045T18P02, Qty 5290 EA, Delivery FOB Origin-----. no DRAWINGS., See Note 22 CITE: (I-339 SN008677) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29-WEIGHT ASSY,SPEED SOL N0038397QA050 DUE 011397 POC Contact Point, Tyrone White, 0223.12, (215)697-2118, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Donald F Mcgettigan, 0223.02, (215)697-6549 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2915-00-929-6276-PQ, Ref Nr 2635936, Qty 161 EA, Delivery FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE NOT AVAILABLE FROM NAVICP.---, See Note 22 CITE: (I-338 SN008605) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29-CAMSHAFT ASSEMBLY SOL N0038397QA051 DUE 011397 POC Contact Point, Tyrone White, 0223.12, (215)697-2118, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Donald F Mcgettigan, 0223.02, (215)697-6549 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2915-01-043-2572-PQ, Ref Nr 2661058, Qty 65 EA, Delivery FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE NOT AVAILABLE FROM NAVICP.---, See Note 22 CITE: (I-338 SN008606) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--RADIATOR, ENGINE COOLANT SOL SP0740-97-Q-0506 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)Robert Schneider/ADA A5/(614)692-1743 DESC: PR-NO: YPC96317001598 NSN 2930-01-267-8747, CAGE 56661 Part No 810297 CAGE 98749 Part No 849155 radiator, engine coolant. Per Air Force drawing number 849155. 40 -EA Del to Lathrop CA 95330 Del 120 days after award. 33 -EA Del to New Cumberland PA 17070-5001 Del 120DAYS ater award. Small business size standard is 500 employees. 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 evaluatio of offers, the final award decision will be based upon a combination 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 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 th solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-339 SN008627) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--PIPE, EXHAUST. ON MODEL M44 2 1/2 TON MULTI-FUEL TRUCK. SOL SP0750-97-Q-0399 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) Ken Cotton (614) 69 2-2532 DESC: PR-NO: YPC96302002044 NSN 2990-00-117-0246, CAGE 19207 Part No 11677088 pipe, exhaust. I/A/W TACOM drawing number 19207 11677088 917 - EA Del to New Cumberland PA 17070-5001 Del by 120 days after date of award. 472 -EA Del to Lathrop CA 95330 Del by 120 days after date of award. See NOTE 1. Small business size standard is 500 employees. 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. 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 evalaution 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-339 SN008641) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29-MODULATOR ASSEMBLY SOL N0038397QM101 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-2920-01-338-0847-XQ, Ref Nr 7042M70G11, Qty 41 EA, Delivery FOB Origin-----. NO draWings., See Note 22 CITE: (I-339 SN008678) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 30--HOUSING, MECHANICAL SOL DAAE0797RT157 DUE 020397 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Sharon Patrick (810) 574-7152 DESC: NSN: 3040001571813, qty: 66, FOB: origin, opt: 100% item: housing, mecha see NOTE: 01. All responsible Sou rces may submit an offer which will be considered. The offer due date is on or about 020397 (see soliciation for actual offer due date). CITE: (I-338 SN008525) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 30-HOUSING ASSEMBLY SOL N0038397QA049 DUE 011397 POC Contact Point, Tyrone White, 0223.12, (215)697-2118, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Donald F Mcgettigan, 0223.02, (215)697-6549 DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-3040-01-332-8549-GF, Ref Nr 582312-4, Qty 28 EA, Delivery FOB Origin--DRAWINGS ADEQUATE FOR MANUFACTURING PURPOSES ARE NOT AVAILABLE FROM NAVICP.---, See Note 22 CITE: (I-338 SN008607) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--ACTUATOR, HYDRAULIC. SOL SP0750-97-R-2548 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Julie Lewis (614) 6 92-1097 DESC: PR-NO: YPC96262000904 NSN 3040-01-158-3087, CAGE 0CFU1 Part No 175000-1 CAGE 15515 Part No b-6377 CAGE 19207 Part No 12329716 CAGE 99215 Part No 58C58604 actuator, hydraulic. made in accordance with army drawing 19207 12329716 and all current related data. 24 -EA Del to New Cumberland PA 17070-5001 Del by 282 days after date of award. PR-NO: YPC96120001584 solicitation not available until 15 days after published in the CBD. Proposed procurement contains a 100% option for inccreased quantities. This is an unrestricted acquisition with a 10% preference for SDB concerns. 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-339 SN008620) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 30--GEARSHAFT, BEVEL. SOL SP0770-97-Q-MG16 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) Cheryl Offenburger/ PCCRBA3/614-692-7363 DESC: PR-NO: YPC96292001013 NSN 3040-01-130-6864, CAGE 0ZWK8 Part No 2040780-1 gearshaft, bevel. I/A/W allied MOOG Torrance Inc, P/N: 2040780-1. 60 -EA Del to Jacksonville FL 32212-0097 Del 180 days after date of award. 79 -EA Del to San Diego CA 92136-0000 Del 180 days after date of award. Solicitation not available until 15 days after published in the CBD. This acquisition is for supplies for which the government does not possess 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-339 SN008639) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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. SUBJECT: 31 -- BEARING, PLAIN, SELF- SOL DAAJ09-97-Q-0339 DUE 020397 POC Phil Eatherton, Contract Specialist, AMSAT-A-PLBB, 314-263-0733, Rita Surgeon, Contracting Officer, AMSAT-A-PLBB, 314-263-0742, Datafax 314- 263-9012. DESC: NSN: 3120-00-011-9167, Boeing's P/N: 114RS318-2, QTY: 3200 each. Applicable to the CH-47D Aircraft. FOB Destination to New Cumberland, PA 17070-5001. Required delivery with First Article Testing is 3200 each 330 DACA, first article test report is due 228 DACA. Required delivery without First Article Testing is 3200 each 240 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 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 Defense & Space Group, Philadelphia, PA 19042-0858, RBC Transport Dynamics Corporation, Santa Ana, CA 92702-1953, New Hampshire Ball Bearings Inc, Laconia, NH 03246-2937, Torrington Co, Torrington, CT 06790-4942, and Kahr Bearing, Tucson, AZ 85711. This is a 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 encourgaed to seek sources 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, Phil Eatherton, Contract Specialist, on 314-263-9012. See Numbered Notes 23, and 26. CITE: (I-339 SN008744) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, ANNULAR LAKE SHORE INC (34712) SOL SP0500-97-Q-C570 DUE 121796 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: John McCarty/HBC28/X0218. buyer: John McCarty/HBC28/X0218. DESC: PR-NO: YPI96169000729 NSN 3110-01-280-3665, 5 -EA Del to New Cumberland PA 17070-5001 Del by 07 Sep 96. RFQ due date: 17 Dec 96. Specs: Lake shore #503-01801-55, rotek #A20-55NID. Incremental bidding: primary quantity: 5 1ST alt qty: 10 2ND alt qty: 15 deliveries to CONUS (excluding Alaska). Delivery schedule: 280 days ADO. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. Approved sources are: Lake shore Inc. & rotek Inc. This purchase is for a national defense item and therefore restricted to U.S. sources. *17E. other NOTES: a written RFQ will be issued with an anticipated award date of 12-20-96. 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-339 SN008784) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 31--Bearings OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 31--BEARING, BALL, STACK SIKORSKY AIRCRAFT CORP. (78286) SOL SP0500-97-Q-E579 DUE 122696 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Lee Schiller/HCB21/X6942 buyer: L EE Schiller/HCB21/X6942 DESC: PR-NO: YPI96326000773 NSN 3110-00-947-6794, bearing, ball, stack; I/A/W Sikorsky Aircraft Corp., CAGE 78286/critical application item.... 4.3307 inches maximum @OVERALL outside diameter 3.6596 inches minimum and 3.6996 inches maximum 30 -SE Del to New Cumberland PA 17070-5001 Del by 10 Dec 97. RFQ due date 96 Dec 26 specs: bearing, ball 30 1ST alt quantity: 45 deliveries to CONUS(excluding Alaska) delivery schedule: 264 days offers will be evaluated with a 10% preference for small disadvantaged business concerns this contract action is for S upplies for which the government does not possess complete, unrestrictive technical data; therefore the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304 (C) (1) approved sources are: Torrington/Fafnir, MRC Bearings while price will be a significant factor in the evaluatio of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-339 SN008786) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O. Box 225, Stoneville, MS 38776-0225 SUBJECT: 36-COMBING MACHINE SOL 97-4431-006 DUE 020897 POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361 DESC: The USDA, ARS, Mid South Area, Stoneville, Mississippi intends to procure a sole source, lease to purchase contract, with Hollingsworth Saco Lowell, Inc., P. O. Box 516, Greenville, SC 29602 for a combing machine cotton designed to accept 10-1/2" wide laps up to 20" in diameter. Capability to run at an operating speed in excess of 250 nips/min. and to operate in two modes; feeding while detaching and feeding after detaching. All interested parties may express their interest and ability to meet the requirements through submission of clear and convincing documentation on their product to the contracting Officer within 15 days after the date of this notice. No solicitation documents exists and oral communications are not acceptable. See Numbered Note 22. CITE: (I-338 SN008518) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 36--Special Industry Machinery OFFADD: U.S. Department of the Interior, Office of Aircraft Services, 4837 Aircraft Drive, Anchorage, Alaska 99502-1052 SUBJECT: 36--AIRCRAFT FUELING DISPENSERS SOL RFQ8197-04 DUE 121796 POC Sally Turnbull, Procurement Technician, or Carolyn Petersen, Contract Specialist at (907) 271-3700. DESC: Purchase of six (6) skid-mounted aircraft fueling dispensers. All refueling dispensers shall be new, manufacturer assembled and tested, currently in production, and with a proven track record of reliability. CITE: (M-339 SN008898) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance Equipment OFFADD: 325th Contracting Squadron, 501 Illinois Avenue, Tyndall AFB, FL 32404-5526 SUBJECT: 38--ELECTRONIC CONE PENETROMETER TEST VEHICLE SOL F08637-97-R0002 DUE 122096 POC TSgt M.V. Hooks, Contract Specialist, 904-283-8613, fax 904-283-8613, fax 904-283-3963, Msgt Brian J. Andrade, Contracting Officer. DESC: The Contracting Office at Tyndall AFB, FL is seeking firms that can provide one each Electronic Cone Penetrometer Test Vehicle. Truck mounted cone penetrometer system for use by the AFCESA Pavements team as a contingency van for airfield pavement testing. The unit is assembled on a 10 ton GMC Topkick (or equal) dual speed truck chassis to specifications. Major features include a PTO hydraulic system, hydraulic electronic cone penetrometer, hydraulic pop-up-top, all hydraulic pavement drill, and a built-in water tank for the pavement drill and added weight during penetration measurements. Maximum gross weight of the unit shall not exceed 28,000 pounds. Delivery to Tyndall AFB, FL. This is a presolicitation notice, and will not be followed by a presolicitation conference. All responsible sources may submit an offer which will be considered. Request interested firms submit information pertaining to their Management, Engineering, and Production capabilities to this office. Request companies that are interested in this acquisition furnish the afforementioned capabilities within one week of publication of this synopsis. Only written/faxed request for a copy of the solicitation and specifications will be honored. For additional information contact TSgt Hooks, Contract Specialist at (940) 283-8613. CITE: (M-339 SN008914) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--SWIVEL, JAW AND JAW 30003 NAVAL AIR SYSTEMS COMMAND SOL SP0500-97-Q-E455 DUE 123096 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: YPI96283004902 NSN 4030-00-838-1282, steel comp 316 or steel comp 440FSE or steel comp 203EZ or steel comp 303 or steel comp 303MA or steel comp 303PB or steel comp 303SE or steel comp 303 plus X or steel comp 303CU or steel comp 416 or steel comp 416SE or steel comp 416 plus X or steel comp 420F or steel comp 420FSE or steel comp 430F or steel comp 430FSE or steel comp 440F @SURFACE treatment passivate @OPENING width 0.650 inches nominal @LEG END thickness 1.180 inches nominal @REACH length 6.380 inches nominal 100 -EA Del to Tracy CA 95376-5000 Del by 14 Dec 96. RFQ due date: 30 Dec 96. Specs: Dwg NR 30003 2554966 Rev F PC 2 DTD 77 Jan 12. Primary quantity: 100. Deliveries to CONUS (excluding Alaska). Delivery schedule: 90 days ADO. NOTES 1 and 9 apply. Size standard: 500. To obtain a copy of this solicitation, please send FAX request to (215) 697-6333 or X1462 or X2978. CITE: (I-339 SN008904) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating Equipment OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 41--REFRIGERATOR, PREFABRICATED 398 CU FT, WALK-IN, ONE DOOR IN CENTER OF UNIT SOL SP0500-97-Q-E951 DUE 011797 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: Stella Schindler/WFA11/X3292 buye R: Stella Schindler/WFA11/X3292 DESC: PR-NO: YPI96269000999 NSN 4110-01-391-3375, @ITEM namerefrigerator, prefabricated @CAPACITY and LOCATION398.0 cubic feet nominal R efrigerated storage @UNIT typewalk-in @OVERALL WIDTH96.000 inches nominal @OVERALL LENGTH96.000 inches nominal @OVERALL HEIGHT100.000 inches nominal @REFRIGERATING equipmentincluded @PRIME mover horsepower RATING1.000 @ENDLESS combination featurenot included @STAND-BY gasoline enginenot included @OPENING for portable refrigeration equipmentnot provided 10 -EA Del to Ft Bragg NC 28307 Del by 08 Nov 96. RFQ due date 97 Jan 17 specs: P/N h-88 predominant mater: overall lengths 96.000 inches nominal primary quantity: 10 delivery schedule: 60 days ADO offers will be evaluated with a 10% preference for small disadvantagaed 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 specs/Dwgs are not required to obtain a copy of this solicitation please FAX request to (215) 697-6333, X1462, X2978. CITE: (I-339 SN008785) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS 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--TUBE ASSEMBLY. ON M1A1 TANKS. FIRST ARTICLE TEST REQUIRED PER PARA. 4.1.2.2 OF SOL SP0750-97-X-0502 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, Robert Garman, (614)692-1329. DESC: PR-NO: YPC96311000999 NSN 4210-01-340-2374, CAGE 19207 Part No 12347189 tube assembly. per army drawing 19207 12347189. 7 -AY Del to McClellan AFB CA 95652-1621 Del by 210 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)6922344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-339 SN008624) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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, FLUID PRESSURE FILTER. IN X200-4 TRANSMISSION. SOL SP0750-97-Q-0408 DUE 012797 POC Contact: copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DS cc-pbab Columbus, OH 43216-6595, for information contac T contracting officer (name/phone) Kreston Harris (614 ) 692-4680 DESC: PR-NO: YPC96311001019 NSN 4330-01-214-9303, CAGE 19207 Part No 5703232 CAGE 73342 Part No 5703232 CAGE 90005 Part No 1742558-06 parts kit, fluid pressure filter. Used in GM X200-4 transmission. General Motors Corp, CAGE 73342, part number 5703232, and Purolator Products Co, CAGE 90005, part number 1742558-06. 360 -KT Del to Mechanicsburg PA 17055-0789 Del by 120 days after date of award. 149 -KT Del to Tracy CA 95376-5000 Del by 120 days after date of award. 149 -KT Del to Texarkana TX 75507 Del by 120 days after date of 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 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 combination of price and past performance as described in this solicitation. All responsible sources may submit offer which DCSC shall consider. CITE: (I-339 SN008625) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: Shore Intermediate Maintenance Activity, Code 4500, 3755 Brinser Street, Ste. 1, San Diego, CA 92136-5299 SUBJECT: 43--PUMPS AND COMPRESSOR PARTS SOL N65918-97-Q-DC22 DUE 010997 POC Deborah Crowder, (619) 556-0723, FAX: (619) 556-2156 or Contracting Officer Jose L. Mangubat, (619) 556-2142. DESC: Jacking Screw, P/N: 0D2894806, qty: 1 ea; Support Fixture, P/N: 0D2894807, qty: 1 ea, Centralis Sleeve, P/N: 0D2894811, qty: 2 ea; Blanking Plate, P/N: 0D2894803, qty: 1 ea; Dummy Plunger, P/N: 0D2894801, qty: 1 ea; Dummy Plunger, P/N: 0D2894802, qty: 1 ea; Spill Pipe, P/N: 0D2894809, qty: 1 ea; Reference Pump, P/N: 0D28946, qty: 1 ea; Service Tool Holder, P/N: 0D2894902, qty: 1 ea; Test Nozzle, P/N: 0D2894903, qty: 1 ea; Injection Pipe, P/N: 0D2894904, qty: 2 ea; Adj Screw Assy, P/N: 0D2894910, qty: 1 ea; Setting Gauge, P/N: 0D2894905, qty: 1 ea; Setting Gauge, P/N: 0D2894906, qty: 1 ea; Setting Gauge, P/N: 0D2894907, qty: 1 ea; Setting Gauge, P/N: 0D2894908, qty: 1 ea; Setting Gauge, P/N: 0D2894909, qty: 1 ea; Setting Gauge, P/N: 0D2894909, qty: 1 ea; Setting Piece, P/N: 0D2894804, qty: 1 ea; Trolley Set, High Pressure, P/N: 0D2894804, qty: 1 ea; Connecting Pipe, P/N: 0D2894810, qty: 1 ea; 32mm A/F Bi-Hex Socket, P/N: 0D28541, qty: 2 ea; Dummy Nozzle, P/N: 75/638, qty: 1 ea; Injector Nozzle, P/N: Y3J72801, qty: 1 ea; High Red Ban Datum Nozzle, P/N: 0D30007N, qty: 1 ea: Mfg Gec Alsthom Diesels, Inc. See note 22 CITE: (M-339 SN008908) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--HEATER, WATER, LIQUID FUEL. GLASS LINED TANK, 68 GALLON STORAGE CAPACITY, RECOVERY 180 GPH, SOL SP0770-97-Q-MB19 DUE 010997 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) Jan Moore X 614-692 -2466 DESC: PR-NO: YPC96270001474 NSN 4410-00-459-2863, CAGE 07810 Part No 72E heater, water, liquid fuel. Bock Corp. P/N 72E. 22 -EA Del to Tracy CA 95376-5000 Del by 29 May 97 OR 120 days after award. The following NOTE is applicable (1). 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: Bock Corp (07810) 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-339 SN008622) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) 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 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)Robert Schneider/ADA A5/(614)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 90 days after 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 evaluatio of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. delivery evaluation factor(DEF) applies. While price is 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. CITE: (I-339 SN008638) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 47-PARTS KIT,HOSE ASSE - AND SIMILAR REPLACEMENT PART SOL N0010497RCA49 DUE 011797 POC Contact Point, Eric W Kreider, 02111.7, (717)790-2864, Fax, (717)790-2612, Twx, Not-avail, Contracting Officer, Jodene R. Watkins, 02111, (717)790-4253 DESC: NSN 1H-4720-01-413-9058, SPEC NR TDP VER 001, Qty 146 KT, Deliver to Defense Distrbution Depot San Diego San Diego CA , Receiving Officer Fisk Norfolk Norfolk VA , Contract 100 Percent Small Business Set Aside--It is the intent of the Government to award a Indefinite Quantity Contract (IQC) as the result of this solicitation. Information regarding this type of contract can be found at FAR 16.5, 16.504 and 52.216-22. All offers will be evaluated on the basis of the aggregat total price for items 0001AA, 0001AC, 0001AD, 0001AE, 0001AF, 0002AA, 0002AC, 0002AD, 0002AE and 0002AF. The total evaluated price shall be determined by multiplying the offered unit price by the estimated yearly requirement. It is anticipated that the first order will be for 147 units for item 0001 and 146 units for item 0002. The order will be placed concurrently with the basic contract. The minimum quantity for this IQC is 147 units for item 0001 and 146 units for item 0002. The Government does not guarantee ordering any more than the contract minimum for each item. The contract maximum is 294 units for each item. Offerors are required by the solicitation to perform a pre-proposal performance demonstration on the PJHS kits and provide the test results as part of their proposal. The demonstration shall be witnessed by a representative from NAVSEA. All potentialofferors shall contact the Contract Specialist at NAVICP within fifteen (15) days after the issuance of the the RFP to schedule NAVSEA participation. All offerors are required to submit a bid sample with their proposal. The bid sample shall consist of the following: One 3/4 inch, one 1 1/2 inch and one 2 1/2 inch PJHS jumper fitting. the samples will be visually evaluatedagainst the requirements of the specification. The bid samples will be returned after the contract award., See Note 9 CITE: (I-339 SN008869) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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, REGULATOR. SOL SP0770-97-Q-MG40 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) Cheryl Offenburger/ PCCRBA3/614-692-7363 DESC: PR-NO: YPC96289001787 NSN 4820-01-003-1395, CAGE 06848 Part No 367148-1 CAGE 99193 Part No 367148-1 valve, regulator. Alliedsignal Inc. (06848), P/N 367148-1. 357 -EA Del to Kelly AFB TX 78241-5312 Del 120 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-339 SN008623) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 48--VALVE, SAFETY RELIEF SOL SP0770-97-Q-MG17 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) Cheryl Offenburger/ PCCRBA3/614-692-7363 DESC: PR-NO: YPC96305000987 NSN 4820-01-220-4275, CAGE 55284 Part No 2607657-1 CAGE 91816 Part No V9-4305D valve, safety relief. circle seal controls Inc part number V9-4305D. 135 -EA Del to Jacksonville FL 32212-0097 Del 150 days after date of award. 100 -EA Del to Norfolk VA 23512-0001 Del 150 days after date of award. 180 -EA Del to New Cumberland PA 17070-5001 Del 150 days after date of award. 170 -EA Del to Tracy CA 95376-5000 Del 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 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. South Bend, IN. Circle seal controls, Inc. Corona, CA. All responsible sources may submit offer which DCSC shall consider. CITE: (I-339 SN008642) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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, BALL. SOL SP0750-96-Q-0405 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, Robert Garman, (614)692-1329. DESC: PR-NO: YPC96317001804 NSN 4820-01-104-4613, CAGE 01417 Part No 12304769 CAGE 19207 Part No 12304769 valve, ball. I/A/W army dwg.12304769 and all related drawings and their latest revisions. 113 - EA Del to New Cumberland PA 17070-5001 Del by 390 days after date of award. 47 -EA Del to Tracy CA 95376-5000 Del by 390 days after date of award. 81 -EA Del to Anniston AL 36201 Del by 390 days after date of award. See NOTE 1. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, Attn: DSCC-VTRD, P.O. Box 3990, Columbus, OH 43216-5000, by FAX (614)692-2998 or Call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing, NSN, YPC/ZPC or NPC number; buyer's name and your complete name and address. Federal, military and commercial specifications cannot be provided by DSCC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. Delivery Evaluation Factor (DEF) applies. While price is a significant factor in the evaluation of offers, the final award decision will be based upon a combination of 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-339 SN008646) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 48--Valves OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 48 -- VALVE, SOLENOID SOL DAAJ09-97-Q-0106 POC Janis Jones, Contract Specialist, AMSAT-A-PLBB, 314-263-0778 or Carol M. Woerheide, Contracting Officer, AMSAT-A-PLBB, 314-263-0779. Datafax Number 314-263-9012. DESC: The synopsis that appeared in the CBD issue 24 Oct 96 is amended to change the Request for Proposal Number DAAJ09-97-R-0046 to DAAJ09-97-Q-0106. CITE: (I-339 SN008742) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 51--Hand Tools OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 51--WRENCH, IMPACT, ELECT SOL DAAE0796RT709 DUE 020397 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Patricia Trueman (810) 574-8055 DESC: NSN: 5130013096589, qty:, FOB: origin, opt: none item: wrench, impact. PN: 12369282. qty: three year Ind efinite quantity type contract. mininum 3 year quantity: 448. maximum 3 year quantity: 1680. 1ST program year estimated qty: 560. 2ND program year estimated qty: 560. 3RD program year E see NOTE: none. All responsible S ources may submit an offer which will be considered. T HE offer due date is on or about 020397 (see soliciatio N for actual offer due date). CITE: (I-338 SN008522) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53-BRACKET,MOUNTING SOL N0038397QM104 DUE 011397 POC Contact Point, Charles J Farrell, 0232.03, (215)697-2572, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 1R-5340-01-131-0499-TN, Ref Nr 5031T49P01, Qty 179 EA, Delivery FOB Origin-----. NO drawings., See Note 22 CITE: (I-339 SN008679) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: U.S. Army Aviation and Troop Command, 4300 Goodfellow Blvd St. Louis, MO SUBJECT: 53 -- BOLT, MACHINE SOL DAAJ09-96-R-0511 POC Sharon Jamroz, Contract Specialist, AMSAT-A-PLBB, 314-263-0777, Contracting Officer, Carol M. Woerheide, AMSAT-A-PLBB, 314-263-0779, Fax 314/263-9012. DESC: NSN: 5306-01-331-2591, P/N: HS5683-8-21. The synopsis which appeared in the CBD issue 24 Oct 96 is amended to include that the proposed contract is 100% set aside for small business concerns. The acquisition is limited to the following approved sources: LFC Industries, Arlington, TX; Apex Mfg., North Hollywood, CA, Tempco Engineering Inc., Sun Valley, CA., Air Industries Corp., Garden Grove, CA, Bristol Ind., Brea, CA; and Space Lok, Burbank, CA. See Numbered Note(s): 1. CITE: (I-339 SN008743) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--SEAL, WIRE, ROTOR SOL SP0500-97-Q-6459 DUE 011597 POC Contact: DISC-PODA: 215-697-3398 for copies of solicitation. Contracting officer: J. Lewicki/LAC20/X2349. buyer: J Lewicki/LAC20/X2349. DESC: PR-NO: YPI96291000598 NSN 5330-01-131-4766, 2,740 -EA Del to Jacksonville FL 32212-0097 Del by 13 Dec 96. RFQ due date: 15 Jan 97. Specs: 99207 4080T45 Rev B P01. Primary quantity: 2740 deliveries to CONUS (excluding Alaska). Delivery schedule: 120 days required. NOTES 12,1 and 9 apply. Size standard: 500. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section M of this solicitation. To obtain a copy of this solicitation, please send FAX request to (215) 697-6333, or X1462, OR 2978. CITE: (I-339 SN008905) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (WVG), Rock Island, IL 61299-7630 SUBJECT: 53 -- LEVER, LOCK RELEASE SOL DAAE20-97T0072 DUE 021197 POC Contract Specialist: Sheri Gross (309) 782-4857, PCO: Brian W. Schmidt (309) 782-8490 DESC: 5340-01-144-1499, Part Number 9349113. Requirements are 7,859 each Lever, Lock Release. For use on the M16A2 Rifle. FOB is Destination. Statistical Process Control is required. First Article Test is required. All or part of this action is an unfunded FY97 requirement. Estimated issue date of this solicitation is 122796. Bidders are hereby notified of the following requirement: In order to receive the solicitation and technical data package, all bidders are required to execute a nondisclosure agreement binding each bidder to the terms and conditions of the agreement. Copies of the nondisclosure agreement shall be requested from ACALA, ATTN: AMSTA-AC-PCW-C/Ms. Sheryl Gross, Rock Island, IL 61299-7630. The nondisclosure agreement must be signed by an official authorized to legally bind the company. Upon execution of the nondisclosure agreement, return an original copy, certified mail to the above address. The nondisclosure agreement will be available prior to the issuance of the solicitation. Bidders are encouraged to request, complete, and return the agreement as soon as possible. Failure to properly address requests for solicitation in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE)(if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309) 782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309) 782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309) 782-8094 on a limited basis. CITE: (I-339 SN008944) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue, Chambersburg, PA 17201-4152 SUBJECT: 56-CONTRACTOR OPERATED SHOP STORE SOL DAAC67-97-R-0009 DUE 011797 POC Point of Contact - Carmine B. Unger, Contract Specialist, 717-267-9810 x307. Contracting Officer, Brenda S. Earnest, 717-267-9817 x260 DESC: The Contractor shall furnish all personnel, labor, equipment, materials, transportation and packaging to provide Building, Air Conditioning, Electrical and Plumbing/Heating Supplies as a Contractor Operated Shop Store in accordance with the specification to Letterkenny Army Depot, Chambrsburg, PA. The Contractor Operated Shop Store must be located within a 15 mile radius of Letterkenny Army Depot. This contract will be for one base year and 4 option years. The solicitation contains provisions for Multiple Awards. All responsible offerors may submit a proposal which will be considered. Only written requests for solicitation packages will be accepted. There is a $100.00 charge for this solicitation package. Certified check, cashier's check or money order must accompany the request and should be made payable to the US Department of Treasury. Requests accompanied with a personal or company check will not be honored. EMAILADD: tkeller@letterkenn-emhl.army.mil EMAILDESC: CITE: (D-339 SN008658) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: Administrative Support Center East, Office of Contracting, Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA 17070-5001 SUBJECT: 56--2A MODIFIED STONE SOL SB3100-6325-9035 DUE 011097 POC Diane M. Peifer, Contract Specialist, 717-770-4613 or R. C. Souto, Contracting Officer, 717-770-6206 DESC: The Defense Distribution Depot Anniston located in Anniston, AL has a requirement for the procurement of 12,000 tons of 2A Modified Stone (Dense Graded Base 1-1/2" - #200 approximate size). The proposed contract is 100% set aside for small business concerns. The associated standard industrial code is 5032 and the small business size standard is 500 employees. The Government's total requirement of 12,000 tons must be quoted FOB Destination to Defense Distribution Depot Anniston, Anniston, AL 36201. Stone deliveries will be required beginning approximately in June 1997; however, actual required delivery dates will be coordinated with a designated point of contact at the Defense Distribution Depot Anniston. This request for oral quotation and the resultant contract award are being processed in accordance with Simplified Acquisition Procedures. A written request for quotation will not be issued. All responsible small business concerns may submit a quotation for the above specified stone, which if received by 3:00PM ET on January 10, 1997, shall be considered. Oral or fax quotations will be accepted by calling the Contract Specialist listed above or by faxing quotation to 717-770-5689. See Note 1. LINK http://www.dla.mil LINKDESC: EMAIL d_peifer@smtp.ddre.dla.mil EMAILDESC: CITE: (W-339 SN008684) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 56--Construction and Building Materials OFFADD: BLM, BC-670B, Bldg 50, Denver Federal Center, P.O. Box 25047, Denver, CO, 80225-0047 SUBJECT: 56 -- FENCING MATERIAL, BATTLE MTN. DISTRICT SOL 1422-N670-Q97-0019 DUE 013097 POC Rex Thomsen, Contracting Officer, (303) 236-9443. 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, quotations are being requested and a written solicitation will not be issued. The solicitation number is 1422-N670-Q97-0019 and is being issued as a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42. This is a 100% set aside for small business, SIC code is 3312 and size standard is 1,000 employees. This requirement is for a firm fixed price contract for: Line Item 1, "T" Posts, 22,000 each; Line Item 2, Barbed Wire, 80 rods/roll, 832 rolls; Line Item 3, Barbless Wire, 80 rods/roll, 288 Rolls; Line Item 4, Fence Clips, 50/Package, 2,200 Packages; and Line Item 5, Fence Stays, 100/Bundle, 220 Bundles. Description. Barbed Wire: Two twisted wires of 12 =-gauge galvanized wire with 2-point barbs of 14-gauge wire spaced 4 inches apart. Wire and barbs shall be zinc-coated steel, with a zinc coating of at least 0.3 oz. per sq. ft. of coated surface area and a minimum breaking strength of 950 lb-force in accordance with ASTM A 121. Barbless Wire: Two twisted wires of 12 =-gauge galvanized wire. Wire shall be zinc-coated steel, with a zinc coating of at least 0.3 oz. per sq. ft. of coated surface area and a minimum breaking strength of 950 lb-force in accordance with ASTM A 121. Wire Fence Stays: Shall be one of the following: 1) Twisted wire fence stay manufactured from smooth galvanized 9 =-gauge (minimum) wire or 2) Two-piece-wire stays manufactured from smooth galvanized 9 =-gauge (minimum) wire. Steel Fence Posts: Steel post shall be painted all green, "T" or "U" (channel) bar type, with a welded or riveted anchor plate, attached so the top of the plate is not more than 18 inches from the bottom of the post. Steel fence posts shall be in accordance with ASTM A 702. Steel posts shall be manufactured from wrought, rail, or new billet steel, and shall weigh a minimum of 1.33 lb. per ft. exclusive of the anchor plate, which shall weigh a minimum of 0.67 lb., and shall be a minimum of 18 sq. inches in area. Fence Stays: Shall be clip-type wire fasteners with a zinc coating of at least 0.3 oz. Per sq. ft. (Punched tabs for fastening wire are not acceptable). Fence Stays shall be in accordance with ASTM A 702. Delivery required on or before March 1, 1997. The required material shall be delivered F.O.B. Destination. Delivery shall be made between the hours of 8:30 a.m. and 3:30 p.m., Monday through Friday, holidays excluded. Delivery shall be made to the following location: Bureau of Land Management, Battle Mountain District Office, 50 Bastian Road, Battle Mountain, Nevada 89820. FEDERAL ACQUISITION REGULATION provision 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition, with the following addenda: Per FEDERAL ACQUISITION REGULATION 12.603(b) the SF 1449 is not used. Paragraph (h), Multiple award - Delete entire paragraph and substitute: Award. Offers will be received on an all or none basis. Award will be made to the lowest responsive and responsible offeror based upon the unit price quoted. Offerors shall include a completed copy of the FEDERAL ACQUISITION REGULATION provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with their offer. FEDERAL ACQUISITION REGULATION clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition, with the following addenda: FEDERAL ACQUISITION REGULATION 52.219-6, Notice of Total Small Business Set-Aside. FEDERAL ACQUISITION REGULATION clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, along the following additional FEDERAL ACQUISITION REGULATION clauses cited in the clause: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3, Buy American Act - Supplies. Request for Quotations must be received on or before close of business, January 30, 1997. Quotations sent via the US Postal Service should be mailed to Bureau of Land Management, BC-670B, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047. All RFQ's not sent through the US Mail will be considered hand carried and direct delivered. Hand carried RFQ's must be delivered directly to and placed in the depository at Bureau of Land Management, BC-670B, Mail Room, Entrance S-4, Building 50, Denver Federal Center, Denver, CO 80225-0047. Direct delivery of offers is only possible weekdays, excluding federal holidays, between the hours of 8:00 am and 4:00 pm. See Numbered Note(s): 1. CITE: (I-339 SN008934) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander (fcp-2), Maintenance and Logistics Command Pacific, Coast Guard Island, Bldg. 54-A, Alameda, CA 94501-5100 SUBJECT: 58--PURCHASE OF FOUR (4) COMMUNICATION ANTENNAS SOL DTCG89-97-R-612300 DUE 121396 POC BID Issuing clerk (510) 437-3006, Contracting Officer, Jewell D. Lee. DESC: The purpose of this modification is to amend Solicitation No. DTCG89-97-R-612300, advertised in the CBD on 11-20-96 as follows: change the classification code from 36 to 58 and delivery requirement to: 1313th Medium Port Command, c/o Sampson Tug & Barge, 6700 West Marginal Way, Seattle, WA 98106. The Coast Guard has arranged for a barge to transport the equipment from Seattle to Kodiak. The shipping requirement for GSA Overseas Packaging is deleted in its entirety and replaced by, ``preservation, packaging shall be in accordance with good commercial practices to assure delivery without damage to Kodiak, Alaska.'' Each package shall be marked with the contract number, and name and address of the contractor, on the outside of the packing container for indentification purposes. CITE: (M-339 SN008691) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Commander, Naval Air Systems Command (Code 2.0), 1421 Jefferson Davis Hwy, Arlington, Va 22243-5120 SUBJECT: 58 -- PROCUREMENT OF SIX ADDITIONAL NODES FOR PMRF SWTR SOL N00019-96-C-0191 POC Contact, Christie Savage, Phone (703)604-2119 DESC: The NAVAL AIR SYSTEMS COMMAND (NAVAIR) awarded Contract N00019-96-C-0191 to SAIC for the Pacific Missile Range Facility (PMRF) Shallow Water Training Range (SWTR) in August 1996. NAVAIR intends to procure six (6) additional nodes on a sole source basis from SAIC to fully intrument the PMRF SWTR area. These six nodes will be installed with the one hundred and twelve (112) nodes purchased via Contract N00019-96-C-0191. This procurement will be sole source to SAIC because the six additional nodes need to be fully integrated into the system design of the original 112. Additionally, all nodes need to be installed together to ensure system functionality. Finally, the sole source procurement to SAIC will be the most cost effective for fully instrumenting the PMRF SWTR. Any responses to this synopsis should be addressed to Christie Savage at (703)604-2119 X3342. - NAVAIR Synopsis No. 50065-96. CITE: (I-339 SN008765) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-ANEW INTERFACE SOL N0038395G020J DUE 010397 POC Contact Point, Eugene J Zmijewski, 0225.01, (215)697-6543, Fax, (215)697-3746, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-5998-LL-BGD-D513-FP, Ref Nr 7354610-01, Qty 12 EA, Delivery FOB Origin----- This notification is to add additional repair requirements to Basic Ordering Agreement N00383-95-G-020J. The quantity shown is an estimated repair quantity only. In addition to this item, other P-3 Aircraft CP-2044/ ASQ-212 System repairables are anticipated to require repair. Due to the unavailability of drawings, only Lockheed Martin Tactical Defense Systems; the original equipment manufacturer, is solicited for this requirement. Any other interested parties should contact NAVICP Source Development at 215-697-5717 for information regarding technical qualification for future repair requirements., See Note 22 CITE: (I-338 SN008608) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-ELECTRON TUBE SOL N0038397RA037 DUE 011397 POC Contact Point, Joyce L Curry, 0223.05, (215)697-6510, Fax, (215)697-3161, Twx, Not-avail DESC: The subject item requires Government source approval prior to contract award, as the item is flight critical and /or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697-4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. NSN 7R-5960-00-140-1598-CS, Ref Nr L-5342-01, Qty 30 EA, Delivery FOB Origin--Drawings are not available from NAVICP-Philadelphia. ---, See Note 22 CITE: (I-338 SN008609) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-CIRCUIT CARD ASSY SOL N0038397Y1509 DUE 010297 POC Contact Point, Lucinda P Williams, 0234.09, (215)697-3338, Fax, (215)697-3340, Twx, Not-avail DESC: NSN 7R-5998-01-242-3876-XE, SPEC NR (07187)4046990-901, Ref Nr N/A, Qty 1 EA, Deliver to Receiving Officer Bldg 147 Cherry Point NC , Receiving Officer Oak Harbor WA --THERE IS NO PROCUREMENT HISTORY AVAILABLE AT THIS TIME. THIS IS A SOLE SOURCE PROCUREMENT. DRAWINGS ARE NOT AVAILABLE., See Note 22 CITE: (I-338 SN008610) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--TRANSFORMER, POWER SOL SP0905-96-Q-2668 DUE 010797 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: YPE96043000594 NSN 5950-01-274-5139, CAGE 04801 Part No 920-13234 5 -EA Del to Hill AFB UT 84056-5734 Del 5 EA within 180 days 3 each every 30 days thereafter. other then full and open competition: part numbered item. products offered clause applies. Set-aside type: unrestricted (sole source/single source) (no preference), size standard: 750. All responsible sources may submit offer which DESC shall consider. CITE: (I-339 SN008648) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--GATE ASSEMBLY SOL SP0960-96-Q-6251 DUE 122796 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: YPE96221000322 NSN 5963-01-220-4433, CAGE 55972 Part No 2800025-1 CAGE 55972 Part No 2800025-2 CAGE 55972 Part No 2800025-3 6 -EA Del to Mechanicsburg PA 17055-0789 Del by 30 Nov 96. Written solicitation buyer name: E. Jamison/ext. 692-7410 Co name: T. Woodgeard/ext. 692-7373 other than full and open competition: part numbered item.products offered clause applies. Line quantity DODAAD destinations 1 7 SW3100 Mechanicsburg PA 17055-0789 1 8 W62G2T Stockton CA 95296-0130 various increments solicited: from 1 to 9/from 10 to 15/ from 16 to 21/from 22 to 30. PR quantity: 7 EA. More than 3 DESTINATIONS-(Y/N): N delivery schedule: 150 set-aside type: unrestricted (sole source/single source) (no preference) size standard: 500 PR YPE96302000956 is also included with synopsis. All responsible sources may submit offer which DESC shall consider. CITE: (I-339 SN008649) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--LOUDSPEAKER, PERMANENT MAGNET SOL SP0970-97-Q-A093 DUE 013097 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96222000487 NSN 5965-00-892-3665, CAGE K0662 Part No 28818-40001 CAGE 81349 Part No LS-445/U power rating: 2 Watts normal, 4 Watts peak impedance rating in ohms: 7.0 voice coil nominal and 9.0 voice coil nominal. Freq response range in Hz: 300.0 to 7000.0 style designator: 6 square. 2,102 -EA Del to Richmond VA 23297-5900 full and open competition: military specification item. Various increments solicited: 1500-1999, 2000-2499, 2500-4999. PR quantity: 2102 EA. Line 1 quantity 2102 -SW0400 Richmond VA 23297-5900 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-339 SN008650) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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, ROTARY SOL SP0930-97-Q-A100 DUE 012097 POC Contact: for copy of solicitation FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 1659 5, DSCC-PBAB, Columbus, OH 43216-6595. contact contrac ting officer for info. please use entire solicitations number when ordering documents. failure to do so may result in non receipt or delay in receipt. F DESC: PR-NO: YPE96327000518 NSN 5945-00-790-0507, CAGE 58657 Part No L545-2 CAGE 98897 Part No 695678-5 contact maximum voltage rating in volts: 28.0 contact maximum rated current: any acceptable. DC operating voltage rating in volts: 28.0NOMINAL 12 -EA Del to Mechanicsburg PA 17055-0789 Del by 01 Apr 97. 9 -EA Del to Lathrop CA 95330 Del by 01 Apr 97. Other than full and open competitiom: part numbered item. products offered clause applies. Solicited various increments from: 1 to 50 PR qty: 21 EA delivery schedule: 180 days standard size: 500 set-aside type; unrestriccted (sole source/single source (no preference) all responsible sources may submit offer which DESC shall consider. CITE: (I-339 SN008655) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-MICROCIRCUIT,LINEAR SOL 962920034 DUE 012397 POC Contact Point, Lisa A Zimmermann, 0222.04, (215)697-1178, Fax, (215)697-3161, Twx, Not-avail DESC: NSN 1R-5962-01-326-8701-GF, SPEC NR TDP VER 007, Qty 1066 EA, Delivery FOB Origin, Approx Due Date O/A Jan 23 97-- Drawings not available., See Note 22 CITE: (I-339 SN008680) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: US Army Armament and Chemical Acquisition and Logistics Activity (ACALA) Attn: AMSTA-AC-PCC (FQJ), Rock Island , IL 61299-7630 SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY SOL DAAE20-97T0059 DUE 012797 POC Contract Specialist: Marilyn Williamson (309) 782-5108, PCO: John E. Holmgren (309) 782-4836 DESC: 5999-01-076-6888, Part Number 12279321. Double sided circuit board 6.4 inch by 4 inch with plated through holes. Requires inserting components, soldering and testing of complete assembly. Requirements are 79 ea Circuit Card Assembly. For use on the M1 Abrams Tank. ANSI/ISO/ASQC Q9002 inspection criteria required. FOB is Destination. Proposed contract is a 100% small business set-aside. First Article Test is required. All or part of this action is an unfunded FY97 requirement. Estimated issue date of this solicitation is 122696. Failure to properly address requests for solicitations in accordance with this CBD notice will result in non-receipt of the solicitation package. Failure to properly address bids/offers in accordance with solicitation instructions may result in a late bid which cannot be considered. Written, fax or electronic requests for solicitation packages are accepted. No telephone requests will be honored. Requests for copies of this solicitation should include your commercial and government entity (CAGE) (if a CAGE code has been assigned to you) along with your name, address, datafax number, and solicitation number. The fax number for requests is (309)782-4728. Electronic requests may be accepted through the Automated Acquisition Information System (AAIS). All ACALA solicitations are available for viewing/downloading, in addition to procurement history, via the AAIS. The AAIS can be accessed electronically, 24 hours a day, using a modem set to dial (309)782-7648. Terminal emulation should be VT100, no parity, 8 data bits and 1 stop bit. Once connected, enter "aais" at the "LOGIN" prompt. At the "PASSWORD" prompt depress the "ENTER" key. If electronic means is not possible, procurement history will be provided telephonically at (309)782-8094 on a limited basis. CITE: (I-339 SN008752) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Naval Surface Warfare Center, Crane, IN 47522-5001 SUBJECT: 59 -- 40W TRAVELING WAVE TUBES SOL N00164-97-R-0022 POC Contact Point, Roger Brett, Code 1163WH, Bldg. 3168, 812-854-5269, fax 812-854-1841 DESC: This procurement will be a sole source procurement to Hughes Telecommunications & Space Co., Electron Dynamics Division, Torrance, CA. for 40W Traveling Wave Tubes (TWTs)--See numbered note 22 and 26. There will be a basic quantity of 56 tubes with an option for an additional 16 tubes. Tubes will be manufactured in accordance with WS-9937/4B and NAVORD Drawing 10001-2913460 Revision H and NAVSURFWARCENDIV Statement of Work. Inspection/acceptance will be at destination, with delivery FOB destination at Naval Surface Warfare Center, Crane, IN. Delivery of the basic quantity will be required at a rate of 5 per month starting in May 1997, ending with a final delivery of 6 in March 1998. The option quantity delivery requirements will be 5 per month starting in April 1998 and ending with a final delivery of 6 in June 1998. The solicitation is expected to be issued on or about 15 January 1997, closing on or about 14 February 1988. All responsible sources may submit an offer. CITE: (I-339 SN008982) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280 SUBJECT: 59 -- CIRCUIT CARD ASSEMBLY SOL DAAH01-97-R-A048 DUE 011097 POC AMSMI-AC-CDCB, Jennifer Simmons Contract Specialist, 205/876-5262 AMSMI-AC-CDCB, Jerelene Vickers Contracting Officer, 205 842-7630. DESC: Synopsis No. 5383-96 (MA) NSN 5998-01-315-9636, Army P/N 11466859, 44 each. Destinations to be furnished. Delivery schedule 220 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunities in connection with this procurement, make contact with the firm(s) listed. The Government does not possess sufficient documentation to acquire this item from other than the qualified source. RFP will be issued to Raytheon Co., Electronics Systems Div., 350 Lowell Street, Andover, MA 01810. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, ATTN: AMSMI-AC-MOD, FAX 205 876-9633. The most recent representative unit price and quantity relative to this acquisition is NSN 5998-01-315-9636, Awd Date 060396, Qty 17, Unit Price $3,638.00. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications, or other technical data are not available for this procurement and will not be furnished. Potential offerors are encouraged to pursue qualifications for future buys in accordance with MICOM Pamphlet 702-1 available through Internet. See Numbered Note(s): 22. CITE: (I-339 SN008986) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components--Potential Sources Sought OFFADD: Source Development Office, Oo-ALC/BC, 6038 Aspen Ave., Hill Air Force Base, UT 84056-5802 SUBJECT: 59--CIRCUIT CARD ASSEMBLY SOL BC-024 POC Barry Nielsen/BC (801) 777-9993. DESC: Potential sources of supply are being sought for a 128K EEPROM Circuit Card Assembly, P/N 762R98G01, NSN 5998-01-294-2233, used in the Radar Computer system, AN/APG-66 Radar System on the F16 A/B aircraft. The intent is to allow a contractor the freedom to manufacture the subject circuit card using current technology and design that might not be a virtual copy of the original as long as it still functions properly in the intended application, including environmental and storage requirements. The Air Force plans on purchasing 60 each of these circuit cards in the near future. Only those sources who have been approved by the system engineer will be awarded a contract. Westinghouse Corp is currently the only approved source. Qualification requirements are available and will be provided to interested parties. This is not an Invitation for Bids (IFB) or Request for Proposals (RFP), we are only seeking companies who have the necessary capabilities and are interested in becoming approved potential sources of supply. All costs involved in qualifying will be at your expense. If you desire copies of the qualification requirements, submit a written request, prior to the 24 Dec 96, To: OO-ALC/BC, ATTN: Barry Nielsen, 6038 Aspen Ave., Hill AFB UT 84056-5802; Fax# (801) 777-5366. Questions call (801) 777-9993. CITE: (M-339 SN008831) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 61--STARTER, MOTOR SOL DAAE0797QT173 DUE 020397 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Dorothy Bynum (810) 574-7314 DESC: NSN: 6110013299044, qty: 38, FOB: origin, opt: 100% item name: starter, motor national electrical manufactu rers association standards design not designed per NEMA STD operating voltage characteristic full DC voltage RA ting 24.0 volts nominal direct current rating in amps 1 70.0 horsepower rating 1.000 and 1.100 control type Rem ote actuation method magnetic circuit protection fuse N OT provided. Mfg PN: see NOTE: 22. The offer due date is on or about 020397 (see soliciation for actual offer due date). CITE: (I-338 SN008520) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DS), Warren, MI 48397-5000 SUBJECT: 61--BATTERY, STORAGE SOL DAAE0797RT194 DUE 020397 POC POC for a solicitation copy, Call 810/574-6802 OR 6807. For information on this procurement, Call Wendy Jacques (810) 574-7234 DESC: NSN: 6140000572553, qty:, FOB: destination, opt: none item: 2HN Battery, dry. NSN: 6140-00-057-2553. MIL spec MS35000-1. for 5 year indefinite qty. K. item: 4HN BA ttery, dry. NSN: 6140-00-059-3528. MIL spec: MS75047-1. For 5 year indefinite qty. K. item: 6TMF Battery, dry. NSN: 6140-01-430-8847. per purch descrip. atpd 2206. Fo R 5 year indefinite qty. K. quantity: indefinite. FOB: destination because see NOTE: none. All responsible S ources may submit an offer which will be considered. T HE offer due date is on or about 020397 (see soliciatio N for actual offer due date). CITE: (I-338 SN008521) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: General Services Administration, 125 South State Street, Room 2205, Salt Lake City, Utah 84138-1199. Attn: Billie SUBJECT: 61--FURNISH AND INSTALL IWS/LAN SOL GS08P97VEC0016 DUE 012997 POC Nancy Pawlowski, Contracting Officer, (801) 524-5260. DESC: Provide all supervision, labor materials and equipment to perform the work as specified. The work for this project will modify the facility to meet the needs of the Social Security Administration's IWS/LAN installation, electrical and data systems. Modifications are needed to accommodate the retrofit of existing systems furniture and the installation of IWS/LAN equipment. Facility modifications will include, but are not limited to the following: ELECTRICAL SYSTEM: Modification to the electrical distribution system capacity (panelboards and associated feeders) Modification to the electrical distribution systems grounding to establish a true isolated ground system. Modification to branch circuiting. Addition of general purpose and isolated ground receptacles. Electrical connections to the systems furniture. Removal of electrical devices and associated branch circuiting feeders, etc. DATA SYSTEM: Provision of IBM Type 1A Cable from the ADP Room to each IWS/LAN Data outlet. Provision of IBM 1A Cable, Connectors, Backboxes, and Faceplates. Provision of BALUN Assemblies. Labeling of all IBM Type 1A Cables, and BALUN Assemblies. Work will be performed for the Social Security Administration, located at 173 East 100 North, Provo, Utah. Estimated cost range is between $25,000.00 and $50,000.00. Solicitation packages will be available on or about December 26, 1996. All requests for solicitation packages must be submitted in writing to the above address or you may FAX your request to (801) 524-6067. Please include your name, address, and telephone number. CITE: (M-339 SN008711) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Contracting Officer, Code 074, Naval Hospital, Boone Road, Bremerton, WA 98312-1898 SUBJECT: 65--POWDER FREE LATEX GLOVES SOL n68095-97-Q-0143 DUE 122096 POC Point of Contact-Judy Gitchell, Purchasing Agent, 360-478-9307. Contracting Officer -Patricia Troutner, 360-478-9530 DESC: The Naval Hospital, Bremerton is establishing a Standing Order for Powder Free Latex Gloves. Items to be delivered on the 15th and 30th of each month, commencing on 30 Dec 96 or 15 Jan 97 thru 30 Sep 97. Quantities to be as follows: SZ Small - 115 BX per shipment, SZ Medium - 140 BX per shipment, SZ Large - 120 BX per shipment. Brand name (Safe-skin) or equal. All responsible sources may submit an offer which will be considered. Facsimile submissions of offers to: 360-478-9355 are acceptable. LINK http://nh_bremerton.med.navy.mil LINKDESC: EMAIL jgitchel@@brm10med.navy.mil EMAILDESC: CITE: (W-339 SN008901) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Department of Veterans Affairs, VA Medical Center, Chief, Acquisition and Materiel Management, #1 Jefferson Barracks Drive, St. Louis, MO 63125-4199 SUBJECT: 65 -- TOTAL HIP PROSTHESIS SYSTEM SOL RFP 657-17-97 DUE 011697 POC Karen Munroe, Contract Specialist, (314) 894-6610 DESC: The VA Medical Center, St. Louis, Missouri, intends to negotiate a consignment agreement with Zimmer, Inc., Boggs Industrial Park, Warsaw, IN 46580, for the Harris Galante Total Hip Prosthesis System. Contract period will be for a base period of one (1) year with option to renew for two (2) additional years. Request for proposal will be issued December 16, 1996. Request for proposal will be due January 16, 1997. Copies of the solicitation must be requested in writing or by facsimile (314-894-5705) no later than January 3, 1997. CITE: (I-339 SN008932) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Contracting Officer (90C), VA MEDICAL CENTER, 2495 Shreveport Hwy ALEXANDRIA, LA 71306-6002 (318) 473-0010 X 2240 Fax (318) 483-5063 SUBJECT: 65 -- PROVIDE BLOOD & BLOOD PRODUCTS & RELATED BLOOD TESTING FOR VAMC'S IN ALEXANDRIA AND SHREVEPORT LA SOL 502-15-97 DUE 122396 POC Bernice Griffin, (318) 473-0010 ext 2240 or Carol Robertson ext 2234 DESC: This medical center intends to negotiate a sole soul procurement with LifeShare Blood Centers (formerly Louisiana Blood Center) 1455 Wilkinson, Shreveport LA (with established Branch Office in Alexandria) to meet the Blood and Blood Products requirements for the Dept of Veterans Affairs Medical Centers in Alexandria and Shreveport LA. This includes packed red blood cells, fresh frozen plasma, pooled platelet concentrate and related products; and testing as necessary to meet patient needs in a safe and prompt manner. Timely delivery is critical. Pick up of samples for testing may be required within one hour; two (2) hour delivery of suitable blood for transfusion may be required. Delivery must be with the premises of Laboratory Service at VAMC Alexandria and Shreveport. Combined inpatients for both facilities is approximately 1000. (Estimated quantity of packed red blood cells for contract period is 2900.) Blood must be 100% volunteer donor blood from a Blood Bank meeting, as a minimum, all national requirements including registration/licensure from FDA, Dept of Health and Human Services, American Association of Blood banks, LA Hospital Association, College of American Pathologists, American Association of Blood Banks and other associations and accreditations to ensure safe blood products and related procedures. Contract period is 1/1/97 through 12/31/97. There is no other known source for these products in the quantities required that can meet the time requirements critical for quality patient care. This is not a combined synopsis and RFP due to the complexity of requirements. Request for Proposal 502-15-96 is available 12/1/96 and is prepared in accordance with the format for Commercial Products as required in Federal Acquisition Regulation Subpart 12.6, and supplemented information and incorporates clauses and provisions that are currently in effect through Federal Acquisition Circular 42. Standard Industrial Classification (SIC) code for this procurement is 8099. Direct any correspondence relating to this RFP to Contracting Officer (90C) VA Medical Center Alexandria LA 71306-6002. Notes 22 and 23 apply to this notice. See Note(s): 23. CITE: (I-339 SN008942) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: Department of Veterans Affairs Medical Center, 4101 Woolworth Avenue, Omaha, Nebraska 68105 SUBJECT: 65 -- HOME OXYGEN REQUIREMENTS FOR OMAHA AND LINCOLN NEBRASKA BENEFICIARIES SOL RFP No. 636-35-97 DUE 012397 POC Karen Goodell, Contracting Officer, 402-449-0613 or Denise Bradford, Contracting Officer, 402-346-8800 Ext 4505. DESC: Contractor to supply all labor, tools, materials and equipment necessary for furnishing home oxygen services for a consolidated indefinite delivery contract for Department of Veterans Affairs Medical Centers at Omaha, Nebraska and Lincoln, Nebraska, all in strict accordance with JCAHO Home Care Plan standards, for the period commencing April 1, 1997, through March 31, 1998, and subsequent renewal periods. Services are to include providing all oxygen concentrators, and/or cylinders, liquid oxygen systems, CPAP equipment and follow-ups for all home oxygen VA beneficiaries. Patient in-house visits must be provided on a scheduled basis by Certified Respiratory Therapy Technician or Registered Respiratory Therapists, certified by the National Board for Respiratory Care. Contractor shall deliver oxygen supplies to the patient homes as requirements dictate. Pick up and delivery of durable medical equipment from beneficiary homes and storage of VA rented durable medical equipment is required. Contractor will be required to provide preliminary instructions and training to patients on the use of liquid oxygen, concentrators, oxygen cylinders, air compressors and/or nasal CPAP units in addition to providing routine maintenance. Reports of in-house patient visits by equipment technician and the CRTT or RRT shall be made. The VA Omaha geographic area includes 20 eastern most counties in Nebraska, and 14 western most counties in Iowa. The VA Lincoln geographic area includes 16 centrally located counties in Nebraska. Invitation for Bid No. 636-35-97 has been assigned to this solicitation and will be available approximately December 30, 1996 and opened at 1:30 pm on January 29, 1997. Requests for bidding documents must be made in writing and may be faxed to 402-449-0612. CITE: (I-339 SN008990) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--SPECTRUM ANALYZER SOL DATM01-97-R-0008 DUE 012797 POC Contract Specialist Russell Taylor (817) 288-9722/ Contracting Officer, Ted Panknin (817) 288-1305 (Site Code DATM01) DESC: The Government has a requirement to procure a Spectrum Analyzer FSEM 30 with the following components: Tektronix Brand Name or Equal applies to Spectrum Analyzer FSEM 30, RBU100 High Power Attenuator 100 Watts, 19" Rack Adaptor W/Front Handles, Transt Case, FSE-K3 Noise Measurement Software, FSE-K10 GSM Test Software, FSE-B16 Ethernet Interface (Thin Wire), FSE-B15 Computer Function (English), Headphones, Grip Cable (1 Meter), Grip Cable (2 Meter), Grip Cable (4 Meter), FSE-B17 ICE/IEEE Bus Interface,5 Years Calibration Service, 2 Years Post Warranty Repair Service, HC100 Color Plotter, S3FG220 AT-GPIB/TNT/I/O Board for External PC, LVWIN Labview Software for Windows, and LVWIN OPT. 21 Labview Software Up-Date. This is a Firm Fixed Price Contract. Tentative Solicitation Issue Date is 27 December 1996. This 100% Set-Aside for Small Business Concerns. All request are to be in writing. No telephonic requests will e accepted. CITE: (I-339 SN008887) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: DEPARTMENT OF VETERANS AFFAIRS (VA), CHIEF, A&MMS (90C), 1055 CLERMONT ST, DENVER, C0 SUBJECT: 66 -- FISH IMAGING SYSTEM SOL RFP 554-15-97 DUE 121996 POC Jan Bertapelle-Anderson, Contracting Officer, 303-393-4689 DESC: Provide 1 Vysis Quips LS Genetics Workstation, with a Tektronix Phaser 440 Dye Sublimation Printer, or equivalent, to the VA Medical Center, Denver Colorado. A commercial solicitation packet will be available on or about 12-6-96. It may be obtained by faxing a request for packet 554-15-97 to (303) 393-2860. Requests must include company name, address, telephone number and contact name. No telephone calls please. CITE: (I-339 SN008933) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 846 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 68-CANISTER,LIOH,REFIL SOL N0010497QAB60 DUE 012297 POC Contact Point, Joy K Shilvock, 846.2e, (717)790-1426, Fax, (717)790-3339, Twx, Not-avail, Contracting Officer, Andrea M Reisser, 846.2, (717)790-1429 DESC: NSN 7H-6810-LL-Q71-6518-D4, SPEC NR TDP VER 001, Qty 200 EA , Deliver to Defense Distrbution Depot San Diego San Diego CA , Contract 100 Percent Small Business Set Aside, See Notes 1,9 CITE: (I-339 SN008870) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: RED RIVER ARMY DEPOT, CONTRACTING DIRECTORATE, 100 MAIN DRIVE, TEXARKANA TX 75507-5000 SUBJECT: 68--LIQUID SOAP SOL DAAC79-96-B-0020 DUE 073196 POC Contract Specialist BILL PASLEY (903)334-3770 Contracting Officer CHARLIE D. HARRIS, JR. (903)334-2218 (Site Code DAAC79) DESC: Due to a change in specifications, Solicitation DAAC79-97-B-0020, Cleaner, Soap, Liquid (Steam Gun), is hereby cancelled. Request will be resolicited at a future date. CITE: (I-339 SN008877) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 68--Chemicals and Chemical Products OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: 68 -- INDUSTRIAL GAS SERVICE SOL N00406-97-R-5040 DUE 012497 POC T. Kelly DESC: Annual requirement for various industrial gases, including oxygen acetylene, helium (water pumped), argon, carbon dioxide and nitrogen to be provided in government-owned cylinders of various capacities. Inspection and repair/refurbishment of cylinders will be required on an as-needed basis. several military and federal specifications are applicable to this and will be detailed in the solicitation. Contract period of performance is 01 feb 1997 through 31 jan 1996 (base period) and one additional option year. All responsible sources may submit (offer/bid/quotation) which shall be considered by fleet & industrial supply center puget sound fax requests to (360) 476-2931 CITE: (I-339 SN008988) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Mineral Management Service, PROCUREMENT & PROPERTY MANAGEMENT DIV, 381 ELDEN STREET MAIL STOP 2500, HERNDON, VA 20170-4817 SUBJECT: 70--COMMERCIAL OFF THE SHELF SOFTWARE GEOLOGICAL INTERPRETIVE TOOLS SOL CBD&&&96110002 14350197RP3Contract Specialist, Katherine Valltos, (703) 787-1354 DUE 122396 POC Contract Specialist, Katherine Valltos, (703) 787-1354 DESC: The United States Department of the Interior, Minerals Management Service (MMS),intends to acquire commercial off-the-shelf (COTS) software, maintenance and technical support services to complete its enterprise-wide Geological Interpretive Tools (GIT) subsystem. The Government will conduct this acquisition using a steamlined competitive process pursuant to the Federal Acquisition Regulation Part 12 (Acquisition of Commercial Items) and Part 15(Contracting By Negotiation). This notice is a combined synopsis and part of the Request For Proposal (RFP). A RFP will be issued to firms responding to this CBD who provide the first submittal. BACKGROUND: The GIT application component is an integral subsystem of MMS's Technical Information Management System (TIMS) which supports MMS mission critical information needs. The TIMS is the information technology infrastructure (hardware, software,and telecommunication) the MMS Offshore Program uses to store and process all of its technical data. The GIT subsystem consists of Exploration and Production Data Management, Geophysical Analysis, Petrophysical Analysis, Subsurface Mapping and Reservoir Engineering subcomponents. The GIT subsystem automates most of the MMS mission-critical activities in the oil and gas resource evaluation program. In 1993, MMS contracted for a complete software solution for its GIT requirement. The GeoQuest suite of software was chosen as the MMS resource evaluation standard for interactive interpretation and visualization of geophysical and petrophysical data. GeoQuest provided the software and an aggressive training program for technical and end user support personnel. The GeoQuest software acquired and in full use to date includes: the Seismic suite, the Advanced Geophysical suite, the CPS suite(grids and contour mapping), the Geoframe suite, the Reservoir Modeling suite, the Finder Data Management suite, Zeh graphics, the Production Analyst suite, and the Eclipse suite. The GIT subsystem currently uses a client/server architecture with Sun Sparc servers and workstations running on the Solaris operating system. The system is distributed through local (LAN) and Wide (WAN) area networks. LAN topology utilizes a combination of FDDI fiber optic and fast Ethernet cabling. The purpose of this acquisition is to provide a vehicle for completion of MMS's enterprise-wide GIT capability. MINIMUM MANDATORY REQUIREMENTS for GENERAL OPERATIONS - The total GIT software solution shall interface with: Arc/Info; Calcomp Drawing Board and Drawing Board II digitizing tablets, graphics terminals, alphanumeric terminals, large scale color pen and electrostatic plotters, and printers all with no data accuracy loss; optical and magnetic disk drives; 9-track and 8mm cartridge magnetic tape devices; and shall support: dual monitors; command line drive mode; development of custom menus via batch files or macros and batch processing of resource intensive operations; applications that run under the same Motif/GUI; output of CGM file format compatible with ZEH rendering software; seamless integration between the data management, interactive mapping, reservoir analysis, interactive geophysical application, interactive petrophysical analysis and GIS modules; and a variety of graphical display formats. MINIMUM MANDATORY REQUIREMENTS for TECHNICAL FUNCTIONALITY - The GIT solution shall provide for the following capabilities: seismic interpretation; seismic forward modeling; reservoir modeling; velocity modeling; seismic data processing; 3-D visualization; petrophysical interpretation; construction of cross sections and well correlation; stratigraphic and structural modeling; multiple cartographic projections; basemapping; surface modeling; map and grid editing; well test analysis; volumetric calculation; decline curve; material balance; reservoir simulation; integrated data management (with built in mapping (capabilities) of ORACLE data including use of ORACLE 7.0, ORACLE forms 4.0 and ORACLE reports 2.0 or the most recent releases. The data management module shall also provide for: a spatial interface whereby users can select and retrieve data from a map or cross-section display by clicking on objects or by banding rectangles or by outlining polygons; graphical query by example tools for creating, storing, and displaying queries that select and retrieve from the data base and from a map or cross-section display; use of an extension to the database for management and SQL access of binary or other non-relational data formats, for large objects such as logs, cartographic data, seismic data, and graphical files; a library of ORACLE forms and reports for E&P data based on PPDM; data loaders for ASCII files in various formats and for standard industry formats such as LIS, LAS, SEG P, PI, and Dwights; support of SQL loader functions; run data loaders interactively or in batch mode; support corporate, regional, districts, project, and asset databases by extracting some or all of one database and inserting or updating that data in another; simultaneous displays of ORACLE forms, maps, and cross-sections which are a direct graphic display of the database; real time interactive mapping and cross-section displays using the same algorithm as the interactive mapping module. The total GIT solution shall function in a client/server environment utilizing Sun hardware to include SUN SPARC 5, SPARC 10, SPARC 20, ULTRA SPARC II, SPARC 2000 all with both single and dual heads, running Solaris 2.x. Additionally, the total GIT solution shall fully comply with all applicable Federal Information Processing Standards as stated in the RFP. The MMS has invested $6.1 million in developing the enterprise-wide Geological Interpretive Tools software solution which includes $3.5 million in direct software purchases. The remaining balance of $2.6 million includes maintenance and training for the GIT software. The MMS plans to expend an estimated $8.6 million for additional software, maintenance and services over the next 5 years through an Indefinite-Delivery-Indefinite-Quantity contract. MMS estimates the acquisition of approximately $900,000 in additional new software for year one, with no guarantee of additional purchases in subsequent years. MMS may choose to acquire additional new software beyond the first year based on the following estimates: Year Two - $1,430,000, Year Three - $650,000, Year Four - $440,000, and Year Five - $440,000. All of the above new software estimates include an anticipated 12 months of support, consisting of 3 months manufacturer's warranty and 9 months maintenance. The remaining portion of the $8.6 million total value is the cost associated with maintenance and technical support. Maintenance estimates for the installed base are as follows: Year One - $480,000, Year Two - $720,000, Year Three - $960,000, Year Four - $1,140,000,and Year Five - $1,140,000. Technical Support is estimated at $60,000 per year throughout the five year contract life. Offerors must submit proposals for this requirement in accordance with the following instructions: Offerors proposing GeoQuest products shall so state and request the RFP within twenty (20) calendar days from the publication date of this notice. For GIT solutions other than GeoQuest, offerors shall provide Submittal One. Submittal One shall consist of a certified corporate plan (signed by a person authorized to bind the corporation) detailing how the $6.1 million in embedded costs will be assumed by the offeror. This includes replacing all existing GIT software, data conversion, the retraining of approximately 115 MMS personnel, and provisions for maintaining any replacement software through February, 1998. Additionally, Submittal One must include clear and comprehensive documentation to demonstrate that the proposed GIT solution will meet all the minimum mandatory requirements contained in this notice. Offerors shall propose an all or none total software solution. All software shall be in full production as of the date of this notice. Beta versions are not acceptable. The corporate plan identified above and the ability of offerors to adequately document compliance with the minimum mandatory requirements will be a major factor during the evaluation process and selection for contract award. Submittal One is due twenty (20) calendar days from the publication date of this notice. Send an original and two copies to Ms. Katherine A. Valltos, 381 Elden Street, Herndon, Virginia 20170-4817. An RFP will only be issued to those offerors who provide all of the required Submittal One documentation. The RFP will provide offerors the contract terms and conditions, Representations and Certifications, and all other pertinent solicitation requirements. One critical requirement will be the submittal of a Transition Plan. The Transition Plan shall detail how the offeror proposes to migrate MMS into the proposed GIT solution environment. This transition plan shall minimize any disruption to government productivity and loss of revenue caused by delaying a lease sale. The RFP will be issued on or about December 23, 1996 and close fifteen (15) calendar days later. This acquisition is subject to the government obtaining all necessary administrative approvals. CITE: (I-338 SN008530) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Defense Information Systems Agency, NCRCO, 701 South Court House Road, Arlington, VA 22204-2199 SUBJECT: 70---PURCHASE OF DOMAIN MANAGER 2.3 FOR SOLARIS 2.X SOL DCA100-97-Q-0027 DUE 122396 POC Amanda Taylor, Contract Specialist (703) 607-6911 or Mark Bogart, Contracting Officer (703) 607-6920 DESC: The Defense Information Systems Agency intends to issue a competitive specific make and model request for quotation (RFQ) for Domain Manager 2.3 (6 each) for Solaris 2.X. This requirement is specific make and model because Domain Manager is a combination of SunNet Manager Platform and SunNet Manager Cooperative Consoles which is the GCCS standard software currently being used. Request for quotation will be issued o/a 19 December 1996. No verbal requests for this RFQ will be accepted. All requests must be in writing and must reference the RFQ number in this notice. Fax requests to Defense Information Systems Agency, Attn: Amanda Taylor/DN1, at (703) 607-4340/4341 or send requests to Defense Information Systems Agency, National Capital Region Contracting Office, Attn: Amanda Taylor, Code DN1, 701 South Court House Road, Arlington, VA 22204-2199. Specific Make and Model by authority of 10 U.S.C. 2304(c)(1). CITE: (W-339 SN008715) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Naval Surface Warfare Center, Crane Division, 300 Highway 361, Crane, IN 47522-5001 SUBJECT: 70 -- MAINTENANCE AND REPAIR SERVICE OF GOVERNMENT OWNED AUTOMATIC DATA PROCESSING EQUIPMENT SOL N00164-96-R-0147 DUE 122296 POC Contact - Ms. Kathy King, Code 1165ZP, 812-854-3734, Fax 812-854-3465/Ms. Mary Sheetz, Contracting Officer DESC: Correction: this action which was originally published in the Commerce Business Daily on or about 31 October 1996 is hereby cancelled. CITE: (I-339 SN008720) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Naval Air Warfare Center Aircraft Division Indianapolis 6000 E 21st Streeet Indpls., IN SUBJECT: 70 -- ADP EQUIPMENT, SOFTWARE AND SUPPORT. SOL N00163-97-Q-0030 DUE 120396 POC Alicia Everett, Buyer, Contact via FAX at 317-306-4700. DESC: The Government is going to negotiate with DY 4 SYSTEMS LTD of Blairstown, NJ, for the following items: (2) SBC PowerPC VME cards, (2) Quad 320c40 VME cards, (1) BSP FOR VxWorks for RTOS, (1) SPOX-LINK BSP for 320C40, (1) Cable kit for SVNE-171 SBC. CITE: (I-339 SN008746) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Naval Air Wardare Center Aircraft Division Indianapolis 6000 E 21st Street Indpls.,IN SUBJECT: 70 -- ADP SOFTWARE AND SUPPORT SOL N00163-97-Q-0031 DUE 120396 POC Alicia Everett, Buyer, Contact via fax:317 306 4700. DESC: The Government is planning to negotiate with WIND RIVER of Alameda, CA., for the procurement of the following items:(QTY OF 1 EACH) Tornado Develpoment HP, Tornado Maintenance (1yr), WindView, WindView Maintenance (1yr), VxSim, VxSim Maintenance (1yr), Wind Foundation classes, Wind Foundation Maintenance (1yr). CITE: (I-339 SN008747) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Securities and Exchange Commission, 6432 General Green Way, Alexandria, Va. SUBJECT: 70 -- 70-SOFTWARE: RENEWAL OF SOFTWARE LICENSES--SAS SOL SECHQ1-97-M-0094 POC Contract Specialist, Vernessa Younger, Contracting Officer, James L. Vandecar, 202/942-4999. DESC: Notice of intent to award a sole source contract to SAS Institute, SAS Circle, Box 8000, Cary, North Carolina 27512-8000, for licenses to use SAS Base, SAS/STAT, SAS/ETS, and SAS/Graph, for the period October 1, 1996 through September 30, 1997. The software shall provide information storage and retrieval, data modification and programming (creating variables, accumulating totals, checking for errors, programming DO/END and IF-THEN/ELSE conditions, reporting writing, statistical analysis(descriptive statistics and complex multivariate techniques, and linear module procedures), and file handling (Combining values and observations from several data sets, including editing, subsetting, concatenating, merging, and updating), and base support for SAS/ETS(for business analysis, forecasting, and financial planning). See Numbered Note(s): 22. CITE: (I-339 SN008761) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 -- AT&T SOFTWARE AND AT&T SITE LICENSE SOL MART-97-019 DUE 121896 POC Linda Reynolds-Franklin, Contracting Officer, 202-307-9243. DESC: The United States Marshals Service anticipates a purchase order using simplified acquisition procedures. Request for solicitations must be submitted in writing or by fax. Telephone requests will not be honored. It is anticipated that MART-97-019 will be awarded on or about December 20, 1996. CITE: (I-339 SN008768) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Administrative Support Center East, Office of Contracting, Attn: ASCE-PP, Building 2001, 2nd Floor, New Cumberland PA 17070-5001 SUBJECT: 70--PURCHASE OF (60) EACH INTERMEC SCANNERS AND SCANNER CABLES SOL SB3100-6332-3156 DUE 122096 POC Cheryl R. Garman, Contract Specialist, 717-770-7113 or R. C. Souto, Contracting Officer, 717-770-6206 DESC: The Defense Distribution Depot Susquehanna, PA has a requirement to purchase (60) each Intermec Scanners (P/N 1545F01, LD Laser) and (60) each Scanner Cables (P/N 060560 6' length). The items requested must be quoted FOB Destination to Defense Distribution Region East, Mechanicsburg, PA 17055. This request for oral quotation and the resultant contract award are being processed in accordance with Simplified Acquisition Procedures. A written request for quotation will not be issued. All responsible business concerns may submit a quotation for the above specified items, which if received by 3:00 PM ET on 20 December 1996, shall be considered. Oral or faxed quotations will be accepted by calling the Contract Specialist noted above or by facing the quotation to 717-770-5689. LINK http://www.dla.mil LINKDESC: EMAIL c_garman@stmp.ddre.dla.mil EMAILDESC: CITE: (W-339 SN008903) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: DDISA/DITCO/DTS31 2300 East Drive, Scott AFB, IL 62225-5406 SUBJECT: 70--SOFTWARE LICENSE DUE 122396 POC Darlene Cutler, 618-256-9697 DESC: Synopsis number 97043. The Defense Information Technology Contracting Office, Computer Technology Division, Procurement Branch (DITCO-DTS42), Scott AFB, IL intends to issue a sole source purchase order to Rand Information Systems, Inc., 588 Sutter ST. #211, San Francisco, CA 94102-1102 for the acquisition of Basic (CPU) Perpetual License for Tools Inventory Management Environment software to be run on a Group 80, 5995-8670M Amdahl CPU, serial nuimber 78002415 located at Defense Megacenter Columbus. The period of performance for the software license order is 23 Dec 96 through 22 Dec 97. The statutory authority for other than full and open competition is 40 U.S.C. 759(g), as amended, specific make and model. Companies who can provide the above listed proprietary Rand Information Systems software product must indicate their interest within 15 days of this advertisement. Oral communications are not acceptable. Facsimile number is (618) 256-9414. Estimated date of award is 23 Dec 96. No contract award will be made on the basis of quotations/proposals received in response to this notice since this synopsis cannot be considered a Request for Quotation/Proposals. All responsible sources will be considered for evaluating the determination to issue a sole source purchase order. SIC code 7372.***** CITE: (W-339 SN008906) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: Securities and Exchange Commission, 6432 General Green Way, Alexandria, Va. SUBJECT: 70 -- GENERAL PURPOSE ADP EQUIPMENT, SOFTWARE, SUPPLIES & SUPPORT EQUIPMENT SOL SECHQ1-97-M-0038 POC Contract Specialist, Vernessa Younger, Contracting Officer, James L. Vandecar, 202/942-4999. DESC: The Securities and Exchange Commission(SEC) requires electronic access, on computer diskettes, to the full text of seven US secuirities regulatory manuals. The manuals are issued by the Securities and Exchange Commission(SEC), and Self Regulatory Organizations including the National Association of Securities Dealers, New York Stock Exchange, Chicago Board of Option Exchanges, Municipal Securities Rulemaking Board, Securities Industries Association, and Financial Managers Association. The service must be compatible with current SEC Local Area Network and personal computer automated data processing standards. The manuals are required for the SEC's Division of Market Regulation, the Office of Compliance, Inspections and Examinations and eleven SEC field offices. The SEC requires thirty six copies of the seven manuals, including thirteen sets for the SEC Local Area Network and twenty three sets for laptop computers. The SEC reviewed products that provide securities regulatory manuals electronically and only Compliance International Inc. provides the required information. As a result, the SEC intends to purchase securities manuals from Compliance International during fiscal year 1997. See Numbered Note(s): 22. CITE: (I-339 SN008929) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: 70 -- SOFTWARE & SUPPORT SOL N66001-97-Q-1554 DUE 122396 POC POC Ms. Claudia Aguzar, Code D221, Purchasing Agent, (619)524-3063. Ms. Chris Lewis, Contracting Officer. DESC: The Gov't intends to procure on a sole source basis with Bluestone Software the following: 1. DB-UIM/X Solais 2.9 2.5 support, qty 8. 2. DB-UIM/X 2.9 annual support, qty 1. 3. License Upgrade XRT-3D license ser# 0900544-3006 from single user to a network license, qty 1. 4. XRT-3D software suport, qty 1. To be awarded on "all or none" basis. Technical POC: Sally Norvell, (619)553-1756, or Robert Lowe, (619)553-4962. Note 22 applies, however, all offers received within 15 (in lieu of 45) days after date of publication of original synopsis will be considered by the Government. The applicable Standard Industrial Code (SIC) and size standard is 7372 and $18.0. "No RFQ will be prepared or made available for distribution. Award will be based on evaluation of responsive, responsible quotations received in response to this CBD advertisement. Competitive awards may be based on the evaluation criteria stipulated in NRaD Blue Ribbon Vendor Program (BRVP) provisions or the Red, Yellow, Green (RYG) Contractor Evaluation System. The evaluation criteria is available upon request. Questions may be directed to Claudia A. Aguzar. Facsimile quotations are acceptable and must be received on or before the COB on the closing date stated above. Facsimile quotations may be sent to (619)524-2440/3407." See Note(s): 22. CITE: (I-339 SN008931) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 70--General-Purpose Information Technology Equipment OFFADD: NCCOSC RDTE Division, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San Diego, CA 92152-5113 SUBJECT: 70 -- CORRECTION:SOFTWARE & SUPPORT SOL N66001-97-Q-1554 DUE 122396 POC POC Ms. Claudia Aguzar, Code D221, Purchasing Agent, (619)524-3063. DESC: Correct number 2 to read: 2. DB-UIM/X 2.9 annual support, qty 8. CITE: (I-339 SN008947) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: Naval Sea Logistics Centers, 5450 Carlisle Pike, P.O. Box 2060, Mechanicsburg, PA 17055-0788 SUBJECT: 71--DESK/CHAIR COMBO SOL N65538-97-Q-0003 DUE 011397 POC Contracting Officer, John Wert, (717) 790-2089. DESC: Double entry or Profile combo desk, study top with tubular frame, one-piece molded plastic seat and underseat bookrack; seat height 17-18"; writing surface approx. 3/4" thick particle/fiber board, laminated top and beveled sealed edges, surface 30" H and 24" W and 35" Deep; underseat bookrack made of solid steel rods welded together and to frame, 11" front to back x 15" W x 9" H; Metal Finish; Navy color; Quantity-575 ea.; quote on stepladder Qtys. 0-200 ea, 201-400 ea, 401-575 ea.; Del. to Naval Training Center, Bldg. 2-B, Great Lakes, IL 60088. When calling, be prepared to state name, address and solicitation number. All responsible sources may submit an offer which, if received in a timely manner, will be considered. See Note 1. CITE: (M-339 SN008978) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 73--Food Preparation and Serving Equipment OFFADD: Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia, PA 19111-5096 SUBJECT: 73--SINGLE-FUEL (JP-8 DIESEL) BURNER UNIT (SFBU), TO REPLACE THE ARMY FIELD FEEDING SYSTEM M2/M2A GASOLINE FIRED FIELD BURNER UNIT. THIS BURNER UNIT TO REPLACE (NSN 7310-01-017-1285) SOL PSN97-06 POC (Primary) Tom Gordon, Contract Specialist, DISC-VA, voice (215) 697-0935, fax (215) 697-6217, email-tgordon@disc.dla.mil, or Shirley Jones, Contracting Officer, DISC-VA, voice (215) 697-4154, fax (215) 697-6217, e-mail-sbjones@disc.dla.mil. DESC: This is a notice that CBU-V intends to release a Draft Request for Proposal (RFP) to suppliers who can satisfy the Government's requirements as stated below. Contractors shall provide Single-Fuel (JP-8 Diesel) Burner Units (SFBU) to replace the Army Field Feeding System M2/M2A gasoline field burners. Contractors will need to submit (4) four Product Demonstration Models (PDM). The present M2 burner is the standard general purpose heat source for food preparation in the field. The Army Field Feeding System (AFFS) currently uses the M2/M2A non-powered field burner (NSN 7310-01-017-1285) in the Mobile Kitchen Trailer, Modular Field Kitchen, Food Sanitation Center, and Kitchen, Company Level, Field Feeding-Enhanced. The burner provides the heat to perform basis AFFS functions of roasting, grilling, broiling, frying and heating (of water) required to prepare hot A, B, and T-rations (heat and serve rations) as well as perform field sanitation. The SFBU will provide enhanced operational and performance characteristics and will meet form, fit, function, and interface requirements of the present M2. It will be fired with the capability of burning (JP-8 diesel fuel). An electric fuel pump will eliminate the need to manually pressurize the fuel tank. This item will also offer light in place electric ignition, smoke free start-up and operation, low power draw, and immediate on/off capability. While meeting all of the Army's footprint requirements, it must also comply with all the Army's manprint requirements as well. The SFBU will have a heating capability equal to or better than the M2/M2A which has a heat output range of 60K BTU/HR adjustable to less than 25K BTU/HR. Greater heat transfer efficiency will give the SFBU comparable heating capability while using less fuel. The SFBU will be operated in environmental conditions hot (120 degrees Fahrenheit) through cold (-25 degrees Fahrenheit). The unit will be ignited and operated inside tents, soft sided trailers, and soft sided expandable shelters and as such, clean ignition, combustion, and shut downs are extremely important. The unit will be exposed to, but will not be operated in the rain. Cleaning of the unit will be accomplished by wiping it down with a wet soapy cloth and other means indicated in the operators manual. The burner unit shall be transported on ground vehicles as unrestrained cargo. All maintenance required will be performed by the operator without any special tools. As much as practical, the operator will perform all repairs of components using no special tools. The SFBU must be made to all the requirements as stated in the performance specification MIL-PRF-44485. The contractor shall submit four (4) PDM(s), as part of its proposal. Models will be submitted at no expense to the government. If not destroyed by testing or retained by the government as a manufacturing standard, models will be returned at the offer's request and expense. PDM(s) will become government property unless return is requested within 30 days after date of award. Models will be tested or evaluated to determine compliance with all characteristics in the specification. A Pre-Solicitation Conference is going to be held (10:00 a.m.), 08 JAN 97, at the Defense Industrial Supply Center (DISC) located in Philadelphia, PA, to take questions and suggestions regarding the Draft RFP and the cited specification. To request a copy of MIL-PRF-44485 (available now), and/or a copy of the Draft RFP (available on or about 17 DEC 96) contact the above (Primary)-POC. It is suggested that all questions, suggestions, and discussions concerning the Draft RFP and the specification be addressed to the attention of Mr. Gordon, before the Pre-Solicitation Conference. Note to all suppliers, this notice and the release of a Draft RFP in no way commits the government to award a contract. CITE: (M-339 SN008828) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118 SUSQUEHANNA BLVD, APG MD 21005-5001 SUBJECT: 76--SUBSCRIPTIONS FOR TECHNICAL JOURNALS SOL DAAD05-97-R-0512 DUE 011597 POC Contract Specialist Deborah C. Griffin 410-278-0863 (Site Code DAAD05) DESC: This requirement is corrected to include a Base Year and Two (2) Option Years (Base Year is Date of award through December 31 1997, Option Year I is January 1, 1998 through 31 December 1998 and Option Year II is January 1, 1999 through 31 December 199. All responsible sources may submit an offer which shall be considered by this agency. No telephone requests, only written or facsimile (410-278-0904) requests will be accepted. Ms. Deborah C. Griffin (410-278-0863) is the point of contact for additional CITE: (I-339 SN008874) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 76--Books, Maps and Other Publications OFFADD: Department of the Treasury (2024), Federal Law Enforcement Training Center, Procurement Division, Bldg. 28, Glynco, GA 31524 SUBJECT: 76 -- BOOKS AND PAMPHLETS SOL 7TOD0022 DUE 122396 POC Angela B. Simpson, Purchasing Agent at (912)267-2302 DESC: The Federal Law Enforcement Training Center will issue a RFQ o/a 12/23/96 for 580 copies each of the Federal Immigration Laws and Regulations (most recent edition) ISBN 0-314-05248-8 and Federal Criminal Code and Rules (most recent edition) ISBN 0-314-04026-9 as published by West Publishing Company, St. Paul, MN. Simplified acquisition procedures apply. RFQ copies will be provided on a first come-first served basis until depleted. Copies can be requested via fax at (912)267-3132. Telephone calls will NOT be honored. See Numbered Note 22. CITE: (I-339 SN008980) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: U. S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO. SUBJECT: 81 -- SHIPPING AND STORAGE SOL DAAJ09-97-R-0125 DUE 012297 POC Fleurelle Humphrey, Contract Specialist, AMSAT-A-PLBB, 314-263-314- 263-2985, Carol M. Woerheide, Contracting Officer, 314-263-0779, Datafa314-263-9012. DESC: NSN: 8145-01-102-3048, IAW ATCOM Spares Technical Data Package, AVRD1 (8145PK300100-01), Rev H, Quantity: 75 each. FOB Destination to Texarkana, TX 75507-5000. These Shipping and Storage Containers are for the CH-47D Helicopter Rotary Blade. They are made from sheet metal and are free breathing containers. Required delivery with First Article Test is 75 each, 240 DACA, first article test report due 168 DACA. Required delivery without First Article Test is 75 each, 180 DACA. The proposed action will include 100% option provision. All responsible sources may submit a bid or a proposal which shall be considered by the agency. This is 100 percent Small Business Set Aside. Subject to the availability of funds. No telephone requests will be accepted. You may fax your request ATTN: AMSAT-A-PLBB, Fleurelle Humphrey, Contract Specialist, on 314-263-9012. See Numbered Note(s): 1. CITE: (I-339 SN008741) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 81--Containers, Packaging and Packing Supplies OFFADD: U. S. Army Aviation and Troop Command, 4300 Goodfellow Blvd, St. Louis, MO. SUBJECT: 81 -- SHIPPING AND STORAGE SOL DAAJ09-97-R-0125 DUE 012297 POC Fleurelle Humphrey, Contract Specialist, AMSAT-A-PLBB, 314-263-314- 263-2985, Carol M. Woerheide, Contracting Officer, 314-263-0779, Datafa314-263-9012. DESC: NSN: 8145-01-102-3048, IAW ATCOM Spares Technical Data Package, AVRD1 (8145PK300100-01), Rev H, Quantity: 75 each. FOB Destination to Texarkana, TX 75507-5000. These Shipping and Storage Containers are for the CH-47D Helicopter Rotary Blade. They are made from sheet metal and are free breathing containers. Required delivery with First Article Test is 75 each, 240 DACA, first article test report due 168 DACA. Required delivery without First Article Test is 75 each, 180 DACA. The proposed action will include 100% option provision. All responsible sources may submit a bid or a proposal which shall be considered by the agency. This is 100 percent Small Business Set Aside. Subject to the availability of funds. No telephone requests will be accepted. You may fax your request ATTN: AMSAT-A-PLBB, Fleurelle Humphrey, Contract Specialist, on 314-263-9012. See Numbered Note(s): 1. CITE: (I-339 SN008745) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--TOWEL BLANKS SOL 1PI-B-1944-97 DUE 013197 POC Contract Specialist, CHRISTIAN, ROSANNA, 202/508-3969 DESC: UNICOR, Federal Prison Industries, Inc. contemplates entering into a one year Indefinite Delivery Indefinite Quantity firm fixed price contract for towel blanks. FOB Destination USP Terre Haute, IN. Item 0001, towel blanks, cotton, champange beige, wight 13.5 oz. size 27"x 50". Minimum guaranteed 25,000 each. Total estimated quantity 100,000 each. All items shall be in accordance with TLPD-T-001A. The required delivery schedule shall be 30 days after receipt of delivery order. Solicitation package mus be requested in writing or via facsimile on company letterhead. Fax number is 202-508-8498. No telephone request will be honored. All responsible sources CITE: (I-339 SN008884) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--SKIRT WMN'S POLY/WOOL GABERDINE BLUE SHADE 2312 SOL SP0100-97-Q-4039 DUE 122396 POC Contact: DPSC-FRDB-1 buyer-a. D'Avella 215/737-2455 DESC: 8410-01-414-2735 skirt WMN's, poly/wool, gaberdine blue shade 2312, fully lined. This requirement is a total small business set-aside. Quantity of 7560 EA. I/A/W MIL-S-29429 dated 1 June 94, pattern date 1 Mar 94 6 deliveries to one destination Albany, GA. First delivery to start 120 days after date of award. GFM is included at a unit price of $7.9935. This a best value buy including past performance. All responsible sources may submit offer which DPSC shall consider. CITE: (I-339 SN008616) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Defense Personnel Support Center, Attn: DPSC-HFVW, 2800 South 20th Street, Philadelphia, PA 19101 SUBJECT: 89--BREAD AND BAKERY PRODUCTS SOL SPO300-97-R-D016 DUE 012797 POC FRED RADTKE (215) 737-3872, Contracting Officer, William Smith (215) 737-4298. DESC: CAMP PENDLETON, CA, METROPOLITAN DETENTION CENTER, CA; BREAD & BAKERY products for 12 month delivery period beginning 01 May 1997 and ending 30 April 1998. The contract will be 12 Months Unrestricted Acquisition with Evaluation Preference for SDB Concerns for DOD Troop Issue items only. All materials used in fabrication are to be furnished by offer(s). All responsible sources may submit proposals which will be evaluated by the agency. Solicitation request may be transmitted via Facsimile *(215) 737-7081. ATTN: HFVW. Anticipated Solicitation Issuance Date 09 December 1997. CITE: (M-339 SN008712) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 89--Subsistence (Food) OFFADD: Defense Personnel Support Center, ATTN: DPSC-HFMN, 2800 South 20th Street, Philadelphia, PA 19101 SUBJECT: 89--MILK AND MILK PRODUCTS SOL SP0300-97-R-D034 DUE 011397 POC Yasmin Dossa, (215) 737-8020, Contract Specialist; Barbara L. Jordan, (215) 737-7523, Contracting Officer. DESC: VA Hines, IL; VA Westside, IL; VA Lakeside, IL; VA N. Chicago, IL; and Metro Correction Ctr, IL, requires indefinite quantity of Milk and Milk Products for a delivery period beginning 01 May 1997 and ending 30 April 1998. The contract will be for twelve (12) months. Unrestricted Acquisition and Unrestricted Acquisition with Evaluation Preference for SDB Concerns-Troop Issue Only. All materials used in fabrication are to be furnished the successful bidder(s). Solicitation requests may be transmitted via (215) 737-2579, Attn: Yasim Dossa/DPSC-HFV. All responsible sources may submit a proposal which shall be considered by the agency. Anticipated solicitation issuance date of 22 December 1996. CITE: (M-339 SN008713) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, Ft. Belvoir, VA 22060-6222 SUBJECT: 91 -- COAL, SUB-BITUMINOUS/BITUMINOUS SOL SP0600-97-R-0020 DUE 122396 POC Contact S. Nichols, Contract Specialist, (703) 767-8523/D. Frankel, Contracting Officer, (703) 767-8534 DESC: Modification: This synopsis was originally published in the CBD on 11 Oct and modified on 27 Nov 96. This modification is issued to correct the solicitation number to SP0600-97-R-0020. All other information published in the original and first modification synopses remain the same. CITE: (I-339 SN008682) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes OFFADD: Dir of Contracting, SIOLE-KO, CDRLEAD, 1 Overcash Avenue, Chambersburg, PA 17201-4152 SUBJECT: 91-KERO-CUT MIXTURE, 70% NO. 2 FUEL OIL, 30% KEROSENE SOL DAAC67-97-Q-0141 DUE 012097 POC Point of Contact - Karen McKibben, Contract Specialist, 717-267-9753 x309. Contracting Officer, Brenda S. Earnest, 717-267-9817 x260 DESC: Kero-cut mixture consists of 70% No. 2 Fuel Oil and 30% Kerosene used for heating of buildings. Estimated quantity is 33,000 gallons and shall be automatically delivered on a degree day basis through the period of performance which is 1 Feb 97 thru 30 May 97. There are approximately 91 tanks with a tank capacity of 1,000 gallons or less at Letterkenny Army Depot, Chambersburg, PA. Only responsible sources will be considered for participation in this acquisition. Anticipated award date is 31 Jan 97. Only written requests for solicitation packages will be accepted and may be datafaxed to (717) 267-9834. EMAILADD: tkeller@letterkenn-emhl.army.mil EMAILDESC: CITE: (D-339 SN008714) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: USDA, ARS, MSA, Procurement/Assistance Office, P. O. Box 225, Stoneville, MS 38776-0225 SUBJECT: 99-INSECT VIRUS SOL 97-4431-005 DUE 020897 POC Contact, Ms. Terry A. Krutz, Contracting Officer, (601) 686-5361 DESC: The USDA, ARS, Mid South Area, Stoneville, Mississippi intends to procure a sole source contract with Biosys, Inc., 10150 Old Columbia Road, Columbia, MD 21406-1704 for 82,000 acre treatments of Gemstar (insect virus). All interested parties may express their interest and ability to meet the requirements through submission of clear and convincing documentation on their product to the contracting officer within 15 days after the date of this notice. No solicitation documents exists and oral communications are not acceptable. See Numbered Note 22. CITE: (I-338 SN008613) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: VA Medical Center, Attn: Contracting (93), P.O. Box 1034, Portland, OR 97207 SUBJECT: 99 -- PROCUREMENT AND INSTALLATION OF CONCRETE GRAVELINERS SOL IFB 648-05-97 DUE 011397 POC Terry Albertus, 503-220-8262, x7105 DESC: The VA Medical Center, Portland, Oregon, has a requirement to contract for the procurement and installation of concrete graveliners for a one base year period with four (4) option years. This procurement is a total small business set-aside. A concern is small if its average annual receipts for its preceding three years did not exceed 3.5 million dollars. The standard classification code no. 7621 applies to this solicitation. Fax requests for a copy of the solicitation will be accepted at (503) 273-5335. CITE: (I-339 SN008724) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: DIRECTOR, USAMRAA, MCMR-AAA, BLDG 820, FORT DETRICK, FREDERICK MD 21702-5014 SUBJECT: A--INTEGRATION OF TEXT, IMAGE AND CHEMISTRY DATABASES ON GUI CLIENTS DESIGNED FOR DRUG DISCOVERY AND DEVELOPMENT POC Contracting Officer Patricia M. McAllister (301) 619-7360 (Site Code DAMD17) CNT DAMD17-97-C-7018 AMT $72,600 DTD 110896 TO DATAASPECTS CORPORATION, 104 LASUEN COURT, LOS GATOS, CA 95032 CITE: (I-339 SN008885) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: NASA Lewis Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135 SUBJECT: A -- SHORT HAUL CIVIL TILTROTOR CONTINGENCY POWER SYSTEM PRELIMINARY DESIGN POC Kurt R. Brocone, Contract Specialist, (216) 433-2769,. CNT NAS3-97029 AMT $1,478,106.00 LINE N/A DTD 112096 TO Allison Engine Company, P.O. Box 420, Indianapolis, IN 46206-04202 CITE: (I-339 SN008939) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: C--Architect and Engineering Services - Construction OFFADD: Commander, Pacific Division, Naval Facilities Engineering Command, Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code 0211) SUBJECT: C--ARCHITECT-ENGINEER SERVICES FOR TOPOGRAPHIC, HYDROGRAPHIC, CADASTRAL AND PAVEMENT CONDITION SURVEYS, VARIOUS PACNAVFACENGCOM AREAS POC Contact Ms. Donna Matsuura, Contract Specialist, (808) 474-6321 CNT N62742-96-D-0021 AMT $25,000.00 DTD 112696 TO ControlPoint Surveying, Inc., 1043 Wong Ho Lane, Honolulu, HI 96814 CITE: (I-338 SN008614) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Commander (Bid Clerk/vpl), Maintenance and Logistics Command Pacific, Coast Guard Island, Bldg. 50-7, Alameda, CA 94501-5100 SUBJECT: J--DOCKSIDE REPAIR OF USCGC HAMILTON (WHEC 715) POC Mary Ann Sanchez, (510) 437-5742. CNT DTCG85-96-C-625L47 AMT $353,280.00 LINE ALL DEFINITE ITEMS DTD 112296 TO San Pedro Boat Works CITE: (M-339 SN008687) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: AETC CONS/LGCR 550 D Street East Ste 08 Randolph AFB TX 78150-4434 SUBJECT: J--REFRIGERATION AND HVAC MAINTENANCE FOR DECA'S NW REGION POC Harold R. Stark, 210-652-3838 CNT F41689-97-D-0300 AMT $1,181,410.00 LINE 0001 DTD 102596 TO Scottpolar Corporation, 1321 S. Swaner Rd, Ste A, Salt Lake City, UT 84104 EMAIL starkh@rndgate1.aetc.af.mil EMAILDESC: CITE: (W-339 SN008925) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment OFFADD: Chief, A&MMS (90), VA Outpatient Clinic, 543 Taylor Avenue, Columbus, OH 43203-1278 SUBJECT: J -- MAINTENANCE AND REPAIR OF RADIOGRAPHIC EQUIPMENT POC Contracting Officer: Greg Hanks, 614.257.5522; Additional Contact: Don Anderson, 614.257.5524 CNT V757P-0315 AMT $640,280 LINE All DTD 120396 TO Siemens Medical Systems, Inc., 186 Wood Avenue South, Iselin, NJ 08830 CITE: (I-339 SN008993) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: L--Technical Representation Services OFFADD: FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 "W" STREET, BREMERTON, WA SUBJECT: L -- TECHNICAL REPRESENTATIVE SERVICES POC D. Stokes CNT N00406-97-C-5038 AMT $210,759 LINE N/A DTD 112996 TO american systems engineering corp 2829 guardian lane virginia beach va 23452 CITE: (I-339 SN008733) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: M--Operation of Government-Owned Facilities OFFADD: US Department of Commerce, National Oceanic and Atmospheric Administration, PGAS, Procurement Operations Division, 1325 East West Highway, Station 4301:EFT, Silver Spring, Maryland 20910-3283 SUBJECT: M -- OPERATION, MAINTENANCE, AND TECHNICAL SUPPORT OF THE GOES DATA DISTRIBUTION SYSTEM CNT 50-DGNE-6-90068, Modification 0014 AMT $1,529,852.00 DTD 112796 TO PRC Inc., 1500 PRC Dr., McLean, VA 22102 CITE: (I-339 SN008653) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--PHARMACY TECHNICIAN SERVICES POC Administrative Contracting Officer, Lou Rivera, USP Atlanta, (404) 635-5100, x131, Contracting Officer, Robert J. Kruskie, (404) 635-5646. CNT J131c-099 AMT $18,331.04 DTD 111996 TO VFC Associates, Inc., 6108 North Morgan Street, Alexandria, Virginia 22312 CITE: (M-339 SN008688) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Q--Medical Services OFFADD: Bureau of Prisons South Central Regional Office, 4211 Cedar Springs Road Suite 201, Dallas, TX 75219 SUBJECT: Q -- HOSPITAL SERVICES POC Gwendolynne Todd, Contracting Officer, (214) 767-5902. CNT J151c-099 AMT $30,000.00 LINE N/A DTD 120296 TO Scenic Mountain Medical Center, 1601 11th Place, Big Spring, TX 79720 (915) 263-1221 CITE: (I-339 SN008762) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: R--Professional, Administrative and Management Support Services OFFADD: Ballistic Missile Defense Organization BMDO (DCT), 1725 Jefferson Davis Hwy, Suite 1200, Arlington, VA 22202 SUBJECT: R -- BALLISTIC MISSILE DEFENSE ORGANIZATION MANAGEMENT INFORMATION SYSTEM (MIS) SUPPORT SERVICES POC POC: LT Jeffrey Miller, (703) 604-4454, CBD Reference Number: BMDO 96-09. CNT HQ0006-97-C-0004 AMT $4,512,388.00 LINE 0001, 0002, 0003, 00 DTD 112796 TO Nichols Research Corporation, 4040 So. Memorial Parkway, Huntsville, AL 35815-1502 CITE: (I-339 SN008983) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: S--Utilities and Housekeeping Services OFFADD: Operational Contracting Officer, 914 Airlift Group (AFRES), 2720 Kirkbridge Dr., Niagara Falls International Airport_Air Reserve Station, NY 14304-5001 SUBJECT: S--LAUNDRY AND DRY CLEANING POC Martin A. Troutman, (716) 236-2211/Contracting Officer, Dennis M. Pasiak, (716) 236-2177. CNT F30617-96-D-0005/F30617-96-B-0002 DTD 100196 TO North East Cleaners Inc., 99 Niagara Street, Tonawanda, NY 14150-1106 CITE: (M-339 SN008686) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Y--Construction of Structures and Facilities OFFADD: US Army Engr Dist New Orleans, PO Box 60267, New Orleans La 70160 SUBJECT: Y -- MISSISSIPPI RIVER, BATON ROUGE TO THE GULF OF MEXICO, SOUTHWEST PASS FORESHORE DIKE CONSTRUCTION, MILE 0.5R A.H.P. TO MILE 0.8R B.H.P., PLAQUEMINES PARISH, LA CNT DACW29-97-C-0012 AMT $1,704,000.00 LINE Items 0001 thru 0006 DTD 120396 TO Bertucci Contracting Corp.; P.O. Box 10582; Jefferson, LA 70181 CITE: (I-339 SN008717) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Commander, Pacific Division, Naval Facilities Engineering Command, Contracts Department, 4262 Radford Drive, Honolulu, HI 96818-3296 (Code 0212) SUBJECT: Z--SPECIAL PROJECT R3-93, ROOF REPAIRS, BUILDING 39 AT THE FORD ISLAND, NAVAL STATION, PEARL HARBOR, OAHU, HAWAII POC Contact Mr. Ira Kight, Procurement Technician, Ms. Ann Saki-Eli, Contract Specialist, Telephone No. (808) 474-7120, Facsimile No. (808) 474-7316 CNT Contract No. N62742-95-C-1412 AMT $946,280.00 DTD 120296 TO Commercial Roofing & Waterproofing, 2002 Kahai Street, Honolulu HI 96819 CITE: (I-338 SN008612) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: 14th Contracting Squadron, 555 Seventh St, Suite 113, Columbus AFB, MS 39710-1006 SUBJECT: Z--PURCHASE/INSTALL ELEVATORS, BASE HOSPITAL POC Valerie Fox, Contract Specalist, 14th Contracting Squadron (601-434-7782) CNT F22608-97-C0001 AMT $134,997.00 LINE 0001-0001AA DTD 112596 TO Cherokee Construction Co., P.O. Box 9620, Columbus, MS 39705-9620 EMAIL foxv@colgate1.col.aetc.af.mil EMAILDESC: CITE: (W-339 SN008718) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--MOUTH OF COLORADO RIVER, TEXAS, DREDGING NAVIGATION CHANNEL AND IMPOUNDMENT BASIN IN MATAGORDA COUNTY, TEXAS POC Contracting Officer Mary A. Monnell (409) 766-3851 (Site Code DACW64) CNT DACW64-97-C-0004 AMT $981,300 DTD 120396 TO MIKE HOOKS INC, PO BOX 1525, LAKE CHARLES, LA 70602 CITE: (I-339 SN008876) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 2711, LOS ANGELES CA 90053-2325 SUBJECT: Z--REPAIR FIRE STATION, BUILDING 85, INDIAN SPRINGS, NEVADA POC Contract Specialist Sandy Oliver-Hall (213) 452-3243 (Site Code DACW09) CNT DACA09-97-C-0010 AMT $631,450 DTD 112196 TO VALENZUELA ENGINEERING INC, 3130 SKYWAY DRIVE #702, SANTA MARIA, CA 93455 CITE: (I-339 SN008886) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SERVICES CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property OFFADD: Officer in Charge of Construction, Naval Air Weapons Station, China Lake, California 93555-6001 SUBJECT: Z--INDEFINITE QUANTITY MULTI-TRADES FY 97 POC Diane Steel, Contract Specialist, (619) 939-4401, Bart J. Parker, Contacting Officer, (619) 939-4412. CNT N62474-96-D-6354 AMT $873,778.00 DTD 112796 TO CAL, Inc., 2040 Peabody Road, Suite 400, Vacaville, CA 95687 CITE: (M-339 SN008900) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 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., M/S 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-IFB-96-0022) AMT $798,527 LINE 001 & 002 DTD 111896 TO Mousel Construction, Inc., P.O. Box 2650, Rapid City, SD 57709-2650 CITE: (W-339 SN008918) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS 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-INITIATOR, EXPLOSIVE ACTUATED POC Contact Point, M. Quinn, 0242.10, (717)790-1152, Fax, (717)790-2284, Twx, Not-avail CNT N0010497CKA06, Sol Nr N00104-96-R-K103, NIIN 01133 AMT $105,897 DTD 110796 TO Teledyne Mcccrmick Selph , Hollister ,CA 95023-9635 CITE: (I-339 SN008861) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS 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-FIRE EXTINGUISHER, CTG. POC Contact Point, M. Quinn, 0242.10, (717)790-1152, Fax, (717)790-2284, Twx, Not-avail CNT N0010497CKA10, Sol Nr N00104-96-R-K106, NIIN 01116 AMT $93,345 DTD 110496 TO Pacific Scientific Co , Chandler ,AZ 85226-0000 CITE: (I-339 SN008862) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS 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-INITIATOR, CARTRIDGE POC Contact Point, M. Quinn, 0242.10, (717)790-1152, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, N. Quinn, 0242.10, (717)790-1152 CNT N0010497CKA12, Sol Nr N00104-96-R-K065, NIIN 00845 AMT $125,624 DTD 110696 TO Charl Industries Inc , Hauppauge ,NY 11788-4004 CITE: (I-339 SN008863) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS 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-MK 17 MOD O IGNITION ELEMENT POC Contact Point, M. Quinn, 0242.10, (717)790-1152, Fax, (717)790-2284, Twx, Not-avail CNT N0010497CKA14, Sol Nr N00104-96-R-K117, NIIN 00119 AMT $114,277 DTD 110796 TO Woerner Engineering Inc , Elbert ,CO 80106-0000 CITE: (I-339 SN008864) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS 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-M499 CUTTER, POWDER ACTUATED POC Contact Point, M. Quinn, 0242.10, (717)790-1152, Fax, (717)790-2284, Twx, Not-avail CNT N0010497CKA19, Sol Nr N00104-96-R-K120, NIIN 00777 AMT $56,508 DTD 111396 TO Charl Industries Inc , Hauppauge ,NY 11788-4004 CITE: (I-339 SN008865) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 14--Guided Missiles OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 14-MECHANISM ASSEMBLY POC Contact Point, Rosemary A Devlin, 0235.03, (215)697-5976, Fax, (215)697-3161, Twx, Not-avail CNT N0038396D042G7000, NIIN 014133910 AMT $433,748 DTD 112696 TO Varo Inc , Garland ,TX 75046 CITE: (I-338 SN008533) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-FITTING,STRUCTUAL POC Contact Point, Harry G Burkart, 0233.12, (215)697-4870, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Francis X Mcglinn, 0233.04, (215)697-3453 CNT N0038392GK3119991, NIIN 014373122 AMT $73,391 DTD 112796 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008534) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-TANK,LUBRICATING OI POC Contact Point, Harry G Burkart, 0233.12, (215)697-4870, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Francis X Mcglinn, 0233.04, (215)697-3453 CNT N0038392GK3119992, NIIN 011298384 AMT $50,491 DTD 112796 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008535) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-CANOPY,MOVABLE POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462, Fax, (215)697-0491, Twx, Not-avail CNT N0038393GB4179076, NIIN 013901116 AMT $461,772 DTD 112696 TO Mcdonnell Douglas Corp , Saint Louis ,MO 63166-0516 CITE: (I-338 SN008536) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-SUPPORT ASSEMBLY,BE POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF6Y, NIIN 012212619 AMT $95,445 DTD 103196 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008537) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 15--Aircraft and Airframe Structural Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 15-TIP,AIRCRAFT POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF6Z, NIIN 013399308 AMT $204,088 DTD 103196 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008538) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-LINING,FRICTION POC Contact Point, Margaret A Filipone, 0223.11, (215)697-2066, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Donald F Mcgettigan, 0223.02, (215)697-6549 CNT F0960391G0023GB42, NIIN 012466343 AMT $26,950 DTD 112596 TO Aircraft Braking Systems Corp , Akron ,OH 44306-4186 CITE: (I-338 SN008539) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-SCISSORS ASSEMBLY POC Contact Point, Joseph W Williams, 0233.09, (215)697-4385, Fax, (215)697-3161, Twx, Not-avail CNT N0038392GK3119988, NIIN 011594708 AMT $419,151 DTD 112696 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008540) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-SWASHPLATE ASSEMBLY POC Contact Point, Leah Y Lester, 0233.11, (215)697-3719, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Francis X Mcglinn, 0233.04, (215)697-3453 CNT N0038392GK3119990, NIIN 011594704 AMT $28,614 DTD 112796 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008541) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-BLADE ASSEMBLY,MAIN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038393G003VW725, NIIN 012568268 AMT $75,000 DTD 110696 TO Bell Helicopter Textron Inc , Fort Worth ,TX 76101 CITE: (I-338 SN008542) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-BEARING,BLADE RETEN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7C, NIIN 011589606 AMT $477,751 DTD 102996 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008543) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-DAMPENER,VIBRATION POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7D, NIIN 013470735 AMT $457,566 DTD 102996 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008544) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-HEAD,ROTARY WING POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7F, NIIN 012185661 AMT $245,000 DTD 110196 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008545) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-HUB ASSEMBLY,ROTARY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7G, NIIN 012643928 AMT $498,000 DTD 110196 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008546) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-PANEL,CONTROL,ELECT POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7M, NIIN 013631845 AMT $99,236 DTD 103096 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008547) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-ACTUATOR,ELECTRO-ME POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7Q, NIIN 012861016 AMT $149,966 DTD 110396 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008548) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-GEARBOX ASSEMBLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF8H, NIIN 012684420 AMT $150,000 DTD 111296 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008549) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-CONTROL PANEL ASSEM POC Contact Point, Gerald R Buday, 0235.11, (215)697-6511, Fax, (215)697-3161, Twx, Not-avail CNT N0038395D007G7012, NIIN 011644125 AMT $400,396 DTD 112596 TO United Technologies Corp , Windsor Locks ,CT 06096-1010 CITE: (I-338 SN008550) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-SCROLL ASSEMBLY POC Contact Point, Joyce L Curry, 0223.05, (215)697-6510, Fax, (215)697-3161, Twx, Not-avail CNT N0038395GM1205317, NIIN 008876864 AMT $296,332 DTD 112696 TO Alliedsignal Inc , Tempe ,AZ 85285-2200 CITE: (I-338 SN008551) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-CONTROLLER,ELECTRIC POC Contact Point, Donna M Sibel, 0224.04, (215)697-5970, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, James F Ulrich, 0224.01, (215)697-1294 CNT N0038395G004H7001, NIIN 011428831 AMT $795,000 DTD 112596 TO Aerospace Avionics Inc , Bohemia ,NY 11716 CITE: (I-338 SN008552) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 16-VALVE,LINEAR,DIRECT POC Contact Point, Tim Vanas, 0233.18, (215)697-6232, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Maria C Allen, 0233.01, (215)697-3770 CNT SP070095G0005GC10, NIIN 001690637 AMT $365,500 DTD 112596 TO Tactair Fluid Controls Inc , Liverpool ,NY 13088 CITE: (I-338 SN008553) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--CARRIER, TURBINE COM SOL SP0920-96-Q-A209 CNT SP0920-97-M-0957 AMT $55,662.04 LINE 0001 THROUGH 7001 DTD 112296 TO Huntington Valley Industries 5142 Bolsa Ave Suite 105 Huntington Beach CA 92649-1048 CITE: (I-339 SN008647) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16--Aircraft Components and Accessories OFFADD: U.S. Army Aviation & Troop Command, 4300 Goodfellow Blvd, St. Louis, MO 63120-1798 SUBJECT: 16 -- MAST, MAIN ROTOR SUP, NSN: 1615-01-166-1963, P/N: 7-311160020, QTY: 81 EA POC John Heilman, Contract Specialist, AMSAT-A-PLBB, 314-263-0741, or Beverly H. Ratliff, Contracting Officer, AMSAT-A-PLBB, 314-263-0769. CNT DAAJ09-97-D-0012/0001 AMT $ 1,356,993.00 LINE 0001AA DTD 112596 TO Fenn Mfg. Inc., 300 Fenn Road, Newington CT 06111-2244 CITE: (I-339 SN008736) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--SHIELD, AIRCRAFT GROUND SERVICING. EXCEPTION CNT SP0740-97-C-0543 AMT $149,987.60 LINE 0002 THROUGH 5002AA DTD 120396 TO Weckworth Mfg Inc DBA Weckworth-Langdon 1806 W 2ND St P.O.Box 3435 Wichita KS 67201-3435 CITE: (I-339 SN008628) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--END ASSEMBLY, AMMUNITION CHUTE. SOL SP0760-96-Q-T459 CNT SP0760-96-M-T945 AMT $28,800.60 LINE 0001 DTD 110496 TO Kampi Components Co., Inc. 210 Route 13 Bristol, PA 19007 CITE: (I-339 SN008629) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--IMPULES SWITCH. SOL 96TMG6-72-P-0700 CNT SP0770-97-M-EN89 AMT $28,023.60 LINE 0001 DTD 120496 TO Heavy equipment parts Inc. 2416 Radley CT. no 4 Hayward, CA. 94545 CITE: (I-339 SN008631) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 26--Tires and Tubes OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 26-TIRE,PNEUMATIC POC Contact Point, John M Mccarry, 0235.13, (215)697-2803, Fax, (215)697-0483, Twx, Not-avail CNT N0038395D027G5001, NIIN 008347441 AMT $244,315 DTD 112596 TO Goodyear Tire And Rubber Co The , Akron ,OH 44316-0001 CITE: (I-338 SN008554) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 26--Tires and Tubes OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 26-TIRE,PNEUMATIC POC Contact Point, John M Mccarry, 0235.13, (215)697-2803, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Douglas Nevins, 0235, (215)697-6539 CNT N0038397CG008, NIIN 001654043 AMT $706,500 DTD 112696 TO Goodyear Tire And Rubber Co The , Akron ,OH 44316-0001 CITE: (I-338 SN008555) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 26--Tires and Tubes OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 26-TIRE,PNEUMATIC,AIRC POC Contact Point, Carol A Burke, 0222.06, (215)697-3454, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PP137, NIIN 014199867 AMT $39,572 DTD 112696 TO Northwestern Motor Co Inc , Eau Claire ,WI 54702 CITE: (I-338 SN008556) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-SADDLE VANE,TURBINE POC Contact Point, Bernadette Palmarini, 0232.27, (215)697-1185, Fax, (215)697-3161, Twx, Not-avail CNT F3460195G0012GCX7, NIIN 012470265 AMT $364,705 DTD 112696 TO Allison Engine Co Inc , Indianapolis ,IN 46206-0420 CITE: (I-338 SN008557) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-PARTS KIT,BEARING S POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394D009M0009, NIIN 006073562 AMT $38,421 DTD 111396 TO Stein Seal Co , Kulpsville ,PA 19443 CITE: (I-338 SN008558) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-VANE,COMPRESSOR POC Contact Point, Jeanette Y Williams, 0232.29, (215)697-0187, Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian J Connolly, 0232.36, (215)697-1032 CNT N0038395G054M5371, NIIN 995172707 AMT $31,019 DTD 112596 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-338 SN008559) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-VANE,TURBINE ENGINE POC Contact Point, Jeanette Y Williams, 0232.29, (215)697-0187, Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian J Connolly, 0232.36, (215)697-1032 CNT N0038395G054M5372, NIIN 995550103 AMT $64,718 DTD 112596 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-338 SN008560) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-VALVE ASSEMLBY,SURG POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038396D003H0001, NIIN 011506998 AMT $2,076,952 DTD 110596 TO Alliedsignal Inc , Tempe ,AZ 85285-2200 CITE: (I-338 SN008561) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-SUPPORT RING,NOZZLE POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CM057, NIIN 012794252 AMT $178,520 DTD 112596 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-338 SN008562) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 28-ARM, VANE ACTUATING POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PM061, NIIN 000600107 AMT $86,969 DTD 112596 TO General Electric Co , Lynn ,MA 01910-2690 CITE: (I-338 SN008563) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--ENGINE BLOCK ASSEMBLY, GASOLINE. ON OMC ENG SOL SP0760-96-Q-BA38 CNT SP0760-97-M-8899 AMT $42,500.48 LINE 0001 THROUGH 0002 DTD 120496 TO Nestor sales Inc DBA ACE tool Co 7337 Bryan dairy Rd largo FL 34647 CITE: (I-339 SN008630) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BLADE, STEAM TURBINE. SOL 97T594-02-P-0700 CNT SP0700-94-G-0003-0164 AMT $82,602.00 LINE 0001 DTD 120496 TO Westinghouse Electric Corp Electronic Systems Group Marine Div MLS 401 E Hendy Ave MS 33-3 P O Box 3499## Sunnyvale CA 94088-3499 CITE: (I-339 SN008635) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 28--Engines, Turbines and Components OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 28--BLADE, COMPRESSOR SOL SP0500-96-Q-1021 CNT SP0500-97-M-K807 AMT $57,100.00 LINE 0001 DTD 120496 TO Aviation sales Co Inc 6905 N W 25TH St P O Box 522914 Miami FL 33152-1805 CITE: (I-339 SN008779) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29-QUADRANT ASSEMLBY,P POC Contact Point, Beverly D Brooks, 0221.08, (215)697-6462, Fax, (215)697-0491, Twx, Not-avail CNT N0038393GB4179075, NIIN 011440046 AMT $249,036 DTD 112596 TO Mcdonnell Douglas Corp , Saint Louis ,MO 63166-0516 CITE: (I-338 SN008564) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29-VALVE ASSEMBLY,ANTI POC Contact Point, John J Kenney, 0234.03, (215)697-6525, Fax, (215)697-3161, Twx, Not-avail CNT N0038394D019G7001, NIIN 013056942 AMT $219,045 DTD 112796 TO Alliedsignal Inc , Tempe ,AZ 85285-2200 CITE: (I-338 SN008565) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 29--Engine Accessories OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 29-SYSTEM CONTROL UNIT POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M013J, NIIN 012302333 AMT $92,355 DTD 101996 TO Lucas Aerospace Inc , Englewood ,NJ 07631 CITE: (I-338 SN008566) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 30-SHAFT,STRAIGHT POC Contact Point, Bernadette E Davis-golden, 0234.04, (215)697-6566, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G011M5070, NIIN 013468099 AMT $126,600 DTD 112696 TO Lucas Western Inc , Utica ,NY 13503 CITE: (I-338 SN008567) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 30--Mechanical Power Transmission Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 30-GEAR SET ASSEMBLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M015J, NIIN 011257866 AMT $47,717 DTD 111896 TO Lucas Aerospace Inc , Englewood ,NJ 07631 CITE: (I-338 SN008568) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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. ON! CNT SP0750-97-M-7137 AMT $92,635.83 LINE 0001 THROUGH 0002 DTD 120496 TO CASE J. I. Co. 700 State St. Racine, WI. 53404 CITE: (I-339 SN008634) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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 -- CONNECTING LINK, RIGID, NSN:3040-01-352-1531, P/N:7-311411155-11, QTY:104 EACH, APPLICABLE TO AH-64 AIRCRAFT POC Patrick Downs, Contract Specialist, AMSAT-A-PLBB, 314-263-0755, Datafax 314-263-9012, Beverly H. Ratliff, Contracting Officer, 314- 263-0769. CNT DAAJ09-97-C-0045 AMT $ 499,096.00 LINE 0001AA DTD 112996 TO Fenn Manufacturing Company, 300 Fenn Road, Newington, CT 06111 CITE: (I-339 SN008735) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--CAP, PILLOW BLOCK SOL SP0500-96-Q-X985 CNT SP0700-95-G-0005-TZ37 AMT $48,000.00 LINE 0001 DTD 120496 TO Tactair Fluid Controls Inc 942 Old Liverpool Rd Liverpool NY 13088 CITE: (I-339 SN008783) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 43-PUMP,RADIAL PISTONS POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G005JUN11, NIIN 012015961 AMT $123,360 DTD 101096 TO Vickers Inc , Jackson ,MS 39206 CITE: (I-338 SN008569) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 43--Pumps and Compressors OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 43-PUMP UNIT,ROTARY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M011P, NIIN 012992029 AMT $53,812 DTD 112496 TO Quaker Pump Co , North Wales ,PA 19459-0000 CITE: (I-338 SN008570) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 44--Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 44--CORE ASSEMBLY, FLUID COOLER. SOL SP0770-96-Q-QF45 CNT SP0770-97-M-AX36 AMT $38,560.14 LINE 0001 DTD 120496 TO Enerquip Inc 611 North Rd Medford WI 54451-1154 CITE: (I-339 SN008633) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 47--Pipe, Tubing, Hose and Fittings OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 SUBJECT: 47--ELBOW, SWIVEL FLANGE TO TUBE. SOL SP0770-96-Q-PN41 CNT SP0770-97-M-CN18 AMT $95,940.00 LINE 0001 DTD 120496 TO Orbital parts Inc 615 S 4TH Ave Mansfield TX 76063 CITE: (I-339 SN008636) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--PARTS KIT, FUEL AND OIL SERVICING NOZZLE. SOL SP0760-96-R-2686 CNT SP0760-97-C-4404 AMT $161,564.78 LINE 0001 THROUGH 0004 DTD 120496 TO Carter ground fueling Co Div of Carter J C Co Inc 671 W 17TH St Costa Mesa CA 92627 CITE: (I-339 SN008632) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53-BOLT,EXTERNALLY REL POC Contact Point, Jeanette Y Williams, 0232.29, (215)697-0187, Fax, (215)697-1388, Twx, Not-avail, Contracting Officer, Brian J Connolly, 0232.36, (215)697-1032 CNT N0038395G054M5370, NIIN 993834186 AMT $31,996 DTD 112596 TO Rolls-royce Plc , Bs12 7qe England CITE: (I-338 SN008571) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 53-SPACER,PLATE POC Contact Point, Dorothy Henderson, 0233.06, (215)697-2814, Fax, (215)697-3161, Twx, Not-avail CNT N0038397CN013, NIIN 011527088 AMT $209,000 DTD 112596 TO Baltic Machine Inc , Glastonbury ,CT 06033 CITE: (I-338 SN008572) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--CASTER, SWIVEL CNT SP0500-97-C-0028 AMT $463,300.00 LINE 0001AA THROUGH 0001A DTD 120496 TO Albion Industries Inc 800 N Clark St P O Box 411 albion MI 49224 CITE: (I-339 SN008775) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--BRACKET, MOUNTING SOL SP0500-96-Q-Z252 CNT SP0500-97-W-0808 AMT $83,150.40 LINE 0001 DTD 120496 TO Preci-mfg Inc 400 Weaver St Winooski VT 05404-1344 CITE: (I-339 SN008776) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 53--Hardware and Abrasives OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 53--MOUNT, RESILIENT CNT SP0500-97-M-L588 AMT $50,000.00 LINE 0001 THROUGH 0002 DTD 120496 TO Triumph Mfg Co Inc 750 tolland Street P O Box 380148 East Hartford CT 06138-0148 CITE: (I-339 SN008777) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--CLAMP ASSEMBLY, ENGINE SOL SP0500-97-Q-SM41 CNT SP0500-97-M-K566 AMT $61,060.50 LINE 0001 DTD 120496 TO Capy machine shop Inc 79 OTIS St West babylon NY 11704 CITE: (I-339 SN008781) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 54--Prefabricated Structures and Scaffolding OFFADD: U.S. Army Aviation & Troop Command, 4300 Goodfellow Boulevard, St. Louis, MO 63120 SUBJECT: 54 -- SPARE PARTS FOR THE MEDIUM GIRDER BRIDGE POC Sharon Williams, Contract Specialist, 314-263-0672, Rosie Bell, Contracting Officer, 314-263-0671. CNT DAAK01-97-C-0007 AMT $ 883,757.63 LINE 0001AA - 0030AA DTD 112796 TO Williams Fairey Engineering, Limited, Post Office Box 41, Crossley Road, Heaton Chapel, Cheshire, England SK4 5BD CITE: (I-339 SN008737) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 55--PLYWOOD, SOFTWOOD, CONSTRUCTION; I/A/W COMM'L CNT SP0500-97-C-0029 AMT $244,198.40 LINE 0001 THROUGH 0005 DTD 120496 TO Middle Atlantic wholesale lumber Inc 10220 S dolfield Rd Suite 106 Owings Mills MD 21117 CITE: (I-339 SN008778) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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, HARDWOOD; IN ACCORDANCE WITH SOL SP0500-97-Q-3388 CNT SP0500-97-M-L766 AMT $73,440.00 LINE 0001 DTD 120496 TO Truitt and white lumber Co 642 hearst Ave Berkeley CA 94710-1928 CITE: (I-339 SN008780) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: Fleet and Industrial Supply Center Norfolk Detachment Washington DC, Washington Navy Yard, Bldg. 200, 4TH Floor, 901 M Street, SE, Washington, D.C. SUBJECT: 58 -- PURCHASE OF DIGITAL RANGE COMMUNICATION SYSTEM CNT N00600-96-R-2142/N00600-97-C-0277 AMT $2,554,697.00 LINE 0001 DTD 112296 TO Orion Systems, Inc., 602 Masons Mill Business Park, Huntingdon Valley, PA 19006. The contract was awarded for CLIN 0001 (Lot I) at $2,554,697.00 with a potential amount of $47,965,982.00 if all options are exercised. CITE: (I-338 SN008528) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-MODULE ASSEMBLY,SER POC Contact Point, Stanley L Shumas, 0234.02, (215)697-3774, Fax, (215)697-3161, Twx, Not-avail CNT N0038392GK0237001, NIIN 011599036 AMT $943,830 DTD 112796 TO Northrop Grumman Corp , Hawthorne ,CA 90250 CITE: (I-338 SN008573) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-INTERFACE UNIT,DATA POC Contact Point, Sylvia M Cummings, 0221.03, (215)697-2583, Fax, (215)697-3161, Twx, Not-avail CNT N0038393GM6065005, NIIN 013825118 AMT $284,300 DTD 112796 TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6 CITE: (I-338 SN008574) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-RECORDER,SIGNAL DAT POC Contact Point, Sylvia M Cummings, 0221.03, (215)697-2583, Fax, (215)697-3161, Twx, Not-avail CNT N0038393GM6065006, NIIN 013825123 AMT $301,103 DTD 112796 TO Canadian Commercial Corp , Ottawa Ontario Canada K1a 0s6 CITE: (I-338 SN008575) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-TRANSDUCER,SONAR POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G209NUU24, NIIN 013360466 AMT $100,500 DTD 110696 TO Alliedsignal Inc , Teterboro ,NJ 07608-1173 CITE: (I-338 SN008576) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-RECEIVER,SONAR POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G209NUU30, NIIN 013298008 AMT $54,590 DTD 110696 TO Alliedsignal Inc , Teterboro ,NJ 07608-1173 CITE: (I-338 SN008577) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-ELECTRONIC COMPONEN POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038396G013JZ704, NIIN 004704429 AMT $30,000 DTD 110796 TO Rockwell Intl Corp , Richardson ,TX 75083-3807 CITE: (I-338 SN008578) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 58--Communication, Detection, and Coherent Radiation Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 58-RECEIVER-TRANSMITTE POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PXZ80, NIIN 012153454 AMT $390,025 DTD 110196 TO Rockwell Intl Corp , Cedar Rapids ,IA 52498 CITE: (I-338 SN008579) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-ELECTRON TUBE POC Contact Point, Kathleen Johnson, 0221.09, (215)697-4069, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GM4005052, NIIN 013351622 AMT $110,280 DTD 112596 TO Kaiser Electronics A Kaiser , San Jose ,CA 95134-2083 CITE: (I-338 SN008580) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-CIRCUIT CARD ASSEMB POC Contact Point, Kathleen Johnson, 0221.09, (215)697-4069, Fax, (215)697-3161, Twx, Not-avail CNT N0038394GM4005053, NIIN 013603807 AMT $66,654 DTD 112696 TO Kaiser Electronics A Kaiser , San Jose ,CA 95134-2083 CITE: (I-338 SN008581) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-CIRCUIT CARD ASSEMB POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G020JWQ19, NIIN 002803129 AMT $356,875 DTD 110396 TO Lockheed Martin Tactical Systems In , Saint Paul ,MN 55121 CITE: (I-338 SN008582) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-REEL CABLE ASSEMBLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G209NUU28, NIIN 013635053 AMT $58,500 DTD 110696 TO Alliedsignal Inc , Teterboro ,NJ 07608-1173 CITE: (I-338 SN008583) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 59-CIRCUIT CARD ASSEMB POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G209NUU34, NIIN 013574373 AMT $39,887 DTD 110696 TO Alliedsignal Inc , Teterboro ,NJ 07608-1173 CITE: (I-338 SN008584) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59-ELEK MOD ASM, FIB POC Contact Point, G L Baltzell, 0243.2, (717)790-7639, Fax, (717)790-2284, Twx, Not-avail CNT N0010497CFA20, Sol Nr N00104-95-R-FJ26, NIIN LLH76 AMT $52,974 DTD 121396 TO Lockheed Martin Federal Systems Inc , Manassas ,VA 22110 - -4104 CITE: (I-339 SN008866) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 59--Electrical and Electronic Equipment Components OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code 8732 , PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 59-RESISTOR ASSEMBLY POC Contact Point, Valerie L Bowman, 87321.1, (717)790-5883, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, Trent E Roach, 87321, (717)790-5259 CNT N0010497PBC93, Sol Nr N00104-96-Q-BV38, NIIN 01430 AMT $49,609 DTD 112896 TO Ward Leonard Electric Co. Inc. , Mount Vernon ,NY 10550-17 CITE: (I-339 SN008867) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61-POWER SUPPLY POC Contact Point, Kathleen M Logan, 0233.05, (215)697-2124, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G700N5211, NIIN 014144937 AMT $67,630 DTD 112696 TO Alliedsignal Inc , Teterboro ,NJ 07608-1173 CITE: (I-338 SN008585) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61-POWER SUPPLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038395G209NUU29, NIIN 011054663 AMT $34,780 DTD 110696 TO Alliedsignal Inc , Teterboro ,NJ 07608-1173 CITE: (I-338 SN008586) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61-GENERATOR-STARTER POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M010J, NIIN 013177867 AMT $99,743 DTD 111996 TO Lucas Aerospace Inc , Englewood ,NJ 07631 CITE: (I-338 SN008587) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61-ROTOR,GENERATOR POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M014J, NIIN 001017902 AMT $99,603 DTD 111996 TO Lucas Aerospace Inc , Englewood ,NJ 07631 CITE: (I-338 SN008588) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 61-PROTECTION UNIT POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M016J, NIIN 001676759 AMT $96,419 DTD 111996 TO Lucas Aerospace Inc , Englewood ,NJ 07631 CITE: (I-338 SN008589) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies OFFADD: VA Medical Center, Acquisition & Materiel Management Service, 2250 Leestown Road, Lexington, KY 40511-1093 SUBJECT: 65 -- WHOLE BLOOD AND BLOOD PRODUCTS POC Contact Point, Betty Spencer (606-281-3956), Contracting Officer, FAX 606-281-3971 CNT V596P-2817 AMT $347,796 LINE ALL DTD 120396 TO CENTRAL KENTUCKY BLOOD CENTER, 330 WALLER AVE., LEXINGTON, KY 40504 CITE: (I-339 SN008751) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66-CYLINDER ASSEMBLY,A POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7A, NIIN 011585987 AMT $373,594 DTD 103096 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008590) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66-CYLINDER ASSEMBLY,A POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7B, NIIN 011585986 AMT $294,000 DTD 102996 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008591) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66-RAST PROBE ASSEMBLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7E, NIIN 013428449 AMT $327,349 DTD 102996 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008592) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66-AMPLIFIER ASSEMBLY POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7N, NIIN 012567324 AMT $91,958 DTD 110196 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008593) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 66-PANEL,FLIGHT CONTRO POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038394G811NLF7P, NIIN 012015468 AMT $180,950 DTD 103096 TO Sikorsky Aircraft Corp , Stratford ,CT 06497-9129 CITE: (I-338 SN008594) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 66--Instruments and Laboratory Equipment OFFADD: NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 SUBJECT: 66-FREQUENCY COUNTER POC Contact Point, R. D. Rhoades, 02151.5, (717)790-3234, Fax, (717)790-2284, Twx, Not-avail, Contracting Officer, P. A. Shearer, 0215, (717)790-3794 CNT N0010497DN004, Sol Nr N00104-96-R-NA06, NIIN 01275 AMT $1 DTD 112196 TO Hewlett-packard Co , Wayne ,PA 19087-5580 CITE: (I-339 SN008868) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 69--Training Aids and Devices OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 69-DISPLAY,HEADS-UP POC Contact Point, J. Campbell, 0251.04, (215)697-4910, Fax, (215)697-3161, Twx, Not-avail CNT N0038397M026J, NIIN 999308516 AMT $32,741 DTD 110596 TO Smiths Industries Aerospace And , Clearwater ,FL 34618 CITE: (I-338 SN008595) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 71--Furniture OFFADD: DEPT OF JUSTICE, FED PRISON INDUSTRIES, 320 1ST STREET NW - Material Mgt Branch, WASHINGTON, DC 20534-0001 SUBJECT: 71--FAB-1153 POC Contracting Officer, THORNTON, LULA, 202/508-3947 CNT 1PI-C-2882-97 AMT $33,999 LINE 0001 DTD 120396 TO AMERICAN EXCELSIOR CO., 302 HIGHWAY 341 SOUTH, BAINESVILLE, GA 30204 CITE: (I-339 SN008883) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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--COVERALLS, UTILITY, BLUE (3329). CNT SP0100-97-M-EA72 AMT $71,775.00 LINE 0001AA THROUGH 0002A DTD 120396 TO Equa Industries Inc William brennan Blvd Bldg 41 guanaji mayaguez PR 00680 CITE: (I-339 SN008615) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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-2877-97 AMT $484,437 LINE 31,32,36,46,47 DTD 120296 TO ResourceNet International, Gov't Sales, A Division of International Paper, 1901 Stanford Ct., Landover, MD 20785 CITE: (I-339 SN008878) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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-2878-97 AMT $179,249 LINE 39 DTD 120296 TO Dillard Paper, 2100 Jefferson Davis HWY, Richmond, VA 23224 CITE: (I-339 SN008879) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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-2876-97 AMT $327,065 LINE 30,33,34,35,40,43 DTD 111996 TO Lindenmeyr Monroe Corporation, Three Manhattanville Road, Purchase, NY 10577-2110 CITE: (I-339 SN008880) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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-2875-97 AMT $57,905 LINE 1,2,7-10,25 DTD 111996 TO Western Paper Co., Inc., 920 Avenue R., #300, Grand Prairie, TX 75050 CITE: (I-339 SN008881) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 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-2880-97 AMT $5,735 LINE 3 DTD 112096 TO Logans Marketing, P.O. Box 13305, San Diego, CA 92101 CITE: (I-339 SN008882) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 96--Ores, Minerals and Their Primary Products OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila PA 19111-5096 SUBJECT: 96--LEAD PIG SOL SP0500-97-Q-3926 CNT SP0500-97-M-L863 AMT $44,820.00 LINE 0001 DTD 120496 TO Belmont metals Inc 330 Belmont Ave Brooklyn NY 11207-4010 CITE: (I-339 SN008782) [Commerce Business Daily: Posted December 3, 1996] [Printed Issue Date: December 6, 1996] PART: CONTRACT AWARDS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 99--Miscellaneous OFFADD: NAVICP, 700 Robbins Avenue Philadelphia, Pa 19111-5098 SUBJECT: 99-CIRCUIT CARD ASSEMB POC Contact Point, Grace R Soltis, 0222.08, (215)697-6083, Fax, (215)697-3161, Twx, Not-avail CNT N0038397PP135, NIIN LLZ99M055 AMT $87,353 DTD 112696 TO Digital Equipment Corp , Maynard ,MA 01754-2504 CITE: (I-338 SN008596) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: SPECIAL NOTICES SUBJECT: MICROWAVE TREATMENT OF BENIGN PROSTATIC HYPERPLASIA DESC: Sandia National Laboratories (SNL) offers to license its patented transurethral applicator for microwave treatment of benign prostatic hyperplasia (BPH). This applicator is distinguished from all other devices presently in use for this purpose by improved uniformity of fields induced in periurethral tissues. The benefit of this feature in clinical practice is greater treatment control thereby avoiding over-treatment leading to unnecessary complications or under-treatment leading to regrowth. The greater uniformity of fields induced by radiative transfer does not require movement or repositioning of the applicator and energy transfer to the periurtheral tissue is optimized for each patient. The technology involves a novel electromagnetic structure compatible with otherwise conventional catheter platforms. A urethral cooling loop and sensor package may be included. In addition to this direct license, SNL offers an opportunity for a CRADA to incorporate the new applicator into a complete microwave system for treatment of BPH. SNL's historic mission in radar brings a vast technology base to this development effort. Furthermore, SNL investment in Biophysics offers leverage of a CRADA partner's funds to complete tests in vitro of a new method of BPH treatment using the instant invention with RF systems that add a new, specific type of cellular injury. The new method and apparatus does not depend solely upon heat for treatment efficacy. Rather, modulation effects offer differential cellular injury to preserve normal tissue and optimize treatment effects upon hyperplastic cells. A CRADA partner would share the method and apparatus already developed by SNL to study modulation effects and benefit from the data produced in tests with our clinical partners for human prostate in vitro. Such tests could lead to new clinical tools for minimally invasive treatment of BPH. Sandia has an proprietary intellectual property position in the "Microwave Treatment of Benign..." technology. The technology is in the advanced stages of technology development, having started clinical testing. Approximately one-half million dollar investment has already gone into the technology. Sandia believes that the market potential for "Microwave Treatment..." is large. According to the Manufacturing USA Directory, sales in the surgical apparatus and instruments market is over $25 billion. Cases of prostate cancer are on the increase, and more effective treatment methods will be in high demand in the future. In order to fulfill fairness of opportunity requirements, Sandia will widely advertise both the technology and the fact that it may be licensed. Depending upon any prior commitments, the advertised license can take a variety of forms, up to and including the opportunity for an exclusive license. However keep in mind, that this is not an offer for the sale of a license, but rather a solicitation of interested parties for potential license opportunities. You and other potential licensees, must express interest in the technology either by writing or faxing us. The deadline for accepting respondents is December 16, 1996. In your inquiry, please include: the name of the technology, "Microwave Treatment of Benign..", and any information on your companies' experience/capabilities with similar technologies Write to: Joanne Trujillo Sandia National Laboratories Technology Partnerships Dept. PO Box 5800 - MS 1380 Albuquerque, NM 87185-1380 .... or express interest by fax at (505) 843-4175 After you contact us, we will send you a short questionnaire to assess your company's ownership and size. Preference will be given to US based businesses. From there, Sandia will evaluate all replies. An offer for sale, consistent with the selected licensing strategy will then be developed. The chosen strategy will be mutually beneficial for both Sandia, and the chosen company or companies. We look forward to the opportunity to work with you and your company on the desired goal of commercialization of the Microwave Treatment of Benign Prostatic Hyperplasia technology. EMAIL jmtruji@sandia.gov EMAILDESC: CITE: (W-339 SN008871) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: SPECIAL NOTICES OFFADD: General Services Administration, Greater Southwest Region, 819 Taylor Street, Fort Worth, TX 76102 SUBJECT: NEW ITEM PROGRAM (NIP) DESC: Applications/offers sought from businesses who have developed new or improved commercial products that have the potential to provide more economical and efficient means for Federal agencies to accomplish their missions. Applications/offers will be evaluated/awarded through the General Services Administration's Commercial Products Acquisition Laboratory (CPAL), which will assign National Stock Numbers (NSNs) to products awarded under this lab. Applications must be submitted before March 31, 1997, to be considered for contract period beginning October 1, 1997. Applications received after March 31, 1997, will be considered for the contract period beginning January 1, 1998. All responsible sources submitting an offer will be considered by the agency. GSA is currently seeking environmentally beneficial products, such as, safer alternatives to hazardous products, products containing post consumer recovered materials, energy efficient products, etc. All interested parties should contact the nearest GSA Business Service Center/GSA Office of Enterprise Development for New Item Applications (GSA Form 1171) and procedures for submitting completed applications. The GSA Business Service Centers are located at: 10 Causeway Street, Boston, MA 02222, (617) 565-8100; 26 Federal Plaza, Room 18-130, New York, NY 10278, (212) 264-1234; 7th and D Streets, SW., Room 1050, Washington, DC 20407, (202) 708-5804; 100 Penn Square, East, Room 829, Philadelphia, PA 19107-3396, (215) 656-5525; 401 West Peachtree Street, Suite 302, Atlanta, GA 30365-2550, (404) 331-5103; 230 South Dearborn Street, Chicago, IL 60604, (312) 353-5383; 1500 East Bannister Road, Kansas City, MO 64131-3088, (816) 926-7203; 100 East 15th Street, Suite 400, Water Garden Plaza, Fort Worth, TX 76102, (817) 871-6007; 5400 Griggs Road, Houston, TX 77021, (713) 643-8077; Denver Federal Center, Building 41, Room 145, Denver, CO 80225, (303) 236-7408; 450 Golden Gate Avenue, San Francisco, CA 94102, (415) 522-2700; 400 15th Street, SW., Auburn, WA 98001-6599, (206) 931-7956. THIS NOTICE APPLIES TO THE PRODUCTS PROCURED BY THE GENERAL PRODUCTS COMMODITY CENTER LOCATED IN FORT WORTH, TX FOR THE FOLLOWING FSC/COMMODITY CLASSIFICATIONS: 19, 20, 23, 30, 32, 34, 35, 36, 37, 39, 40, 42, 45, 46, 47, 49, 53, 54, 55, 56, 62, 63, 72, 73, 77, 78, 79, 83, 84, 87, 93, 94, 95 and 99. If additional information is required for classes 19-49, contact Mary Ann Swearingen, General Services Administration, General Products Commodity Center, Schedules Contracting Division (7FXG), 819 Taylor Street, Fort Worth, TX 76102-6114, (817) 978-8377. If additional information is required for classes 53-99, contact Elizabeth Sims, General Services Administration, General Products Commodity Center, Schedules Contracting Division (7FXG), 819 Taylor Street, Fort Worth, TX 76102-6114, (817) 978-8376. CITE: (M-339 SN008917) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: SPECIAL NOTICES SUBJECT: N/A -- GPS SYSTEM-LEVEL ARCHITECTURE UPGRADE DEVELOPMENT DESC: NAVSTAR GLOBAL POSITIONING SYSTEM (GPS) INDUSTRY DAYS. The NAVSTAR Global Positioning System (GPS) Joint Program Office (JPO) intends to keep industry involved and updated on the Navigation Warfare (Navwar) program by hosting our second quarterly Industry Days on 16 and 17 Jan 97. In keeping with the program schedule briefed during Industry Days held in Oct 96, the Government is beginning planning for the next phase of the Navwar program currently anticipated to be Engineering/Manufacturing Development (EMD). The Government anticipates an acquisition strategy consisting of either an EMD contract with production options or separate contracts for EMD and production. The intent is to develop a GPS system-level solution that protects the Department of Defense's (DoD) and U.S. Allies' operational use of GPS during times of conflict while preventing the use of GPS by adversaries, without impacting civil use outside the combat arena. The acquisition objectives of the Navwar program are to take maximum advantage of acquisition reform initiatives, minimize system life-cycle costs, maximize opportunities for competition, reduce Government oversight and be postured to respond quickly, at minimum cost, to new airspace requirements and evolving threats. During the EMD phase, the Government anticipates selecting one or more contractors to design, develop and test a Navwar system-level solution. EMD contract award is currently anticipated for Jan 98 and concluding in FY00. Any production options exercised or a separate production contract award would likely take place during or after FY00. The Navwar program requires the prime contractor to be U.S. owned and controlled and on-shore. Off-shore subcontractors are authorized for non-restricted portions of the acquisition. Industry Days will be held at the Aerospace Corporation, Bldg A-8, 2350 El Segundo Blvd., El Segundo CA 90245. Government briefings to industry will be at the Secret level with only US citizens allowed to attend. Therefore, written advance requests for admittance are required. Submit visit requests to SMC/CZUN, Attention Mr. Ken Zebal, PRC, 2435 Vela Way, Suite 1613, Los Angeles AFB, CA 90245-5500, telephone (310) 363-1138, facsimile (310) 363-3844. The schedule for Industry Day is: Government briefings to industry from 0800 until 1200 on 16 Jan on current Government plans and concerns. Attendance is limited to no more than four (4) people from each company/division. Industry will have an opportunity to provide feedback and ask questions of the Government during one-on-one sessions from 1300 to 1700 on 16 Jan and from 0800 to 1700 on 17 Jan. During one-on-one meetings, the GPS JPO is interested in listening to advanced anti-jamming technologies such as digital receivers, beam forming/steering antennas and to acquisition strategy ideas to meet the program objectives stated above. Time allotted for the one- on-one meetings will depend upon the number of meetings requested. When briefing, contractors are asked to please provide to Mr. Ray Huon or Ken Zebal a digitized copy of your briefing on a 3.5 inch diskette. The limit of four (4) people from each company/division does not apply to the one-on one meetings. Discussions during these meetings will be no higher than the Secret level. Address requests for one-on-one meetings to Mr. Ken Zebal. Contact the technical library POC, Lt. Tom Caballero, at (310) 363-1818 for a copy of the government to industry presentation given at the Oct 96 Industry Days and/or access to documents releasable to potential offerors. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Mr. Leslie Bordelon at (310) 363- 3818. 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. This synopsis is for information and planning purposes only and does not constitute a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice. Contracting Officer - Mr. Barney Klehman (310) 363-6396. CITE: (I-339 SN008935) [Commerce Business Daily: Posted December 4, 1996] [Printed Issue Date: December 6, 1996] PART: SPECIAL NOTICES OFFADD: General Services Administration, Greater Southwest Region, 819 Taylor Street, Fort Worth, TX 76012 SUBJECT: NEW ITEM INTRODUCTORY SCHEDULE (NIIS) DESC: Applications/offers sought from businesses who have developed new or improved commercial products that have the potential to provide more economical and efficient means for Federal agencies to accomplish their missions. Applications must be submitted before March 31, 1997, to be considered for contract period beginning October 1, 1997. Applications received after March 31, 1997, will be considered for the contract period beginning January 1, 1998. All responsible sources submitting an offer will be considered by the agency. GSA is currently seeking environmentally beneficial products, such as, safer alternatives to hazardous products, products containing post consumer recovered materials, energy efficient products, etc. All interested parties should contact the nearest GSA Business Service Center/GSA Office of Enterprise Development for New Item Applications (GSA Form 1171) and procedures for submitting completed applications. The GSA Business Service Centers are located at: 10 Causeway Street, Boston, MA 02222, (617) 565-8100; 26 Federal Plaza, Room 18-130, New York, NY 10278, (212) 264-1234; 7th and D Streets, SW., Room 1050, Washington, DC 20407, (202) 708-5804; 100 Penn Square, East, Room 829, Philadelphia, PA 19107-3396, (215) 656-5525; 401 West Peachtree Street, Suite 302, Atlanta, GA 30365-2550, (404) 331-5103; 230 South Dearborn Street, Chicago, IL 60604, (312) 353-5383; 1500 East Bannister Road, Kansas City, MO 64131-3088, (816) 926-7203; 100 East 15th Street, Suite 400, Water Garden Plaza, Fort Worth, TX 76102, (817) 871-6007; 5400 Griggs Road, Houston, TX 77021, (713) 643-8077; Denver Federal Center, Building 41, Room 145, Denver, CO 80225, (303) 236-7408; 450 Golden Gate Avenue, San Francisco, CA 94102, (415) 522-2700; 400 15th Street, SW., Auburn, WA 98001-6599, (206) 931-7956. THIS NOTICE APPLIES TO THE PRODUCTS PROCURED BY THE GENERAL PRODUCTS COMMODITY CENTER LOCATED IN FORT WORTH, TX FOR THE FOLLOWING FSC/COMMODITY CLASSIFICATIONS: 19, 20, 23, 30, 32, 34, 35, 36, 37, 39, 40, 42, 45, 46, 47, 49, 53, 54, 55, 56, 62, 63, 72, 73, 77, 78, 79, 83, 84, 87, 93, 94, 95 and 99. If additional information is required for classes 19-49, contact Mary Ann Swearingen, General Services Administration, General Products Commodity Center, Schedules Contracting Division (7FXG), 819 Taylor Street, Fort Worth, TX 76102-6114 (817) 978-8377. If additional information is required for classes 53-99, contact Elizabeth Sims, General Services Administration, General Products Commodity Center, Schedules Contracting Division (7FXG), 819 Taylor Street, Fort Worth, TX 76102-6114 (817) 978-8376. CITE: (M-339 SN008916) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: SPECIAL NOTICES SUBJECT: EC/EDI SMALL BUSINESS PROCUREMENT CONFERENCE DESC: The Department of State is sponsoring an EC/EDI Small Business Procurement Conference on March 11, 1997, 8:30 a.m. - 3:30 p.m., at the Fort Myer Officers Club, 214 Jackson Avenue, Fort Myer, VA 22211. Value Added Network providers are encouraged to participate and to display exhibits. All current and prospective Department of State trading partners, including small business, small disadvantaged businesses, and small, women-owned are encouraged to attend. POC is Nomiki Handakaros at (800)878-2940 ext. 238. LINK www.clark.net/fbc LINKDESC: EMAIL expo@clark.net EMAILDESC: CITE: (W-339 SN008967) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: SPECIAL NOTICES SUBJECT: DESIGN, CONSTRUCTION, AND OPERATION OF A PIONEER PLANT(S) BASED ON DIRECT AND/OR INDIRECT CONVERSION TECHNOLOGIES DESC: The Department of Energy (DOE)/Federal Energy Technology Center (FETC) is interested in aiding the formation of non-Federal project teams that would eventually construct and operate a pioneer plant(s) (defined later) based on direct and/or indirect conversion technologies. The DOE/FETC also recognizes that supporting work including the substantiation of the design data base with more proof-of-concept (POC)-scale operation and the conduct of a conceptual feasibility study may constitute a part of the pioneer plant activity. This notice is for advanced notification of the Government's potential intent for further procurement activities and is seeking a broad-based response from stakeholders and developers. This is NOT a formal solicitation, is NOT a request for proposals, and is NOT to be construed as a commitment by the Government. Specifically, DOE/FETC is seeking expressions of interest, in particular the responding entity's potential role in such an activity, willingness to participate on the basis of government incentives, willingness to participate in teaming arrangements, and cost-sharing potential. The DOE recognizes that expressions of interest do not constitute a commitment of any kind on the part of the respondent. Entities of particular interest related to this announcement are key stakeholders that would participate in funding and/or developing the technology necessary for pioneer plants for direct and/or indirect coal-derived fuel technologies. Such entities include state and municipal agencies, technology and process developers, coal producers, equipment suppliers, the oil industry, the transportation sector, power producers, and chemical manufacturers. Responses will be used to identify entities interested in participating in a pioneer plant program and to develop a source list of potential proposers and/or participants for future solicitations(s). Respond to: U.S. Department of Energy, Federal Energy Technology Center, Attn: J. W. Huemmrich, M.S. 921-143, P.O. Box 10940, Pittsburgh, Pennsylvania 15236-0940 (FAX: (412) 892-6216, Internet: huemmric@petc.doe.gov). Responses should be limited to about 5-10 pages. Information should be submitted pertinent to the technical and business areas of interest, desired role in the research activity (i.e., stakeholder, sponsor, user, or developer), experience of the entity and personnel, and a description of the applicable technology that can result in a pioneer plant. Technical questions should be directed to Richard Hucko, (FAX: (412) 892-4604, Internet: hucko@petc.doe.gov). Over the last two decades, partnerships between U.S. industry and the DOE have fostered the development of highly efficient technologies for both the direct and indirect conversion of coal and other carbonaceous materials to transportation fuels. Recent economic evaluations have shown that, using current technologies, the cost of products from a stand-alone, grass-roots facility would be equivalent to crude oil at $34 per barrel. Continued research and development in liquefaction is expected to reduce the cost of these fuels from $34 per barrel to about $27 per barrel. In addition to these stand-alone, grass-roots plants, there is opportunity to integrate liquefaction plants, at greatly reduced costs, with existing manufacturing facilities, for example, at petroleum refineries and integrated coal gasification combined cycle (IGCC) power plants. These plants, when integrated with existing facilities, are referred to as "entrance plants." These integrations would include the co-processing of coal with petroleum resid and/or wastes in the case of direct liquefaction, and the co-production of power and fuels/chemicals in the case of indirect liquefaction. Economic analyses have shown that, if liquefaction technologies were fully developed and demonstration successfully completed, such plants can be competitive with crude at around $19-23 per barrel, a price comparable to that of crude oil today. Thus, liquefaction technologies integrated with refineries or other manufacturing facilities can be considered a near- to mid-term technology that could be deployed in time to help alleviate a potential liquid fuels shortfall. (To receive a copy of the report that assesses this scenario, contact J. W. Huemmrich at the address given above.) Even though studies indicate that shortage of liquid transportation fuels could begin to occur around 2015, the DOE believes that the private sector will not independently pursue the construction of liquefaction facilities. The DOE recognizes that private investors and process developers are not likely to design and construct even an entrance plant until technical, economic, and regulatory risks are acceptable. These risks can be made acceptable by following a development path from bench-scale research to the construction of a small entrance plant, which is defined as a pioneer plant. A pioneer plant is envisioned to be a small-scale, possibly single-train commercial facility adjacent to an existing refinery or IGCC power plant. Such a plant would demonstrate sustained integrated performance and the ability to successfully scale the integrated technologies, providing a database to make technical, economic, and regulatory risks manageable. POC testing of liquefaction technologies will be essential, together with conceptual design studies, so that sufficient data will be available to design and construct pioneer plants. It is the demonstration of the technologies through these pioneer-scale plants that will reduce technical and economic risks, and identify those regulatory issues critical to future permitting of such facilities. The undertaking of a pioneer plant represents great financial risks for the project team because of the nature of the project. Accordingly, a higher rate of return on the investment would be needed to compensate for these risks. A potential mechanism to boost the investment return is the use of incentives such as the exemptions of the Federal and state fuel excise taxes for fuels produced from these plants. This type of incentive, as well as others, will be pursued by the DOE during the early stages of work related to this activity. It is envisioned that, once the technologies to convert domestic carbonaceous resources to liquids have been proven at the pioneer scale, larger "entrance" plants, and eventually stand-alone commercial plants will be economically viable without Government incentives or other support. Consistent with this, the DOE/FETC, is pursuing the concept of fostering the design, construction, and operation of a pioneer plant(s) for direct and/or indirect conversion of coal and other carbonaceous feedstocks (e.g., petroleum resid, petroleum coke, municipal wastes, etc.). The primary purpose of the plant(s) would be to produce transportation fuels or transportation fuel precursors. However, coproduction of chemicals, chemical intermediates, and electricity would constitute an acceptable complement. It is contemplated that construction of the pioneer plant would begin around 2002. The initial phase would focus on teaming arrangements, conceptual process design, feasibility assessment, lab/bench-scale/POC testing, and site selection. These activities would be followed by a second phase that would involve the final process design as well as firm establishment of the teaming and funding arrangements. The third phase would involve construction and operation of the pioneer plant. Construction of the pioneer plant(s) is envisioned to be funded solely by the private sector, potentially with tax credits or other incentives from various Government entities. Funding by the state where the site is located is also a possibility. DOE's contribution to the program would consist of cost-shared efforts to perform conceptual designs as well as to perform experimental and developmental activities necessary to minimize risk for pioneer plant implementation. Non-Federal project cost-sharing on the order of 20 to 50 percent will be required for the early work. It is envisioned that at least one and possibly two pioneer plants would be supported as part of this activity. LINK http://www.petc.doe.gov LINKDESC: Technology Center. EMAIL huemmric@petc.doe.gov EMAILDESC: CITE: (W-339 SN008968) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: SPECIAL NOTICES SUBJECT: TELECOMMUTING CONFERENCE AND EXPOSITION DESC: The Department of Treasure and General Services Administration are sponsoring a Telecommuting Conference and Exposition on March 25 and 26, 1997, 8:30 a.m. to 2:30 p.m., location TBA. A focus on telecommuting products such as hardware, faxes, modems (fax/modems), ISDN, telephone and service, software products, networking, consulting and training services, and on-line resources. In conjuction, we are encouraging vendor participation in demonstration displays and auditorium briefings. POC Nomiki Handakaros (800)878-2940 ext. 238. LINK www.clark.net/fbc LINKDESC: EMAIL expo@clark.net EMAILDESC: CITE: (W-339 SN008970) [Commerce Business Daily: Posted December 04, 1996] [Printed Issue Date: December 6, 1996] PART: SPECIAL NOTICES SUBJECT: TELECOMMUTING CONFERENCE AND EXPOSITION DESC: The Department of Treasury and General Services Administration are sponsoring a Telecommuting Conference and Exposition on March 25 and 26, 1997, 8:30 a.m. to 2:30 p.m., location TBA. A focus on telecommuting products such as hardware, faxes, modems (fax/modems), ISDN, telephone and service, software products, networking, consulting and training services, and on-line resources. In conjuction, we are encouraging vendor participation in demonstration displays and auditorium briefings. POC Nomiki Handakaros (800)878-2940 ext. 238. LINK www.clark.net/fbc LINKDESC: EMAIL expo@clark.net EMAILDESC: CITE: (W-339 SN008971)